ADDENDUM 5 TO IFB 5212-BC UNLV UCC DORMITORY COMPLEX HUGHES AND FAIMAN HALLS HVAC AND ROOFING REPLACEMENT. University of Nevada, Las Vegas



Similar documents
D3 Bus Wash Rehabilitation AC Transit Contract # SECTION INSTRUCTIONS TO BIDDERS

BUSINESS CENTER SOUTH THE NEVADA SYSTEM OF HIGHER EDUCATION ( NSHE ), ON BEHALF OF NEVADA STATE COLLEGE ( NSC )

BID PROPOSAL for DISTRICT OFFICE AIR CONDITIONING REPLACEMENT/ UPGRADE at the Santa Maria Public Airport

BID BOND 9/7/12 BS - 1. KNOW ALL MEN BY THESE PRESENTS, that I/We. as Principal, hereinafter called Contractor, and

DOCUMENT BID FORM TO THE SAN FRANCISCO PORT COMMISSION, CITY AND COUNTY OF SAN FRANCISCO

Pu6lic Works works for the Public. COUNTY OF IMPERIAL Sunbeam Lake RV Park, Water Tank Re-Coating, located at 1750 Drew Road, Seeley, CA

ADDENDUM. University of (702) ANSWER: A. INITIAL TERM. Page 1

ADDENDUM #2 November 4, 2015 IFB

REQUEST FOR QUOTES (RFQ)

Fire Damage Repairs, 2510 Burton Street

PROPOSAL DOCUMENT LEGAL NOTICE - PROPOSALS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A PROPOSAL, PLEASE COMPLETE PAGE )

ADVERTISEMENT FOR BIDS. Tree Clearing for Watson Drive City of Kearney, MO

NOTICE TO POTENTIAL BIDDERS

CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS

COAST COMMUNITY COLLEGE DISTRICT REQUEST FOR PROPOSALS #2013 FOR

TRANSMISSION MAIN CATHODIC PROTECTION PROJECT NO. 14WA09

City of Dallas Specifications for Sewer Camera Maintenance & Repair Services with Parts BM1308

Request for Proposal. Internet Access. Satilla Regional Libraries. Erate Funding Year July 1, 2014 through June 30, 2015

INSTRUCTIONS TO BIDDERS

Frequently Asked Questions Concerning the Public Bidding and Prevailing Wage Requirements of New Jersey Charter Schools

CHAPTER 7 PUBLIC WORKS LAW

COUNTY OF YUBA REQUEST FOR PROPOSAL SOUTH ANNEX BUILDING ASBESTOS ABATEMENT. Due Date: November 13, 2009 Time: 2:00 PM, PST.

ROCKDALE COUNTY FINANCE DEPARTMENT PROCUREMENT OFFICE 958 MILSTEAD AVENUE CONYERS, GA

REQUEST FOR PROPOSAL MIDWESTERN STATE UNIVERSITY PURCHASING & CONTRACT MANAGEMENT DEPARTMENT 3410 Taft Blvd., Daniel Bldg., Rm.

Department of Purchasing & Contract Compliance

REQUEST FOR PROPOSALS

CITY OF MADISON HEIGHTS PURCHASING DEPARTMENT 300 W. 13 MILE ROAD MADISON HEIGHTS, MI INVITATION TO BID

CITY OF BELL PROFESSIONAL CONSULTING SERVICES FOR ROOF REPAIRS TO CITY OWNED FACILITIES

PUBLIC NOTICE REGIONAL TRANSIT AUTHORITY CEMETERIES TRANSIT CENTER (CANAL BLVD BUS AND STREETCAR TERMINAL) INVITATION FOR BID (IFB) #

Unity Community Center Metal Roof Installation. Request for Bids

DESERT WILDLIFE UNLIMITED POB 1388 Brawley, CA NOTICE TO BIDDERS ALAMO RIVER TREATMENT WETLANDS AT SHANK ROAD

ADVERTISEMENT FOR BIDS

N.I.C.E. COMMUNITY SCHOOL DISTRICT PRELIMINARY ARCHITECTURAL SERVICES REQUEST FOR PROPOSALS ("RFP")

PROJECT NO. 2733, RFP NO /02. Peralta Community College District. 333 East 8th Street, Oakland, CA Questions

Lump Sum Request for Proposal ( RFP ) Insert Project Name University Project Number: xx-xxx-xx-xxxx

Department of Purchasing & Contract Compliance

INVITATION TO BID. Contractor Services Associated with:

REQUEST FOR PROPOSAL FOR SECURITY CAMERA SYSTEM AT CONWAY LAW ENFORCEMENT CENTER CONWAY, SC 29526

THE TRUSTEES OF THE CALIFORNIA STATE UNIVERSITY Disabled Veteran Business Enterprise (DVBE) Participation Requirement

Retaining Wall Replacement at the Currituck County Veterans Memorial Park

Translation Services for Parent Meetings. Lynbrook/East Rockaway Herald

CITY OF COMMERCE CITY BID BOND

HOMER TOWNSHIP HIGHWAY DEPARTMENT ADDENDUM #1. June 13, 2014 VARIOUS (2014 ROAD PROGRAM) SECTION NO.: GM

REQUEST FOR QUOTES SAFETY TRAINING - OVERHEAD CRANES / HOISTS RFP # 16S0325

HOW TO DO BUSINESS WITH THE CITY OF WICHITA KANSAS FINANCE DEPARTMENT PURCHASING

ERRECART BLVD/SILVER ST TRAFFIC SIGNAL 2014 INVITATION TO BID... 4 INSTRUCTIONS TO BIDDERS... 6 BID FORM PROPOSAL GUARANTEE...

Region 7 Education Service Center Request for Proposal (RFP) For Generator Installation

Purchasing a Business in Utah - RFP Approval Bid Process

Department of Purchasing & Contract Compliance

City of Royal Oak. Request for Proposal (RFP) Building Energy Efficiency Retrofits. on a Performance Contracting Basis

City of New Rochelle New York. REQUEST FOR PROPOSAL Specification No. 5044

SECTION NOTICE TO BIDDERS IVY TECH COLLEGE OF INDIANA NMC INFRASTRUCTURE IMPROVEMENTS INDIANAPOLIS, INDIANA

ALLEGANY COUNTY DEPARTMENT OF PUBLIC WORKS 7 Court Street, Room 210 Belmont, NY Telephone: Fax: NOTICE TO BIDDERS

CITY OF GRIFFIN, GEORGIA

CONTENTS OF BID. Each bid must include all of the following: A completed and signed Bid Form (the form is attached).

INSTRUCTIONS TO BIDDERS

Wake County Public School System Rogers Lane Elementary School (E40) Raleigh, North Carolina INSTRUCTIONS TO BIDDERS

REQUEST FOR QUOTATION Goods and Services. Detwiler Golf Course Club House. Re-Roof Project. Purchase Requisition Number

REQUEST FOR QUOTE NUMBER: 09RD65575YB WILL BE RECEIVED UNTIL 1/21/2009

2014 Inlet Rehab Project II Various Locations

Standby Emergency Repair and Restoration Services

AGENDA STAFF REPORT. ASR Control

Invitation to Bid and Instructions to Bidders (This is Phase I of the project please note on any Bid that it Applies to Phase I only) May 1, 2015

REQUEST FOR PROPOSAL RFP GPS FLEET MANAGEMENT SOLUTIONS FOR FREMONT UNIFIED SCHOOL DISTRICT 4210 TECHNOLOGY DRIVE FREMONT, CA 94538

Morgan Hill Unified SCHOOL DISTRICT PREQUALIFICATION QUESTIONNAIRE FOR PROSPECTIVE BIDDERS. October 19, 2015

How To Do Business With Omaha Public Schools

REQUEST FOR QUALIFICATIONS/PROPOSALS (RFQ/P) FOR COMMERCIAL PROPERTY MANGEMENT SERVICES FOR 3737 MAIN STREET GROUND FLOOR COMMERCIAL

Project Name: Project No.: CONTRACTOR BID FORM. BID FROM: Name: Address:

CLARK COUNTY DEPARTMENT OF ADMINISTRATIVE SERVICES PURCHASING & CONTRACTS DIVISION

All other provisions of the contract documents, plans and specifications shall remain unchanged.

ADVERTISEMENT FOR BIDDERS

Responses to this RFP will be due on or before November 14, 2013, as described below in Sections III. and V.

INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM

PROPOSAL FOR ASBESTOS and ENVIRONMENTAL SURVEY

RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY NEWPORT, RHODE ISLAND CONTRACT NO

TENDER FOR ROOF REPAIR FOR THE NSLC S METEGHAN RETAIL STORE NOVA SCOTIA LIQUOR CORPORATION 93 CHAIN LAKE DRIVE HALIFAX, NOVA SCOTIA B3S 1A3

Request for Quotation

UNIVERSITY OF NEVADA, LAS VEGAS Master Agreement Agreement No.

UNIVERSITY MEDICAL CENTER OF SOUTHERN NEVADA CONTRACT DOCUMENTS & CONSTRUCTION SPECIFICATIONS BID NO LABOR AND DELIVERY RENNOVATIONS

LCB File No. R PROPOSED REGULATION OF THE BOARD OF THE PUBLIC EMPLOYEES BENEFITS PROGRAM

Department of Purchasing & Contract Compliance

REQUEST FOR PROPOSALS

How To Bid On A Building Project In San Jose

CONTRACT ADMINISTRATION. Procedures

STANDARD CONTRACT EXECUTION FORMS

Purchases from $750 $1,500 requires 3 Verbal Quotes. Purchases from $1,501 $24,999 requires 3 Written Quotes

REQUEST FOR INFORMATION (RFI) For. Archiving Solution Project No. RFI-LB COLORADO SPRINGS UTILITIES. Continuous Improvement Department

ADDENDUM No. 3 May 25, 2016

INVITATION FOR BIDS CCK PROJECT PEDIATRIC CRITICAL CARE RENOVATION PHASE 3 ADDENDUM #

REQUEST FOR QUOTE NUMBER: 10RD75957YB WILL BE RECEIVED UNTIL 11/5/2010 at 2:00 p.m.

CONTRACTOR S BID FOR PUBLIC WORK FORM 96. PART I (To be completed for all bids. Please type or print)

Town of West New York Hudson County, NJ Notice for R.F.P. (Request for Proposal) Animal Control Shelter Services (2 nd Occasion)

AGREEMENT BETWEEN CONTRACTOR AND OWNER FOR CONSTRUCTION

PART 252 SERVICE-DISABLED VETERAN-OWNED-BUSINESS ENTERPRISE PROGRAM. (Statutory authority: Executive Law, 200, 369-i[5])

ADVERTISEMENT FOR BIDS DUCKETT CREEK SANITARY DISTRICT TP1 CLARIFIERS #1 AND #2 REHABILITATION

Solicitation Information February 26, 2016

Tax Credit Consultant

REQUEST FOR PROPOSAL TO PROVIDE CONSTRUCTION MANAGEMENT AND GENERAL CONTRACTOR SERVICES SPRINGVILLE CITY NEW AQUATICS AND ACTIVITIES CENTER

NOTICE TO PROFESSIONALS. The undersigned shall receive sealed proposals for professional services for the County of Warren as follows:

Brighton Reservation

Transcription:

ADDENDUM 5 TO IFB 5212-BC UNLV UCC DORMITORY COMPLEX HUGHES AND FAIMAN HALLS HVAC AND ROOFING REPLACEMENT University of Nevada, Las Vegas Purchasing Department 4505 Maryland Parkway Las Vegas, Nevada 89154-1033 (702) 895-3521 Date of Addendum 5: February 22, 2016 Opening Date and Time: March 3, 2016 at 2:00 p.m. THE FOLLOWING ADDITIONS, DELETIONS, CLARIFICATIONS AND/OR CHANGES SHALL BE MADE AND INCORPORATED IN THE SUBJECT IFB: The Question due date has been revised to the following; The last day for questions has been revised to February 26, 2016 at 5:00 p.m. Pacific Time The Addendum due date has been revised to the following; The last day for addendum has been revised to March 1, 2016 at 5:00 p.m. Pacific Time The Opening Date, Time has been revised to the following: Opening Date, and Time: March 3, 2016 at 2:00 p.m. Pacific Time The addition of the following documents has been uploaded to the UNLV website www.unlv.edu/purchasing/solicitaitons. Exhibit B Replace Sheets of Exhibit B Buildings A & D Revised Cover, Part 1 - Revised Sheets MG1.01, M1.01, M1.02, M2.01, M2.02, EG1.01, Part 2 Revised Sheets - E1.01, E1.02, E2.01, E2.02, E2.03, E3.01, E3.02, E4.01 and SK-1 Exhibit C Replace Sheets of Exhibit C Buildings B & C Revised Cover, Revised SheetsMG1.01, M1.01, M2.01, M2.02, EG1.01, E1.01, E1.02, E2.01, E3.01 and SK-1 Exhibit D Reference Only Original Building Plans 1

Exhibit E Reference Only Typical Reflective Ceiling Plan Section D. Scope of Work/Specifications 2. Project Completion Date has been revised to: The project is scheduled to begin by May 16, 2016 and substantial completion must be achieved by July 29, 2016. Bid Attachment 1 Pricing Response Form is revised to include price per square foot for CDX plywood as an additional pricing line allowance separate from the Phase 1 Building C & D total. See page 3 5 of this addendum for new Pricing Response Form. Clarifications: The roof is the original Tar and gravel built over CDX plywood. New cap flashing is to be part of this bid. All demolished duct work and AC equipment needs to be removed and disposed of by Contractor. Asbestos abatement will be by UNLV on separate bid before construction begins. New roof drain rings and covers are to be included of this bid. Question 1: Have you already bid the asbestos abatement removal for this project? Answer 1: Asbestos abatement will be by UNLV on separate bid prior to construction. Question 2: Is there a mold and/or asbestos component to this job? Answer 2: Asbestos abatement will be by UNLV on separate bid prior to construction. Question 3: Please provide existing as-built drawings. Answer 3: See attached Exhibit D Reference Only Question 4: Will an additional site visit be scheduled to allow for subcontractors that did not make the original pre-bid site visit to determine existing conditions? Answer 4: 2

Yes Tuesday, February 23, 2016 at 10:00 a.m. meet at Parking Area in front of Building D UNLV UCC Dormitory Complex Hughes and Faiman Halls Question 5: Sheet A1.02 Roof Plans. Demo Note No. 3 states in part, Remove and replace any parapet wood nailers that are damaged or rotted and replace with new treated wood nailers as required. The overall quantity of top of wall wood nailer replacement is an unknown until the removal of the existing parapet cap flashing is completed. A suggestion would be to provide a pre-determined bid allowance with a bid item per lf replacement cost. Please clarify. Answer 5: See revised Bid Attachment 1 Pricing Response Form (Page 4 of Addendum 4) Clarification: Existing parapets ( Detail 1/A2.01 Attached SK-1) is as follows: The hatch lines shown on detail 1/A2.01 depict the existing wood frame (2 x6 ) wall not a masonry wall. The existing wood frame wall includes the two top wood top plates(2 x6 ). The top wood plate (nailer) shown in detail 1A2.01 needs to be inspected during the demolition process to determine if the top plate (nailer) is suitable for use or needs to be replaced per Demolition Note 3 located on Sheet A1.01. Question 6: Sheet A1.02 Roof Plans. Demo Note No. 4 states, Remove existing roofing, crickets and parapet flashings down to the existing roof sheathing. Inspect roof sheathing and replace any sheathing that is not suitable for new roofing by manufacture standards. The overall quantity of roof sheathing requiring replacement is an unknown until all existing roofing has been removed. A suggestion would be to provide a pre-determined bid allowance with a bid item per sf replacement cost. Please clarify. Answer 6: See revised Bid Attachment 1 Pricing Response Form (Page 4 of Addendum 4) Question 7: Bid Attachment 3. List of Subcontractors/tier 2 suppliers (projects anticipated to exceed $1,000,000) does not apply. Are we still required to submit this form? Answer 7: The RFP states at page 15 Item 14 a): In compliance with NSHE policy, a Proposer responding to any RFP for the purchase of goods or services that is anticipated to exceed $1,000,000 at any time during the life of the contract shall provide the following reporting information in its response 3

Bid Number Project Name: PWP number: Bid Attachment 1 PRICING RESPONSE FORM Name of Contractor: I, THE UNDERSIGNED BIDDER: 1. Agree, if awarded this Contract, I will complete all work for which a Contract may be awarded and to furnish any and all labor, equipment, materials, transportation, and other facilities required for the services as set forth in the Bidding and Contract Documents. 2. Will provide all materials, labor, tools, supplies, equipment, supervision, training and transportation necessary to provide a turn-key project to complete the UNLV UCC Dormitory Complex Hughes And Faiman Halls Hvac And Roofing Replacement as described herein for the following amount: Item No. Item Description UOM Approx. Quantity 1 Turn-key project amount for Phase 1 Lump 1 Lump Buildings C & D as described in the Sum Sum Scope of Work/Specifications (Note: Phase 2 for Buildings A and B is excluded from this IFB and should not be included in the Bid) 2 Allowance for additional unforeseen Per 100 Lineal removal and replacement of 2 x 6 Lineal Feet Top Plate (Note: no minimum Foot amount is guaranteed) 3 Allowance for additional unforeseen removal and replacement of 5/8 CDX plywood. (Note: no minimum amount is guaranteed) Per square foot 512 sq.ft. (16 sheets) Unit Price $ $ $ /LF $ $ /PSF $ Total Base Bid $ Extended Price Line Item 2 Extended Price should be 100 x LF Unit Price. For Line Item 2 Contractor would be paid per lineal foot for actual lineal footage approved by UNLV, if any. No minimum amount is guaranteed. Line Item 2 is added in response to questions 6 and 7 regarding the unknown condition of the Top Plate. Some, all or none may require removal and replacement. Pricing covers the removal and replacement of the Top Plate, inclusive of all labor and materials. Line Item 3 Extended Price should be 512 x PSF Unit Price. For Line Item 3 Contractor would be paid per square foot for actual square footage approved by UNLV, if any. No minimum amount is guaranteed. Line Item 3 is added because the condition of the plywood is unknown. Some, all or none may require removal and replacement. Pricing covers the removal and replacement of the plywood, inclusive of all labor and materials. Total Base Bid is the sum of the Extended Prices. The project is scheduled to begin by May 16, 2016 and substantial completion must be achieved by July 29, 2016. 4

3. Have examined the Contract Documents and the site(s) for the proposed work and satisfied themselves as to the character, quality of work to be performed, materials to be furnished and as to the requirements of the specifications. 4. Have completed all information in the blanks provided and have submitted the following within this Bid: a) Have listed the name of each Subcontractor which will be paid an amount exceeding five percent (5%) of the Total Base Bid amount. b) Attached a bid security in the form of, at my option, of a Cashier's Check, Bid Bond, or Certified Check in the amount of 5% of the total bid price. The Cashier s Check, Bid Bond, or Certified Check must be payable to the Board of Regents, Nevada System of Higher Education, which it is agreed will be retained as liquidated damages by UNLV if Bidder fails to execute the Contract and furnish the required Payment and Performance Bonds and insurance certificates in conformity with the contract documents within five (5) calendar days after notification of the intent to award of the Contract. c) If claiming the preference eligibility, I have submitted a valid Certificate of Eligibility with this Bid and acknowledge that the Affidavit Pertaining to Preference Eligibility must be delivered within 2 hours of Bid opening. 5. Agree that this bid may not be withdrawn within a period of one hundred twenty (120) calendar days after the opening thereof. 6. Have checked carefully all of the above figures and understands that UNLV will not be responsible for any errors or omissions on the part of the Bidder in making up this bid. 7. Certify the following: a) that this bid is genuine and not sham or collusive, or made in the interest or on behalf of any person not herein named; b) that the Bidder has not directly or indirectly induced or solicited any other bidder to put in a sham bid, or any person, firm or corporation to refrain from bidding; and c) that the Bidder has not in any manner sought by collusion to secure for him/herself an advantage over any other bidder. 8. Acknowledge that a review of your license Status/History from the State Contractors' Board and a list of past audits by the Office of the Labor Commissioner may be considered when determining the lowest responsive and responsible bidder. As part of the evaluation process, bidders may be required to provide a written explanation of each complaint including the nature of the complaint and its status. 9. Acknowledge that if I am one of the three apparent low bidders at the bid opening, and if I have listed Subcontractor(s) pursuant to NRS 338.141, I must submit Bid Attachment 5 (List of Subcontractors 1% and above) within two-hours after completion of the bid opening pursuant to the Instructions to Bidders, forms must be submitted via hand delivery or FAX to 702.895.3859 or email to UNLVpurchasing@unlv.edu and I understand that hand delivery is recommended, and Owner shall not be responsible for lists received after the two-hour time limit, regardless of the reason. I understand that submission after the two-hour time limit is not allowed and will be returned to me and the bid will be deemed non-responsive. I acknowledge that for all projects, I will list: a) My firm s name on the list If my firm will perform any work which is more than 1 percent of the prime contractor s total bid and which is not being performed by a subcontractor. The prime contractor shall also include on the list: 1) A description of the labor or portion of the work that the prime contractor will perform: or 2) A statement that the prime contractor will perform all work other than that being performed by a subcontractor listed. 5

b) The name of each first tier subcontractor who will provide labor or a portion of the work on the public work to the prime contractor for which the first tier subcontractor will be paid an amount exceeding $250,000. c) If I will employ a first tier subcontractor who will provide labor or a portion of the work on the public work to the prime contractor for which the first tier subcontractor will not be paid an amount exceeding $250,000, the name of each first tier subcontractor who will provide labor or a portion of the work on the public work to the prime contractor for which the first tier subcontractor will be paid 1 percent of the prime contractor s total bid or $50,000, whichever is greater. 10. Acknowledge that if I am one of the three apparent low bidders at bid opening, and if I have submitted a valid Certificate of Eligibility as described in 3.d above, I must submit Bid Attachment 6, Affidavit Pertaining to Preference Eligibility, within two-hours after completion of the bid opening pursuant to the General Conditions in order to qualify for a preference. The forms must be submitted via hand delivery or email to UNLVpurchasing@unlv.edu and I understand hand delivery is recommended. Owner shall not be responsible for lists received after the two-hour time limit, regardless of the reason. I understand that submission of the Certificate after the two-hour time limit is not allowed and it will be returned to me and the bid will be deemed non-responsive. 11. Acknowledge that I have not breached a public work contract for which the cost exceeds $25,000,000, within the preceding year, for failing to comply with NRS 338.147 and the requirements of a contract in which I have submitted within 2 hours of the bid opening an Affidavit pertaining to preference eligibility. 12. Acknowledge that my bid is based on the current State of Nevada prevailing wages for Nevada System of Higher Education (if applicable). 13. Bidder understands that, if awarded the Contract, it shall not, without the written consent of UNLV, substitute any subcontractor in place of the subcontractor(s) designated on this bid form. Bidder understands that violation of any of the provisions of this Item may be deemed a breach of the contract and UNLV shall have the right to terminate the contract. Bidder acknowledges that any substitutions must be made in accordance with Section 338.141 and the failure to comply will result in forfeiture of the amounts set forth therein. 14. Bidder represents that Bidder is qualified as a Bidder with the State Public Works Division of the Department of Administration for the cost category required for this Project. Submitted By: By: Date: Name: Title: Company: ALL OTHER TERMS, CONDITIONS AND SPECIFICATIONS REMAIN THE SAME 6