ADDENDUM NO. 1 January 26, 2018 JOB ORDER CONTRACT FLEET AND FACILTY MANAGEMENT

Similar documents
Addendum No. 1 to ITB EMERGENCY DEBRIS REMOVAL SERVICES

ED-900C EDA Application Supplement for Construction Programs

INSTRUCTION PAGE. 3. All SBE firms included on SBE utilization plan must complete a Schedule C.

PERRY CITY UTAH REQUEST FOR PROPOSALS REAL ESTATE BROKER SERVICES

TEMPORARY EMPLOYMENT SERVICES, OFFICE AND CLERICAL 06-X-37778

Town of North Castle New York REQUEST FOR PROPOSALS REAL ESTATE BROKER SERVICES

218 WESTERN AVE, ALBANY SEALED BID FORM

Onsite Wastewater Treatment System Remediation Project

Request for Proposals For Village Assessment Services

TEXAS GENERAL LAND OFFICE PROCUREMENT GUIDANCE FOR RECIPIENTS AND SUBRECIPIENTS UNDER 2 CFR PART 200 (UNIFORM RULES)

INSTRUCTION PAGE. Definitions

All proposals must include a current Business Registration Certificate, W-9 Form and a Certificate of Employee Information Report

CITY OF TACOMA HOUSING & COMMUNITY DEVELOPMENT 2012 APPLICATION SUPPLEMENTAL FORM

H. UNIVERSITY PROCUREMENT CODE

Chapter 5. Competitive Sealed Bidding: Procedure

Chapter 9. Competitive Sealed Bidding: Evaluating Bids

13-1 CHAPTER 13 BIDS AND CONTRACTS

ADDENDUM NUMBER ONE THIS ADDENDUM IS BEING ISSUED TO INCORPORATE THE FOLLOWING IN THE REFERENCED REQUEST FOR PROPOSALS.

230.2 Procurement Thresholds (Goods and Non-Professional Services)

INFORMATION FOR VENDORS DOING BUSINESS WITH THE CITY OF CORAL SPRINGS, FLORIDA FINANCIAL SERVICES DEPT

1. Question: In regards to the facilities are they all Monday thru Friday cleaning? Any facilities Saturday and or Sunday cleaning?

CITY OF LAREDO ECONOMIC DEVELOPMENT INCENTIVE PROGRAM ALONG ITURBIDE IT STREET (PHASE I) FOR RESTAURANTS AND BARS

M.G.L. c. 30B Bidding Basics

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT

WEST BLOOMFIELD TOWNSHIP INVITATION TO BID. CDBG MINOR HOME REPAIR CONTRACT PROGRAM YEAR 2014 DEADLINE: Wednesday, September 24 th, 2014 at 2:00 p.m.

MASSACHUSETTS CONVENTION CENTER AUTHORITY OWNER S PROJECT MANAGER SERVICES ADDENDUM NO. 1

Procurement and Purchasing Procedure Manual October 15, 2015

VILLAGE OF MUNDELEIN NORTH LAKE STREET FAÇADE IMPROVEMENT PROGRAM ARCHITECTURAL DESIGN SERVICES

REQUIREMENTS FOR CONSTRUCTION AND CONSTRUCTION RELATED CONTRACTS WITH VALUES OF LESS THAN $200,000

PROCUREMENT POLICY PURCHASING GUIDELINES CONTRACT AND SURPLUS AUTHORITY

ADDENDUM NUMBER FIVE

BOARD OF TRUSTEES JEFFERSON TOWNSHIP, MONTGOMERY COUNTY, OHIO RESOLUTION NO 16-38

CLAYTON COUNTY WATER AUTHORITY. Sewer System Evaluation Surveys

COMMERCIAL TAX ABATEMENT GUIDELINES AND CRITERIA PROCEDURES AND APPLICATION

The following addendum to this Request for Proposal is hereby incorporated into the bid process.

HOME IMPROVEMENT CONTRACT

SUNY 2020 Advanced Manufacturing Institute (AMI) Building

Request for Proposals

Housing Program Application (HOME & HTF) County of Bucks, Pennsylvania Housing Services

SOUTH VILLAGE TAX INCREMENT FINANCING DISTRICT (TIF) COMMERCIAL REHABILITATION PROGRAM GUIDELINES & APPLICATION

Okinawa Institute of Science and Technology School Corporation Contract Management Stipulations

City of Keller Glossary of Procurement Terms. Addendum: A written change to a Bid, Quote, RFQ, or RFP during the solicitation process.

REQUEST FOR QUALIFICATIONS (RFQ ) PRE-QUALIFY TO BID ALL BHP RENOVATION CONSTRUCTION GENERAL CONTRACTOR SERVICES

State of Florida Department of Transportation EXHIBIT A, SCOPE OF SERVICES

Town of Manchester, Connecticut. General Services Department. Request for Qualifications Approved Real Estate Appraiser List RFQ No.

Abatement and Management Office Demolition at Parks Place IFB Number

#24 Major Capital Improvements (MCI) Questions and Answers. How does an owner apply for an MCI and what kind of documentation is needed?

Okinawa Institute of Science and Technology School Corporation Contract Management Stipulations

Town of Caroline. Town Hall Exterior Painting Project

Westbury Affordable Housing Questions and Answers October 13, 2016

Contracts and Purchasing. Contracts and Purchasing. Competitive Bid Law Legal Authority for Boards. AASBO Certificate Program April 21 and 22, 2014

PROCUREMENT CODE: What Districts Need to Know

Response to Queries. Answer: The anticipated build schedule is months, depending on mobilization capabilities.

Subject to the following limitations: 40 years on a fully amortizing basis. Subject to market conditions.

RESIDENTIAL REAL ESTATE AGENT SERVICES FOR NEIGHBORHOOD STABILIZATION PROGRAM

BID DOCUMENTS FOR DEMOLITION OF STRUCTURE AND DETACHED SHED AT 111 SOUTH LANSING STREET

UCF FACTS MADE PART OF THIS SOLICITATION

CALL FOR TENDER. Demolition and Removal of Vacant House, Foundation, and Decommissioning of Septic System. Tender AP

Administrative Policies and Procedures

LEAD COMPLIANCE ADDENDUM To Purchase and Sale Contract

Guidance for Habitat for Humanity Affiliates January 12, 2011

Request for Qualifications (RFQ) # On-Call Land Surveying Services November 21, 2018

Charleston County School District. Procurement Services

EXHIBIT E LOW INCOME HOUSING TAX CREDIT APPLICATION REQUIREMENTS

CITY OF BOISE HOUSING AND COMMUNITY DEVELOPMENT DIVISION CDBG MONITORING FORM

The City of Dayton has received questions relating to our RFP No JL.

SUMMARY AND RECOMMENDATION INTRODUCTION AND FINAL ADOPTION AMENDED SBHE POLICIES 804, 804.1, 902, 902.1, AND 909. Summary

Chapter 9-Uniform Relocation Voluntary Sales Disclosure Environmental Review. Applicability

PUBLIC PROCUREMENT BASICS

Florida Department of Financial Services ITN 430:0188 Leon County Questions and Answers

LWDB PROCUREMENT / PROPERTY MANAGEMENT POLICY

Town of East Haven Housing Rehabilitation Loan Program Information. Funding Provided by Connecticut Department of Economic & Community Development

City of Lawrence Office of the Purchasing Agent

HOME PROGRAM /AFORDABLE HOUSING TRUST FUND HOUSING APPLICATION. Applicant Type Non-Profit For Profit Partnership CHDO Other.

TRI-PARTY AGREEMENT (444 Railroad Avenue and 446 Railroad Avenue)

STATE OF MINNESOTA OFFICE OF THE STATE AUDITOR

City of Lawrence Office of the Purchasing Agent

Specification Part 1 MAILROOM EQUIPMENT

Guidelines for Bank Owned offers

BILL H.3653: An Act Financing the Production and Preservation of Housing for Low and Moderate Income Residents

CITY OF CHICAGO AN APPLICATION TO THE CHICAGO PLAN COMMISSION UNDER THE LAKE MICHIGAN AND CHICAGO LAKEFRONT PROTECTION ORDINANCE

STATEMENT OF WORK SENIOR LAND CONVERSION SPECIALIST AND JUNIOR LAND CONVERSION SPECIALIST SERVICES

The President is authorized to delegate this authority to the Vice President for Administration and Treasurer.

Intent: To establish a policy and guidelines for all procurement activities in the city. SECTION I: Purpose of Purchasing Policies...

ADDENDUM #1 TO THE INVITATION TO BID PHASE 1 ENVIROMENTAL SITE ASSESSMENTS

REQUEST FOR PROPOSALS Professional Engineering Services for Lift Station In the Rural Municipality of Wellington

Questions and Answers for Invitation to Bid No. 060-PP10 Sale of Board-Owned Property located at SW 74 Avenue and theoretical SW 43 Street ( ITB )

PROPERTY MANAGEMENT REFERENCE MANUAL

BROWNFIELD REDEVELOPMENT OVERVIEW

RULES OF THE TENNESSEE DEPARTMENT OF ENVIRONMENT AND CONSERVATION DIVISION OF WATER RESOURCES ABANDONED MINE LANDS RECLAMATION PROGRAM

PENNSYLVANIA HOUSING FINANCE AGENCY (2019 UNDERWRITING APPLICATION)

STORMWATER MANAGEMENT SYSTEM AND FACILITIES

ASSEMBLY BILL No. 199

ATTACHMENT A BID FORM FIXED PRICE CONTRACT ITB # VK

Chapter 8. Competitive Sealed Bidding: Addenda, Modifications, and Withdrawals

Neighborhood Line Extension Program

TOWN OF ELIOT PLANNING BOARD SUBDIVISION APPLICATION

ADDENDUM 5 City of Jackson, TN Solid Waste Hauling PROPOSALS Due November 4 DATE OF ADDENDUM NOVEMBER 2, 2015

ZONING HEARING BOARD APPEAL APPLICATON REQUIREMENTS

Lower Rio Grande Valley Development Council. Invitation to Bid (ITB): Graphic Design Training Services. office. 301 West Railroad Weslaco, Texas 78596

Transcription:

ADDENDUM NO. 1 January 26, 2018 JOB ORDER CONTRACT FLEET AND FACILTY MANAGEMENT SPECIFICATION NO: 152948N REPAIR AND REHABILITATION OF CITY FACILITIES MADISON STREET AND NORTH OF MADISON STREET For Which Bids have been scheduled to be opened by the Chicago Department of Procurement Services, Bid & Bond Room 103, City Hall, Chicago, Illinois at 11:00 A.M., on Thursday, February 8, 2018. BIDDERS WILL ACKNOWLEDGE RECEIPT OF THIS ADDENDUM IN THE BIDDERS EXECUTION PAGE. ADDITION OR CHANGE NO. Description of Change/Clarification 1. Part One, Section One Project Overview, Page 1: Specification Numbers should be noted as 152948N and 152948S. QUESTIONS AND ANSWERS QUESTIONS Question 1 Question 2 Is the city looking at full GC service and rehab or will the work be broken into divisions? Answer: Yes, Full GC work. In Terms and Conditions Part Two Page 78, Section I. 1. Will the contractor be reimbursed for all hazardous material surveys using appropriate line items in the CTC per project? Answer: Yes. If there are specific hazardous material tasks that are not found in the CTC, a Non Pre-Priced line item should be used. Question 3 Question 4 Since these construction sites are within City limits, is it required to comply with the long-standing Building Wrecking/Demolition Pest Control Ordinance ( 13-32-235) that was passed in 2001, and the New Construction Site Rodent Abatement Ordinance ( 13-32-140) passed in 2015? Answer: Contractor must comply with all laws. Are all of the City's facilities South of Madison Street scheduled for repair & rehabilitation? Answer: The City has potential capital projects and repairs need on both north and south of Madison. 1

Question 5 Question 6 Question 7 Question 8 Question 9 Question 10 What is the projected length for this project? Answer: 36 months with (2) one-year extension options. Does the City and Project Residency requirement apply to all job orders or just on job orders over $100,000.00. Answer: Yes, on all projects, not just job orders of $100,000.00. Does the Anticipated Work Force Projection form need to be submitted with the bid? Answer: No What General Contractors License Class is required in order to submit a responsive bid? The base contract average is $5M per year. The two one-year options are for $5M each. So, it is most likely you will never have more the $5M of work in process at any time. Can a bidder commit to obtaining a higher class GC license if they are the apparent low bidder? Answer: The General Contractor should hold proper Licenses for the scope as per the specifications and with the City of Chicago (including the required insurance and bond based on overall project and construction/job order value). In this case, it is expected that all GC s would need to perform a cumulative value of the annual base of $5M. Is the contract value the cumulative value that 2FM can utilize on both the primary and secondary contractor for the term? Or is it possible for 2FM to spend $15M with primary and secondary? Answer: Estimated Contract value is cumulative. It does not seem fair that the secondary contractor in zone 1 will be denied the opportunity to be the primary on zone 2. Is it possible to have the go as follows: The primary contractor on zone 1 will not have their bid opened for zone 2 The secondary contractors bid for zone 1 will have their bid for zone 2 opened at the bid opening. If the secondary contractor from the zone 1 bid has the lowest award criteria then they will be awarded the zone 2 primary contract and the and the zone 1 third place contractor will become the zone 1 secondary and their bid on zone 2 will be disqualified. If the secondary contractor for zone 1 bid is not the lowest bid for zone 2 then their zone 2 bid will be disqualified and the award will go as originally outlined. Answer: Reference Basis of Award on page 8 of Part One, Instructions and Execution Documents. 2

Question 11 There is nothing in the specifications to deter Adjustment Factors of less than 1.0000. It is suggested that bidder(s) who elect to bid an Adjustment Factor that is below 1.0000 be required to provide a detailed explanation the process used to evaluate the pricing in the CTC Catalog, along with demonstrating that adequate analysis was conducted to justify any factor less than 1.0000, to satisfy the City of Chicago. Answer: The City may require that you provide a detailed explanation and justification for your bid. Question 12 Question 13 Question 14 The specifications indicate that Adjustment Factors are to include the cost of insurance. While it is unknown what projects will be part of this contract and each corresponding location(s) should insurance costs related to Railroad, Pollution and Professional Liability insurance be considered incidental and included in the awarded factor(s)? Answer: Reference Bid Pricing on pages 34 and 35 of Part One, Instructions and Execution Documents. Will any projects require architectural or engineering drawings? If so, please clarify the level of architectural and engineering services and design, if any, that will be incidental to the Adjustment Factor. Answer: Book II, Section XXIV, JOC General Conditions, Page #97 A General Provisions # 2 Architectural & Engineering Services (b) The contractor will be required, as on any construction project, to provide shop drawings, as-built drawings, project layout drawings and sketches as required and the cost of these items shall be included in the contractor s adjustment factor. Will the Contractor be required to pay a JOC System License Fee to obtain access to the Gordian JOC software? If so please explain what that fee is and how it is to be paid. Also, please clarify, if that cost may also be incidental to the Adjustment Factor. Answer: There is no license fee for Gordian JOC software. Question 15 At the time of presenting bids, please clarify the appropriate GC license class that will be required to be held by the bidder? Answer: Reference response to question number 8. Question 16 Can a list of past 2FM JOC related projects be provided in order to show the types of work anticipated to be part of this contract? Answer: Past projects are not relevant to this contract. 3

Question 17 The specifications state that a waiver will be provided for all building review permits, therefore resulting in no cost. Will other city of Chicago permit costs related to demolition (both city and Cook County), sewer inspections, water use, CDOT public way, landscaping, Parking Meter Removal / Lost Revenue, etc. be considered incidental to the awarded factor? If not how wills the successful contractor be compensated? Answer: Contractor should use reimbursable line item for the direct cost of the permit. The Contractor will be compensated for the cost of the actual permit as long as there are back-up documentation/receipts. Question 18 Related to permits, the specifications state that the city will obtain any permits from the Metropolitan Water Reclamation District of Greater Chicago, the Illinois Division of Waterways and the U.S. Army Corps of Engineers. Please clarify whether the costs for related permits are incidental to the Adjustment Factor. Answer: Permit costs are not related to determining your adjustment factor. Also reference answer to question 17. Question 19 Will all labor performed under the awarded contract required to be union? Answer : Reference Section Nine, Multi-Project Labor Agreement on page 139 of Part One, Instructions and Execution Documents. Question 20 The specifications state that a full time superintendent must be at the job site at all times. Historically, some of the JOC projects can be relatively small in size, please clarify whether multiple projects, occurring simultaneously, can be covered by the same superintendent and if so what the maximum number of allowed projects, and related sizes will be allowed. Answer: The matter of Superintendent/supervision assignments is also covered under Book II, Section XXIV, JOC General Conditions, Page #98 C- Contractor s Personnel, items 1 through 3. Question 21 Many of the Job Order Contract Technical Specifications make reference to Mockup s to be provided, however none of the Job Order Contract Construction Task Catalog items contain a cost or reference to Mockup s. Please clarify whether the cost for any required Mockup s will be incidental to the Adjustment Factor. Answer: Mockup s can be reimbursed with the reimbursable line item. The Contractor will be compensated for the cost of the fee as long as there are back-up documentation/receipts to accurately show price. 4

Question 22 The Job Order Contract Construction Task Catalog does not contain any items related to the testing and report generation, necessary for the detection, removal and disposal of Contaminated Soil. Please clarify whether the cost for this will be incidental to the Adjustment Factor. Answer: It is not to be calculated in the adjustment factor. In instances where work is not found in the CTC, these items can be used as a Non Pre-Priced line item. Along with that the contractor needs to provide three quotes of the scope of work to line items not included in the CTC, and pick the lowest price to perform the work. END OF ADDENDUM #1 5