Request for Clarification Responses
DBH Olive Avenue Campus Remodel
Supplemental Information - Not Part of the Contract Documents
The following list is comprised of paraphrased Requests for Clarification (RFC) submitted by potential bidders or sub-bidders in writing via email, letter, and this form:
24-S-09 Request for Clarification Form
There are no Specs on this project on the website there is only 2 set of plans, NTB and an asbestos Report. please advise. (RFC 24S9-2 submitted 1/28/2025)
The Specifications have been posted to the project website. Response date: 02/07/2025
Please confirm that there is no roofing in this bid opportunity. I know the roofing was bid out previously and Fortune/Ratliff was the GC awarded the project. (RFC 24S9-3 submitted 1/31/2025)
Roofing replacement and exterior repairs are being completed as part of a separate project. This project does not include roofing with the following exception: minor roof repairs and modifications will be necessary for new roof penetrations due to new plumbing, mechanical and electrical systems and equipment. Response date: 02/07/2025
Drawing No. E-021, E-022, Specification No. Spec Section 00113-2
The project schedule is 250 working days. We checked equipment delivery, and the current delivery date for a 4000A main switchboard is 60 weeks, which exceeds the bid documents schedule of 50 weeks. Once the transformer is set, it will require City and PG&E Inspections (2-3 weeks). Once the work is inspected, you then get on PG&E's schedule. PG&E is currently running 4-5 months after inspection to install transformers. Now, start-up and commissioning can start (4 weeks) This adds up to potentially 86 weeks. We respectfully ask the County to reconsider the deadline. (RFC 24S9-4 submitted 2/5/2025)
While the County understands the challenges described, the project schedule is not intended to account for fluctuations in market conditions or delays beyond the Contractor's control. Per Section 007200 GENERAL CONDITIONS 2.38.C, the "Contractor shall be entitled, in the case of unavoidable delays, to an extension in the contract time, but not to any increase to the Contract Sum." The current project schedule remains. Response date: 02/13/2025
Drawing No. E-021, E-050, AS-101
The PG&E Transformer location does not allow for a bus duct connection required by a 4000A service. Please refer to PG&E 'Green Book') At the design location, the required bus duct cannot run to the main service. (there are existing panels in the way and they are not called out to be relocated) Note E6 on AS-101 call out for the existing block wall to remain which would need to be modified. It also cuts off the sidewalk around the perimeter of the building (RFC 24S9-5 submitted 2/5/2025)
As noted, 4000 amp requires bus duct, and the transformer needs to be close coupled to the meter main. Response date: 02/20/2025
Drawing No. A-501, A-502, and S-101 Specification No. 92216
There are some differences in materials and installation methods on the Architectural and Structural sheets noted above. Notably for jamb studs, headers, bracing, and backing. All interior walls appear to be non-load bearing. Please reference det. J11, and A11 on A-501. H17 on A-502, and det. 2 and 11 on S-101. Please confirm which details are to be followed for the project. (RFC 24S9-6 submitted 2/7/2025)
Where light-gauge steel framing details differ in materials and installation methods, details on sheet S-101 shall take precedence over details on sheets A-501 and A-502. Response date: 02/20/2025
Is there a minimum percentage that is required for the prime bidder to self-perform? (RFC 24S9-7 submitted 2/7/2025)
Per CFR 635.116(a), a prime contractor must self-perform at least 30 percent of the total contract price. (Posted 2/13/2025). No, there is no minimum percentage required for the prime bidder to self-perform. Response date: (Revised 2/24/2025)
Is there a PLA for this project or any other labor agreement? (RFC 24S9-8 submitted 2/7/2025)
No Response date: 02/20/2025
I have looked thru the doc’s and scope of work. We have bid on this 3 times in the past. We bid the roofing. I am not seeing the roofing in this scope of work. Am I correct that there Will not be any roofing work in this phase? (RFC 24S9-9 submitted 2/7/2025)
Hartford Fire Insurance Company Response date: 02/13/2025. See response to RFC 24S9-3. Revised date: 02/24/2025
Specification No. SECTION 001113- 1
Do we need to submit the proposal both via the online website and as a hard copy delivered to 2220 Tulare Street, Fresno? (RFC 24S9-10 submitted 2/10/2025)
No, submit either a hardcopy bid or an electronic bid, but not both. Response date: 02/13/2025
Specification No. 2113
No bid bond form was provided with the bid documents. Can we use our own surety bid bond form? (RFC 24S9-11 submitted 2/12/2025)
Yes, you may use your bonding company’s form for the bond itself. Response date: 02/13/2025
Specification No. 007200-53
Please confirm builder's risk insurance does not required flood nor earthquake coverage. (RFC 24S9-12 submitted 2/12/2025)
No, neither floor nor earthquake coverage are required. Response date: 02/24/2025
Specification No. 001113-2
Notice to bidders indicate project duration to be 250 working days. Agreement (005213-1) has a project duration of 250 calendar days. What is the correct project duration? (RFC 24S9-13 submitted 2/12/2025)
Working days is correct. Refer to upcoming addendum. Response date: 02/24/2025
The plans: detail & grille schedule do not indicate any balance dampers for any of the return air grilles. please clarify if dampers are required for balancing and if so, please provide a detail showing the location & type of damper to be provided. (RFC 24S9-14 submitted 2/13/2025)
Return Air registers shall not have damper per Detail B/M-105. Response date: 02/24/2025
Drawing No. E Sheets Specification No. Electrical
Will the PGE Rule 16 be available? (RFC 24S9-15, 24S9-16, 24S9-17, 24S9-18 submitted 2/13/2025)
PG&E Rule 16 is currently in progress and not yet available. Response date: 02/20/2025
Drawing No. Sheet E-021 single line Specification No. Electrical
MSB is 4000A which should be bus duct from PGE but that is not shown, please confirm (RFC 24S9-19 ,24S9-20 submitted 2/13/2025)
See response to RFC 24S9-5. Response date: 02/20/2025
Drawing No. sheet E-021 Specification No. Electrical
The location of the ATS-XX 600A feeding the ATT distribution shown on sheet E-021 is not shown (RFC 24S9-22 submitted 2/13/2025)
ATS-XX 600A is located with New AT&T Switchboard. Response date: 02/24/2025
Drawing No. sheet E-058 Specification No. Electrical
There is a type ‘F’ shown on sheet E-058 but it is not shown on the light fixture schedule (RFC 24S9-23 submitted 2/13/2025)
All instances of light fixture Type ‘F’ on Sheet E-058 to be light fixture Type ‘W’ per EXTERIOR FIXTURE SCHEDULE, sheet E-017. Revise all instances of light fixture Type ‘F’ on Sheet E-058 to be light fixture Type ‘E6’ per EXTERIOR FIXTURE SCHEDULE, sheet E-017. Revise Type 'E6' to be HALO Commercial HC8 8"-inch LED downlight or equal. Response date: 02/24/2025
Drawing No. F Sheets Specification No. Electrical
Are there any fire alarm sheets (RFC 24S9-24 submitted 2/13/2025)
FIXTURE SCHEDULE, sheet E-017. Response date: 02/20/2025
Fire alarm sheets are not provided. The new fire alarm system is a deferred submittal as listed on sheet G-101 and will be designed, permitted, and installed by the Contractor as part of this contract. Revised date: 03/03/2025
Drawing No. T Sheets Specification No. Electrical
Are there any technology sheets (RFC 24S9-25 submitted 2/13/2025)
Technology sheets are limited to the UPS system as detailed on sheets IT01 through IT05. All data equipment, data wiring, and data terminations installation will be completed by a County Vendor and coordinated with the Contractor during construction. Response date: 02/20/2025
Drawing No. Sheet E-021 Specification No. Electrical
Sheet E-021 panel A-SP being refed from transformer T10, this feeder is not listed on sheet E-011 conduit schedule (RFC 24S9-26 submitted 2/13/2025)
Panel A-SP is 600A 208/120V 3φ 4W fed from existing T10 and secondary disconnect with feeders: 2 – 4” conduits with total of 8 conductors (2 per phase) at #600MCM and #2/0 ground. Response date: 02/24/2025
Drawing No. Sheet E-021 Specification No. Electrical
Sheet E-021 has panels B-SP and D-SP be re-fed, this also does not have anything on sheet E-011 conduit schedule (RFC 24S9-27 submitted 2/13/2025)
Panels B-SP & D-SP both are 225A 208/120V 3φ 4W, each fed from Panel A-SP with feeders: 1 – 3” conduit with total of 4 conductors at #4/0 with #1 ground Response date: 02/24/2025
Specification No. 14200
In the previously answered RFI regarding self performed work, it states the GC must self-perform 30% of the work according to CFR 635.116(a). The Spec Book states in 014200 that only lists the CFRs if they are referenced in the contract documents. The specifications refer to CFR 7seven times, none of which are CFR 635.116(a). If 635.116(a) is not referenced in the documents, how does it apply when these are Federal Regulations, not State Standards. (RFC 24S9-28 submitted 2/13/2025)
See response to RFC 24S9-7. Response date: 02/24/2025
Drawing No. E-021 / E-011 Specification No. Div 26
Both drawings reference "PG&E Rule 16" for information needed to bid responsibly. However, this document has not been included with bidding documents. Please provide the Rule 16 document(s). (RFC 24S9-29 submitted 2/14/2025)
See response to RFC 24S9-15. Response date: 02/20/2025
Drawing No. E-051 Specification No. Div 26
This sheet shows the new ""Main Utility Switchboard"" and conduit callout #1 for connection to PG&E. Where will the utility Point of Connection be and where will the utility transformer be located at? Please clarify or establish a basis of bid for us. (RFC 24S9-30 submitted 2/14/2025)
1. Existing transformer to be demoed and new PGE transformer to be installed per Rule 16. New transformer to have bus duct to new Main Utility Switchboard overhead. Bus duct route to be determined per PGE Greenbook 063929. 2. Provide physical transformer protections per PGE Rule 16 and PGE Greenbook. Response date: 02/24/2025
Drawing No. E-051 & E-021 Specification No. Div 26
E-051 shows "New AT&T Switchboard ". However, this nomenclature does not appear on E-021 (single line drawing). Please clarify. (RFC 24S9-31 submitted 2/14/2025)
Revise Sheet E-021 Single Line Diagram from "(N) AT&T DISTRIBUTION" to "(N) AT&T SWITCHBOARD" Response date: 02/24/2025
Drawing No. E-021 Specification No. Div 26
E-021 shows equipment (UPS, Battery, MBS) to be installed in Rm 839 and "design by others". Who is to furnish and who is to install this equipment? Please clarify. (RFC 24S9-32 submitted 2/14/2025)
UPS System is detailed on sheets IT01 thru IT05. Toshiba Equipment listed on UPS CONFIGURATION sheet IT03 shall be County furnished Contractor installed. Response date: 02/20/2025
Drawing No. E-021 Specification No. Div 26
E-021 shows equipment (UPS, Battery, MBS) to be installed in Rm 839 and "design by others". What are the specific scope requirements, for this project, relative to this equipment? Please clarify. (RFC 24S9-33 submitted 2/14/2025)
See response to RFC 24S9-32. Response date: 02/20/2025
Drawing No. G-101
G-101 calls out, under "Deferred Submittals", for a fire alarm system. However, there is nothing shown on drawings and there is not a fire alarm specification. Is fire alarm system part of project scope? Please clarify. (RFC 24S9-34 submitted 2/14/2025)
See response to RFC 24S9-24. Response date: 02/20/2025
Drawing No. E-111 (Typ) Specification No. Div 26
The existing access flooring system is to remain. Will the electrical contractor be permitted to use the under-floor space for new electrical (branch & feeder)? Please clarify. (RFC 24S9-35 submitted 2/14/2025)
Yes, this space was possibly considered “Air Space” for information technology equipment and so the electrical installation was to meet CEC 645.5(E)(1) through (3) and shall continue to meet these same requirements as well as the entirety of CEC 645. Response date: 02/24/2025
Will the Contractor be responsible for fire watch at any time during the project duration? (RFC 24S9-36 submitted 2/15/2025)
Yes. See Specification Section 024119, SELECTIVE DEMOLITION, 3.5.A.4. Response date: 02/20/2025
Specification No. 01 50 00 - TEMPORARY FACILITIES & CONTROLS
Subsection 1.2 "USE CHARGES" mentions that water, sewer and power are available for use by the Contractor, however that these utilities are to be metered, and costs included in the Contract Sum. Please confirm if Contractor's are to include costs to meter and pay for use of water, sewer and electricity or if this requirement can be waived. (RFC 24S9-37 submitted 2/15/2025)
The requirement for metering and use charges of the County's existing water, sewer and electric power services may be waived. Spec Section 015000 1.2.B and 1.2.C to be deleted. Response date: 02/20/2025
Do any costs for temporary fencing need to be included in this Contract, or will the existing temporary fence on site remain for the duration of the Contract? (RFC 24S9-38 submitted 2/15/2025)
Contractor shall include the costs of temporary fencing in this Contract. Existing temporary fence is part of an existing contract and shall be removed. Response date: 02/20/2025
Is a geotechnical report available for this project? If so, will it be provided via addendum? (RFC 24S9-39 submitted 2/15/2025)
A geotechnical report is not available for this project. For bidding, Contractor shall assume that firm, clean, undisturbed native soil under existing construction is adequate for new construction. Response date: 02/24/2025
Please confirm that the Contractor is to provide and pay for a temporary field office for the duration of this contract. (RFC 24S9-40 submitted 2/15/2025)
Yes, Contractor is to provide and pay for a temporary field office for the duration of this contract. See Spec Section 015000 2.2.A. Response date: 02/20/2025
Will the Contractor be required to develop the SWPPP for this project and pay for all associated inspections, monitoring and reporting? (RFC 24S9-41 submitted 2/15/2025)
The owner's Qualified SWPPP Developer (QSD) will develop and revise an approved SWPPP and any amendments if necessary. The owner’s QSD will perform field QSD inspections, QSP inspection report review, Annual Reporting, and Notice of Termination services. However, the Contractor bid shall include all costs necessary for SWPPP implementation including but not limited to providing information to the QSD, implementing the SWPPP BMPs onsite, training their staff, and providing a licensed QSP for the required weekly, pre-, during-, and post-rain event inspections. See Spec Section 015723 STORM WATER POLLUTION PREVENTION PLAN, particularly 1.1.A thru 1.1.D. Response date: 02/24/2025
Please advise if it is allowed to use manlifts on the raised flooring. (RFC 24S9-42 submitted 2/15/2025)
See specification section 096900 ACCESS FLOORING for system type and loading information. Specification is written based on available access flooring systems most closely resembling the existing cementitious-core steel panel access flooring currently installed. Contractor shall verify system during construction. Response date: 02/20/2025
Specification No. 00 01 01
We are requesting clarification regarding the project budget of $28 million for the 115,000-square-foot building, which amounts to less than $250 per square foot for TI. Given current market conditions and the project scope, this budget seems unrealistic. Please confirm if this is the final budget or if adjustments are being considered and clarify whether the project will still be awarded if costs exceed the stated budget. (RFC 24S9-43 submitted 2/15/2025)
The architect's estimate range is listed for information only and does not represent a "final budget" nor a minimum/maximum allowable bid amount. All properly submitted bids will be considered. However, there is no guarantee the project will be awarded regardless of the bid's relationship to the estimate range. Response date: 02/24/2025
Corner guards are called out on the interior finish specs but do not seem to be shown on the floor plans. Are corner guards required, and if so, where are the planned? (RFC 24S9-44 submitted 2/15/2025)
Corner guards shall be installed at all exterior corners along paths of travel and high-occupancy areas including halls, lobbies, group rooms, open offices, conference rooms, and break rooms. Response date: 02/20/2025
The response to RFC 24S9-7 calls for 30% self-performance of this contract. Based on the size of the project, it's various required trades and the prospective bidders that attended the mandatory job-walk, we believe this percentage is unrealistic and unattainable. Please consider waiving this requirement as it would be in the best interest of the County to ensure more competitive bidding and participation. (RFC 24S9-45 submitted 2/15/2025)
The response to RFC 24S9-7 has been revised. Response date: 02/24/2025
Please confirm if the existing mechanical units in rooms 506 and 405 are to be removed as a part of this contract. (RFC 24S9-46 submitted 2/15/2025)
Yes. Existing mechanical equipment to be abandoned in existing rooms 405 and 506 shall be removed as part of this project. Response date: 02/20/2025
Specification No. 312300
Please provide soils report. If there are no soils report, what should the over excavation and recompaction requirements should be for the trash enclosure? (this is the only area I'm assuming that will require rough grading, if any) (RFC 24S9-47 24S9-48 submitted 2/15/2025)
See response to RFC 24S9-39. Response date: 02/24/2025
Specification No. 102600 Corner Guards
Spec 102600 Corner Guards are provided but I can't find them on the drawings. Please advise (RFC 24S9-49 submitted 2/15/2025)
See response to RFC 24S9-44. Response date: 02/20/2025
Specification No. Blinds
Please confirm no shade/blinds are required for this project. (RFC 24S9-50 submitted 2/15/2025)
Window shades or blinds are not part of this project. Response date: 02/20/2025
Drawing No. A104, 4/S202, 5/S202, 6/S202 Specification No. A104, Key Note Legend 03A1
According to sheet A104, Key Note Legend 03A1, the new concrete slab is sloped to drain. However, in detail 4/S202, 5/S202, and 6/S202 show a mortar bed of thickness 1 1/2”. Could you please confirm whether a mortar bed is required in restroom floors , or if the floor drain slope is achieved within the concrete slab? (RFC 24S9-51 ,24S9-52, 24S9-55 ,24S9-65 submitted 2/15/2025)
Keynote 03A1, sheet A-104 is intended to indicate max floor slope. Contractor shall construct recessed slabs with mortar beds as detailed on Structural sheet S-202. Response date: 02/20/2025
Drawing No. A651
According to interior finish specification A651, the restroom door threshold is specified as Daltile Absolute Black. This is available in two sizes: 4" W x 36" L x 5/8" H and 2" W x 36" L x 3/8" H. Could you please confirm which size should be used? (RFC 24S9-53 ,24S9-56, 24S9-64 submitted 2/15/2025)
Contractor shall assume 4"W x 36"L x 5/8"H double bevel threshold for bidding. Final threshold selection shall be made during construction. Response date: 02/24/2025
Drawing No. A653
According to sheet A653 Finish Schedule, Room 818 (Utility) has no specified floor finish. However, the Finish Plan on sheet A105 shows a hatch pattern indicating ESD flooring in Room 818. Could you please confirm the correct floor finish for this room? (RFC 24S9-54 ,24S9-57, 24S9-65 submitted 2/15/2025)
Room 818 UTIL correctly has no floor finish specified. Exposed concrete this room to remain. Diagonal hatch in this and other rooms on sheets A-701 thru A-709 are indicative of rooms included in the existing grant of easement area. See also FLOOR LEGEND, sheet A-104 and following. Response date: 02/24/2025
Drawing No. S-101 Specification No. 092216 Non-Structural Metal Framing
Under 1. Light Gage Steel Framing, note 12, it calls for the bottom track to be attached to the existing raised Access Floor with #10x1/2'' Self Tapping Sheet Metal Screws at 32'' o/c. The existing panels in the Access Floors are made of lightweight concrete with a thin layer of metal (1/8'' thick) over the concrete. This method of attachment will not work, please advise. (RFC 24S9-58 submitted 2/15/2025)
Contractor shall bid track installation as indicated on sheet S-101, 1. LIGHT-GUAGE STEEL FRAMING, note 12. Suitability of install method will be verified during construction. Response date: 02/24/2025
Specification No. 007200 2.16
Per Specification Section 007200 2.16 - Taxes, Permits, Fees, and Indemnification for Patent Infringement Claim, Section C states that unless otherwise provided in the Contract Documents, the Owner shall secure and pay for the building permit, permanent utility connection fees, and right-of-way encroachment permit. The Contractor shall secure and pay for temporary construction utilities, and all other permits, governmental fees, licenses, and inspections necessary for the proper execution and completion of the Work. Please provide clarification on applicable permits or an allowance for permits to ensure we can prepare a competent and competitive bid. (RFC 24S9-59 ,24S9-60 submitted 2/15/2025)
The types of permits and fees necessary for the Contractor to secure and pay for include but are not limited to permits for fire alarm and fire sprinkler systems, disposal permits and fees, Contractor licenses, systems testing and commissioning, material retesting, etc. However, per Spec Section 007200 General Conditions, 2.58, "Fees for all other required permits shall be reimbursed to the Contractor at actual cost when the County is presented with a valid receipt." Response date: 02/25/2025
Specification No. CFR 635.116(a)
A recently answered RFI Stating “Per CFR 635.116(a), a prime contractor must self-perform at least 30 percent of the total contract price. Response date: 02/13/2025” seems to be pointing out CFR Code 635.116 which is a DOT code enforced for heavy civil work such as roads and bridges. Even if that is the case, the amount of General Contractors that have the ability to self perform 30% of the total contract for this project would drastically diminish turnout. Is the 30% self performance requirement going to be enforced in this project or was this answered by mistake? (RFC 24S9-61 submitted 2/15/2025)
See response to RFC 24S9-7. Response date: 02/24/2025
Specification No. 00 01 01
Due to the short time frame from the job walk and closing RFI date. We would like to request a bid date extension in order to examine, quantify, and submit all necessary RFIs. (RFC 24S9-62 submitted 2/15/2025)
Extension will be issued. Refer to upcoming addendum. Response date: 02/24/2025
Specification No. Site plan E-058
Please advise if F fixture is a new fixture it is shown in site plan E-058. If it is new fixture as shown, please define the manufacture as it is not shown in fixture schedule. (RFC 24S9-66 submitted 2/15/2025)
See response to RFC 24S9-23. Response date: 02/24/2025
Specification No. 260000?
Are we providing new fire alarm system? Or tie to existing? If we are using the existing system what is it? (RFC 24S9-67 submitted 2/15/2025)
See response to RFC 24S9-24. Response date: 02/24/2025
Do you have low voltage specs and plans? (RFC 24S9-68 , 24S9-71 submitted 2/15/2025)
Low voltage systems such as security and data will be provided by County Vendors and are not part of this project. However, Contractor may need to coordinate with County Vendor installation of these systems during construction. Response date: 02/20/2025
What is the warranty on the floor? How much weight can the floor hold? Is there access to the underside of the floor? (RFC 24S9-69 submitted 2/18/2025)
See response to RFC 24S9-42. Response date: 02/20/2025
Will full time security be required for this project? In the pre-bid it was mentioned of active services from firms who previously owned the property. Will the GC be held liable to watch over these areas while the project is ongoing? (RFC 24S9-70 submitted 2/18/2025)
See Spec Section 015000 TEMPORARY FACILITIES AND CONTROLS, 3.5 SECURITY AND PROTECTION FACILITIES INSTALLATION for security measures assigned to the Contractor during construction. Response date: 02/24/2025
I just now became aware of this project and learned I missed the mandatory meeting. Is there still a path for me to participate in the bidding process? (RFC 24S9-72 submitted 2/19/2025)
Another pre-bid meeting will not be held for this project. If you are a prime contractor and missed the pre-bid meeting, you will not be eligible to bid on the contract. If you are a subcontractor, you can partner with a prime contractor that attended the pre-bid meeting. The list of attendees is available on the project website under "Pre-Bid Attendance." Response date: 02/24/2025
I'm reaching out in regard to the job DBH Olive Campus Remodel and requesting information on whether or not we have to submit the automation controls under us as a sub-contractor, or if there is a contractor sending in their own bid. (RFC 24S9-73 submitted 2/19/2025)
Subcontractors are not eligible to submit a bid to the County on their own, but they are welcome to partner with a prime contractor. Please refer to the Planholders List on the project website for a list of contractors who have expressed interest in this project and/or the "Pre-Bid Attendance" document for a list of contractors who attended the pre-bid meeting. Response date: 02/24/2025
Specification No. Notice to Bidders -SECTION 001113- 1
What is the deadline for the RFIs? (RFC 24S9-74 submitted 2/19/2025)
The deadline for Requests for Clarifications is/was ten (10) days prior to the bid opening. Response date: 02/24/2025
Is there any detail for the Indoor Units listed in the mechanical sheets, highlighting the size of the refrigerant lines for each unit? (RFC 24S9-75 submitted 2/21/2025)
Drawings will be revised to include the following:
ODU/IDU – 1,2 (4-Ton):
- 1/4” Liquid
- 1/2” Gas
ODU/IDU – 3,4,9 (6-Ton):
- 3/8” Liquid
- 5/8” Gas
ODU/IDU – 5,13 (1.0-Ton):
- 1/4” Liquid
- 3/8” Gas
ODU/IDU – 6,7,8,11,12 (3-Ton)
- 3/8” Liquid
- 5/8” Gas
ODU/IDU – 10 (1.5-Ton)
- 3/8” Liquid
- 5/8” Gas
Response date: 02/26/2025
Specification No. Addenda 1
Addenda 1, Paragragh B states bid security form to be replaced with Bid Security Form Section 004313 - 1A. We don't see form 1A included. Please advise on the Bid Secuirty Form (RFC 24S9-76 submitted 2/24/2025)
The Bid Security Form Section 004313 - 1A mentioned in Addendum 1, paragraph B is within the BidExpress solicitation, the electronic bid book that is available on the BidExpress website, and the updates in Addendum 1 are available there. Response date: 02/26/2025
Spec Section 08 71 00 2.8 B 1 specifies an interchangeable core but does not mention what type. Will these be Small or Large Format. (RFC 24S9-77 submitted 2/25/2025)
Contractor shall provide Large Format Interchangeable Cores (LFIC). Response date: 02/25/2025
Drawing No. M-105 Specification No. Detail A M-105, B M-105, C M-105
On page M-105 detail A, B, & C calls out 1" acoustic lined plenums to be fabricated and installed for each supply, return, and exhaust diffuser. Will the County of Fresno or EOR approve to have Quietflex QAS Acoustical Flex Duct installed in lieu of the 1" lined plenums? This will result in cost savings due to the amount of diffusers being installed on this project. I attached the acoustical performance for the Quietflex QAS Acoustic Flex Duct for reference. (RFC 24S9-78 submitted 2/25/2025)
Contractor shall provide bid based on existing design with 1" acoustic lined plenums. However, substitutions may be permitted after award per Section 012500 SUBSTITUTION PROCEDURES. Response date: 02/26/2025