ADDENDUM NO Refer to Specifications Section Alternates. Clarifications to alternate descriptions are as follows:

Size: px
Start display at page:

Download "ADDENDUM NO Refer to Specifications Section Alternates. Clarifications to alternate descriptions are as follows:"

Transcription

1 ADDENDUM NO. 1 TO THE DRAWINGS AND SPECIFICATIONS FOR THE New Dishman-McGinnis Elementary School Bowling Green Independent Schools Bowling Green, Kentucky BG RTA 1209 March 11, 2013 To All Plan Holders of Record: This Addendum modifies bid documents dated February 2013 for the above project, and shall become part of said documents in the preparation of proposals and execution of work of the subject project. General: 1. Bidders submitting proposals that include work under the following specification sections will be required to submit the applicable manufacturer/installer certifications. These certifications are to be submitted to the Construction Manager within 24 hours of the bid opening. Section Thermal Insulation Section Foamed-in-Place Insulation Section Metal Roof Panels Section Thermoplastic Membrane Roofing Section Door Hardware Section Resilient Tile Flooring Section Resilient Wall Base and Accessories Section Carpet Tile and Base Specifications: 2. Refer to Specifications Section Alternates. Clarifications to alternate descriptions are as follows: Alternate No. 1 Owner Preferred Hardware, refer to Section , paragraph 1.3, Alternate Pricing, for the required hardware alternate modifications. Alternate No. 4 Owner Preferred Aluminum Canopies, delete Owner Preferred from the title of this Alternate. Alternate No. 6 Owner Preferred Solar Thermal Domestic Water Heating System and Solar PV Array System, delete Owner Preferred from the title of this alternate. 3. Refer to Specification Section Language Specific to Individual Bids: -Delete Bid Package 030 Concrete and General Trades, in its entirety. -Insert the attached Bid Package 030 General Trades (Revised) -Insert the attached Bid Package 031 Concrete ADDENDUM PAGE 1

2 Page 2 4. Refer to Specification Section Epoxy Paint System: Porter is an acceptable manufacturer. 5. Refer to Specification Section Bicycle Racks: Section is to be deleted from project manual. 6. Refer to Specification Section Site Furnishings: Section is to be deleted from project manual. Drawings: 1. Drawing Sheet A1.2 First Floor Plan-Area C: Insert attached drawing AD1.1 to include hollow metal window assembly for kitchen office 131E. 2. Drawing Sheet A2.5 Second Floor Plan-Area D-FF&E, Detail A: Bank of lockers shown on north wall is to be Type L2. 3. Drawing Sheet A6.2 Door and Window Elevations and Details: Insert revised hollow metal window type 4, as shown on the attached drawing AD Drawing Sheet FSG1.0 Foodservice Equipment Plan: Shift washer/dryer to plan east into alcove. Refer to attached drawing AD1.2. MEP Items: Refer to the attached items from CMTA Engineers. END OF ADDENDUM

3 EXCLUDED: 1. Building and site concrete. 2. ICF wall system. BID PACKAGE GENERAL TRADES (REVISED) INCLUDED: 1. All material, tax, labor, equipment, etc. required to complete work as specified in Section(s): Section Geotechnical Investigation and Report Section Precast Structural Concrete Section Rough Carpentry Section Interior Architectural Wood Casework Section Overhead Coiling Grilles Section Operable Panel Partitions Section Sun Shades Section Aluminum Canopy Section Stage Equipment Section Manually Operated Window Shades Section Chain Link Fence and Gates Section Ornamental Fences and Gates 2. Installation only of all items as specified in Sections: Section Hollow Metal Doors and Frames Section Flush Wood Doors Section Door Hardware Section Visual Display Boards Section Signs Section Illuminated Panel Signage Section Traffic Signage Section Toilet Compartments Section Wall and Corner Guards Section Toilet & Bath Accessories Section Fire Protection Specialties Section Printed Display Materials Section Flagpoles 3. Cleanup and disposal of construction and miscellaneous debris. 4. Shop drawings and product submittals. 5. Field measurements and required for shop drawings and fabricated items. 6. Coordination with other trades. 7. Receive, unload and provide proper storage of items furnished by others and installed by this contractor. 8. All temporary barriers and walkways and enclosures for safety and weather protection. 9. Furnish & Install wood blocking in metal stud walls for attachment of other work. 10. Provide an allowance of $ for residential appliances to be selected by the Owner, this allowance is for the uncrating and setting in place of residential equipment delivery and installation to be included in the base bid. 11. Include a $10, allowance for SWPPP maintenance. 12. In areas where hollow metal frames are installed inside a stala frame, weld together to provide a secure anchor Furnish and install the temporary construction fence indicated on the contract documents. This fence will be required for twelve (12) months. 14. Provide and maintain a concrete washout area for the BP 030 and BP 035 Scope of Work. ALSO INCLUDED: 1. Provide 500 tons of crushed stone, spread and compacted for temporary use at roads and staging area as directed by the CM. 2. Include an allowance of $25, for site security guard. 3. Include an allowance of $5, to repair property line fence SECTION LANGUAGE SPECIFIC TO INDIVIDUAL BIDS

4 CLEAN UP: 1. Include an allowance of $40,000 in the base bid for recyclable materials and general construction debris. Each Contractor will be responsible for placing of their debris in the dumpster. 2. Provide 500 laborer hours to be used as directed by the CM for general building and jobsite cleanup. Provide five (5) trash receptacles for miscellaneous trash and empty daily. 3. Furnish labor and materials to accomplish final cleaning of building ready for inspection by Owner, Architect, CM and various agencies. Cleaning includes floors, walls, cabinets, equipment, plumbing fixtures, etc.. SPECIAL INSTRUCTIONS: 1. REFER TO SECTION 01900, PARAGRAPH 12, REGARDING THE APPLICATION OF KENTUCKY SALES AND USE TAX. 2. Work included and material provided in this bid package is to be scheduled to coincide with the phasing plan included in the contract documents. 3. The Bid Package 030 Contractor will be responsible for providing the appropriate dumpster for recyclable material and debris. This Contractor is responsible for transporting material and debris to the dumpster staging area and depositing into the appropriate container. 4. Each Contractor will comply with the requirement of the Construction Indoor Air Quality Management Program (during construction and before occupancy). 5. The personnel installing the doors, frames and hardware will participate in a pre-installation meeting and obtain pertinent manufacturer s certification prior to installing the hardware. 6 The installer of the hardware will employ a certified architectural hardware consultant to conduct an individual door-by-door inspection of the entire installation. This inspector is to be approved by the Construction Manager/Architect and will submit a complete list of deficiencies to the contractor, Construction Manager, Architect and Owner. A confirmation letter will be required by the Inspector confirming all deficiencies were corrected. 7. Contractor shall provide and monitor a working address for project coordination. BID BREAKDOWN: 1. Bidder will state material cost of precast structural concrete, aluminum protective canopies and operable panel partitions (excluding sales tax) on the Bid Form. 2. Owner will purchase said material from the Supplier(s) listed. 3. Bidder will furnish delivery tickets to CM to verify quantities of materials delivered to jobsite. 4. Bidder shall furnish any additional material required to finish job at no additional cost to the Owner. Bidder is directed to Drawings and Technical Specification Section(s) as they relate to this Bid Package. SECTION LANGUAGE SPECIFIC TO INDIVIDUAL BIDS

5 (CONTRACTOR/SUPPLIER) BID PACKAGE CONCRETE EXCLUDED: 1. Furnishing of concrete embedded items as furnished by other Bid Packages. 2. Anchor bolts for structural steel. 3. Mechanical and electrical concrete. 4. Testing of concrete and soils. 5. Section Insulated Concrete Forms. 6. Concrete at chain link fences. INCLUDED: 1. All material, tax, labor, equipment, etc. required to complete work as specified in Section(s): Section Concrete Forming and Accessories Section Concrete Reinforcing (as it relates to this Bid Package) Section Cast-in-Place Concrete (as it relates to this Bid Package) Section Non-Shrink Grouting Section Under Slab Sheet Waterproofing Section Fluid Applied Waterproofing Section Thermal Insulation (as it relates to rigid perimeter and under slab insulation) Section Expansion Joint Cover Assemblies Section Excavation (as it relates to this Bid Package) Section Rock Removal (as it relates to this Bid Package) Section Dewatering (as it relates to this Bid Package) Section Termite Control Section Aggregate Base Courses (as it relates to aggregate under concrete) Section Concrete Paving Section Pavement Joint Sealants Section Precast Detectable Warning Pavers Section Concrete Curb and Gutters (including Header Curbs). 2. Installation only of all items as specified in Sections: Section Metal Fabrications (installation only as it relates to concrete embeds) 3. Provide DGA for all exterior concrete sidewalks and concrete pavement. 4. Curb and gutter. 5. Building layout. 6. Cleanup and disposal of debris. 7. Shop drawings and product submittals. 8. Field measurements. 9. Coordination with other trades. 10. Receive, unload and provide proper storage of items furnished by others and installed by this Contractor. 11. Pressure wash sidewalks at job completion. 12. Coordinate and furnish the curing process acceptable to the finish flooring contractor. 13. Install pipe bollards. 14. Rock excavation shall be included as required. 15. Include concrete footing for building sign. 16. Provide and install warning pavers in sidewalks. 17. Include slab-on-grade, elevated slab and stair pans. SPECIAL INSTRUCTIONS: 1. REFER TO SECTION 01900, PARAGRAPH 13, REGARDING THE APPLICATION OF KENTUCKY SALES AND USE TAX. 2. Work included and material provided in this Bid Package is to be scheduled to coincide with the phasing plan included in the contract documents. 3. Each Contractor will comply wth the requirement of the Construction Indoor Air Quality Management Program (during construction and before occupancy). SECTION LANGUAGE SPECIFIC TO INDIVIDUAL BIDS

6 4. Contractor shall provide and monitor a working address for project coordination. BID BREAKDOWN: 1. Bidder will state material cost of concrete and concrete reinforcing, (excluding sales tax) on the Bid Form. 2. Owner will purchase said material from the Supplier(s) listed. 3. Bidder will furnish delivery tickets to CM to verify quantities of materials delivered to jobsite. 4. Bidder shall furnish any additional concrete and concrete reinforcing required to finish job at no additional cost to Owner. Bidder is directed to Drawings and Technical Specification Section(s) as they relate to this Bid Package. SECTION LANGUAGE SPECIFIC TO INDIVIDUAL BIDS

7

8

9

10