1. Meeting minutes from the pre-bid conference are attached for inclusion in the Bid Documents.

Size: px
Start display at page:

Download "1. Meeting minutes from the pre-bid conference are attached for inclusion in the Bid Documents."

Transcription

1 PROJECT NO Splash Pad at Lakeside Park ADDENDUM #4 `` Splash Pad at Lakeside Park Pell City, AL WBA No OWNER: City of Pell City 1905 First Ave. North Pell City, AL ph. (205) ARCHITECT: Williams Blackstock Architects st Avenue South, Suite 200 Birmingham, AL ph. (205) DATE: 4 MARCH 2015 TO: All Bidders Acknowledge receipt of this Addendum by inserting its number in the Bid Form. Failure to do so may subject Bidder to disqualification. This serves as an addendum to the construction documents and modifies and/or supplements them as follows: GENERAL 1. Meeting minutes from the pre-bid conference are attached for inclusion in the Bid Documents. SPECIFICATIONS 1. SECTION ADVERTISEMENT FOR BIDS: a. Paragraph 6 to read: Bids will be received at City Hall, st Avenue N ; and will be received until the time of the bid opening on Thursday, March 5 th at 2:00 PM (remainder of paragraph has not changed). 2. SECTION PROPOSAL FORM: See attached document which has been revised in its entirety and supersedes the previous version. 3. SECTION ALLOWANCES: Paragraph 1.05B. Revise Landscape Allowance to read: Landscape & Site Furnishings Allowance. 4. SECTION ALTERNATES: Add Paragraph G - Alternate No. 7 to include the following: Provide and install site lighting as depicted on the drawings. As part of the base bid, the electrical contractor is to stub-up and cap conduit outside the electrical room to the light pole located at the northeast corner of the parking lot nearest the building as required to add site lighting in the future if the bid alternate is not selected. 5. SECTION SPLASH PAD: a. Paragraph 2.02 Reinforcing Steel: i. Strike Line A in its entirety and insert the following: Provide 4 thick slab, reinforced with 6x6 W2.9/ W2.9 WWF flat sheets at mid-depth o slab. WWF to be chaired at 36 each way minimum. ADDENDUM #4 1 OF 2

2 PROJECT NO ADVA Bill Nichols Day Room Expansion & Renovation DRAWINGS ii. Strike Line B in its entirety and insert the following: Welded Wire Fabric (WWF): ASTM A185 Minimum lap and embedment to be greater of one cross wire spacing plus 2 inches or 6 inches. b. Paragraph 2.07 Splash Pad Valves & Piping Materials: Delete Line 8 RPZ Backflow Preventer is its entirety since it is to be provided by the plumbing contractor in lieu of the splash pad contractor. c. Cut Sheet Monsoon 2: To be inserted. (See attachment). 1. CVR Cover Sheet General Notes: a. Note 2 - STRIKE: THE SPLASH PAD CONTRACTOR IS RESONSIBLE FOR ALL UTILITIES EXTENDING OUT FROM THE BUILDING S MECHANICAL ROOM WHICH RE REQUIRED FOR THE OPERATION O FTHE SPLASH PAD. SIDEWALKS, ASPHALT PAVING, CURB/GUTTERS, AND STRIPING ARE TO BE PROVIDED BY THE CITY; HOWEVER, SITE LIGHTING IS TO BE PROVIDED BY THE ELECTRICAL CONTRACTOR. THE ELECTRICAL CONTRACTOR MUST COORDINATE THE INSTALLATION OF CONDUIT FROM THE ELECTRICAL PANEL IN THE BUILDING TO THE LIGHT POLES WITH THE CITY S WORK ON THE PARKING LOT. Insert the following: THE SPLASH PAD CONTRACTOR IS RESPONSIBLE FOR ALL UTILITIES EXTENDING OUT FROM THE BUILDING S PUMP/FILTER ROOM WHICH ARE REQUIRED FOR THE OPERATION OF THE SPLASH PAD; HOWEVER, THE PLUMBING CONTRACTOR IS RESPONSIBLE FOR PROVIDING THE RPZ ON THE WATER LINE AS DEPICTED ON THE PLUMBING DRAWINGS. SIDEWALKS, ASPALT PAVING, CURB/GUTTERS, AND STRIPING ARE TO BE PROVIDED BY THE CITY. PARKING LOT LIGHTING DEPICTED ON THE ELECTRICAL DRAWINGS IS TO BE PROVIDED AS A BID ALTERNATE. THE ELECTRICAL CONTRACTOR IS TO STUB-UP AND CAP CONDUIT OUTSIDE THE ELECTRICAL ROOM TO THE LIGHT POLE LOCATED AT THE NORTH EAST CORNER OF THE PARKING LOT NEAREST THE BUILDING AS REQUIRED TO ADD SITE LIGHTING IN THE FUTURE IF THE BID ALTERNATE IS NOT SELECTED...(remainder of note has not changed). b. REVISE Note 4 to read: ALLOWANCES: AN ALLOWANCE OF $20,000 IS BEING INCLUDED IN THE CONTRACT FOR THE PURCHASE AND INSTALLATION OF LANDSCAPING AS WELL AS SITE FURNISHINGS. THE SITE WILL BE SEEDED BY THE CITY TO STABALIZE THE SITE ONCE THE SITE HAS BEEN GRADED AND THE PAD IS READY FOR THE CONSTRUCTION OF THE SPLASH PAD AND THE OFFICE/RESTROOM/PAVILION BUILDING. A CONTINGENCY ALLOWANCE OF $10,000 IS ALSO BEING INCLUDED TO COVER ANY UNFORESEEN CONDITIONS. ATTACHMENTS 1. Pre-bid Conference Meeting Minutes 2. Specification Section Proposal Form 3. Specification Section Monsoon 2 Cut Sheet 4. Sheet A3.0 Elevations & Sections Revision #1 dated 3/4/15 5. Sheet A5.1 Ramp & Stair Details Revision #1 dated 3/4/15 END OF ADDENDUM #4 ADDENDUM #4 2 OF 2

3 WILLIAMS BLACKSTOCK A R C H I T E C T S 2204 FIRST AVENUE SOUTH SUITE 200 BIRMINGHAM, AL FAX MEETING NOTES SPLASH LAKESIDE PARK PRE-BID CONFERENCE 27 FEBRUARY 2015 Present: See attached Sign-in Sheet From: Sean Whitt - Williams Blackstock Architects Date issued: 04 March 2015 The following notes provide a summary of our meeting held at City Hall in Pell City on February 27th to discuss the bid documents for the Splash Pad at Lakeside Park. Jason Goodgame provided a general overview of the project with the following items being discussed by those present: 1. The building pad will be provided within 1/10 th of subgrade by the city. 2. It s anticipated that within 30 days after the bid, the contract will be awarded. 3. Since bidders requested more time due to recent inclement weather, it was decided that the bid date should be changed to Thursday, March 5 2PM in lieu of Tuesday, March 10AM. 4. No building permit fee is required. 5. Through the Construction Manager, the City will provide the following: Dumpster Utilities Limited Supervision 6. The Construction Manager will set control points on the site. 7. It s anticipated that the project will not be completed until the second or third week in June, but will be constructed as soon as possible. 8. J.A. Dawson requested that the cut-sheet for the bid alternate water feature be included in the bid documents since it was missing from the specs. WBA is to include this by addendum. 9. J.A. Dawson questioned whether or not the RPZ Backflow preventer identified in Spec Section is required. It has since been confirmed to be necessary; however, the plumbing contractor is to provide it in lieu of the splash pad contractor. 10. J.A Dawson questioned the need for rebar reinforcement in the slab as noted in the specs. It was determined that 6x6 welded wire fabric would be sufficient. 11. The lead times for splash pad equipment and/or water features was discussed. To expedite getting this ordered, it was discussed that a purchase order might be issued prior to the contract being finalized. This concluded the substance of the meeting. If anyone notes any omissions or corrections to the notes, please advise the writer and a correction will be issued. END OF NOTES Attachments: Pre-Bid Sign-in Sheet Page 1 of 2 (includes 1 attachment page)

4

5 Splash Pad at Lakeside Park Proposal Form Label Bid Proposal Splash Pad at Lakeside Park City of City of Pell City Package # Company Name: Address: City, State, Zip Code: G.C. License # * NOTE: Please note which package you are bidding. If you plan on bidding on multiple packages then turn in a proposal form for each package you plan to bid. *Note: This Label must be attached to the front of your Bid Envelope PROPOSAL FORM 1 of 4

6 Splash Pad at Lakeside Park PROPOSAL FORM To: _City of Pell City (Awarding Authority) Date: _Thursday, March 5, 2:00PM In compliance with your Advertisement for Bids and subject to all the conditions thereof, the undersigned (Legal Name of Bidder) Hereby proposes to furnish all labor and materials and perform all work required for the construction of WORK Splash Pad at Lakeside Park Pell City, Al in accordance with Drawings and Specifications, dated 2/6/15 prepared by Williams Blackstock (Architect) and Goodgame Company Inc. (Construction Manager) The Bidder, which is organized and existing under the laws of the State of, having its principal offices in the City of, is: a Corporation a Partnership an Individual (other). LISTING OF PARTNERS OR OFFICERS: If Bidder is a Partnership, list all partners and their addresses; if Bidder is a Corporation, list names, titles, and business addresses of its officers: BIDDER S REPRESENTATION: The Bidder declares that it has examined the site of the Work, having become fully informed regarding all pertinent conditions, and that it has examined the Drawings and Specifications (including all Addenda received) for the Work and the other Bid and Contract Documents relative thereto, and that it has satisfied itself relative to the Work to be performed. ADDENDA: The Bidder acknowledges receipt of Addenda Nos. through inclusively. BIDDER S REPRESENTATION: The bidder declares that it has examined the site of the work, having become fully informed regarding all pertinent conditions, and that it has examined the Drawings and Specifications (including Addenda received) for the Work and the other Bid and Contract Documents relative thereto; and that it has satisfied itself relative to the Work to be performed. INDICATE BID PACKAGE TO BE QUOTED: PROPOSAL FORM 2 of 4

7 Splash Pad at Lakeside Park BASE BID: For construction complete as shown and specified, the sum of Dollars ($ ) ALTERNATIVES: If the alternatives as set forth in the Bid Documents are accepted, the following adjustments are to be made to the Base Bid: (1) Alternate 1 (Include Pre-Engineered canopy structure to the North of the Splash Pad) (2) Alternate 2 (Include Pre-Engineered canopy structure to the West of the Splash Pad) (3) Alternate 3 (Alternate Splash Pad Layout with additional Water Features) (4) Alternate 4 (Substitute Standing Seam Metal Roof over Wood framed section of Office/Restroom building in lieu of specified Asphalt Shingles) (5) Alternate 5 (Provide and Install a microtop coating at the Restroom & Office area floors) (6) Alternate 6 (Provide and install a rubberized splash pad tread surface in lieu of non-slip coating) (7) Alternate 7 (Provide and install parking lot lighting). BID SECURITY: The undersigned agrees to enter into a Construction Contract and furnish the prescribed Performance and Payment Bonds and evidence of insurance within fifteen calendar days, or such other period stated in the Bid Documents, after the contract forms have been presented for signature, provided such presentation is made within 30 calendar days after the opening of bids, or such other period stated in the Bid Documents. As security for this condition, the undersigned further agrees that the funds represented by the Bid Bond (or cashier s check) attached hereto may be called and paid into the account of the Awarding Authority as liquidated damages for failure to so comply. Attached hereto is a: (Mark the appropriate box and provide applicable information.) Bid Bond, executed by as Surety, a cashier s check on the Bank of, for the sum of Dollars ($ ) made payable to the Awarding Authority PROPOSAL FORM 3 of 4

8 Splash Pad at Lakeside Park BIDDER S ALABAMA LICENSE: State License for General Contracting: License Number Bid Limit Type(s) of Work CERTIFICATIONS: The undersigned certifies that he or she is authorized to execute contracts on behalf of the Bidder as legally named, that this proposal is submitted in good faith without fraud or collusion with any other bidder, that the information indicated in this document is true and complete, and that the bid is made in full accord with State law. Notice of acceptance may be sent to the undersigned at the address set forth below. The Bidder declares that a list of all proposed major subcontractors and suppliers will be submitted at a time subsequent to the receipt of bids as established by the Architect in the Bid Documents but in no event shall this time exceed twenty-four (24) hours after receipt of bids. Legal Name of Bidder Mailing Address * By (Legal Signature) * Name (type or print) (Seal) * Title Telephone Number * If other than the individual proprietor, or an above named member of the Partnership, or the above named president, vice-president, or secretary of the corporation, attach written authority to bind the Bidder. Any modification to a bid shall be over the initials of the person signing the bid, or of an authorized representative PROPOSAL FORM 4 of 4

9 Cut Sheet Monsoon Flow Rate Standard: 300 GPM Area of Influence 50 x 40 Varies with flow - Do not exceed a flow rate of 300 GPM as this will result in incorrect water velocity. - Valve must be installed on supply line to regulate flow - Head determined at base of feature

10

11