ADDENDUM NO. 1 January 13, 2012

Size: px
Start display at page:

Download "ADDENDUM NO. 1 January 13, 2012"

Transcription

1 ADDENDUM NO. 1 January 13, 2012 TO: PLANS and SPECIFICATIONS for REPAIRS AND REPLACEMENTS MARTIN LUTHER KING HALL LINCOLN UNIVERSITY 812 EAST DUNKLIN STREET JEFFERSON CITY, MISSOURI The Architects Alliance, Inc. 631 West Main Street Jefferson City, Missouri Bidders are hereby informed that the construction plans and/or specifications are modified as follows: GENERAL: 1. Meeting minutes and sign-in sheet from the January 10, 2012 Pre-Bid meeting are attached for reference. 2. CLARIFICATION Sealed bids will be received in the Office of the Director of Design and Construction, Room 309 Young Hall, Lincoln University, until 2:00 PM, Tuesday, January 24, Sealed subcontractor forms (to be provided with the Revised Proposal Form in a future Addendum) shall be submitted no later than 2:30PM, Tuesday, January 24, After 2:30 PM Bids will be opened and read aloud. 3. CLARIFICATION Contractors submitting a combined bid for both projects should note that MBE/WBE goals listed are not cumulative and are minimum goals for each project. 4. Substitution requests shall be submitted on the attached Substitution Request Form. SPECIFICATIONS: 1. Section ALUMINUM WINDOWS MODIFY as follows: D. Paragraph 2.3, Item F. ADD Stop limits shall be provided for the operable sliding windows to be installed as directed by Owner/Architect. E. CLARIFICATION Operable sliding windows are to be removable from tracks as necessary to provide cleaning for the window units. ATTACHMENTS: Pre-Bid Meeting Minutes Pre-Bid Sign-in sheet Substitution Request Form END OF ADDENDUM 1 five (5) pages one (1) page two (2) pages Addendum No A Page 1 of 1

2 inc. 831 WESTMAIN STREET JEFFERSON CITY. MISSOURI 6510~-1598 (573) FAX (573) REPAIRS AND REPLACEMENTS MARTIN LUTHER KING HALL LINCOLN UNIVERSITY 812 EAST DUNKLIN JEFFERSON CIN, MISSOURI EXT. FACADE AND WATER DRAINAGE REPAIRS RICHARDSON AUDITORIUM LINCOLN UNlVERlSN EAST DUNKLIN STREET PREBID MEETING MINUTES January 10,2012 A pre-bid meeting was held at 10:OO AM Tuesday, January 10, 2012 at room 300 of Young Hall on the Lincoln University campus. The pre-bid meeting was mandatory for general contractor's planning on bidding the projects. I. Sign in -A sign-up sheet was passed around and all attendee's were asked to sign in. II. Introductions of Design Team - Mike Henderson Ill. Project Review a. Owner Representatives 1. Sheila Gassner, Director 2. Mike Henderson b. Architect of Record -The Architects Alliance, Inc. 1. Larry Brandhorst - Principal Architect 2. John Moon - Project Manager c. Civil Engineer - Central Missouri Professional Services 1. Brian McMillian d. Roofing Consultant - Terracon 1. Robert Boessen e. Mech.1 Elec.lPlumb. Engineer- FSC, Inc. 1. Mechanical I Electrical I Plumbing - Harold Sallee (not present), Matt Simmons a. An attendance sign-in sheet was passed around to all participants. All attendants were urged to sign the pre-bid sign-in as attendance was mandatory for General Contractor's wanting to submit a bid for the projects. b. Michael Henderson noted that school will resume on January 17, 2012 and urged contractors to perform any necessary site visits and investigations if possible prior to this date due to schedules and parking availability.

3 c. Bids are due 2:00 PM January 24, 2012 at the Office of Design and Construction located at room 309 Young Hall, Lincoln University, Jefferson City, Missouri where they will be opened and read aloud. (See Item E under II. Questions of the prebid meeting minutes for further information) d. The bid form includes a space for base bid for both projects separately as well as space for a combined bid for both projects. The Owner will reserve the right to select the best bid for each project. e. A 5% Bid Bond is required with all bids. Bids shall be good for sixty (60) days.. f. Certificates of Insurance and a Performance and Payment Bond in the amount of 100% of the bid will be required of the successful bidder for each project. g. MBENVBE goals for this project are 10% 1 5% respectively and as outlined in the proposal form. These are considered minimum goals for both projects and reaching these goals is very important to the University. MBENVBE goals listed will be evaluated and considered in determining the best bid for the project. h. The Contractor qualifications form and Work Authorization (E-Verify) form should accompany all bids and include information to allow the University to contact references listed. i. Prevailing wages are to be paid per Wage Order #I8 included in the project manuals. Contractors are to submit lien waivers and payroll records with Pay Applications. j. Both projects are tax exempt. A letter of tax exemption will be provided by the University for the successful bidders use on the projects. k. Partial and Full Lien Waivers will need to be submitted on the forms provided in the project manual with the applicable Pay Applications I. An Affidavit for Affirmative Action and Affidavit of Compliance with Prevailing Wage Law will be required from the successful bidder. These forms are included in the project manual. m. The successful bidder shall have until August 3, 2012 to complete both projects separately. The University anticipates that a Notice to Proceed for both projects will be issued no later than March 1, Classes will be ongoing through May 10, 2012 and Fire School will be held in Martin Luther King Hall from June 4 through June 10, The HVAC will need to remain operational until after Fire School is complete. n. Mike Henderson mentioned that the University is closed on Fridays during the summer months. o. A separate punchlist and substantial completion form will be issued for each project. p. Bid documents are available from American Document Solutions. A limited number of drawing sets are available for a refundable deposit. Once these sets are printed contractors will need to pay for additional drawing sets. q. Bid Questions for either project are to be directed to John Moon at The Architects Alliance via the contact information below. PH: (573) FX: (573) jmoon@.thearchitectsalliance.com

4 To allow for responses to be processed most efficiently we ask that questions be submitted in writing and that all questions be submitted no later than January 18, Martin Luther Kina Hall - Repairs and Re~lacements a. The six Alternates for Martin Luther King hall are as follows: Alternate No. One - Replace Gable Windows Alternate No. Two - Clay Tile Roof Alternate No. Three - Refurbish Air Handler Alternate No. Four - Chiller Maintenance Alternate No. Five - Lower Roof Alternate No. Six - Self-Adhering Underlayment Further information regarding Alternates is outlined in Section Alternates section of the project manual and as indicated on the drawings. b. There are two (2) Unit Prices for the project as outlined in Section Unit Prices of the project manual. Contractor's attention 'is drawn to the quantities to be included in the Base Bid for each Unit Price indicated. c. No allowances have been identified for this project Richardson Fine Arts Center- Exterior Facade and Water Draina~e Repairs Martin Luther Kinq Hall a. The five Alternates for Richardson Fine Arts Center are as follows: Alternate No. One - ADA Ramp to Gallery Alternate No. Two - Metal Copings Alternate No. Three - New Built-up Roof - Multiple Areas Alternate No. Four - New Built-up Roof -Auditorium Alternate No. Five -Seal Existing Brick Further information regarding Alternates is outlined in Section Alternates section of the project manual and as indicated on the drawings. b. There are five (5) Unit Prices for the project as outlined in Section Unit Prices of the project manual. Contractor's attention is drawn to the quantities to be included in the Base Bid for each Unit Price indicated. c. There is one allowance for face brick on this project as outlined in Section Architectural Review - John Moon a. The project consists of removal of existing cement asbestos tile shingle roof and underlayment down to existing sheathing and replacement with new synthetic shingles, underlayment, new copper flashings and gutter, EPDM membrane and insulation in select areas, infill of existing openings to be removed in structural concrete deck, replacement of existing cooling tower and supporting structural steel, removal and replacement of fourth floor windows with new operable aluminum sliding windows. The existing eaves of the building will need to be power-washed. 1111A& 1111B Page 3 of 5

5 Richardson Fine Arts Center b. It was noted that lead paint is present on some of the existing structural steel supporting the existing chiller. Contractors shall be responsible for disposing of steel properly. c. Asbestos shingles are present and the successful contractor shall be responsible for the lawful and proper disposal of all hazardous materials. d. A new opening will be created in the screen wall to allow for better access to the roof. e. The University hosts Fire School from June 4 through June 10, 2012 and the HVAC systems wili need to remain operational during this time. f. The Contractor shall only remove work that can be replaced during the same day. The existing building shall be weather tight each night. g. The Owner will be responsible for relocating furnishings away from windows within the rooms scheduled for replacement that day. Room furnishings wili remain in the room. Contractor shall coordinate window replacement with Owner in order to facilitate relocation of furnishings where work will be performed. h. The existing louvers to either side of the screen walls will need to be removed and reinstalled to allow for new construction. i. The existing skylight will need to be removed as necessary for new flashings. cleaned and reinstalled. j. Robert Boessen noted that exposed nails will not be acceptable for this roof and all cut shingles and edges wili need to be installed utilizing and approved adhesive and sealant. Mechanical Review - Matt Simmons a. The contractor shall remove and replace the existing cooling tower with a new stainlesssteel cooling tower and piping as indicated on the drawings. b. The existing exhaust fan will be removed and opening patched with new reinforced concrete fill to match existing depth. The existing roof drain will be relocated to the new patched area and the piping extended as necessary. Architectural Review - John Moon a. Architectural portions of the project consist of tuckpointing existing deteriorated masonry joints, replacement of select damaged masonry units, repair of existing limestone coping joints, repairs to existing roof flashing and patching, repairing, and painting select areas of damaged plaster, sitework, waterproofing along portions of the south wall and drainage. b. It was noted that roof cores had been taken from each area of roofing and asbestos was present in some layers of roofing, Information regarding the cores can be found in the drawing set. Civil Review - Brian McMillian a. Select areas of sidewalk will be removed and the area regraded as necessary for new ADA accessible ramps and sidewalks. A new ADA curb cut will be installed where the sidewalk adjoins the parking lot near Martin Luther King Hall. b. Excavation down to the footing along a select portion of southern side of the building with new waterproofing and subsurface drainage to be installed as indicated. BacWlII of excavated areas and new concrete cement paving.

6 c. Site photos from previous exploratory excavation work will be included in a future addendum for reference. d. An existing buried manhole was identified by the City and will need to be removed as part of this project. e. The Contractor shall contact the Owner and Missouri One call as necessary for utility location. I. Owner Occupancy Requirements a. The Owner will occupy portions of both projects for the duration of the projects. The successful contractor shall take the necessary precautions to protect the public and occupant and maintain all egress doors throughout the project. b. The Contractor shall notify the Owner of any interruptions of utility services for either project and coordinate these interruptions with the Owners schedule. Ii. Questions A. Will lifts be allowed to be utilized for these projects? Yes, however there are select areas where tunnels and underground. portions of the buildings are located that lifts will not be allowed such as aiong the south side of Martin Luther King Hall. Contractors shall confirm the locations of these areas with the University prior to commencing work. B. Why is the rock excavation unit price necessary for Richardson? Borings from the original building plans indicate rock aiong the southern portion of the building. It may be necessary to excavate some areas for the new footings or as necessary for new subsurface drainage. C. Is there a quantity of piaster patching to be included on Richardson? This will be clarified via addendum. D. Will bid bonds be required for each project separately? Bid bonds should be for five (5%) of the amount of the total base bid for the projects. E. Bids are due at 2:00 PM on January 24, 2012 along with all necessary forms. Would it be possible for contractors to submit the subcontractor lists and MBEWBE forms at 2:30? Yes it is acceptable and will be clarified via addendum, however bids will not be opened until this information is received at 2:30 PM. Ill. Meeting Adjournment to site tour - Ail participants were reminded to sign the attendance record. IV. Site Tour - Toured the areas of construction at Martin Luther King Hall and Richardson Fine Arts Center. END OF MEETING MINUTES,

7 January 10, :OO a.m. Lincoln University SIGN-IN SHEET Martin Luther King Hall- Repairs & Replacements Richardson Fine Arts Center- Exterior Facade & Water Drainage Repairs I I I

8 SUBSTITUTION REQUEST FORM Submit One Item Per Form Fill in All Blanks Submitted TO: Project Title: The Architects Alliance Repairs and Replacements - Martin Luther King Hall Specified Item: Descri~tion: - Section: - - Page: - - Line1 Paragraph: Proposed Substitution: The undersigned request consideration of the following as a substitute product/ construction method: Description: 1.1 SUBSTITUTION DOCUMENTATION A. Attached data includes product description, specifications, drawings, photographs, performance and test data adequate for evaluation of the request; applicable portions of the data are clearly identified. B. Attached data also includes a description of changes to the Contract Documents which the proposed substitution will require for its proper installation. C. The undersigned certifies that the following paragraphs, unless modified by attachments, are correct: 1. The proposed substitution does not affect dimensions shown on drawings. 2. The undersigned will pay for changes to the building design, including engineering design, detailing, and construction costs caused by the requested substitutions. 3. The undersigned will waive claims for additional costs which may subsequently become apparent. 4. The proposed substitution will have no adverse affect on other trades, the construction schedule, or specified warranty requirements. 5. Maintenance and service parts will be locally available for the proposed substitution. 6. Net reduction in Contract Amount: $ 7. Improvement in Delivery Schedule: (dayslweeks) D. It is also stated the undersigned has investigated the proposed substitution and the function, appearance, and quality of the proposed substitution are equivalent or superior to the specified itemlconstruction procedure. Substitution Request Form 1111A

9 Submitted by: Signature: Firm: Address: Date: Telephone: For Architect's Use: - Accepted - Accepted as Noted - Received Too Late By: Date: Remarks: 1.2 ATTACHMENTS END OF SECTION Substitution Request Form