Please note the following changes to the Construction Documents for the project:

Size: px
Start display at page:

Download "Please note the following changes to the Construction Documents for the project:"

Transcription

1 June 2, 2017 Alabama Building Commission P.O. Box Washington Ave, Suite 444 Montgomery, AL B.C No.: Project: AAMU McCalep Vocational Historic Building Renovation Re: Addendum #3 dated 06/02/2017 Dear Sirs: Please note the following changes to the Construction Documents for the project: SPECIFICATIONS CHANGES: The following specification sections are revised: Cover new issue date & stamp Directory new stamps Construction Contract add Alternate # Cash Allowances revised Allowance # Alternates add Alternate #9 DRAWINGS CHANGES: The following drawings are revised: C2 Site Layout: Added foundation drain tie-in, added notes about east face sidewalk, add tie-in at boiler room drain, and allocate north face storm drain system as alternate. C3 Grading, Drainage, & ERC: Allocate north face storm drain system as alternate A001 First Floor Demolition Plan: Updated interior demolition extent A101 First Floor Plan Overall: Removed crawl space doors and interior drains A104 Roof Plan: Added downspout locations and note A701 Door Schedule: Updated door schedule (removed doors to crawl space) A820 Interior Detail: Updated interior drains A900 Finish Schedule: Added carpet designation Please do not hesitate to contact me if you have questions or comments regarding this submittal or response letter. Sincerely, Alan Lowe, RA, A.I.A.

2 PROJECT MANUAL McCALEP VOCATIONAL BUILDING RENOVATION FOR ALABAMA A&M UNIVERSITY PREPARED FOR: OWNER ALABAMA A&M UNIVERSITY University Services 453 Buchanan Way Normal, Alabama PREPARED BY: ARCHITECTURAL DESIGN TEAM: 1625 BROADWAY, 4 TH FLOOR NASHVILLE, TENNESSEE Phone FAX MNI Project No BC # CONSULTING ENGINEERS: 4 SITE INCORPORATED CIVIL ENGINEERING / LANDSCAPE ARCHITECT PEC STRUCTURAL ENGINEERING STRUCTURAL ENGINEERING MIMS ENGINEERING, INC. MECHANICAL & PLUMBING ENGINEERING THE EE GROUP, INC. ELECTRICAL ENGINEERING CONSTRUCTION DOCUMENTS February 28, 2017 CODE COMMENTS 4/5/17 Addendum #1 5/8/17 Addendum #2 5/22/17 Addendum #3 6/2/17

3 PROJECT DIRECTORY AND DESIGNERS SEALS PROJECT: OWNER McCALEP VOCATIONAL BUILDING RENOVATION ALABAMA A&M UNIVERSITY 375 Buchanan Way NE University Services Normal, Alabama Buchanan Way Contact: Jerry Latham Normal, Alabama Phone: (256) ARCHITECTURAL DESIGN TEAM 1625 Broadway, 4 th Floor Nashville, Tennessee Phone: (615) Fax: (615) Architect of Record: Brian Tibbs PM Contact: Alan Lowe alowe@moodynolan.com CIVIL ENGINEER / LANDSCAPE ARCHITECT 4 SITE INCORPORATED 7500 Memorial Parkway SW, Suite 209 Huntsville, Alabama Phone: (256) Fax: (256) CE Contact: Jackie Whitaker JWhitaker@4siteinc.biz LA Contact: Kaylin C. Deal KDeal@4siteinc.biz SPECIFICATIONS ON DRAWINGS STRUCTURAL ENGINEER PEC STRUCTURAL ENGINEERING 3005 L&N Drive, Suite #3 Huntsville, Alabama Phone: (678) Fax (678) Contact: Johnathan C. Powell j.powell@pecstructural.com McCalep Vocational Building Renovation PROJECT DIRECTORY / SEALS

4 PROJECT DIRECTORY AND DESIGNERS SEALS MECHANICAL / PLUMBING ENGINEERS MIMS ENGINEERING INC. 112 Southside Square, Suite B Huntsville, Alabama Phone: (256) x105 Fax (256) PM: Bruce M. Rose bmrose@mimseng.com Addendum #1 sections Individually stamped ELECTRICAL ENGINEERS THE EE GROUP INC. 71 Thunderbird Lane Gadsden, Alabama Phone: (256) Fax (256) Contact: Jack R (Jay) Morgan, Jr. jay@eegrpinc.com SPECIALTY CONSULTANTS None for this project END OF SECTION McCalep Vocational Building Renovation PROJECT DIRECTORY / SEALS

5 (1) CONSTRUCTION CONTRACT (2) This Construction Contract is entered into this day of in the year of (3) between the OWNER(s), P.O. Box 1837 Normal, AL (4) and the CONTRACTOR, (5) for the WORK of the Project, identified as: McCALEP VOCATIONAL BUILDING RENOVATION (6) The CONTRACT DOCUMENTS are dated February 28, 2017 and have been amended by (7) ADDENDA (8) The OWNER /ARCHITECT is P.O. Box 1837 Normal, AL (9) The CONTRACT SUM is Dollars ($ ) and is the sum of the Contractor's Base Bid for the Work and the following (10) BID ALTERNATE PRICES: No. 1 Soffit Repair No. 2 Porch Repair No. 3 First Floor Entrance No.4 Interior Wall Finishes No. 5 Interior Floor Finishes No. 6 Interior Ceiling Finishes No. 7 Doors and Frames No. 8 Wall Mounted Items No. 9 Storm Drainage System (11) The CONTRACT TIME is Two Hundred Seventy (270) calendar days from the date of the Notice to Proceed. THE OWNER AND THE CONTRACTOR AGREE AS FOLLOWS: The Contract Documents, as defined in the General Conditions of the Contract (ABC Form C-8), are incorporated herein by reference. The Contractor shall perform the Work in accordance with the Contract Documents. The Owner will pay and the Contractor will accept as full compensation for such performance of the Work, the Contract Sum subject to additions and deductions (including liquidated damages) as provided in the Contract Documents. The Work shall be commenced on a date to be specified in a Notice to Proceed issued by the Owner or the Director, Technical Staff, Alabama Building Commission, and shall then be substantially completed within the Contract Time.

6 (12) LIQUIDATED DAMAGES for which the Contractor and its Surety (if any) shall be liable and may be required to pay the Owner in accordance with the Contract Documents shall be equal to six percent interest per annum on the total Contract Sum unless a dollar amount is stipulated in the following space,in which case liquidated damages shall be determined at dollars ($ ) per calendar day. (13) SPECIAL PROVISIONS (Special Provisions may be inserted here, such as Acceptance or Rejection of Unit Prices.) (14) STATE GENERAL CONTRACTOR S LICENSE: The Contractor does hereby certify that Contractor is currently licensed by the Alabama State Licensing Board for General Contractors and that the certificate for such license bears the following: License No. Bid Limit: Classification: The Owner and Contractor have entered into this Construction Contract as of the date first written above and have executed this Construction Contract in sufficient counterparts to enable each contracting party to have an originally executed Construction Contract each of which shall, without proof or accounting for the other counterparts, be deemed an original thereof. The Owner does hereby certify that this Construction Contract was let in accordance with the provisions of Title 39, Code of Alabama 1975, as amended, and all other applicable provisions of law, and that the terms and commitments of this Construction Contract do not constitute a debt of the State of Alabama in violation of Article 11, Section 213 of the Constitution of Alabama, 1901, as amended by Amendment Number 26. (15) CONTRACTING PARTIES Contractor By Name & Title Owner By President, Andrew Hugine, Jr. Pd.D. ABC Form C-5 PROPOSED F0r 2000

7 CONTRACT AMENDMENT The following terms and conditions are incorporated into and form a part of the Contract of which they are attached. Any and all provisions within the Contract that are consistent with this CONTRACT AMENDMENT shall continue in full force and effect. If there is a conflict or discrepancy between the terms and condition of the Contract and the terms and conditions of this CONTRACT AMENDMENT, then the CONTRACT AMENDMENT shall control. The term Construction Manager shall mean Turner Construction Company, with an office located at 336 James Record Road, Huntsville Alabama The term Owner shall mean Alabama A&M University, located at4900 Meridian Street North, Normal, Alabama The term with a Project shall mean Phase 1 Projects. The term General Contractor shall mean any entity with a direct contract with the Owner for the Project. 1. General Contractor(s), and its contractors, subcontractors and the agents and employees of each of them, shall, in addition to any other applicable indemnification, indemnify the Construction Manager and its agents, employees and subcontractors against any loss, cost, expense of damage (including reasonable attorney s fees) arising out or any Claim brought against the Construction Manager by any of the Owner s general contractor(s), contractors, subcontractors, Architect or other design professionals and any of their respective agents, employees or subcontractors. 2. General Contractor(s), and its contractors, subcontractors and the agents and employees of each of them shall waive legal rights to claim against the Construction Manager and agree to hold harmless, indemnify and defend Construction Manager, in a form and content acceptable to Construction Manager. 3. Construction Manager is required to be named as an additional insured on all General Liability, Excess and Automobile insurance policies to be provided by the General Contractor. 4. General Contractor(s), and its subcontractors, are required to provide a waiver of subrogation in favor of Construction Manager on their respective Workers Compensation, General Liability, Excess/Umbrella, and Automobile policies. This CONTRACT AMENDMENT shall supersede any and all prior agreements and/or qualifications, either oral or written. This CONTRACT AMENDMENT and each of its provisions are binding upon the General Contractor and shall not be waived, modified, amended, or altered. General Contractor Signature Name and Title Date Page 3 of 3

8 SECTION CASH ALLOWANCES PART 1 GENERAL 1.01 SUMMARY A. Include in the bid, the cost allowances specified below for the various items. B. Section includes: 1. Schedule of allowances. 2. Selection of products. 3. Adjustment of costs ALLOWANCES FOR PRODUCTS A. The amount of each allowance includes: 1. The cost of the product to the Contractor, less any applicable trade discounts. 2. Delivery to the site. 3. Labor required under the allowance when labor is specified to be included in the allowance. B. In addition to the amount of each allowance, include in the Contract Sum (bid price) the Contractor's cost for the following. These items are NOT a part of the allowance. 1. Handling at the site; including unloading, uncrating and storage. 2. Protection from the elements and from damage. 3. Labor for installation and finishing, except where labor is specified to be a part of the allowance. 4. Other expenses required to complete the installation. 5. Contractor's and subcontractor's overhead and profit (mark-up) SELECTION OF PRODUCTS UNDER ALLOWANCES A. Architect's Duties 1. Consult with Contractor in consideration of products, suppliers or installers. 2. Make selection in consultation with Owner designating: a. Product, model and finish. b. Accessories and attachments. c. Supplier and installer as applicable. d. Cost to Contractor, delivered to the site or installed as applicable. e. Manufacturer's warranties. 3. Prepare Change Orders. B. Contractor's Duties 1. Assist Architect and Owner in determining qualified suppliers and installers. 2. Obtain proposals from specific suppliers & installers as requested by A/E 3. Make appropriate recommendations for consideration to the Architect. 4. Notify Architect promptly of: McCalep Hall CASH ALLOWANCES

9 a. Any reasonable objections Contractor may have against supplier, or party under consideration of the Architect. b. Any effect on the construction schedule anticipated by selections under consideration CONTRACTOR RESPONSIBILITY for PURCHASE, DELIVERY, INSTALLATION A. On notification of selection, execute purchase agreement with designated supplier. B. Arrange for and process Shop Drawings, Product Data and Samples, as required. C. Make all arrangements for delivery. D. Upon delivery, promptly inspect products for damage or defects. E. Submit claims for transportation damage. F. Install and finish products in compliance with requirements of referenced specification sections ADJUSTMENT OF COSTS A. Should the net cost be more or less than the specified amount of the allowance, the Contract Sum will be adjusted accordingly by Change Order. 1. The amount of the Change Order will recognize any changes in handling costs at the site, labor, installation costs, overhead, profit and other expenses caused by the selection under the allowance. 2. For products specified under a unit cost allowance, the unit cost shall apply to the quantities actually used with a nominal allowance for waste, as determined by receipted invoices, or by field measurement. B. Submit any claims for anticipated additional costs at the site, or other expenses caused by the selection under the allowance, prior to execution of the work. C. Failure to submit claims will constitute a waiver of claims for additional costs. D. At contract closeout, reflect all approved changes in contract amounts in the final state of accounting SCHEDULE OF ALLOWANCES Allowance #1: Owners Construction Allowance. Include in your bid a lump sum of $150, Allowance #2: Network Switches per Section Include in your bid a lump sum of $52, Allowance #3: Wireless Access Points per Section Include in your bid a lump sum of $13, Allowance #4: Video Surveillance System Expansion per Section Include in your bid a lump sum of $15, Allowance #5: Rock Excavation (trench & mass rock); including unit prices. Include in your bid a lump sum of $15, Allowance #6 Rock excavation required for Alternate #9 $10, END OF SECTION McCalep Hall CASH ALLOWANCES

10 SECTION ALTERNATES PART 1 GENERAL 1.01 GENERAL REQUIREMENTS A. Definitions and Explanations: "Alternates" are defined as alternate products, materials, equipment, systems, methods, units of work or major elements of the construction, which may, at Owner's option and under terms established by Instructions to Bidders and in the Contract or Agreement, be selected for the work in lieu of corresponding requirements of Contract Documents. Selection may occur prior to Contract date, or may, by the Agreement, be deferred for possible selection at a subsequent date. Alternates may or may not change scope and general character of the work substantially. Requirements of this section may be related to, but must not be confused with, requirements of Contract Documents related to "allowances", "unit prices", change orders", "substitutions" and similar provisions. 1. Refer to the Contract, and subsequent modifications thereof, for determination of which several scheduled "Alternates" herein have been accepted, and, therefore, are in full force and effect as though included originally in the contract documents for the base bid. 2. The Owner reserves the right to accept or reject any Alternate at the time of awarding the Contract. If, during the progress of the Work, it should become desirable to reinstate any Alternate not included in the Contract, the Owner reserves the right to reinstate the Alternate at the price bid by the Contractor provided that such actions taken in sufficient time as not to delay the progress of the work. B. Notification: Immediately following the award of the Contract, prepare and distribute to each entity to be involved in performance of the work, a notification of the status of each alternate scheduled herein and including those subsequently added by notification during bidding. Indicate which alternates have been: 1) accepted, 2) rejected, and, 3) deferred for consideration at a later date as indicated. Include full description of negotiated modifications to alternates, if any. C. General: The descriptions herein for each alternate are recognized to be incomplete and abbreviated, but imply that each change must be complete for the scope of work affected. Refer to all other applicable specification sections and to applicable drawings, for specific requirements of the work, regardless of whether references are so noted in the description of each alternate. It is recognized that descriptions of alternates are primarily scope definitions, and do not necessarily detail full range of materials and processes needed to complete the work as required SCHEDULE OF ALTERNATES A. General: Indicate in the spaces provided on the Form of Proposal the amount to be added to or deducted from the Base Bid. McCalep Hall ALTERNATES

11 B. General Trades Contract Alternates Alternate #1 Soffit repair Replace rotten wood soffits and trim with painted wood. Replace all exterior wood soffit trim with painted fiber-cement boards and trim Alternate #2 Porch repair Replace porches with structural wood framing, painted wood trim, and metal roof to match existing. Provide new gutters, downspouts and underground drainage. All profiles to match existing porch, gutter and downspout construction. Provide all new porch trim, fascia and soffit with painted fibercement boards and trim. All profiles to match existing. Alternate #3 First floor entrance work Clean and restore all masonry at existing first floor entrances. Provide replicated historical trim at first floor entrances (not including boiler room doors) using painted fiber-cement boards and trim Alternate #4 Interior wall finishes Provide ceramic wall tile surfaces at toilets and janitor s closets. Provide interior painting at all toilets, janitor s closets, mechanical rooms, mechanical alcoves and any other painted surfaces required for a certificate of occupancy. Provide balance of interior painting not already required for Occupancy permit. Alternate #5 Interior floor finishes Provide ceramic floor tile in toilets and janitor s closets. Provide additional floor finishes as required for a certificate of occupancy. Provide balance of floor finishes not already required for Occupancy permit. McCalep Hall ALTERNATES

12 Alternate #6 Interior ceiling finishes Provide suspended ceiling grid and perimeter trim in all occupied areas as indicated on the base bid reflected ceiling plans. Provide mechanical, electrical, plumbing, and fire protection fixtures piping and trim as required for a certificate of occupancy. Provide ceiling tile at all MEPF penetrations. Provide suspended ceiling tile in all toilets, janitor s closets and in all others required for a certificate of occupancy. Provide ceiling tile in the other areas where grid only is to be installed in the base bid Alternate #7 Doors and frames Provide all interior and exterior doors and frames. Provide prefinished exterior frames. Provide painted interior hollow metal frames. Provide Interior stained wood door trim Alternate #8 Wall mounted items Provide blocking to mount tack boards and marker boards in metal stud walls. Provide one (1) 48 wide tack board and one (1) 12 wide white marker board in each classroom; including blocking itemized in the base bid Alternate #9 Storm Drainage System Construct required drainage system for segments: a. Str. 9 to Nyloplast 15 Catch Basin b. Str. 9 to Str. 8 c. Str. 8 to Str. 7 HDPE pipe may be substituted for RCP pipe Construction of Storm Drainage System from connection to Str. 7 to Str. 1. HDPE pipe may be substituted for RCP pipe. END OF SECTION McCalep Hall ALTERNATES