This Addendum is directed to all prime Contract Bidders, and all others to whom Drawings and Specifications have been issued by the Architect.

Size: px
Start display at page:

Download "This Addendum is directed to all prime Contract Bidders, and all others to whom Drawings and Specifications have been issued by the Architect."

Transcription

1 GADSDEN STATE COMMUNITY COLLEGE OPEN-END AGREEMENT FOR MISC. PROJECTS, PKG. C AUDITORIUM ROOF REPLACEMENT ADDENDUM 2 PART 1 - GENERAL Project: Open-End Agreement for Misc. Projects, Pkg. C Auditorium Roof Replacement [B.C. # ] Owner: Gadsden State Community College Architect: Aho Architects, LLC Date Issued: 9/22/2017 This Addendum is directed to all prime Contract Bidders, and all others to whom Drawings and Specifications have been issued by the Architect. This Addendum forms a part of the Contract Documents. The following conditions take precedence over any conflicting conditions in the Drawings and Specifications. The Drawings and Specifications are hereby amended in the following particulars: 1.1 CLARIFICATIONS A. For clarification, the various sections of the roof have been labeled as shown in ASD-4, attached. B. The Base Bid shall include the tear-off and replacement of Roof 1/Stage and Roof 3/Auditorium only, including metal coping, with like kind and quality. Thus, the base bid will include the removal of the existing insulation and PVC membrane, the replacement of the insulation with the same thickness of insulation as was removed, the replacement of the PVC membrane with a new 60 mil PVC membrane, and the replacement of the metal coping on these roofs only. The Base Bid does not include the removal of the skylights on Roof 1/Stage or the installation of the new guardrail on Roof 1/Stage. The Base Bid shall not include the Contingency Allowance. C. The final slope at Roof 3/Auditorium shall be ¼ over 12. This slope shall be achieved using the slope already in the existing deck, plus the tapering of the insulation. The final slope at Roof 1/Stage, Roof 2/Orchestra, Roof 4/Stair/Offset, Roof 5/Projection Booth, and Roof 6/Lobby shall be 1/8 over 12 min. D. The Demolition Notes as shown on Sheet A100 shall apply as dictated by the Base Bid and Alternates. See Addendum 2, Part 1.2.E. E. The re-cover board as listed in Project Manual Section Preparation for Reroofing shall apply to both the PVC Roofing Membrane and the SBS Modified Bituminous Roofing Membrane. JOB NO PAGE 1 OF 5

2 GADSDEN STATE COMMUNITY COLLEGE OPEN-END AGREEMENT FOR MISC. PROJECTS, PKG. C AUDITORIUM ROOF REPLACEMENT ADDENDUM REVISIONS (SPECIFICATIONS) A. Project Manual Section Summary, Part 1.7.B Work Restrictions shall be revised as follows: On-Site Work Hours: Unlimited. B. Project Manual Section Allowances, Part 3.3.A Allowance No. 1: Quantity Allowance shall be deleted. There shall be no Quantity Allowance for replacement of deck in the Base Bid or any of the Alternates. All references to Quantity Allowances in this Section shall be deleted. C. In the Project Manual Section Allowances, Part 3.3, the Contingency Allowance shall be listed as Allowance No. 1. The Contingency Allowance shall be included only in Alternate 5. D. In the Project Manual Section Unit Prices, Part 3.1 Schedule of Unit Prices shall be revised as follows: a. Unit Price No. 1 Replacement of damaged deck at Roof 3 over Auditorium: i.description: Remove damaged deck at Roof 3 over Auditorium. Existing deck consists of Lightweight concrete over form board per Drawings and Project Manual. The removed form board may be replaced with plywood and the removed lightweight concrete may be replaced with polyisocyanurate to match adjacent thickness. ii.unit of Measurement: Square Foot. b. Unit Price No. 2 Replacement of damaged deck at Roof 6 over Lobby: i.description: Replace damaged deck at Roof 6 over Lobby, which is a steel deck, per Drawings and Project Manual. ii.unit of Measurement: Square Foot. c. Unit Price No. 3 Replacement of damaged structural deck at Roof 1 over Stage (4 structural concrete deck): i.description: Replace damaged structural deck at Roof 1 over Stage, which is a four-inch structural concrete deck, per Drawings and Project Manual. ii.unit of Measurement: Square Foot. d. Unit Price No. 4 Replacement of damaged intermediate deck at Roof 1 over Stage (lightweight concrete). i.description: Remove damaged intermediate deck at Roof 1 over Stage, which lightweight concrete, per Drawings & Project Manual. The removed lightweight concrete may be replaced with polyisocyanurate to match adjacent thickness. ii.unit of Measurement: Square Foot. e. Unit Price No. 5 Replacement of damaged deck at Roof 2 over the Orchestra JOB NO PAGE 2 OF 5

3 GADSDEN STATE COMMUNITY COLLEGE OPEN-END AGREEMENT FOR MISC. PROJECTS, PKG. C AUDITORIUM ROOF REPLACEMENT ADDENDUM 2 i.description: Replace damaged deck at Roof 2 over the Orchestra, which is assumed to be lightweight concrete over form board, per Drawings & Project Manual. The removed form board may be replaced with plywood and the removed lightweight concrete may be replaced with polyisocyanurate to match adjacent thickness. ii.unit of Measurement: Square Foot. f. Unit Price No. 6 Replacement of damaged deck at Roof 4 over Offset/Stair i.description: Replace damaged deck at Roof 4 over Offset/Stair, which is a steel deck, per Drawings & Project Manual. ii.unit of Measurement: Square Foot. g. Unit Price No. 7 Replacement of damaged deck at Roof 5 over Projection Booth i.description: Remove damaged deck at Roof 5 over Projection Booth. The existing deck consists of Lightweight concrete over form board per Drawings and Project Manual. The removed form board may be replaced with plywood and the removed lightweight concrete may be replaced with polyisocyanurate to match adjacent thickness. ii.unit of Measurement: Square Foot. h. Unit Price No. 8 Hail Damage Repair Patch i.description: Provide a repair patch for hail impact damage of existing PVC roofing membrane using compatible materials. ii.unit of Measurement: Per patch. E. In the Project Manual Section Alternates, Part 3.1 Schedule of Alternates shall be revised as follows: a. Alternate No. 1: Code Upgrades. i.alternate 1 is applicable to only Roof 1/Stage and Roof 3/Auditorium and shall include the following: 1. Increased insulation to achieve a minimum R-value of 25 (in addition to the thickness of insulation provided in the Base Bid). 2. Guard rail at Roof 1/Stage as shown in ASD-1. b. Alternate No. 2: Roof replacement at Roof 2/Orchestra, Roof 4/Offset/Stair, Roof 5/Projection Booth, and Roof 6/Lobby i.alternate 2 shall include the removal of the existing insulation, PVC membrane, SPF roofing (as applicable), and metal coping at Roof 2/Orchestra, Roof 4/Offset/Stair, Roof 5/Projection Booth, and Roof 6/Lobby. Additionally, Alternate 2 shall include the installation of tapered insulation with a minimum R-value of 25, 60-mil PVC membrane, and metal coping per the Drawings and Project Manual, adjustments to existing curbs, flashings, etc. as required per the roofing manufacturer, and the installation of the overflow drains, as shown on ASD-2 & ASD-3. JOB NO PAGE 3 OF 5

4 GADSDEN STATE COMMUNITY COLLEGE OPEN-END AGREEMENT FOR MISC. PROJECTS, PKG. C AUDITORIUM ROOF REPLACEMENT ADDENDUM 2 ii.additionally, Alternate 2 shall include, at Roof 1/Stage, the removal of the skylights in lieu of flashing around the skylights, which is included in the Base Bid. Thus, Alternate 2 shall include the removal of the skylight dome, the installation of new framing and plywood cap, the installation of tapered insulation pitched to drain on all 4 sides of skylight (hipped), and the installation of 60 mil PVC roofing over skylights, with appropriate flashing. c. Alternate No. 3: SBS Modified Bituminous Membrane Roofing at Roof 1/Stage, Roof 2/Orchestra, Roof 3/Auditorium and Roof 5/Projection Booth. i.alternate 3 shall include SBS Modified Bituminous Membrane Roofing per the Drawings and Project Manual at Roof 1/Stage, Roof 2/Orchestra, Roof 3/Auditorium and Roof 5/Projection Booth in lieu of the 60 mil PVC roof. With this alternate, the skylights at Roof 1/Stage are covered with SBS Modified Bitumen in lieu of PVC Roofing. All other aspects of Base Bid and Alternates 1 & 2 remain the same. d. Alternate No. 4: SBS Modified Bituminous Membrane Roofing at Roof 4/Stair/Offset and Roof 6/Lobby. i.alternate 4 shall include SBS Modified Bituminous Membrane Roofing per the Drawings and Project Manual at Roof 4/Stair/Offset and Roof 6/Lobby in lieu of the 60 mil PVC Membrane. All other aspects of Base Bid and Alternates 1 & 3 remain the same. e. Alternate No. 5: Contingency Allowance. b. Alternate 5 includes the Contingency Allowance as specified in Section Allowances. F. The Proposal Form has been revised to coordinate with the Unit Prices and Alternates listed above. The construction duration has also been revised. G. Project Manual Section Preparation for Re-Roofing, Part 3.3.E shall be added: In areas of deck that show water damage, the GC shall be responsible for performing a pull test to determine if the deck requires replacement. Coordinate observation of pull test with Architect. 1.3 REVISIONS (DRAWINGS) A. The listing of Alternates on Sheet T100 shall be revised to coordinate with the Schedule of Alternates listed at Addendum 2, Part 1.2.E shown above. B. The listing of Base Bid and Alternates on Sheet A101 shall be revised to coordinate with the Schedule of Alternates listed at Addendum 2, Part 1.2.E shown above. C. On Sheet A501, Detail 3, in lieu of new ½ Re-Cover board, provide ¾ plywood and 2x intermediate framing at 16 o.c.. Provide as directed in Schedule of Alternates listed at Addendum 2, Part 1.2.E shown above. D. On Sheet A100, Demolition Note 4 shall add the following, The original roof in this area was a built-up roof. In the event that the original roofing is still in place under the SPF roofing, the contractor shall be responsible for removing the built-up roofing down to deck. JOB NO PAGE 4 OF 5

5 GADSDEN STATE COMMUNITY COLLEGE OPEN-END AGREEMENT FOR MISC. PROJECTS, PKG. C AUDITORIUM ROOF REPLACEMENT ADDENDUM ATTACHMENTS Pre-Bid Meeting Minutes & Sign-In Proposal Form ASD-4 END OF ADDENDUM 2 JOB NO PAGE 5 OF 5

6 Gadsden State Community College Open-End Agreement for Misc. Projects, Package C Auditorium Roof Replacement BC# ; Aho Architects Project Number: PRE-BID CONFERENCE MINUTES September 19, 2017 at 10:00 AM Discussion items are indicated in bold, italicized text. 1) Welcoming remarks. Reminder to sign-in on sheet at front of room or being circulated. See attached Sign-In Sheet. 2) Introductions and names and relationship to job of personnel (Owner and Architect). 3) Project Directory: Names of Architect and personnel involved. Project Principal: Tim Aho. Project Manager/Project Architect: Jennifer Jones. Business Manager: Stephanie Vaughn. 4) Client representatives involved: a) Dr. Jim Prucnal, Dean of Financial and Administrative Services b) Mr. Stewart Davis, Director of Physical Plant c) Mr. Cory Carter, Director of Maintenance d) Do not contact the Owner directly. 5) Bid Documents available for Pre-Qualified General Contractors and subs/suppliers through Alabama Graphics Digital Plan Room. This is how addenda will be issued also. The project is also posted/listed with plan room services such as isqft, Reed, etc. See legal advertisement for more info. 6) Every General Contractor and every Subcontractor should read and be familiar with all of the front-end documents and all of Division 1 of the Project Manual, in addition to the work they are bidding and other work they have to coordinate with. 7) Pre-Bid Approval: All comparable products from the manufacturers listed in the project manual, requests for substitutions, additional manufacturers, pre-approved subcontractors and suppliers may be submitted no later than specified time prior to the bid date. 8) Bid date per legal advertisements is Thursday, September 28, 2017 at 2:00 pm (local time), in the same location as this pre-bid conference. Any bid date changes will be changed only by an official addendum issued by the Architect. 9) Note that Instructions to Bidders should be read by each bidder.

7 10) Special Instructions to Bidders: among other requirements, note sales tax avoidance, bids are to be held open 60 days. 11) Proposal Form included in Project Manual. The amount that the GC proposes for the alternate will be an add to the base bid, not the net total bid including the base bid + alternate (s). Loose/electronic (PDF) copies available from Architect. Note sales tax requirement Form C-3A Accounting of Sales Tax attachment to Proposal Form must be submitted with bid. 12) Note requirements for submittal of subcontractor list, major suppliers, etc. within 24 hours (work days, e.g. 2 pm on 9/29/2017) after receipt of bids. 13) Addendum 1 should be bound into your set. A second Addendum will be issued with minutes/sign-in from this pre-bid conference, as well as some re-working of what is to be included in the base bid vs. the alternates. Again, all Addenda will be issued via Alabama Graphics. 14) Insurance requirements should be read by each bidder, and should be provided to each General Contractor s and Subcontractor s insurance carrier for review. Insurance requirements are indicated in General Conditions. 15) Note requirements: Section Supplementary Conditions, pertaining to Compliance with H.B Alabama Immigration Law (E-Verify MOU and Contract language). 16) Construction schedule: Contract Time for this project is 60 consecutive calendar days from the Notice to Proceed to Substantial Completion as determined by me and the Building Official. See Proposal Form. Per Addendum 2, the contract time has been changed to 75 days. 17) See Specs Summary for coordination and further related information. 18) See Allowances Spec (Section ). There is a Contingency Allowance. Make sure you include this in your bids. 19) Verify existing conditions at the site. We will visit the site as soon as we are done here. 20) The Owner is a tax-exempt entity. Sales and use tax avoidance procedures will be utilized on this project. See Section Sales and Use Tax Savings for more info. Bids shall not include sales tax. Form C-3A attachment to the Proposal Form (C-3) is required for estimated tax accounting. A final report of sales taxes avoided is required by ADOR and is a condition prior to final payment. 21) Contractor shall have access to available existing utilities (water, electric power, etc.) onsite, for reasonable use (paid by the Owner). Restroom facilities shall be by Contractor. 22) Liquidated damages amounts - as indicated in Article 49 of the General Conditions of the Contract.

8 23) Site restrictions - as indicated in Section and other locations on the Drawings and in the Project Manual. The building will be occupied during construction, so the entry and egress paths need to be protected. 24) Pre-Construction Conference required for this project. The only other mandatory inspection involving the Division of Construction Management (DCM) will be the Final Inspection. The Permit Fee must be paid to the DCM by the GC prior to scheduling the Pre- Construction Conference. We ll hold the Pre-Roof Conference in combination with the Pre-Construction Conference. 25) Contractor s schedule must coordinate the overall construction schedule of the project. Watch for long lead-time items; established Contract Time allows for this. 26) Contractor s job meetings - coordination of the Work with all subcontractors and suppliers is required. 27) Safety and Protection - Contractor s responsibility. Please be careful the roof over the Stage is 70 feet off the ground. 28) Work limits protection - the public, Owner s staff, workers, etc. 29) Project Sign: A Project Sign is not required for locally-funded SDE projects. 30) No Subcontractor signs allowed. 31) Requirements for quality control, testing, and inspections are located throughout the project manual, and should be reviewed so that they are understood prior to bidding the project. 32) Location of on-site Contractor s office shall be coordinated with the Owner and Architect. 33) Superintendents and construction personnel experience requirements - as indicated. 34) Submittal Procedures: Submittals requirements indicated. Contractor is required to check, mark, stamp, and approve and/or reject submittals, prior to submittal to Architect. Refer to General Conditions for additional information and related requirements. Electronic submittals preferred except where physical samples, color charts, etc. are required. 35) Site maintenance requirements indicated. Daily attention required. 36) Contractor Programs and Conduct of Personnel (behavior, tobacco, firearms, etc.). See Summary Spec. 37) Section Closeout Procedures and General Conditions should be reviewed by each bidder. Final payment will not be made until the requirements of these sections and General Conditions are completed. Sales tax final accounting report also required. 38) Project Record Documents must be kept up-to-date on the project and will be checked periodically during the Work of the project.

9 39) Section Selective Demolition : note requirements for scheduling and coordination with other Work of the project, as well as schedule for completing the Work of the Project, which are generally indicated in this Section and in detail on the Drawings and other parts of the Project Manual. 40) GC is responsible for accepting all existing field dimensions prior to starting work. 41) Site tour and overview of project and scope by Aho Architects. 42) Other comments: 43) Questions? a) A prospective bidders asked about the extents of the protection requirements at the entries/exits. i) Answer: The building will be occupied during construction, thus, there will be people entering at exiting. Per the Summary section of the Project Manual, the GC shall be responsible for protection of the occupants exiting the building. The means and methods of protection are per the GC. b) A prospective bidder asked if the overflow drains needed separate piping to exterior. i) Answer: In an existing situation, the code allows the overflow drains to be connected to the existing primary drain. c) A prospective bidder asked if the metal coping needed to be under the roofing manufacturer s warranty. i) Answer: Yes. d) A prospective bidder asked of a weighted/non-penetrating guardrail could be used at Roof 1/Stage. i) Answer: No. The guardrail shall be securely attached to the structural concrete deck. e) A prospective bidder asked if the 4.5 inches of insulation was the minium or the averge. i) Answer: A minimum of R-25 is required over the entire roof. See slope minimums in Addendum 2. 44) Additional site visits Please be respectful and minimize disruption of the Owner s ongoing operations. Contact Cory Carter. 45) Closing remarks.

10

11 PROPOSAL FORM ABC Form C 3 August 2001 To: Gadsden State Community College Date: (Awarding Authority) In compliance with your request 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 the Open- End Agreement for Misc. Projects, Pkg. C Auditorium Roof Replacement (AHO ARCHITECTS, LLC # ) TO BE COMPLETED IN 75 CALENDAR DAYS in accordance with Drawings and Specifications, dated 08/18/2017, prepared by Aho Architects, LLC. 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 the 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. Sales tax is not to be included in bids below. List taxes as directed in attached Form C-3A and per Section BASE BID: For construction complete as shown and specified, the sum of Dollars ($ ) ALTERNATES (See Specification Section for more information). ALTERNATE #1 (ADD): For Code Upgrades, add to the base bid the sum of: Dollars ($ ) ALTERNATE #2 (ADD): For Roof Replacement at Roof 2/Orchestra, Roof 4/Offset/Stair, Roof 5/Projection Booth, and Roof 6/Lobby, add to the base bid the sum of: Dollars ($ ) ALTERNATE #3 (ADD): For SBS Modified Bituminous Membrane Roofing at Roof 1/Stage, Roof 2/Orchestra, Roof 3/Auditorium and Roof 5/Projection Booth, add to the base bid the sum of: Dollars ($ ) Page 1 of 3

12 ABC Form C 3 August 2001 ALTERNATE #4 (ADD): For SBS Modified Bituminous Membrane Roofing at Roof 4/Stair/Offset and Roof 6/Lobby, add to the base bid the sum of: Dollars ($ ) ALTERNATE #5 (ADD): For Contingency Allowance, add to the base bid the sum of: Dollars ($ ) UNIT PRICES FOR APPLICATION TO CHANGE ORDERS: Submit the following Unit Prices applicable to both additive and deductive changes (same unit price). Unit prices shall include overhead, profit, and all other related costs for the item(s) indicated. (See Specification Section for more information). No. Description Unit Unit Price (print clearly) Replacement of damaged deck at Roof 1 SF $ 3/Auditorium 2 Replacement of damaged deck at Roof 6/Lobby SF $ Replacement of damaged structural deck at Roof 1/Stage (4 structural concrete) Replacement of damaged intermediate deck at Roof 1/Stage (lightweight concrete) Replacement of damaged deck at Roof 2/Orchestra Replacement of damaged deck at Roof 4/Stair/Offset Replacement of damaged deck at Roof 5/Projection Booth SF $ SF $ SF $ SF $ SF $ 8 Hail Damage Repair Patch Per patch $ 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 45 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 the 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. BIDDER S ALABAMA LICENSE: State License for General Contracting: License Number Bid Limit Type(s) of Work Page 2 of 3

13 ABC Form C 3 August 2001 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 also 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. Certification Pursuant To Act No : Alabama Law (Section , Code of Alabama 1975) provides that every bid submitted and contract executed shall contain a certification that the vendor, contractor, and all of its affiliates that make sales for delivery into Alabama or leases for use in Alabama are registered, collecting, and remitting Alabama state and local sales, use, and/or lease tax on all taxable sales and leases into Alabama. By submitting this bid, the bidder is hereby certifying that they are in full compliance with Act No , they are not barred from bidding or entering into a contract pursuant to , and acknowledges that the awarding authority may declare the contract void if the certification is false. 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, vicepresident, 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. Page 3 of 3

14 Note: Shaded portion not in project scope. Roof Office I Upper Roof Office I Lower Roof Connector Roof Office II Roof Breezeway Roof Stage Roof Orchestra Roof Auditorium Roof Projection Booth Roof Lobby 1 Key Plan w/ Roof designations - Pkg. C 1" = 30'-0" Roof Offset/Stair Open-End Agreement for Miscellaneous Projects, Package C - Auditorium Roof Replacement Gadsden State Comunnity College 1001 George Wallace Drive, Gadsden, AL BC # Key Plan w/ Roof Designations Project number Date Drawn by /22/2017 JPJ ASD-4 Checked by TAA Scale 1" = 30'-0" 9/22/2017 9:49:50 AM