Morgantown, Kentucky JKS # BG # Liberty Street Hopkinsville, KY Winchester Road Suite 200 Lexington, KY 40505

Size: px
Start display at page:

Download "Morgantown, Kentucky JKS # BG # Liberty Street Hopkinsville, KY Winchester Road Suite 200 Lexington, KY 40505"

Transcription

1 ADDENDUM #2 PROJECT: OWNER: ARCHITECT: ENGINEER: Morgantown, Kentucky JKS # BG # Butler County Board of Education 203 N Tyler Street Morgantown, KY JKS Architecture 402 Liberty Street Hopkinsville, KY N3D Group 1204 Winchester Road Suite 200 Lexington, KY ISSUE DATE: August 7, 2015 ISSUED BY: JKS ARCHITECTURE The following items modify the project documents as indicated: Item # 1: Specification Sections: Invitation To Bid, Form of Proposal and z KDE Form of Proposal: New Bid Date: August 25, :00 PM Local Time at the Butler County Learning Center/ATC Meeting Room, 799 Veterans Way, Morgantown, KY. New Pre-Bid Meeting Date: August 13, :00 PM Local time at the Butler County High School, Morgantown, KY. Item # 2: Specification Section Statement of Special Inspections page 2: Architectural Systems are included. Page 15: Scope for suspended ceilings shall read: Attachment & System Compliance of Support Grid as Applicable in Seismic Design Category C. Item # 3: Specification Section Telescoping Stands add item #2, 3, B.2f. Provide electric motors in 208 voltage and 3 phase. Item # 4: Specification Section Laboratory Fume Hood: Subject to compliance with requirements add Campbell Rhea to list of acceptable manufacturers. Addendum # 2 Page 1 of

2 Item # 5: Item # 6: Item # 7: Specification Section Wood Laboratory Casework : Subject to compliance with requirements, add Campbell Rhea to the list of acceptable manufacturers. Specification Section Plastic Laminate Faced Architectural Cabinets : Subject to compliance with the requirements, add MSI (Morgan Smith, LLC) of Columbia, KY to the list of acceptable millwork shops. Specification Section Telescoping Bleachers. Add item 2.3G. G. Metro Telescopic Platform Chair System Chairs (Bank B only) 1. Seats: a. Shall be cantilevered, self-centering, automatic threequarters lift with over center retracting feature for ease of row passage and janitorial access. b. Seat shall be tested and professionally certified through an independent testing laboratory to support and withstand an evenly distributed 600 lb. static load without failure or irregularities that would impair usefulness. c. Self-lifting seat shall be tested and professionally certified through an independent testing laboratory to withstand 350,000 operating cycles without failure of seat mechanism or measurable component wear. d. Seat shall be tested and professionally certified to withstand 10,000 impacts of a 40 lb. sandbag dropped on the center of the seat from each of the following heights: 6, 8, 10, and 12. The rate of impacts shall be approximately 18 per minute with the total quantity of impacts equaling 40, Backs: a. Back shall withstand an evenly distributed front or rear static load of 450 lbs. b. Back shall be tested and professionally certified to withstand, without failure, 40,000 swinging impacts each to the front and rear of the back by means of two opposing 40 lb. sandbags. The sandbags shall be moved horizontally and equally for 10,000 cycles each at the following distances of 6, 8, 10 and 12 at a rate of 35 cycles per minute. c. Back shall withstand, without failure, an evenly distributed Horizontal Traverse Static Load of 200 lbs. The load shall be applied to the top of the back at a 45-degree angle to the row of seats. 3. Armrests shall be tested and professionally certified to withstand, without failure, a 200 lb. static load applied both perpendicular to and vertically down on the arm. Addendum # 2 Page 1 of

3 4. Materials (Flammability) shall satisfy applicable test, codes, standards, or requirements as follows: a. Copolymer polypropylene shall have a burn rate of 1 inch per minute or less per ASTM Semi-Automatic Operation: Rows of chairs shall be manually raised or lowered as one unit with spring-counter-balance to offset weight. Semi-Automatic operation will require depressing a foot pedal to activate the unlocking system to lower each row of spring-counter-balanced chairs. Unlocking shall be performed from an aisle. a. Chair Dimensions (1) Seat up envelope: 15 1/8 (2) Seat down envelope: 21 ½ (3) Seat height: 17 5/8 (4) Armrest height: 25 ¼ (5) Back height: 31 ¾ Item # 8: See attached revised specification sections: Form of Proposal 00300z KDE Form of Proposal (page one only) Summary of Alternates & Allowances For revisions to bid date and additional alternate bids. Item # 9: Specification Section Special Conditions Revise Item 1.1.A to read: Contractor must complete the work within the specified dates as follows: Work may begin upon receipt of an executed contract (expected to be on or about September 22, 2015) Substantial Completion: November 20, 2015 Final Completion: December 4, 2015 Revise Item 1.2.A to read: Contractor must complete the work within the specified dates as follows: Work may begin upon receipt of an executed contract (expected to be on or about September 22, 2015) Substantial Completion: November 20, 2015 Final Completion: December 4, 2015 Addendum # 2 Page 1 of

4 Revise Item 1.3.A to read: Contractor must complete the work within the specified dates as follows: Work may begin upon receipt of an executed contract (expected to be on or about September 22, 2015) Substantial Completion: February 28, 2016 Final Completion: March 15, 2016 END OF ADDENDUM # 2 Addendum # 2 Page 1 of

5 BUTLER COUNTY SCHOOLS BG # RENOVATIONS JKS # MORGANTOWN, KENTUCKY SECTION FORM OF PROPOSAL To: BUTLER COUNTY BOARD OF EDUCATION MORGANTOWN, KENTUCKY 2:00 P.M. C.D.T., August 25, 2015 The following pages are the COMMONWEALTH OF KENTUCKY, DEPARTMENT OF EDUCATION, DIVISION OF FACILITIES MANAGEMENT S, FORM OF PROPOSAL. By completing and affixing signature to this form the Contractor Acknowledges The Kentucky Department of Labor s Prevailing Wage Determination for Butler County Kentucky is applicable to and shall be complied with by all Contractors and Subcontractors on this project. NOTE: A complete bid consists of the following: 1. Bid Bond, submitted with Form of Proposal. 2. Acknowledgement of all addendum(s). Submitted on Form of Proposal. 3. Form of Proposal. Alternate Bids (submitted w/bid) List of Proposed Subcontractors (submitted with bid) List of Proposed Suppliers and Manufacturer s (submitted within one hour of bid) Unit Prices (submitted within one hour of bid) Direct Material Purchases (submitted within four days of bid) 4. Summary & Breakout of Bid, Section (submitted with bid) END OF SECTION FORM OF PROPOSAL

6 KENTUCKY DEPARTMENT OF EDUCATION 702 KAR 4:160 FORM OF PROPOSAL BG No Date: August 25, 2015 To: Owner) _Butler County Board of Education Project Name: _Butler County Schools 2015 Renovations Bid Package No. _General Contractor City, County: Morgantown/Butler County, Kentucky Name of Contractor: MailingAddress: Business Address: Telephone: Having carefully examined the Instructions to Bidders, Contract Agreement, General Conditions, Supplemental Conditions, Specifications, and Drawings, for the above referenced project, the undersigned bidder proposes to furnish all labor, materials, equipment, tools, supplies, and temporary devices required to complete the work in accordance with the contract documents and any addenda listed below for the price stated herein. Addendum (Insert the addendum numbers received or the word "none" if no addendum received.) BASE BID: For the construction required to complete the work, in accordance with the contract documents, I/We submit the following lump sum price of: Use Figures Dollars & Cents Use Words Use Words ALTERNATE BIDS: (If applicable and denoted in the Bidding Documents) For omission from or addition to those items, services, or construction specified in Bidding Documents by alternate number, the following lump sum price will be added or deducted from the base bid. Alternate Bid No. Alternate Description + (Add to the Base Bid) - (Deduct from the Base Bid) No Cost Change from the Base Bid) Alt. Bid No. 1 See Section Alt. Bid No. 2 See Section Alt. Bid No. 3 See Section Alt. Bid No. 4 See Section Alt. Bid No. 5 See Section Alt. Bid No. 6 See Section Alt. Bid No. 7 See Section Alt. Bid No. 8 See Section Alt. Bid No. 9 Not Used Alt. Bid No. 10 Not Used A maximum of 10 Alternate Bids will be acceptable with each Base Bid. Do not add supplemental sheets for Alternate Bids to this doc Form of Proposal 2013 Page 1 of 1 BG #

7 BUTLER COUNTY SCHOOLS BG # RENOVATIONS JKS # MORGANTOWN, KENTUCKY SECTION SUMMARY OF ALTERNATES AND ALLOWANCES PART 1 - GENERAL 1.1 Drawings and General Provisions of the Contract, including General and Supplementary Conditions and Division One Specification sections, apply to work of this section. 1.2 Where so stated in the specifications, bid those products listed as approved and when a specification product is listed to be bid as base bid, do so with the provision that an alternate product with and alternate price is permitted. 1.3 Owner may accept or reject alternate bids in any order or combination. 1.4 Alternate Bids: Alternate Bid #1: Alternate Bid #2: Bidder shall state the bid amount change (add/deduct) to delete the paving work for the driveway leading to the football field where indicated on Drawings SD-1.0 and SD Bidder shall state the bid amount change (add/delete) to delete all quartz epoxy resinous flooring from the contract. Existing ceramic tile shall remain. Alternate Bid #3: Alternate Bid #4: Alternate Bid #5: Alternate Bid #6: Alternate Bid #7: Bidder shall state the bid amount change (add/deduct) to delete all front face graphics on the new telescoping stands in the gymnasium. Bidder shall state the bid amount change (add/delete) to supply RTU-1 and RTU-2 as manufactured by Trane Corporation per drawings and specifications. Bidder shall state the bid amount change (add/delete) to supply all HVAC controls associated with RTU-1 and RTU-2, including programming and training of Owner, to be fully integrated into the existing Trane Summit Control System. Bidder shall state the bid amount change (add/delete) to remove existing floor slab & replace drain pipe from sink to dilution pit. See plumbing drawings, plumbing Note #5. Bidder shall state the bid amount charge (add/deduct) to delete all work associated with installing new rooftop units RTU-1 and RTU-2, including but not limited to: Demolition, transition curb, roof flashing, installation of RTU-1 and RTU-2 and the associated control systems. SUMMARY OF ALTERNATES AND ALLOWANCES

8 BUTLER COUNTY SCHOOLS BG # RENOVATIONS JKS # MORGANTOWN, KENTUCKY Alternate Bid #8: Bidder shall state the bid amount change to DELETE ALL WORK IN LOCKER ROOM AREAS (Rooms 107 thru 118, 127 thru 140 and Room 142). (This alternate shall not include deletion of quartz opoxy resinous flooring, see Alternate #2 above). Work on doors 113A, 116A, 118A, 127A, 128A, 139B & 140A shall remain in contract. 1.5 Allowances: Allowance #1: Allowance #2: Allowance #3: Bidder shall include in his base bid the removal and replacement complete of 3,700 square yards of existing pavement and base as detailed on the drawings. Add to or deduct from the bid will be based on actual quantities removed and unit prices. Bidder shall include in the base bid the undercut of existing pavement subgrade and backfill with compacted stone complete of 250 cubic yards. This allowance is for those areas of pavement removal that require additional remediation. Add to or deduct from the bid will be based on actual quantities used and unit prices. Bidder shall include in the base bid the milling of 1,200 square yards of existing pavement as detailed on the drawings. Milling shall be 1 ½ deep. Add to or deduct from the bid will be based on actual quantities used and unit process. END OF SECTION SUMMARY OF ALTERNATES AND ALLOWANCES