Henderson County High School Career and Technical Education Addition and Renovation Addendum # 1

Size: px
Start display at page:

Download "Henderson County High School Career and Technical Education Addition and Renovation Addendum # 1"

Transcription

1 Henderson County High School Career and Technical Education Addition and Renovation Addendum # 1 Date: April 24, 2015 Attached Pre Bid Agenda Attached Pre Bid Sign In Sheet Attached Addendum # 1 from RBS Section Advertisement for Bids Trade Package #2, # 3, # 4 and # 6 have been consolidated to Trade Package # 1 Sections Language Specific to Individual Bids See Attached Revised Sections 1. Bid Date has changed to May 6 2:00 Central Time End of Addendum 2

2 Henderson County High School C.T.E Addition and Renovation Pre-Bid Meeting Date: April 15, 2015 Time: 10:00 AM Central Time 1. Bids are due April 29, 2015, at 1:30 PM - CT, at the Henderson County Board of Education, 1805 Second Street, Henderson, KY Two copies of the Form of Proposal plus a 5% Bid Bond must be submitted in a manila envelope with the Project name and Bid Package number affixed to the outside of the envelope. Bids are good for sixty (60) days. Owner reserves the right to accept or reject any and all bids. 2. Questions regarding this project must be ed to the architect Kyle Abney- RBS Design Group Architecture (kyle@rbsdesigngroup.com) and the Construction Manager Neal Guess (nguess@codellconstruction.com). End of business day April 22, 2015 is the cutoff date for ed questions. Questions after that date may be answered by the CM (270) Ext 2 or (859) The Form of Proposal is located in Volume One, Section of the Specifications. Be certain to insert all Addenda, Alternates, and spell out the bid amount as well as insert the dollar figure you are bidding. Base Bid must includes all labor and materials necessary to perform the work, including break-out materials that you will list in Section Supplemental Form of Proposal. Materials listed in section should not include KY sales tax. The bid envelope must include Section 00200, 00201, 00202, 00203, 00204, 00205, Section required from accepted bidder within 4 days of notice refer to Section for clarification. 4. Prevailing wages are in effect for this Project, provided in Section Contractor shall call the Dept. of Labor regarding to any questions concerning what rates apply. 5. The Project is to be completed in 180 Consecutive Calendar Days from time of Notice to Proceed. If not completed within that time Liquidated Damages will be charged at the rate of $1, per calendar day for the time required to complete the project. Lost and/or adverse weather days will be recorded and the schedule adjusted at each Monthly Management Meeting. These days only apply to critical path and will be added to schedule on an added day per lost day basis at no cost to the owner. Subcontractor is responsible to man the job in order to keep the schedule.

3 6. Particular attention is made to Section 01900, Language Specific to Individual Bids. If Section is completed, taxes for the materials listed should not include KY Sales Tax. 7. Section Codes, Standards and Industry Specifications, under Quality Control and Testing Laboratory Services; The owner will provide special testing inspections as needed. 8. Section 01500, Construction Facilities and Temporary Controls Bid Package # 1 is responsible for Barriers, Fences, Temporary Enclosures, BMP, Cleaning Roads & Drives, Waste Disposal Facilities and Sanitary Facilities. 9. Contact all utility companies for possible locations of underground utilities. 10. Contractor responsible to contact All County, City and State authorities for tax, licenses, permits or fee requirements. 11. An ed copy of Daily Work Log required to be sent to CM. 12. These minutes and Sign in Sheet will be issued to all plan holders as part of Addendum # 1.

4 rn t Henderson County High School C.T.E. PRE-BID SIGN IN SHEET COl JS"I ItlJCl"ION MANAGEMENT SilK~ 1908._,,... ""' Ill IV' '._U IV Name Neabti~.o /13#1~ Com pan Codell Construction CdftJWL?M. Phone Number - Address e,v -r...._, ' -~-

5

6

7

8

9

10

11

12

13

14

15

16

17

18 BID PACKAGE: # 1 SECTION LANGUAGE SPECIFIC TO INDIVIDUAL BIDS (CONTRACTOR / SUPPLIER) INCLUDED: 1. The requirements of all Division 0 and Division 1 Sections apply to this and all Contract Packages. 2. Furnish, install and warrant all work shown on the drawings and described in the following specification sections: Selective Demolition Earthwork Termite Control Hot-Mix Asphalt Paving Chain-Link Fences and Gates Lawn and Grasses Cast-In-Place Concrete Plant-Precast Structural Concrete Unit Masonry Assemblies Structural Steel Steel Joist Steel Deck Metal Fabrications Gratings Ornamental Handrails and Railings Steel Handrails and Railings Miscellaneous Carpentry Interior Architectural Woodwork Spray Polyurethane Foam Insulation and Air Barrier System Open Cell Spray Polyurethane Foam Insulation Firestopping Joint Sealants Standard Steel Doors and Frames Flush Wood Doors Sectional Overhead Doors Aluminum Entrances and Storefronts Door Hardware Glazing Gypsum Board Assemblies Directories Metal Lockers

19 10530 Protective Covers Acoustical Panel Ceilings Resilient Floor Tile Visual Display Boards Signs Metal Lockers Fire Protection Specialties Protective Covers 3. Layout 4. Cleanup 5. Coordination with other trades 6. Contractor is responsible for filing for NOIT and implementing Best Management Plan (BMP) and all monitoring as required by the plan including closeout. 7. Furnish as much dumpster yardage as necessary for general construction. 8. Contractor is responsible for grading the site adjacent to the building to correct ruts created by construction activities. Contractor shall perform grading operations a minimum of (4) four times during course of the project. This work will be directed by CM. 9. Contractor will be responsible for Traffic Control so that construction activities do not impede any of the school operation. 10. Contractor is responsible for all wood blocking except for blocking required for specific trade contractors that is not shown on the drawings. 11. Contractor shall include two hundred fifty (250) man hours for BOTH a skilled carpenter and labor to be used at the direction of the CM. 12. Contractor is responsible for providing, installing and maintaining safety cables and/or barriers at all floors and openings, including the roof, stair railings. Safety cable and/or barriers must be installed as soon as work conditions allow and removed upon the direction of the Construction Manager. Safety cables and/or barriers shall meet OSHA standards. 13. Contractor is responsible for providing, installing, and maintaining and removal of temporary enclosures/barriers. Temporary enclosures/barriers shall be installed in all openings (regardless of when the windows are shown to be installed) as directed by the Construction Manager. Temporary HENDERSON COUNTY HIGH SCHOOL KY TECH CAREER AND TECHNOLOGY EDUCATION AND REMODEL 2

20 enclosures/barriers will be required at all Phases for egress. Contractor shall coordinate placement of temporary enclosures/barriers with local authorities. 14. Contractor is responsible for keeping water removed from the building during construction. 15. An allowance for the face brick shall be provided at $500.00/ Furnish, install and remove temporary shoring as deemed necessary during selective demolition. Contractor must provide a design by a licensed engineer. 17. Contractor is responsible for relocating and storing (if necessary) of salvageable items for the owner. 18. All Miscellaneous Carpentry Work except for Roof, Plumbing/Mechanical, Electrical and Fire Protection 19. Contractor responsible for supplying and installing masonry reinforcement. 20. Contractor shall provide temporary heater, enclosures and gas/propane so not to delay masonry during winter months. 21. Contractor is responsible for grouting all hollow metal frames. 22. Contractor is responsible for toothing in door frames in existing masonry walls. 23. Contractor is responsible for all masonry infill of walls where items such as existing doors are removed. 24. Contractor is responsible for all joint sealants except for joint sealants in Bid Package Contractor should pay particular attention to note on Sheet S 2.1 concerning replacing existing walls required to be removed for new footing installation. 26. Contractor is responsible for all items to be removed on sheet C 1.0 except for existing gas meter to be relocated, Coordination meetings required with other trades before any demolishing can begin. 27. Contractor is responsible for all general and key notes on sheet D1.1, Coordination meetings required with other trades before any demolishing can begin. 28. Contractor is responsible for grouting under steel columns as shown on drawings. 29. Contractor is responsible for relocating and storing (if necessary) of salvageable items for the owner. 30. Contractor is responsible for patching or repairing wall surface as a result of their demolition in areas that are left exposed. 31. Contractor shall fill all existing unused holes in floor slabs (except for holes associated directly to another trade contractor s package). 32. Contractor responsible for floor prep required for resilient floor tile. 33. Note that lockers have CMU bases as shown on details 6&7 on Sheet A 3.2 of the construction Documents 34. Contractor is responsible for keeping existing building weather tight during all aspects of the demolition and renovation. 35. Contractor shall include and maintain 1000 linear feet of chain link fence as described in Section item #2. Contractor also responsible for two 12'-0" opening gates. 36. Contractor responsible to verify that service to other areas of the building that are to remain occupied will not be interrupted by demolition and new work. HENDERSON COUNTY HIGH SCHOOL KY TECH CAREER AND TECHNOLOGY EDUCATION AND REMODEL 3

21 37. Contractor is responsible for flashing as it pertains to their scope of work. Coordination must exist between Contractors whose work joins one another. 38. Contractor will be responsible for any extra CMU or Drywall work if the demolition work is deemed excessive by the CM. 39. Contractor is responsible for patching or repairing wall surface as a result of their demolition in areas that are left exposed. Contractor is responsible for all aspects of temporarily enclosing the building including but not limited to window openings, door openings, louver openings etc... Maintenance of this work shall also be accounted for in the bid. Contractor must use reinforced plastic, plywood and/or drywall as the bulk material. The Contractor shall reference the schedule to determine if and when temporary enclosures are required. Temporary enclosure must occur if a successor task(s) on the schedule requires a minimum heat or cooling temperature (drywall mud etc ) in order to complete the work. The Construction Manager and Contractor will coordinate the commencement/removal of all temporary enclosures. Any contractor found intentionally damaging the temporary enclosures will replace them at their own expense. 40. Contractor shall include a one time interim cleaning within bid. Interim Cleaning is defined the same as final cleaning except no window cleaning. Interim cleaning will occur prior to the architect's punchlist. Final Cleaning will occur immediately after all punchlist work is complete in such area. 41. All work must be coordinated with all local authorizes having jurisdiction. BREAKOUT ITEMS: ASPHALT DOOR HARDWARE FIRE PROTECTION SPECIALTIES HOLLOW CORE PLANKS METAL LOCKERS PROTECTIVE COVERS STEEL DECK STEEL JOISTS STONE / D.G.A VISUAL DISPLAY BOARDS DRYWALL ALUMINUM WINDOWS DIRECTORIES CONCRETE FENCES AND GATES FLUSH WOOD DOORS METAL FABRICATIONS OVERHEAD DOORS SIGNAGE STEEL DOORS & FRAMES STEEL PIPE HANDRAILS & RAILINGS STRUCTURAL STEEL ACOUSTIC CEILING TILE AND GRID METAL STUDS FLOORING MATERIALS LOCKERS SPECIAL INSTRUCTIONS: 1. Refer to Alternates Section It is the responsibility of the Bidder to determine if any alternates are applicable to their bid. 2. Review all pages of the plans and specifications to ensure coordination of your work with other trades. HENDERSON COUNTY HIGH SCHOOL KY TECH CAREER AND TECHNOLOGY EDUCATION AND REMODEL 4

22 3. REFER TO THE FRONT OF SECTION LANGUAGE SPECIFIC TO INDIVIDUAL BIDS-ITEMS 1 THROUGH 11. Bidder is advised that all work to be performed will be governed solely by the plans, specifications and addenda. Bidder is directed to the above specification sections for technical information and any additional items of work involved. Special attention is directed to Section 01900, page 2, #11 HENDERSON COUNTY HIGH SCHOOL KY TECH CAREER AND TECHNOLOGY EDUCATION AND REMODEL 5

23 BID PACKAGE: # 5 SECTION LANGUAGE SPECIFIC TO INDIVIDUAL BIDS (CONTRACTOR / SUPPLIER) INCLUDED: 1. The requirements of all Division 0 and Division 1 Sections apply to this and all Contract Packages. 2. Furnish, install and warrant all work shown on the drawings and described in the following specification sections: Miscellaneous Carpentry Thermoplastic Membrane Roofing Sheet Metal Flashing and Trim Manufactured Roof Specialties 3. Layout 4. Cleanup 5. Coordination with other trades 6. Contractor shall provide and install any additional wood blocking that is not shown in the bid documents or specified but is required for the installation of the items listed in Bid Package #5. The cost shall be included in the base bid. 7. Contractor is responsible for saw cutting joints to allow for installation of flashing. 8. Provide walk pads as called out in RBS addendum # 1 9. All work must be coordinated with all local authorizes having jurisdiction. BREAKOUT ITEMS: GUTTERS & DOWNSPOUTS ROOF ACCESSORIES THERMOPLASTIC MEMBRANE ROOF LUMBER ROOF INSULATION SPECIAL INSTRUCTIONS: 1. Refer to Alternates Section It is the responsibility of the Bidder to determine if any alternates are applicable to their bid. 2. Review all pages of the plans and specifications to ensure coordination of your work with other trades. 3. REFER TO THE FRONT OF SECTION LANGUAGE SPECIFIC TO INDIVIDUAL BIDS-ITEMS 1 THROUGH 11.

24 Bidder is advised that all work to be performed will be governed solely by the plans, specifications and addenda. Bidder is directed to the above specification sections for technical information and any additional items of work involved. Special attention is directed to Section 01900, page 2, #11 HENDERSON COUNTY HIGH SCHOOL KY TECH CAREER AND TECHNOLOGY EDUCATION AND REMODEL 2

25 BID PACKAGE: # 7 SECTION LANGUAGE SPECIFIC TO INDIVIDUAL BIDS (CONTRACTOR / SUPPLIER) INCLUDED: 1. The requirements of all Division 0 and Division 1 Sections apply to this and all Contract Packages. 2. Furnish, install and warrant all work shown on the drawings and described in the following specification sections: Painting Joint Sealants 3. Layout 4. Cleanup 5. Coordination with other trades 6. Contractor responsible for all prep work required for surfaces to receive paint. 7. All work must be coordinated with all local authorizes having jurisdiction. BREAKOUT ITEMS: PAINT & COATINGS SPECIAL INSTRUCTIONS: 1. Refer to Alternates Section It is the responsibility of the Bidder to determine if any alternates are applicable to their bid. 2. Review all pages of the plans and specifications to ensure coordination of your work with other trades. 3. REFER TO THE FRONT OF SECTION LANGUAGE SPECIFIC TO INDIVIDUAL BIDS-ITEMS 1 THROUGH 11. Bidder is advised that all work to be performed will be governed solely by the plans, specifications and addenda. Bidder is directed to the above specification sections for technical information and any additional items of work involved. Special attention is directed to Section 01900, page 2, #11

26 BID PACKAGE: # 8 SECTION LANGUAGE SPECIFIC TO INDIVIDUAL BIDS (CONTRACTOR / SUPPLIER) INCLUDED: 1. The requirements of all Division 0 and Division 1 Sections apply to this and all Contract Packages. 2. Furnish, install and warrant all work shown on the drawings and described in the following specification sections: Earthwork (excavating and backfilling for underground Mechanical work and appurtenances) Cast-In-Place Concrete (equipment pads and bases for Mechanical items only) Miscellaneous Carpentry for Plumbing/Mechanical Work Firestopping for Plumbing/Mechanical Work Demolition General Provisions Balancing of Air System Basic Materials & Methods Pipes, Valves & Fittings Identification Plumbing Piping Piping Specialties Mechanical Insulation Excavation Insulation Water Supply System Soil, Waste & Storm Water Systems Plumbing Fixtures & Trim Gas Piping System Domestic Water Heaters Packaged Rooftop Units Air Distribution System Metal Ducts Vehicle Exhaust System Direct Digital Control-HVAC

27 3. Layout 4. Cleanup 5. Coordination with other trades 6. Contractor is responsible for, but not limited to all mechanical demolition key notes. 7. Contractor is responsible for relocation of existing dust collector and all accessories required except electrical work. 8. Contractor responsible for repair of existing structure and finishes after removal of dust collector. 9. Contractor responsible for removal of existing dust collector foundation and return area to match existing surfaces. 10. Contractor is responsible for patching and repairing existing floor slab where existing floor slab has been removed due to demo of existing plumbing. 11. Contractor is responsible for patch and repair of walls and ceilings affected by the mechanical scope of work whether it be removal of existing or installation of new except for the roof metal decking and associated steel roof framing. 12. Contractor is responsible for providing and removing temporary support for existing mechanical items due to demolition. 13. Contractor is responsible to form and place concrete equipment pads for own work. 14. Contractor is responsible for excavating and backfilling all new trench work associated with own scope of work. 15. Contractor is responsible for sealing all penetrations on piping including fire penetration caulk systems. 16. Contractor is responsible for patching or repairing wall surface as a result of their demolition in areas that are left exposed. Contractor will be required to saw and tooth-in any openings at masonry walls where openings are larger than 2" exposed to view. 17. Contractor shall fill all existing unused holes in floor slabs due to removal of piping, duct or equipment. 18. Contractor is responsible for access panels in drywall ceilings for mechanical access if necessary. 19. Contractor responsible to verify that service to other areas of the building that are to remain occupied will not be interrupted by demolition and new work. 20. Contractor responsible for any and all gas line work. 21. Contractor is responsible for concrete equipment pads required for mechanical items. 22. Contractor is responsible for all joint sealants around plumbing fixtures. 23. Note existing gas meter (to be relocated) as call out on sheet C Contractor is responsible for all local utility cost, fees, and permits associated with their scope of work which may also include tap fees. 25. Contractor is responsible for any extra wood blocking required by their shop drawings that are not shown on the prints. Bid Package #1 (General Trades) has all wood blocking shown on prints. 26. Contractor is responsible providing and installing the temporary heating/cooling/humidity devices necessary for the project. During the finish HENDERSON COUNTY HIGH SCHOOL KY TECH CAREER AND TECHNOLOGY EDUCATION AND REMODEL 2

28 stages of construction such as drywall, Contractor to maintain humidity control within the building to not exceed 65% humidity. The owner will pay for the cost of metered gas / propane / fuel oil. 27. HVAC units may be started prior to Substantial Completion; however the contractor is responsible for providing the required warranty durations from Substantial Completion, not start up. 28. All work must be coordinated with all local authorizes having jurisdiction. BREAKOUT ITEMS: VEHICLE EXHAUST SYSTEM HVAC EQUIPMENT LOUVERS AND VENTS PIPE, FITTINGS AND PIPE SUPPORTS PLUMBING FIXTURES REGISTERS, GRILLES, DIFFUSERS AND LOUVERS VALVES AND COCKS CONTROLS INSULATION MOTOR CONTROLLERS PLUMBING EQUIPMENT PLUMBING SPECIALTIES SHEET METAL AND DUCTWORK SPECIAL INSTRUCTIONS: 1. Refer to Alternates Section It is the responsibility of the Bidder to determine if any alternates are applicable to their bid. 2. Review all pages of the plans and specifications to ensure coordination of your work with other trades. 3. REFER TO THE FRONT OF SECTION LANGUAGE SPECIFIC TO INDIVIDUAL BIDS-ITEMS 1 THROUGH 11. Bidder is advised that all work to be performed will be governed solely by the plans, specifications and addenda. Bidder is directed to the above specification sections for technical information and any additional items of work involved. Special attention is directed to Section 01900, page 2, #11 HENDERSON COUNTY HIGH SCHOOL KY TECH CAREER AND TECHNOLOGY EDUCATION AND REMODEL 3

29 BID PACKAGE: # 9 SECTION LANGUAGE SPECIFIC TO INDIVIDUAL BIDS (CONTRACTOR / SUPPLIER) INCLUDED: 1. The requirements of all Division 0 and Division 1 Sections apply to this and all Contract Packages. 2. Furnish, install and warrant all work shown on the drawings and described in the following specification sections: Earthwork (excavating and backfilling for underground electrical work and appurtenances) Cast-In-Place Concrete (equipment pads and bases for electrical items only) Miscellaneous Carpentry for Electrical Work Firestopping for Electrical Work Demolition Basic Electrical Requirements Basic Material & Methods Wireway with Hinged Cover Panelboards 16136A Panelboard Surge Protection 16136B Switchgear Surge Protection Switches & Receptacles Motor Starters 16160D Contactors Switches Switchgear Electrical Service System Distribution Panel Board Lighting Fixtures Paging System Fire Alarm System

30 3. Layout 4. Cleanup 5. Coordination with other trades 6. Contractor responsible for all demo of electrical devices/equipment shown on plans. 7. Contractor responsible for all temporary lighting. 8. Contractor is responsible for providing and removing temporary support for existing electrical items due to demolition. 9. Contractor is responsible for removal and replacement of all finishes such as but no less than ceilings, walls, floors, sidewalks, pavement, and landscaped areas required to perform the electrical scope. 10. Contractor is responsible for patching and repairing existing floor slab where existing floor slab has been removed due to demo of existing electrical unless a new slab is shown. 11. Contractor is responsible for excavating and backfilling all new trench work associated with electrical work. 12. Contractor is responsible for access panels in drywall ceilings for electrical access if necessary. 13. Contractor is responsible for all concrete pads and bases required for their equipment. 14. Contractor is responsible for running temporary power to the Codell Construction job trailer. 15. Contractor is responsible for, but not limited to all electrical demolition key notes. 16. Contractor is responsible for electrical work associated with relocating existing dust collector. 17. Contractor responsible for repair of existing structure and finishes after removal of dust collector affected by the electrical scope of work. 18. Contractor is responsible for patching and repairing existing floor slab where existing floor slab has been removed due to demo of existing electrical. 19. Contractor is responsible for patch and repair of walls and ceilings affected by the electrical scope of work whether it be removal of existing or installation of new work. 20. Contractor is responsible for excavating and backfilling all new trench work associated with own scope of work. 21. Contractor is responsible for sealing all penetrations associated with electrical work including fire penetration caulk systems. 22. Contractor is responsible for patching or repairing wall surface as a result of their demolition in areas that are left exposed. Contractor will be required to saw and HENDERSON COUNTY HIGH SCHOOL KY TECH CAREER AND TECHNOLOGY EDUCATION AND REMODEL 2

31 tooth-in any openings at masonry walls where openings are larger than 2" exposed to view. 23. Contractor responsible to verify that service to other areas of the building that are to remain occupied will not be interrupted by demolition and new work. 24. Contractor is responsible for all fees and permits associated with their scope of work. 25. Contractor is responsible for any extra wood blocking required by their shop drawings that are not shown on the prints. Bid Package #1 (General Trades) has all wood blocking shown on prints. 26. Contractor responsible temporary power to temporary heating or cooling systems. 27. Electrical devices may be started prior to Substantial Completion; however the Contractor is responsible for providing the required warranty durations from Substantial Completion, not start-up. 28. All work must be coordinated with all local authorizes having jurisdiction. 29. BREAKOUT ITEMS: CABINETS, OUTLET BOXES AND PULL BOXES ELECTRICAL DISTRIBUTION EQUIPMENT LIGHTING FIXTURES AND CONTROLS PANEL BOARDS RACEWAY AND FITTINGS WIRING DEVICES AND PLATES CABLE & CONDUCTORS FIRE ALARM, ALL SOUND SYSTEMS, CATV MOTORS, STARTERS, ETC. RACEWAY AND BOXES WIRE AND CABLE SPECIAL INSTRUCTIONS: 1. Refer to Alternates Section It is the responsibility of the Bidder to determine if any alternates are applicable to their bid. 2. Review all pages of the plans and specifications to ensure coordination of your work with other trades. 3. REFER TO THE FRONT OF SECTION LANGUAGE SPECIFIC TO INDIVIDUAL BIDS-ITEMS 1 THROUGH 11. Bidder is advised that all work to be performed will be governed solely by the plans, specifications and addenda. Bidder is directed to the above specification sections for technical information and any additional items of work involved. Special attention is directed to Section 01900, page 2, #11 HENDERSON COUNTY HIGH SCHOOL KY TECH CAREER AND TECHNOLOGY EDUCATION AND REMODEL 3

32 BID PACKAGE: # 10 SECTION LANGUAGE SPECIFIC TO INDIVIDUAL BIDS (CONTRACTOR / SUPPLIER) INCLUDED: 1. The requirements of all Division 0 and Division 1 Sections apply to this and all Contract Packages. 2. Furnish, install and warrant all work shown on the drawings and described in the following specification sections: Earthwork (excavating and backfilling for underground fire protection work and appurtenances) Cast-In-Place Concrete (equipment pads and bases for fire protection items only) Miscellaneous Carpentry for Fire Protection Fire stopping for Fire Protection Wet Pipe Sprinkler System 3. Layout 4. Cleanup 5. Coordination with other trades 6. Contractor is responsible for all concrete work necessary for fire suppression system work. 7. Contractor is responsible for all asphalt work necessary for the fire suppression system work 8. Contractor is responsible for earthwork excavating/backfilling and patching required for fire suppression system. 9. Any earthwork cannot be stockpiled on site-load to trailer or truck for disposal. 10. Contractor is responsible for, but not limited to all fire suppression system demolition key notes. 11. Contractor is responsible for patch and repair of walls, floors and ceilings affected by the fire suppression scope of work whether it be removal of existing or installation of new. 12. Contractor is responsible for providing and removing temporary support for existing fire protection system items due to demolition. 13. Contractor is responsible for sealing all penetrations on piping including fire penetration caulk systems. 14. Contractor is responsible for patching or repairing wall surface as a result of their demolition in areas that are left exposed. Contractor will be required to saw and

33 tooth-in any openings at masonry walls where openings are larger than 2" exposed to view. 15. Contractor is responsible for access panels in drywall ceilings for fire suppression system access if necessary. 16. Contractor responsible to verify that service to other areas of the building that are to remain occupied will not be interrupted by demolition and new work. 17. Contractor is responsible for all local fees and permits associated with their scope of work which may also include tap fees. 18. All work must be coordinated with all local authorizes having jurisdiction. BREAKOUT ITEMS: PIPE SUPPORTS AND HANGERS SPRINKLER PIPING SPRINKLER HEADS VALVES AND FITTINGS SPECIAL INSTRUCTIONS: 1. Refer to Alternates Section It is the responsibility of the Bidder to determine if any alternates are applicable to their bid. 2. Review all pages of the plans and specifications to ensure coordination of your work with other trades. 3. REFER TO THE FRONT OF SECTION LANGUAGE SPECIFIC TO INDIVIDUAL BIDS-ITEMS 1 THROUGH 11. Bidder is advised that all work to be performed will be governed solely by the plans, specifications and addenda. Bidder is directed to the above specification sections for technical information and any additional items of work involved. Special attention is directed to Section 01900, page 2, #11 HENDERSON COUNTY HIGH SCHOOL KY TECH CAREER AND TECHNOLOGY EDUCATION AND REMODEL 2

34 BID PACKAGE: # 11 SECTION LANGUAGE SPECIFIC TO INDIVIDUAL BIDS (CONTRACTOR / SUPPLIER) INCLUDED: 1. The requirements of all Division 0 and Division 1 Sections apply to this and all Contract Packages. 2. Furnish, install and warrant all work shown on the drawings and described in the following specification sections: All specifications listed in the individual trade packages that are being combined 3. Layout 4. Cleanup 5. Coordination with other trades BREAKOUT ITEMS: SPECIAL INSTRUCTIONS: 1. All special Instructions that are listed in the individual trade packages that are being combined. 2. Refer to Alternates Section It is the responsibility of the Bidder to determine if any alternates are applicable to their bid. 3. Review all pages of the plans and specifications to ensure coordination of your work with other trades. 4. REFER TO THE FRONT OF SECTION LANGUAGE SPECIFIC TO INDIVIDUAL BIDS-ITEMS 1 THROUGH 11. Bidder is advised that all work to be performed will be governed solely by the plans, specifications and addenda. Bidder is directed to the above specification sections for technical information and any additional items of work involved. Special attention is directed to Section 01900, page 2, #11