STANTEC ARCHITECTURE ARCHITECTS PLANNERS ENGINEERS 3001 Bee Caves Road Suite 300 Austin, TX April 29, 2016

Size: px
Start display at page:

Download "STANTEC ARCHITECTURE ARCHITECTS PLANNERS ENGINEERS 3001 Bee Caves Road Suite 300 Austin, TX April 29, 2016"

Transcription

1 ADDENDUM NUMBER ONE TO PLANS AND SPECIFICATIONS FOR ELGIN HIGH SCHOOL CTE CANOPY ADDITION ELGIN INDEPENDENT SCHOOL DISTRICT STANTEC ARCHITECTURE ARCHITECTS PLANNERS ENGINEERS 3001 Bee Caves Road Suite 300 Austin, TX April 29, 2016 This Addendum is generally separated into sections for convenience; however, all contractors, subcontractors, material suppliers and other involved parties shall be responsible for reading the entire Addendum. Failure to list an item(s) in all affected sections of this Addendum does not relieve any party affected from performing per instructions, provided the information is set forth one time anywhere in the Addendum. This document shall become attached to and part of the construction documents for the aforementioned project. CLARIFICATIONS AND MODIFICATIONS TO THE PROJECT DOCUMENTS: SPECIFICATIONS ITEM 01 ITEM 02 ITEM 03 ITEM 04 ITEM 05 ITEM 06 Pre-Proposal Conference Agenda and Sign In Sheet. Refer to attachment (5 pages). Section INVITATION TO PROPOSERS FOR COMPETITIVE SEALED PROPOSALS ADD: SELECTION CRITERIA: Elgin ISD reserves the right to interview Proposer if deemed necessary. Section INSTRUCTIONS TO PROPOSERS ADD: 11. RESERVATION OF RIGHTS: Elgin ISD reserves the right to interview Proposer if deemed necessary. Section BID PROPOSAL FORM REPLACE: SECTION BID PROPOSAL FORM in its entirety. Refer to attachment (3 page). Section ALTERNATES ADD: SECTION ALTERNATES in its entirety. Refer to attachment (1 page). Section CHAIN LINK FENCES AND GATES REVISE 2.9.C. High Density Polythylene (HDPE) slats. DRAWINGS ITEM 01S S111 FOUNDATION PLAN REVISE Detail 3/S111 TYPICAL PIER DETAIL. Refer to attachment ADD.01-SKS-1 (1 page). END OF ADDENDUM NUMBER ONE ELGIN HIGH SCHOOL CTE CANOPY ADDITION ELGIN ISD STANTEC PROJECT# Addendum No APRIL

2 PRE-BID CONFERENCE FOR ELGIN HIGH SCHOOL CTE CANOPY ADDITION ELGIN INDEPENDENT SCHOOL DISTRICT Elgin High School County Line Road Elgin, TX PROJECT NO April 27, :30 P.M.

3 KEY PERSONNEL: TITLE AND LOCATION OF THE PROJECT: OWNER: Elgin High School CTE Canopy Addition County Line Road Elgin, TX N. Avenue C. Elgin, TX Dr. Jodi Duron Superintendent of Schools Mr. Rainey Lann Executive Director of Operations ARCHITECT-ENGINEER: Stantec Architecture Architects-Engineers-Planners 3001 Bee Caves Road, Suite 300 Austin, Texas V F Tavo Reyes, Project Manager tavo.reyes@stantec.com Cristy Bickel, Senior Project Architect cristy.bickel@stantec.com CONSULTANTS: Lighting HCE - Hendrix Consulting Engineers 115 East Main Street Round Rock, Texas V F Buck Hendrix, P.E. buckh@hcengineer.com STRUCTURAL ENGINEER Stantec Architecture Architects-Engineers-Planners 3001 Bee Caves Road, Suite 300 Austin, Texas V F Joan Gallup, P.E. joan.gallup@stantec.com

4 INFORMATION TO BIDDERS BID DATE: May 5, 2016 BID TIME: BID OPENING LOCATION: 2:00 p.m. Administration Building 1002 N. Avenue C. Elgin, TX Proposal must be in Sealed Envelope marked as follows: Elgin High School CTE Canopy Addition Attention: Purchasing Director 1002 N. Avenue C. Elgin, TX PROPOSAL TO INCLUDE: Base Proposal Forms Qualification Statement Selection Criteria List of Subcontractors Bid Bond Required Forms SELECTION CRITERIA: Each Proposal will be evaluated based on the Selection Criteria included in the Invitation to Proposers and Instructions to Proposers. Elgin ISD reserves the right to interview Proposers if deemed necessary. SUMMARY OF WORK: (2) Pre-Engineered Canopies. Chain link Fence with Rolling Gate. Swinging Driveway Security Gate. TIME OF COMPLETION: July 31, 2016 PRODUCT SUBSTITUTIONS: No later than 4:00 pm on Thursday, April 28, No substitutions after bid date. Refer to Spec. Section for requirements. QUESTIONS ABOUT PROJECT DOCUMENTS: No later than 4:00 pm on Thursday, April 28, ADDENDA: Addenda No. 01 to be issued by end of business on Friday, April 29, 2016.

5 ALLOWANCES: Refer to Spec. Section Total of (2) Allowances included in project. Allowance No. 01 $25,000 Owner s Allowance No. 02 $25,000 Pier Overages ALTERNATES: Refer to Spec. Section (Addendum No 1) Alternate No. One: Provide price for scope related to the Road Access Gate referenced in details F6, E6, E7, D6, D7, C7, B7 / A113. UNIT PRICES: Refer to Spec. Section Total of (4) Unit Prices to be included in the Bid Proposal. Item No. 01 Additional 18 Diameter Pier with 36 Bell (caissons) per Linear Foot. Item No. 02 Additional 18 Diameter Casing with 36 Bell per Linear Foot Item No. 03 Additional 24 Diameter Pier with 48 Bell (caissons) per Linear Foot. Item No. 04 Additional 24 Diameter Casing with 48 Bell per Linear Foot BOARD APPROVAL: WEEKLY JOB MEETINGS: TESTING LAB: SECURITY: TOBACCO FREE: Contractor will be selected at the May Board of Trustees Meeting. Contractor will attend/coordinate bi-weekly meetings. Meeting time to be selected by Owner and Architect. Selected by Owner. Contractor will be required to coordinate with testing lab. Owner will pay for testing lab. Criminal History record information will be required by every employee on the job site. The entire project is tobacco free at all times. Use of tobacco on this campus will not be tolerated. QUESTIONS:

6

7 Elgin High School CTE Canopy Addition Stantec Project No Issued For: Addendum No 1 April 29, 2016 SECTION BID PROPOSAL FORM PROJECT: PLACE ELGIN HIGH SCHOOL CTE CANOPY ADDITION 14000COUNTY LINE ROAD ELGIN, TX BID DATE: THURSDAY MAY 5, 2016 BID TIME: TO: 2:00 P.M. ELGIN INDEPENDENT SCHOOL DISTRICT Pursuant to and in compliance with the Invitation to Bid and the proposed Contract Documents dated April 8, 2016, prepared by STANTEC ARCHITECTURE relating to the above referenced project, the undersigned, hereby proposes and agrees to fully perform the work within the time stated and in strict accordance with the proposed Contract Documents, and addenda thereto, for the following sum of money: BASE BID All labor, materials, services, and equipment necessary for completion of the work shown on the drawings and in the specifications except the work indicated by the alternates. DOLLARS ($ ) ALTERNATES The following are alternates to the Base Bid: It is understood that if no figure is listed for an Alternate, that the Alternate may be accepted and there shall be no change in the Base Bid amount indicated above. Strike out (add) or (deduct) as required for each alternate. Refer Division 1 Section "Alternates" for complete description of the alternates. Alternate No. One: Provide price for scope related to the Road Access Gate referenced in details F6, E6, E7, D6, D7, C7, B7 / A113. If the Owner elects to proceed with Alternate Number One, (add) (deduct) the sum of: DOLLARS ($ ) UNIT PRICES The following are unit prices. Refer to Division 1 Section "Unit Prices" for a complete description of unit prices. Provide only one price for additional or less amounts of each item indicated. Submission of more than one price may be grounds for rejection of Bid. 1. Drilled Piers - The undersigned agrees, in case of variation of quantities from those shown or specified, the following unit prices shall be used in adjusting the Contract Price. If additional pier footage is authorized by the Architect, the following amount shall be added to the Contract Price. If less pier footage is authorized by the Architect, the following amount shall be deleted from the Contract Price. Include one price only for each pier size. The price for addition or deletion of pier footage shall be the same. Unit price includes complete pier per lin. ft., including drilling, reinforcing, concreting and removing spoilage. 18"-dia. Piers with 36 bell, price per lin. ft. $ 2. Steel Casings - If steel casings for piers are required by soil conditions and authorized by the Architect, then the following unit prices shall be used in determining the extra cost. Steel casings for piers are anticipated for existing soil conditions. The following unit prices shall be used in determining any extra cost or credit to the Owner: 24"-dia with 48 bell. piers, price per lin. ft. $ BID PROPOSAL FORM

8 Elgin High School CTE Canopy Addition Stantec Project No Issued For: Addendum No 1 April 29, Drilled Piers - The undersigned agrees, in case of variation of quantities from those shown or specified, the following unit prices shall be used in adjusting the Contract Price. If additional pier footage is authorized by the Architect, the following amount shall be added to the Contract Price. If less pier footage is authorized by the Architect, the following amount shall be deleted from the Contract Price. Include one price only for each pier size. The price for addition or deletion of pier footage shall be the same. Unit price includes complete pier per lin. ft., including drilling, reinforcing, concreting and removing spoilage. 18"-dia. Piers with 36 bell, price per lin. ft. $ 5. Steel Casings - If steel casings for piers are required by soil conditions and authorized by the Architect, then the following unit prices shall be used in determining the extra cost. Steel casings for piers are anticipated for existing soil conditions. The following unit prices shall be used in determining any extra cost or credit to the Owner: 24"-dia with 48 bell. piers, price per lin. ft. $ CONTRACT EXECUTION - If awarded this contract the undersigned shall execute a satisfactory Construction Contract, Performance Bond, Labor and Material Payment Bond and proof of insurance coverage, with the Owner for the entire work as per the Contract Documents within 10 days after notice of award. It is agreed that this proposal is subjected to the Owners acceptance for a period of 30 (Thirty days) from the above date. Enclosed is a Certified Check or Bidders Bond in the amount of $, in compliance with the specification requirements. (5% of highest amount bid). The above Check or Bidders Bond is to become the property of the Owner in the event the Construction Contract (when offered by the Owner) and the bonds and proof of insurance coverage are not executed within the time set forth above. EXTRA WORK The undersigned agrees that should any change in the work or extra work be ordered, the allowance for overhead and profit combined shall be as scheduled below, but in no case shall it exceed 15%. The following applicable percentages shall be added to the extra work cost as defined by Article 7 of the General Conditions. Allowance to the Contractor for overhead and profit for extra work provided by his own forces %. Allowance to the Contractor for overhead and profit for extra work provided by a subcontractor and supervised by the Contractor %. The General Contractor shall not be allowed to charge the Owner for "extended overhead" charges relating to change orders or weather delays. The undersigned agrees to the following: To furnish all labor and materials as shown and specified. To complete the base proposal (and any Alternates selected) including anticipated delay days due to inclement weather or muddy ground conditions in calendar days. To work working days per week. To start work days after notice of award of contract. The full amount of all allowances as specified in the General Requirements, Division 1, of the Specifications, is included in the Base Proposal price shown. Receipt is acknowledged of the following addenda: No. Dated No. Dated No. Dated No. Dated BID PROPOSAL FORM

9 Elgin High School CTE Canopy Addition Stantec Project No Issued For: Addendum No 1 April 29, 2016 By execution and submission of this Bid, the Bidder attests and affirms that he and his subcontractors are skilled and experienced in the use of plans, specifications, addenda and related bid documents, and that he has carefully reviewed the plans, specifications, addenda and related bid documents for this project and has found them to be sufficient for bidding and construction purposes. Further, he has carefully examined the soils reports and the site of the work, and - through his own personal observations - has satisfied himself as to the nature, location and requirements of the work; the character, quality and quantity of materials required; the difficulties likely to be encountered; the other items and/or conditions which may affect the satisfactory performance of the work. He has based his bid solely on these documents - and personal observations - and has not relied in any way on any explanation or interpretation - oral or written - from any source other than those written and issued by the Architect/Engineer. Representations: by execution and submission of this Bid, the Bidder hereby represents and warrants to the Owner as follows: The Bidder has read and understands the Bid Documents and the Contract Documents and the Bid is made in accordance with the Bid Documents. By submitting this Bid, each Bidder agrees to waive any claim it has or may have against the Owner, the Architect/Engineer, and their respective employees arising out of or in connection with the administration, evaluation, or recommendation of any Bid; waiver of any requirements under the Bid Documents, or the Contract Documents; and award of the Contract. Bidder agrees that the Owner has the right to accept or reject any or all Bids and to waive all informalities. Respectfully submitted, By: Signature Title (Seal - if Bidder is a corporation) Company Address City, State, Zip Code Telephone Number Address LIST OF MAJOR SUBCONTRACTORS AND SUPPLIERS TO BE USED ON THIS PROJECT: SUBCONTRACTOR/SUPPLIER COMPANY NAME: COMPANY LOCATION: Canopy: Fencing: Concrete (Foundation and Framework): END OF SECTION BID PROPOSAL FORM

10 Elgin High School CTE Canopy Addition Stantec Project No Issued For: Addendum No 1. April 29, 2016 SECTION ALTERNATES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section specifies administrative and procedural requirements for Alternates. 1. Definition: An Alternate is an amount proposed by Bidders and stated on the Bid Proposal Form for certain construction activities defined in the Bidding Requirements that may be added to or deducted from Base Bid Proposal amount if the Owner decides to accept a corresponding change in either the amount of construction to be completed, or in the products, materials, equipment, systems or installation methods described in Contract Documents. 2. Coordination: Coordinate related Work and modify or adjust adjacent Work as necessary to ensure that Work affected by each accepted Alternate is complete and fully integrated into the project. 3. Notification: Immediately following the award of the Contract, prepare and distribute to each party involved, notification of the status of each Alternate. Indicate whether Alternates have been accepted, rejected or deferred for consideration at a later date. Include a complete description of negotiated modifications to Alternates. 4. Schedule: A "Schedule of Alternates" is included at the end of this Section. Specification Sections referenced in the Schedule contain requirements for materials and methods necessary to achieve the Work described under each Alternate. a. Include as part of each Alternate, miscellaneous devices, accessory objects and similar items incidental to or required for a complete installation whether or not mentioned as part of the Alternate. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION 3.1 SCHEDULE OF ALTERNATES A. Alternate No. One: Provide price for scope related to the Road Access Gate referenced in details F6, E6, E7, D6, D7, C7, B7 / A113. END OF SECTION ALTERNATES

11 01 PIER AND COLUMN ADD 1 AVADECK COLUMN, BASE PLATE AND ANCHOR RODS TO BE DESIGNED BY OTHERS, TYP. EACH PIER LOCATION 4'-0" MIN. - MATCH TOP OF PIER ELEVATION AT ALL PIERS PROVIDE SLOT IN PIER SHOWN IN S111/6 TYPE "B" REFER TO PLAN NOTE: PROVIDE EXTRA 2" OR 1 1/2" TURNS OF SPIRAL TOP AND BOTT. SHAFT DIA (IN) PIER REINF VERT REINF TIES 18" 8 - #5 12" O.C. 24" 8 - #6 12" O.C. 3" CLR (TYP) TEMPORARY CASING IF REQUIRED PER SOILS REPORT OR FIELD CONDITIONS BEARING STRATUM STIFF TO VERY STIFF YELLOWISH TAN TO DARK OLIVE BROWN CLAY 3' - 0" MINIMUM SEE PLAN FOR SHAFT AND BELL SIZES C:\Users\Public\Documents\Local_Revit_Files\ _ElginCATE_S16_dgwin.rvt TX REG F STANTEC REFERENCE SHEET TITLE 3 TYPICAL PIER DETAIL 3/4" = 1'-0" ELGIN HIGH SCHOOL CTE CANOPY ADDITION FOUNDATION PLAN REFERENCE SHEET # S111 PROJECT #: SCALE: As indicated SKETCH #: ADD 01.SKS-1 REVISION #: ISSUE DATE: ADD