PADUCAH DOME RELOCATION NORTH 6 TH STREET PADUCAH, KENTUCKY MARCUM ENGINEERING NO ADDENDUM 1.00 NOVEMBER 25, 2015

Size: px
Start display at page:

Download "PADUCAH DOME RELOCATION NORTH 6 TH STREET PADUCAH, KENTUCKY MARCUM ENGINEERING NO ADDENDUM 1.00 NOVEMBER 25, 2015"

Transcription

1 PADUCAH DOME RELOCATION NORTH 6 TH STREET PADUCAH, KENTUCKY MARCUM ENGINEERING NO ADDENDUM 1.00 NOVEMBER 25, 2015 The following Addendum Items shall be made part of the Contract Documents for the referenced project Refer to Sections , , and A MANDATORY PREBID MEETING will be held at the City of Paducah Commission Chambers Wednesday, December 2, 2015 at 10:00 a.m. CST. Attendance at the Prebid Meeting is mandatory for all prime bidders. To clarify, the meeting is not mandatory for subcontractors, suppliers, and similar support entities; although everyone is welcome to attend Refer to Section Revise the second paragraph to read: "Copies of Plans and Specifications may be obtained at the office of the Paducah Blueprint & Supply Co., Inc. located at 999 Broadway, Paducah, Kentucky. Two separate checks for $25 are required for each set of construction documents payable to. One check will be refunded upon return of construction documents. An electronic copy of the plans may be obtained on CD upon payment as required by Paducah Blueprint." 1.03 Refer to Section and the attached, revised Section Revise the following items as indicated on the attached document: a. Revise the Liquidated Damages Schedule as indicated in the revised Section. b. Delete requirements for Attachments of Items 2, 3, 4, 5, and Refer to Section and the attached, revised Section Revise the following items as indicated on the attached document: a. Revise Paragraph 1.1 to indicate Marcum Engineering, LLC as the certifying lead design professional. b. Revise the Liquidated Damages Schedule as indicated in the revised Section.

2 1.05 Refer to Section Revise the Liquidated Damages Schedule as indicated below: 2. Liquidated Damages Schedule: a. Substantial Completion occurring on or after March 18, 2016 to March 25, 2016 shall be $1,500 per calendar day. b. Substantial Completion occurring on or after March 26, 2016 to March 31, 2016 shall be $5,000 per calendar day in addition to accrued damages. c. Substantial Completion occurring on or after April 1, 2016 shall result in undetermined actual damages, as late completion is unacceptable and shall result in displacement of the 2016 AQS Quilt Show & Contest Refer to Drawing E:1 and Construction Note 5. The conduits shall extend from a location along the wall of the dome, adjacent to panel SUB:P3 and turn up at the Owner s designated location to serve the portable toilet buildings. Install caps on both ends, DO NOT GLUE CAPS Refer to Drawing E:2 and attached Sketch XE:1. The stated quadra:plex receptacle in Construction Note 12 shall be grouped adjacent to panel SUB:P3. See attached Sketch XE:1 for panel SUB:P3 schedule Refer to Drawing E:2 and Construction Note 6. The referenced exit fixtures are not shown on the plans. Install Owner s furnished exit fixture at each tagged location, locate fixture above doorway and connect to same circuit as emergency fixture shown. In addition install a furnished exit fixture at the entry to the air:lock Refer to Drawing E:2 and Construction Note 8 with arrows pointing toward panels P#, L#, and transformer. This Note shall be revised to 9 in lieu of Refer to Drawing E:3 and detail POWER DISTRIBUTION POINT BUSSING. This detail is typical of three instances Refer to Drawing E:3 and Detail 1. The feeders to serve panels L# shall be changed to match Drawing E:6, 4:#250 AL MCM, #6 CU grd. in 2:1/2 C Refer to Drawing E:3 and Detail 1 and note tagging Bell boxes. Circuits serving Metal Halide Lights originate at the respecting ballast cabinet associated with panel L# as indicated by the circuit number. All Quarts Lighting is fed from

3 panel EX. All Emergency Lighting packs and Exit fixtures are fed from the indicated P# panel as indicated by the circuit number Refer to Drawing E:5 and Detail 1. Change tags to indicate Drawing E:5. Construction Note 4 shall be changed to reference N.E.C. Table 250: Refer to Drawing E:6. The Secondary feeder from 150KVA transformers shall be 4:#800 AL MCM, #3 CU grd. in 4 C or 4:#600 CU MCM, #3 grd. in 3:1/2 C Refer to Drawing E:6. The Secondary feeder from 45KVA transformer to panel P4 shall be 4:#2 s, #6 CU grd. in 1:1/4 C or 4:#1/0 AL. #6 CU grd. in 1:1/2 C Refer to Drawing E:7 and panel schedules for L1, L2, and L3. The existing breakers feeding transformer of associated panel P# are 3P200A rated Refer to Drawing E:7 and Detail 5. Add a ¾ Ø X 10 copper clad ground rod and bond generator with a #6 bare ground wire Refer to Drawing E:8. The junction box (Bell box) tagged E:22 shall be moved to a location adjacent to box labelled N:22. Attachments: 1. Revised Section pages 2. Revised Section pages 3. Sketch XE:1 END OF ADDENDUM 1.00

4 BID PROPOSAL Proposal of (hereinafter called Bidder), organized and existing under the laws of (state) and doing business as *, as applicable to the (hereinafter referred to as Owner.) *Insert "A Corporation", A Partnership" or "An Individual" Paducah Dome Relocation North Sixth Street Paducah, Kentucky A. In compliance with your Invitation for Bid, Bidder hereby proposes to furnish all the necessary labor, material, equipment, tools and services necessary for Paducah Dome Relocation in accordance with the specifications and other contract documents. B. By submission of this Bid, each Bidder certifies that this Bid has been arrived at independent, without consultation, communication or agreement as to any matter relating to this Bid with any other Bidder or with any other competitor. C. Each Bidder understands that the right is reserved by the Owner to reject any and all Bids in accordance with the City of Paducah s Code of Ordinances and the Specifications. D. The Bidder further understands the quantities shown herein are estimates only and the Owner reserves the unlimited right to add to or delete from same at its discretion. In case of a discrepancy in the extension of a bid price, the unit price shall govern over the total price for all items. E. If notice of the acceptance of this Bid is given to the Bidder within Sixty (60) days after the time of receipt of Bids, the Bidder agrees to execute and deliver a contract in the prescribed form and furnish the required bonds within ten (10) days after the contract is presented to him for signature. F. Security in the sum of dollars ($ ) in the form of a Bid Bond or cashier s check is submitted herewith in accordance with the Specifications. This Security is furnished to the Owner as a guarantee that the agreement will be executed and all bonds required shall be furnished within ten (10) days after award of the Contract to the undersigned. G. Bidder hereby agrees to commence work under this contract on or before a date to be specified in the Notice to Proceed and to be substantially complete by March 17, 2016 and be fully complete by March 31, Bidder further agrees to pay as liquidated damages as scheduled below for each calendar days thereafter until project completion as provided in accordance with Specifications. BID PROPOSAL

5 H. As actual damages for any delay in completion are determinable, the Contractors and their sureties shall be liable for, and shall pay to the Owner, in accordance with the General Conditions, the aggregate sum of an escalated schedule below as fixed and agreed liquidated damages for each calendar day of delay until the work is substantially complete, accepted, issuance of Substantial Completion Certificate and issuance of Certificate of Occupancy by Authority Having Jurisdiction. I. Liquidated Damages Schedule: 1. Substantial Completion occurring on or after March 18, 2016 to March 25, 2016 shall be $1,500 per calendar day. 2. Substantial Completion occurring on or after March 26, 2016 to March 31, 2016 shall be $5,000 per calendar day in addition to accrued damages. 3. Substantial Completion occurring on or after April 1, 2016 shall result in undetermined actual damages, as late completion is unacceptable and shall result in displacement of the 2016 AQS Quilt Show & Contest. Attachments to the Bid Proposal Required: 1. Bid Bond in the amount of 5% of the bid. 2. All individual items marked by a NO on the Compliance With Technical Specifications form shall indicate the exception on a separate attached sheet. 3. Bidder s Affidavit Signed and Notarized. 4. All additional information as required within the Technical Specifications. BID DOCUMENTS Bid Documents including the Bid Guaranty, shall be enclosed in an envelope clearly labeled with the words "Bid Documents, Name of Project, Name of Bidder, and Date and Time of Bid Opening," in order to guard against premature opening of the bid. ADDENDA The undersigned hereby acknowledges receipt of the following Addenda: Addendum No. Addendum No. Addendum No. Dated Dated Dated BID PROPOSAL

6 BID PROPOSAL: ITEM DESCRIPTION AMOUNT 1. GENERAL CONSTRUCTION $ 2. SITEWORK $ 3. PLUMBING $ 4. MECHANICAL $ 5. ELECTRICAL $ TOTAL 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 Use Words Dollars & Use Words Cents BID PROPOSAL

7 LIST OF UNIT PRICES: Unit Prices shall include the furnishing of all labor, materials, suppliers, services and shall included all items of cost, overhead and profit for the Contractor and any Subcontractor involved, and shall be used uniformly without modification for either additions or deductions. The Unit Prices as established shall be used to determine the equitable adjustment of the Contract Price in connection with changes or extra work performed under the Contract. Failure to completely fill out all unit prices requested may result in bid rejection. DESCRIPTION OF WORK UNIT PRICE QTY 1. Mass earth fill, including compaction, haul-in $ /yd 3 2. Excavation of unsatisfactory material, off-site disposal $ /yd 3 3. Excavation of unsatisfactory material, on-site disposal $ /yd 3 4. Trench earth excavation, on-site disposal $ /yd 3 5. Trench backfill $ /yd 3 6. Removal and offsite disposal of concrete and debris $ /yd 3 7. Lean concrete fill $ /yd 3 8. Site concrete flatwork $ /s.f. 9. Asphalt pavement surface $ /ton 10. Asphalt pavement base $ /ton 11. Dense Grade Aggregate, in place $ /ton 12. Concrete Curb and Gutter $ /ton RCP, in place $ /l.f CMP, in place $ /l.f Sch. 40 PVC, in place $ /l.f PVC Conduit, Buried $ /linear ft PVC Conduit, Buried $ /linear ft BID PROPOSAL

8 LIST OF PROPOSED SUB-CONTRACTORS: List on the lines below each major branch of work and major material category for this project and the subcontractor or supplier involved with that portion of work. If the branch of work is to be done by the Contractor, so indicate. The listing of more than one subcontractor in a work category shall invalidate the bid. The listing of the bidder as the subcontractor for a work category certifies that the bidder has in current employment skilled staff and necessary equipment to complete that category. The architect/engineer will evaluate the ability of all listed subcontractors to complete the work and notify the owner. Listing of the bidder as the subcontractor may invalidate the bid should the architect s review indicate bidder does not have skilled staff and equipment to complete the work category at the time the bid was submitted. WORK PROPOSED COMPANY CONTACT PHONE % STORM SEWER PIPING AND STRUCTURES ASPHALT PAVING (SURFACE AND BINDER) DENSE GRADE AGGREGATE CONCRETE WALKS AND PADS EARTH MOVING CONCRETE CURB AND GUTTER SANITARY SEWER SERVICE PIPING WATER SERVICE PIPING CONCRETE FOUNDATIONS (DIVISION 3) NATURAL GAS UTILITIES (DIVISION 23) HVAC (DIVISION 23) Preferred Industries, Inc. PO Box 3374 Paducah, KY Bruce Jett (270) BID PROPOSAL

9 WORK PROPOSED COMPANY CONTACT PHONE % MECHANICAL (DIVISION 23) INSULATION (DIVISION 23) ELECTRICAL (DIVISION 26) COMMUNICATIONS (DIVISION 27) BID PROPOSAL

10 LIST OF MATERIALS/MANUFACTURERS: Every item listed under the different phases of construction must be clearly identified so that the Owner will definitely know what the bidder proposes to furnish. The use of a dealer's name or stating "as per plans and specifications" will not be considered as sufficient identification. MATERIAL DESCRIPTION MATERIAL/MANUFACTURER STORM SEWER PIPING AND STRUCTURES ASPHALT PAVING (SURFACE AND BINDER) DENSE GRADE AGGREGATE CONCRETE WALKS AND PADS POURED-IN-PLACE CONCRETE WIRING DEVICES The Bidder herein certifies that all specifications have been reviewed and that any variations to the said specifications, including exceptions to or enhancements to same, are clearly indicated as an attachment to this bid. THE ABOVE PROPOSAL IS HEREBY RESPECTFULLY SUBMITTED BY: BIDDER: BY: DATE: TITLE: ADDRESS: PHONE: FAX: CELL PHONE: FEDERAL TAXPAYER IDENTIFICATION NUMBER: KENTUCKY STATE REGISTRATION NUMBER: CITY OF PADUCAH BUSINESS LICENSE NUMBER: BID PROPOSAL

11 AGREEMENT FORM THIS AGREEMENT, made this day of, 2015 by and between the CITY OF PADUCAH, KY hereinafter called the OWNER, and, hereinafter called the CONTRACTOR, for the consideration hereinafter named, agree as follows: ARTICLE 1. SCOPE OF WORK 1.1 The Contractor shall furnish all of the materials and perform all of the work shown on the accepted Drawings and the attached Specifications for the PADUCAH DOME RELOCATION; and shall do everything required by this Agreement, the specifications and the Drawings as certified by Marcum Engineering, LLC and its Consultants. ARTICLE 2. TIME FOR COMPLETION AND LIQUIDATED DAMAGES 2.1 The work which the Contractor is required to perform under this Contract shall be commenced at the time stipulated by the Owner in the Notice to Proceed to the Contractor and be substantially completed by March 17, The work which the Contractor is required to perform under this Contract shall be commenced at the time stipulated by the Owner in the Notice to Proceed to the Contractor and be finally completed by March 31, The completion dates established above shall be enforced for all subsequent phases of the Project. 2.4 As actual damages for any delay in completion are determinable, the Contractors and their sureties shall be liable for, and shall pay to the Owner, in accordance with the General Conditions, the aggregate sum of an escalated schedule below as fixed and agreed liquidated damages for each calendar day of delay until the work is substantially complete, accepted, issuance of Substantial Completion Certificate and issuance of Certificate of Occupancy by Authority Having Jurisdiction. 2.5 Liquidated Damages Schedule: Substantial Completion occurring on or after March 18, 2016 to March 25, 2016 shall be $1,500 per calendar day Substantial Completion occurring on or after March 26, 2016 to March 31, 2016 shall be $5,000 per calendar day in addition to accrued damages Substantial Completion occurring on or after April 1, 2016 shall result in undetermined actual damages, as late completion is unacceptable and shall result in displacement of the 2016 AQS Quilt Show & Contest. AGREEMENT FORM

12 ARTICLE 3. THE CONTRACT SUM 3.1 The Owner shall pay the Contractor for the performance of the Contract, subject to additions and deductions approved by the Owner: as quoted in the Bid Proposal by the Contractor dated, which shall constitute full compensation for the work and services authorized herein. ARTICLE 4. ACCEPTANCE AND FINAL PAYMENT 4.1 Upon receipt of written notice from the Contractor that the work is ready for final inspection and acceptance, the Owner shall promptly make such inspection and upon approval, final payment shall be due within sixty (60) days, provided the work be then fully completed and the Contract fully performed. 4.2 Before issuance of final payment, the Contractor shall submit evidence satisfactory to the Owner that all payrolls, materials, bills, and other indebtedness connected with the work have been paid or otherwise satisfied. ARTICLE 5. THE CONTRACT DOCUMENTS 5.1 The Specifications and the certified drawings, together with this Agreement, form the Contract and they are as fully a part of the Contract as if thereto attached or herein repeated. IN WITNESS WHEREOF: The parties hereto have executed this Agreement, the day and year first above written. CONTRACTOR BY Name and Title THE CITY OF PADUCAH BY Gayle Kaler, Mayor ADDRESS: ADDRESS: P.O. Box 2267 Paducah, Kentucky AGREEMENT FORM

13 500 SOUTH 17th STREET PADUCAH, KENTUCKY PHONE COPYRIGHT, MARCUM ENGINEERING, LLC