HARMONY LELAND-CLAY REPLACEMENT ELEMENTARY SCHOOL

Size: px
Start display at page:

Download "HARMONY LELAND-CLAY REPLACEMENT ELEMENTARY SCHOOL"

Transcription

1 ADDENDUM NO. 4 November 26, 2018 Page 1 TO PLANS AND SPECIFICATIONS FOR CONSTRUCTION OF HARMONY LELAND-CLAY REPLACEMENT ELEMENTARY SCHOOL FOR COBB COUNTY SCHOOL DISTRICT COBB COUNTY, GEORGIA DATED: JULY 1, 2018 CUNNINGHAM FOREHAND MATTHEWS & MOORE, ARCHITECTS, INC MANCHESTER STREET, N. E. ATLANTA, GEORGIA (404) SHL-D The following items shall take precedence over the plans and specifications (Project Manual) for the above named project and shall become a part of the Contract Documents. Where any items called for in the specifications or indicated on the drawings are supplemented hereby, the original shall remain in effect. Where any original item is amended, voided, or superseded hereby, the provisions of such item not specifically amended voided, or superseded shall remain in effect. The following items shall be incorporated in the Plans and Project Manual A. PROJECT MANUAL: ITEM NO. 1: SECTION BID PROPOSAL FORM: Replace section with revised section attached herein. Note corrections at Unit Price/Allowances. ITEM NO. 2: SECTION ROOF ACCESSORIES: At PART 2 - PRODUCTS, add the following: a. "PREFABRICATED PIPE CURBS: Provide pipe curbs for Vent Piping and Roof Mounted Hydrant passing thru roof, Drawing Details 7/P-3.2 and 9/P-3.2. Coordinate sizes required with number of pipes required. Units to be Pate PC-2 pipe curbs.

2 ADDENDUM NO. 4 November 26, 2018 Page 2 Sloping Roofs: Where slope of roof deck exceeds ¼" per ft., fabricate curb/support units with height tapered to match slope, to result in level installation of tops of units. Manufacturer: Subject to compliance with requirements, provide prefabricated curbs/equipment supports by one of the following: Custom Curb, Inc.; Chattanooga, TN The Pate Company; Broadview, IL ThyCurb Div./ThyBar Corp.; Addison, IL Roof Products and Systems Corporation" b. At current PREFABRICATED CURBS:, after the first sentence, add the following: "Applies to all penetrations other than Drawing Details 7 & 9/3.2." ITEM NO. 3: SECTION HVAC: At PART 2 - PRODUCTS, at 2.13 ENERGY RECOVERY UNITS:, AA., Replace sentence with the following: "Energy recovery units shall be of the size and capacity scheduled on the drawings and shall be as manufactured by Aaon, Addison, Modine, Trane or Valent." B. DRAWINGS: ITEM NO. 1: DRAWING C1.0: Add sketch SK-C1.0-3, dated 11/26/18 and attached herein. ITEM NO. 2: DRAWING C2.0: Add sketches SK-C2.0-5, 6, & 7, dated 11/26/18 and attached herein. ITEM NO. 3: DRAWING C3.0: Add sketch SK-C3.0-2, dated 11/26/18 and attached herein. ITEM NO. 4: DRAWING C3.1: Add sketches SK-C3.1-2 & 3, dated 11/26/18 and attached herein. ITEM NO. 5: DRAWING C3.2: Add sketches SK-C3.2-1 & 2, dated 11/26/18 and attached herein. ITEM NO. 6: DRAWING C3.6: Replace drawing C3.6 with revised drawing attached herein.

3 ADDENDUM NO. 4 November 26, 2018 Page 3 ITEM NO. 7: DRAWING C4.1: Add sketch SK-C4.1-1, dated 11/26/18 and attached herein. ITEM NO. 8: DRAWING C4.2: Add sketch SK-C4.2-1, dated 11/26/18 and attached herein. ITEM NO. 9: DRAWING C4.3: Add sketch SK-C4.3-1, dated 11/26/18 and attached herein. ITEM NO.10: DRAWING C4.4: Add sketch SK-C4.4-1, dated 11/26/18 and attached herein. ITEM NO.11: DRAWING C6.2: Add sketches SK-C6.2-1 & 2, dated 11/26/18 and attached herein. ITEM NO.12: DRAWING C7.3: Add sketch SK-C7.3-1, dated 11/26/18 and attached herein. ITEM NO.13: DRAWING S3.1: Add sketch SK-S3.1-1, dated 11/26/18 and attached herein. ITEM NO.14: DRAWING S3.2: Add sketches SK-S3.2-3 & 4, dated 11/26/18 and attached herein. ITEM NO.15: DRAWING S4.4: Add sketch SK-S4.4-1, dated 11/26/18 and attached herein. ITEM NO.16: DRAWING S8.1: Add sketch SK-S8.1-2, dated 11/26/18 and attached herein. ITEM NO.17: DRAWING S8.2: Add sketch SK-S8.2-1, dated 11/26/18 and attached herein. ITEM NO.18: DRAWING S9.1: Add sketch SK-S9.1-3, dated 11/26/18 and attached herein. ITEM NO.19: Add new drawing A2.9 attached herein.

4 ADDENDUM NO. 4 November 26, 2018 Page 4 ITEM NO.20: DRAWINGS A7.3 - A7.13: Where the following note occurs: "SEMCO SYSTEM (W/6" ANTI-FRACTURE MEMBRANE AT ALL JOINTS) ON ½" CEMENT BOARD SHEATHING (GLUED & SCREWED)." Change reference to "SEMCO SYSTEM" to read "SEAMLESS STONE FINISH." ITEM NO.21: DRAWING A9.1: Add sketch SK-A9.1-1, dated 11/26/18 and attached herein. ITEM NO.22: DRAWING E2.2 : Add sketch SK-E2.2-5, dated 11/26/18 and attached herein. ITEM NO.23: DRAWING E2.3 : Add sketch SK-E2.3-5, dated 11/26/18 and attached herein. ITEM NO.24: DRAWING E2.4 : Add sketch SK-E2.4-5, dated 11/26/18 and attached herein. ITEM NO.25: DRAWING E2.8 : Add sketch SK-E2.8-2, dated 11/26/18 and attached herein. ITEM NO.26: DRAWING E6.2 : Add sketch SK-E6.2-4, dated 11/26/18 and attached herein. ITEM NO.27: DRAWING E6.3 : Add sketch SK-E6.3-8, dated 11/26/18 and attached herein. C. PRODUCT AND/OR MANUFACTURER APPROVAL: None this addendum. End of Addendum No. 4

5 CFMM, Atlanta, GA REVISED 11/27/2018 S e c t i o n Bid Proposal Form DATE: SECTION BID PROPOSAL FORM BID P0519 TO: OWNER FROM: BIDDER'S NAME AND ADDRESS SUPERINTENDENT COBB COUNTY SCHOOL DISTRICT 514 GLOVER STREET MARIETTA, GA Gentlemen: 1. BASE BID: Pursuant to and in compliance with the Advertisement for Bids and the proposed Contract Documents relating to the construction of: PROJECT NAME: PROJECT NO. Harmony Leland Replacement Elementary School A004 including Addendum No./Clarification No., dated, dated, dated, dated, dated, dated, dated, dated, dated, dated the undersigned, having become thoroughly familiar with terms and conditions of the proposed Contract Documents and with local conditions affecting the performance, progress and cost of the work that is to be completed and having fully inspected the site in all particulars, hereby proposes and agrees to fully perform the work within the time stated and in accordance with the Contract Documents including furnishing any and all services, labor, materials, and equipment and to do all the work required to construct and complete said work in accordance with the Contract Documents for the following sum: ($ ) which Sum is hereinafter called the "Base Bid". Dollars 2. ALTERNATES: (None) Harmony Leland - Clay Replacement Elementary School, Cobb County, GA SHL-D02-18

6 CFMM, Atlanta, GA REVISED 11/27/2018 S e c t i o n Bid Proposal Form 3. UNIT PRICES: The following unit prices are amounts to be used for work that will be added to or deleted from the Contract by Change Order in the event such additional work may be requested or required. The quantities shown (in parenthesis) on the following schedule shall be included in the Base Bid as an allowance at the rates that the Contractor proposes. Unit prices are complete for labor, equipment, material, the hauling in of needed material and the hauling off and disposal of excess and unsuitable material, installation, applicable taxes, overhead and profit and all other incidental costs. Units will be measured in place. OWNER reserves the right to accept or reject these unit prices or require the Work to be performed on a time and material basis with complete daily breakdowns and logs submitted. DESCRIPTION Earthwork and Related Materials Unit Price/Allowance Schedule: (Quantities shown shall be included in the Base Bid as an Allowance). A. Mass Rock excavation, rock hauled off site. (Allow 250 cu. yd.) Unit Prices $ Per cubic yard= Amount of Allowance $ B. Trench Rock excavation, rock hauled off site. (Allow 250 cu. yd.) $ Per cubic yard= $ C. Excavate unsuitable soil and haul off-site. (Allow 1500 cu. yd.) $ Per cubic yard= $ D. Obtain suitable soil from on-site and compact in-place to replace excavated rock or unsuitable soil: (Allow 750 cu. yd.) $ Per cubic yard= $ E. Obtain suitable soil from off-site and compact in-place: (Allow 250 cu. yd.) $ Per cubic yard= $ F. Haul in and placement of #3 stone or #34 stone. (Allow 250 Tons) $ Per ton= $ G. Haul in and placement of #57 stone: (Allow 250 Tons) $ Per ton= $ H. Haul in and placement of GAB stone. (Allow 500 Tons) $ Per ton= $ Harmony Leland - Clay Replacement Elementary School, Cobb County, GA SHL-D02-18

7 CFMM, Atlanta, GA REVISED 11/27/2018 S e c t i o n Bid Proposal Form I. Haul in and placement of RIP RAP TYPE III (Allow 250 Tons) $ Per ton= $ J. Material and placement of geotechnical fabric (Tensar BX 1100 or equal): (Allow 1,250 Sq. Yds.) $ Per square yard = $ K. Material and placement of specified sod: (Allow 1,500 Sq. Ft.) $ Per square foot= $ L. Provide dewatering trench consisting of 24" x 24" cross section lined with "mirafi" filter fabric filled with #57 stone, in addition to trench also provide min. 100 lin.ft. of 4" dia. PVC pipe, for outlet purposes: (Allow 250 Lin. Ft. of dewatering trench) $ Per linear foot= $ M. Clear and grub additional property (Allow 1 AC) $ Per AC= $ N. Special Item: Haul off not associated with any base bid haul-off (Allow 12,000 cu. yd.) $ Per cubic yard= $ O. Retaining Wall: Based on retaining wall schedule & details at 2/S0.2, provide cost per linear foot, for average 7' high retaining wall, including footing, drainage, drainage mat, form liners, & backfill. (Allow additional 100 Lin. Ft.) $ Per linear foot= $ P. Retaining Wall: Based on retaining wall schedule & details at 3/S0.2, provide cost per linear foot for average 16' high retaining wall, including footing, drainage, & drainage mat. (Allow additional 150 Lin. Ft.) $ Per linear foot= $ TOTAL EARTHWORK ALLOWANCES TO BE INCLUDED IN BASE BID $ MISCELLANEOUS ALLOWANCES: A. ASPHALT ALLOWANCE: Contractor shall include in the Base Bid an Allowance of Fifty Thousand Dollars ($50,000.00) to cover possible asphalt cost escalation that may occur between the project Bid date and the originally scheduled date of installation for binder and for topping. Harmony Leland - Clay Replacement Elementary School, Cobb County, GA SHL-D02-18

8 CFMM, Atlanta, GA REVISED 11/27/2018 S e c t i o n Bid Proposal Form Contractor shall include in the Base Bid the total quantity and cost of asphalt paving on Bid day. The Asphalt Cement Index as listed by Georgia D.O.T. will be recorded on the Project Bid Date as the basis for the estimated cost of the asphalt on Bid day. Cost escalation applies only to topping and binder raw cost for asphalt types specified, not for base. For purpose of record keeping, Contractor shall separate Bid Date Quantities and costs for base, binder and topping in the initial Schedule of Values. Compensation for asphalt material cost escalation shall be determined at the time of asphalt installation based on the then current Asphalt Cement Index and the Contract adjusted accordingly up or down. Contractor shall submit documentation acceptable to the Architect prior to including this cost on a pay application. B. PERMIT ALLOWANCE: Contractor shall include in the Base Bid an Allowance of Fifteen Thousand Dollars ($15,000.00) to cover possible requests by the Fire Marshal or Building Inspector for modifications they may require during the course of the work. The Architect and Owner must approve the use of these funds. C. EMERGENCY RADIO AMPLIFICATION SYSTEM ALLOWANCE: Contractor shall include in the Base Bid an Allowance of Seventy-Five Thousand Dollars ($75,000.00) to cover the cost of testing for and installing a radio amplification system satisfactory for Fire Department communications. The Architect and Owner must approve the use of these funds. This allowance shall be included in the Base Bid. Note: Crusher run stone, #57 stone and #3 (#34) stone shall be used as directed by the Architect, without restriction, at the Unit Prices shown, i.e., remedial footing subgrade, general fill areas, remedial slab subgrade or drainage course, etc. The above allowances are to be used at the discretion of the Owner representatives and the Architect and are not intended for use by the Contractor without joint agreement by the Owner representative and the Architect. The above Unit Prices will also be used to determine any credit due the Owner on any changes in the work. Allowances shall be shown in the Schedule of Values for each item listed above. MISCELLANEOUS UNIT COSTS NOT INCLUDED AS ALLOWANCES The following unit prices are amounts to be used for work that will be added to or deleted from the Contract by Change Order in the event such additional work may be required. Unit prices are complete for labor, equipment, material, the hauling in of needed material and the hauling off and disposal of excess and unsuitable material, installation, acceptable taxes, overhead and profit and all other incidental costs. The Owner reserves the right to accept or reject these unit prices or require the work to be performed on a time and material basis with complete daily breakdown and logs submitted. Harmony Leland - Clay Replacement Elementary School, Cobb County, GA SHL-D02-18

9 CFMM, Atlanta, GA REVISED 11/27/2018 S e c t i o n Bid Proposal Form a. Furnish and install storm/sanitary sewer cleanout: 1. Furnish and install storm/sanitary sewer cleanout outside of pavement. $ /C.O. 2. Furnish and install storm/sanitary sewer cleanout within paved area. $ /C.O. b. Furnish and install pipe material including: 1. 3" diameter class 50 ductile iron pipe $ /L.F. 2. 4" diameter class 50 ductile iron pipe $ /L.F. 3. 7" diameter class 50 ductile iron pipe $ /L.F. 4. 8" diameter class 50 ductile iron pipe $ /L.F. 5. 8" diameter schedule 40 PVC $ /L.F " diameter schedule 40 PVC $ /L.F " diameter schedule 40 PVC $ /L.F " CMP $ /L.F " CMP $ /L.F " CMP $ /L.F " CMP $ /L.F " CMP $ /L.F " Type K copper pipe. $ /L.F. All CMP shall be fully asphalt coated or aluminized as per Section Cost shall include all appurtenances, including fittings, bands, wyes, etc. and all appurtenant details. c. Furnish and install: 1. Pre-cast concrete storm drainage structures. $ /V.F. 2. Brick storm drainage structures $ /V.F. 3. Heavy duty cast iron grate and frame $ /SET 4. Pre-cast sanitary sewer manholes per Cobb County Department of Public Utilities Standards $ /V.F. 5. Cast iron ring and cover as per Cobb County Department of Public Utilities Standards $ SET 6. Concrete curb and gutter as shown on Drawings for Construction in Right-of-Way $ /L.F. 7. Asphalt paving as shown on Drawings for Construction in Right-of-Way $ /L.F. d. Furnish and install Georgia D.O.T. Type C Erosion Control Fencing $ /L.F. The above unit prices will also be used to determine any credit due the Owner on any changes in the work. Harmony Leland Replacement Elementary School, Cobb County, GA SHL-D03-18

10 CFMM, Atlanta, GA REVISED 11/27/2018 S e c t i o n Bid Proposal Form 4. TIME OF COMPLETION: Bidder hereby agrees to commence actual physical work on the site with an adequate force and equipment within ten (10) days of a date to be specified in a written order of the Owner's (Notice to Proceed) and to substantially complete and finally complete the work by dates stated in Project Manual, Section For and in consideration of the sum of $1.00, the receipt of which is hereby acknowledged, the Undersigned agrees that this proposal may not be revoked or withdrawn after the time set for the opening of bids but will remain open for acceptance for a period of sixty (60) days following such time, and that the acceptance of Alternates by the Owner, for the amounts proposed, may occur with-in (60) sixty days of the contract award, and incorporated into the Contract by Change Order. 6. BID SECURITY: (CERTIFIED CHECK NOT ACCEPTED) Bid security in the amount of five percent (5%) of the Base Bid is attached in the amount of Dollars ($), which is to become the property of the Owner in the event the Contract and Performance Bonds are not executed within the time set forth, as liquidated damages for the delay and additional cost caused the Owner. The Undersigned agrees that upon receipt of the Notice of Acceptance of his Bid (NOTICE OF AWARD), he will, within ten (10) days from the Notice of Award, execute the formal Contract (AIA Document A101), and will deliver a Surety Bond for the faithful performance of this Contract and such other bonds and insurance as required by the specifications. The Undersigned further agrees that if he fails or neglects to appear within the specified time to execute the Contract of which this Proposal, the Bidding Documents and the Contract Documents are a part, the Undersigned will be considered as having abandoned the Contract, and the Bidder's Bond accompanying this Proposal will be forfeited to the Owner by reason of such failure on the part of the Undersigned. Harmony Leland Replacement Elementary School, Cobb County, GA SHL-D03-18

11 CFMM, Atlanta, GA REVISED 11/27/2018 S e c t i o n Bid Proposal Form 7. If awarded a contract, the Undersigned's surety will be. Respectfully submitted, Signature of an Individual: Doing Business as: Business Address: If a Partnership: By: Member of Firm Member of Firm Business Address: If Corporation: By: Title: Business Address: Telephone Number: (Seal - If bid is by Corporation) DATE OF BID State of Georgia General Contractor's License Number. End of Section Harmony Leland Replacement Elementary School, Cobb County, GA SHL-D03-18

12

13

14

15

16

17

18

19

20

21

22

23

24

25

26

27

28

29

30

31

32

33

34

35

36

37

38

39

40

41

42

43