4. Clarification: The site will be available starting on Wednesday June 14, 2017.

Size: px
Start display at page:

Download "4. Clarification: The site will be available starting on Wednesday June 14, 2017."

Transcription

1 ADDENDUM 1 ADDENDUM DATE: May 10, 2017 PROJECT: OWNER: ARCHITECT: BIDS DUE: Swansboro High School 161 Queens Creek Road Swansboro, NC Broadhurst Road Jacksonville, NC Smith Sinnett Architecture, P.A Lake Boone Trail, Suite 205 Raleigh, North Carolina Thursday, May 18th, 2017 at 2:00 p.m. Offices 200 Broadhurst Road Jacksonville, NC Please note, Project Addenda and Bidders List will be ed to all bidders. Among other items, this Addendum addresses issues raised in the Pre Bid Meeting & Site Tour held on May 4th, 2017 at 10:00 a.m. Pre Bid notes and sign in sheet of those that attended are attached. This Addendum shall be included in the contract for the above referenced project. All General, Supplementary and Special Conditions, etc., as originally specified or as modified below shall apply to these items. General 1. Clarification: The south parking lot adjacent to the Gymnasium will be available as a staging area during construction. Contractor is responsible for securing the parking lot as needed for their use and their protection. No students or staff will be permitted in the area, but proper protection including of signage and safety fencing must be employed as needed to protect individuals against harm. 2. Clarification: The parking shall be surveyed visually and photographically for existing damage and the documentation forwarded to Smith Sinnett. Additional damage to parking lots and sidewalks must be repaired to as new condition. 3. Clarification: As noted above contractor is to visually and photographically survey the existing condition of the building prior to the start of construction. Make note of the quality & condition of the existing brick work, metal fascia & soffit. Alert the architect of any areas of concern. 4. Clarification: The site will be available starting on Wednesday June 14, Clarification: will provide power & water throughout construction. Addendum 1 ADD 1-1

2 6. Clarification: The areas of work & staging shall have orange or other appropriate color safety fencing to prevent students & staff from entering. 7. Clarification: The maintenance staff will remove the vent pipe on the hot water heater (adjacent to the south pilaster) prior to construction. They will install it once the project is completed. 8. Clarification: The Contractor shall take care to not cut through the insulation behind the brick. 9. Clarification: Per 2/A1 01 Expansion Joint Schedule, joints are to be free of mortar & debris and allowed to rest a minimum of one week. Architect will inspect & approve all joints before installation of backer rod & sealant. 10. Clarification: Per 1/A1 01 Floor Plan, the new joints at the east & north pilasters (N4, N5, N6, & N7) are to be 1 0 from the inside corner of the pilaster. 11. Clarification: Per 1&2/A2 02 Section Details, the joints are to be cut through the top course of veneer brick. The metal fascia, soffit, & framing is to be protected during work, removed, stored, & replaced as needed to access the top course of brick. 12. Clarification: No waterproofing sealer is to be applied to the face of the brick. 13. Clarification: If upon removal of the face brick from the pilaster a uniform surface cannot be achieved, the new face brick may be positioned up to 2 out from the face of the concrete pilaster in order to achieve a plumb brick face. The space between the pilaster and face brick to be filled solid with mortar. Specifications 14. Section Proposal Forms: REPLACE Section with attached Section The revised section includes UP/A Section Allowances: ADD paragraphs to state the following: 3.3.G. 3.3.G G.2 Allowance No. A 7: REPLACEMENT BRICK Allow an amount, per square foot, for replacement of existing damaged brick in areas around expansion joints, windows, and doors, that are to be identified by architect & owner. Allowance shall be based on the unit price quoted in the Proposal. Allowance shall include shipping and taxes for material. Quantity: 400 sf. Addendum 1 ADD 1-2

3 16. Section Unit Prices: ADD paragraphs to state the following: Drawings 3.1.F. 3.1.F F.2 Allowance No. UP/A 7: REPLACEMENT BRICK Purpose: To adjust the contract sum in case a quantity different from that indicated in the allowance is required. Unit of measurement: square feet. 17. Plan 1/A1 01 & Exp. Joint Schedule 2/A1 01: ADD Joints N6 & N7 to Base Bid. Attached: Specification Section : Proposal Forms Pre Bid Conference Agenda (3 Pages) Pre Bid Conference Sign In (1 page) Bidders List (1 page) End of Addendum 1 Addendum 1 ADD 1-3

4 SECTION PROPOSAL FORM PROJECT: OWNER: ARCHITECT: Swansboro High School 161 Queens Creek Road Swansboro, NC Broadhurst Road Jacksonville, North Carolina Smith Sinnett Architecture 4600 Lake Boone Trail, Suite 205 Raleigh, North Carolina The undersigned, as bidder, hereby declares that the only person or persons interested in this proposal as principal or principals is or are named herein and that no other person than herein mentioned has any interest in this proposal or in the contract to be entered into; that this proposal is made without connection with any other person, company or parties making a bid or proposal; and that it is in all respects fair and in good faith without collusion or fraud. The bidder further declares that he has examined the site of the work and the contract documents relative thereto, and has read all special provisions furnished prior to the opening of bids; that he has satisfied himself relative to the work to be performed. The Bidder proposes and agrees if this proposal is accepted to contract with in the form of contract specified below, to furnish all necessary materials, equipment, machinery, tools, apparatus, means of transportation and labor necessary to complete the construction of Swansboro High School in full in complete accordance with the plans, specifications and contract documents, to the full and entire satisfaction of the, and Smith Sinnett Architecture with a definite understanding that no money will be allowed for extra work except as set forth in the General Conditions and the contract documents. The low Bidder will be determined by the total cost of the Contract with the lump sum prices of the alternates accepted being added to or deducted from the Base Bid to give the total cost of the Contract. Bidders are required to give a price for Base Bid, all Alternates, and all Unit Prices as applicable to their Contract. All Bidders are required to be licensed and in good standing with their respective North Carolina Licensing Board. PROPOSAL FORMS Proposal - 1

5 SINGLE PRIME CONTRACT: BASE BID: Amount: Dollars ($ ) ALTERNATE 1: Additional Expansion Joints Amount: Dollars ($ ) MAJOR SUBCONTRACTORS if any (Name, City & State) General Subcontractor: Plumbing Subcontractor: Lic Lic Mechanical Subcontractor: Electrical Subcontractor: Lic Lic GS (d) requires all single prime bidders to identify their subcontractors for the above subdivisions of work. A contractor whose bid is accepted shall not substitute any person as subcontractor in the place of the subcontractor listed in the original bid, except (i) if the listed subcontractor's bid is later determined by the contractor to be non-responsible or non-responsive or the listed subcontractor refuses to enter into a contract for the complete performance of the bid work, or (ii) with the approval of the awarding authority for good cause shown by the contractor. ALLOWANCES - (Refer to Division 01 Section Allowances for amounts to be included in bid shall be based on the Unit Prices provided as part of Section ) Acknowledge Allowances have been included with in the Base Bid. UP/A-1 UP/A-2 UP/A-3 UP/A-4 UP/A-5 A-6 UP/A-7 PROPOSAL FORMS Proposal - 2

6 UNIT PRICES - (Refer to Division 01 Section Unit Prices for Quantities) Unit prices quoted and accepted shall apply throughout the life of the contract, except as otherwise specifically noted. Unit prices shall be applied, as appropriate, to compute the total value of changes in the base bid quantity of the work and in the given Allowances all in accordance with the contract documents. Unit Price No. UP/A-1; Cleaning Expansion Joint & Replacing Sealant: per lf. Unit Price ($) Unit Price No. UP/A-2; Cleaning & Cutting Expansion Joint & Replacing Sealant: per lf. Unit Price ($) Unit Price No. UP/A-3; Metal Fascia, Soffit Panel, & Framing: per lf. Unit Price ($) Unit Price No. UP/A-4; Brick Veneer: per 1000 units. Unit Price ($) Unit Price No. UP/A-5; Concrete Paving: per sf of 4 slab. Unit Price ($) Unit Price No. UP/A-7; Replacement Brick: per sf. Unit Price ($) The bidder further proposes and agrees hereby to commence work under this contract on a date to be specified in a written order of the designer and shall fully complete all work thereunder within the time specified in the Supplementary General Conditions Article 9. Applicable liquidated damages amount is also stated in the Supplementary General Conditions Article 9. ADDENDUM (Addendum received and used in computing bid) Addendum No. 1 Addendum No. 3 Addendum No. 5 Addendum No. 2 Addendum No. 4 Addendum No. 6 PROPOSAL FORMS Proposal - 3

7 Proposal Signature Page The undersigned further agrees that in the case of failure on his part to execute the said contract and the bonds within ten (10) consecutive calendar days after being given written notice of the award of contract, the certified check, cash or bid bond accompanying this bid shall be paid into the funds of the owner's account set aside for the project, as liquidated damages for such failure; otherwise the certified check, cash or bid bond accompanying this proposal shall be returned to the undersigned. No proposal may be withdrawn after the scheduled closing time for the receipt of Bids for a period of ninety (90) days. Respectfully submitted this day of (Name of firm or corporation making bid) WITNESS: By: Signature (Proprietorship or Partnership) Name: Print or type Title: (Owner/Partner/Pres./V.Pres) Address: ATTEST: By: License No. Title: (Corp. Sec. or Asst. Sec. only) Federal I.D. No. (CORPORATE SEAL) PROPOSAL FORMS Proposal - 4

8 MINORITY BUSINESS PARTICIPATION REQUIREMENTS Provide with the bid - Under GS (c) the undersigned bidder shall identify on its bid (Identification of Minority Business Participation Form) the minority businesses that it will use on the project with the total dollar value of the bids that will be performed by the minority businesses. Also list the good faith efforts (Affidavit A) made to solicit minority participation in the bid effort. NOTE: A contractor that performs all of the work with its own workforce may submit an Affidavit (B) to that effect in lieu of Affidavit (A) required above. The MB Participation Form must still be submitted even if there is zero participation. After the bid opening - The Owner will consider all bids and alternates and determine the lowest responsible, responsive bidder. Upon notification of being the apparent low bidder, the bidder shall then file within 72 hours of the notification of being the apparent lowest bidder, the following: An Affidavit (C) that includes a description of the portion of work to be executed by minority businesses, expressed as a percentage of the total contract price, which is equal to or more than the 10% goal established. This affidavit shall give rise to the presumption that the bidder has made the required good faith effort and Affidavit D is not necessary; * OR * If less than the 10% goal, Affidavit (D) of its good faith effort to meet the goal shall be provided. The document must include evidence of all good faith efforts that were implemented, including any advertisements, solicitations and other specific actions demonstrating recruitment and selection of minority businesses for participation in the contract. Note: Bidders must always submit with their bid the Identification of Minority Business Participation Form listing all MB contractors, vendors and suppliers that will be used. If there is no MB participation, then enter none or zero on the form. Affidavit A or Affidavit B, as applicable, also must be submitted with the bid. Failure to file a required affidavit or documentation with the bid or after being notified apparent low bidder is grounds for rejection of the bid. END OF SECTION PROPOSAL FORMS Proposal - 5

9 PROPOSAL FORMS Proposal - 6

10 Swansboro High School Project No Pre-Bid Conference Agenda May 4, 2017 at 10:00 a.m. Owner: Location: Architect: 200 Broadhurst Road Jacksonville, NC Swansboro High School Auxiliary Gym 161 Queens Creek Road Swansboro, NC Smith Sinnett Architecture, P.A Lake Boone Trail, Suite 205 Raleigh, NC Phone: (919) Fax: (919) Ed Gordon Jay Sikes Christine Proctor On behalf of the Owner and Smith Sinnett Architecture, we would like to thank you for your interest and attendance at this Pre-Bid Conference. I Bid: Bids will be received until Thursday, May 18th, 2017 by 2:00 p.m., for a Single Prime Contract at: Offices 200 Broadhurst Road Jacksonville, NC All bids will be held until 2:00 p.m. on May 18 th, 2017 at which time the bids will then be opened and read aloud. II Bid Day Documents: Refer to Specifications 1. Proposal Form Pages 1 through 5 2. Minority Business Guidelines (10% Goal) 3. Bid envelope should be sealed with the following information listed on the outside of the envelope. a) Bidder s Name and Address b) North Carolina Contractor s License Number c) Name of Project 4. If awarded the Contract, the Bidder must provide an executed Performance Bond and Payment Bond for 100% of the Contract by a company licensed in North Carolina within 30 days of receipt of an Intent to Award Letter. Certificates of Insurance meeting the requirements indicated in the Specifications will also be required. 5. Any bids that have qualifying notes or comments will be rejected. 6. For mailed bids, it s the contractor s responsibility to ensure the bid arrives prior to the bid opening time. Place the bid in a double envelope with Sealed Bid Do Not Open written on the envelope. 1

11 Swansboro High School Project No Pre-Bid Conference Agenda May 4, 2017 at 10:00 a.m. III Alternates / Allowances / Unit Prices: ALTERNATES Alternate No. 1; Additional Joints: State the amount to be added to the Base Bid for providing all labor and materials to cut additional expansion joints (new & existing) as shown and noted in the Contract Drawings per the plans and specifications. ALLOWANCES (Refer to Division 01 Section Allowances for amounts to be included in bid) A. Allowance No. UP/A-1: CLEANING EXPANSION JOINT & REPLACING SEALANT Quantity: 44-lf. Unit of measurement: linear feet. B. Allowance No. UP/A-2: CLEANING & CUTTING EXPANSION JOINT & REPLAING SEALANT Quantity: 44-lf. Unit of measurement: linear feet. C. Allowance No. UP/A-3: METAL FASCIA, SOFFIT PANEL, & FRAMING Quantity: 750-lf. Unit of measurement: linear feet. D. Allowance No. UP/A-4: BRICK VENEER Brick: $400/1000 for Brick Veneer Unit of measurement: amount per 1000 units E. Allowance No. UP/A-5: CONCRETE PAVING Quantity: 200-sf. Unit of measurement: square feet of 4 slab. F. Allowance No. A-6: CONTINGENCY Contingency: $10, IV Schedule: Anticipated Start Date: Mid to Late June Substantial Completion shall be Sixty (60) calendar days from Notice to Proceed. Final Completion shall occur on or before Thirty (30) calendar days from Substantial Completion. V Liquidated Damages: See Supplementary General Conditions: $50.00 each calendar day in excess of the stated completion time. 2

12 Swansboro High School Project No Pre-Bid Conference Agenda May 4, 2017 at 10:00 a.m. VI Examination of Bid Documents: All Bidders are expected to fully examine and familiarize themselves with the Drawings, Specifications and Existing Conditions. All Bidders should read the scopes of the bid package. Any questions or clarifications should be directed to the Architect. No allowances will be made after the bids are received for any oversight due to failure to examine the documents. If you are an E-Procurement Vendor, pay special attention to the Special Conditions section of the specifications. VII Substitutions: Substitutions or approval of Equals will only be accepted if approved by the Architect in writing at least 7 days prior to the receipt of bids: May 11, VIII Technical Questions: Technical questions should be submitted to Architect as soon as possible by phone or preferred . jsikes@smithsinnett.com (919) IX Construction Documents: This is an informal bid and construction documents and specifications have been ed to all bidders. All addenda as well as the plan holders list will also be ed to all bidders. If you have any issues or cannot download and of the documents, please let us know and we will work to make sure you can get them. X XI Addenda: Addenda will be ed to everyone on the Architect s plan holders list. Architect s brief description of the project: This project consists of the repair of the brick veneer of the existing gymnasium for Swansboro High School in Swansboro, NC for. The scope of the project consists of demolishing and replacing the existing brick veneer on the south pilaster, cleaning and cutting both existing and new expansion joints in the brick veneer, as well as repairing any concrete paving, metal fascia, soffits panels & framing that is damaged during construction. The project includes all other work as shown, indicated or reasonably implied on the drawings and/or specifications for a complete project. 3

13

14 Bidders List Swansboro High School 10 May 17 Firm Type Company Mailing Address (P.O. Box) Bid Contact Address Phone No. Order Date Addendum Rhem Insulation/Contractors 1219 Lejeune Blvd, Jacksonville, NC Walter Skerski walterskerski@gmail.com Garrett Construction Services 9821 E E W.T. Harris Blvd, Charlotte, NC Trey Garrett trey@garrett.construction IMEC Group LLC George Ward ghward@imecgroupllc.com Pro Construction 2423 N Marine Blvd # C, Jacksonville, NC Bob Warden proconnc@gmail.com Daniels & Daniels Construction 178 NC 111, Goldsboro, NC Benito Avil Ambriz estimating@danddcc.com Blizzard Construction 3515 NC 24, Beulaville, NC Ashely Blizzard blizzardconstruction@embarqmail.com T. E. Davis Construction Co E Davis Rd, Jacksonville, NC Brandon Horne bhorne@tedavisconstruction.com R. Jones Builders Inc. 635 Richlands Loop Rd, Richlands, NC Russell Jones rjonesbuilders@gmail.com Manning Masonry 160 Factory St. Williamston, NC Tim Manning timmanning22@gmail.com Pro Coatings Services 400 White St. Jacksonville, NC Mark Younghans jeff@procoatingnc.com