B. Bidders shall acknowledge receipt of this Addendum in writing on his Proposal Form.

Size: px
Start display at page:

Download "B. Bidders shall acknowledge receipt of this Addendum in writing on his Proposal Form."

Transcription

1 McKee and Associates Architecture and Interior Design Addendum No. THREE Date: Project: A NEW MUNICIPAL PARK AND AMPHITHEATER FOR THE CITY OF BOAZ BOAZ, ALABAMA A3.1 GENERAL PROJECT NO A. The following changes and/or substitutions to the plans and specifications are hereby made a part of same and are incorporated in full force as part of the contract. B. Bidders shall acknowledge receipt of this Addendum in writing on his Proposal Form. C. Refer to Advertisement for Bids. Revise the Bid Date to read: Thursday, August 16 th, at 2:00 p.m. CDT. D. Refer to Advertisement for Bids and Addendum No. TWO Revise completion time to read: 240 Calendar days as indicated on the revised Proposal Form attached herein. E. Refer to the attached revised Proposal Form clarifying the unit pricing for removal of Concrete Foundations and replacement of unsuitable soils. F. Notice to all contractors that intend to furnish bids: It is the responsibility of each bidder to insure each bid meets the licensure requirements set forth by the Alabama Licensing Board of General Contractors. A3.2 SPECIFICATIONS A. Refer to the revised Index dated attached herein. B. Refer to revised section Ornamental Fences and Gates dated attached herein. 631 South Hull Street Montgomery, Alabama

2 A3.3 DRAWINGS A. Refer to revised Sheet No. A1.0 dated attached herein. B. Refer to revised Sheet Numbers E1.0 and E4.0 dated attached herein. END OF ADDENDUM THREE 631 South Hull Street Montgomery, Alabama

3 PROPOSAL FORM A NEW MUNICIPAL PARK AND AMPHITHEATER FOR THE CITY OF BOAZ BOAZ, ALABAMA PROJECT NO This project pursuant to Act shall not include sales tax in the General Contractors Base Bid Proposal or any Unit Prices or Alternates. Items eligible for exemption from sales and use tax are building materials, construction materials and supplies and other tangible personal property that becomes part of the structure. Pursuant to and in compliance with the Advertisement To Bid and the proposed Contract Documents prepared by McKee and Associates, for the above referenced project, including Addenda, the undersigned, having become thoroughly familiar with the terms and conditions of the proposed Contract Documents and with local conditions affecting the performance and costs of the work at the place where the work 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 in strict accordance with the proposed Contract Documents, including furnishing any and all labor and materials and do all work required to construct and complete said work in accordance with the Contract Documents, for the following sum of money. UNIT PRICE #1: For the replacement of unsuitable soils with engineered fill. 750 per, for total dollars of $ UNIT PRICE #2: For the removal of concrete building foundations and/or rock 500 per, for total dollars of $ The above Unit Price establishes Unit Prices that the Owner can delete/add quantities from the Contract as required. BASE BID: Amount to complete all work indicated in Contract Documents including the Unit Prices listed above, for the sum of: Dollars $ ALTERNATES: If alternates as set forth in the Bid Documents are accepted, the following adjustments are to be made to the Base Bid:

4 Alternate No. One: This alternate shall consist of all work and materials as described, shown and specified for the following: Per 02950, Rubberized Walkway and as indicated on the drawings. (add)(deduct) $ Alternate No. Two: This alternate shall consist of all work and materials as described, shown and specified for the following: Per 16800, Outdoor Background Music System (AVC) and as indicated on the drawings. (add)(deduct) $ I agree to complete all the work to the stage Substantially Complete within 240 calendar days and understand that substantially complete will be complete to the stage of approval for occupancy as determined by the Architect. I understand that the Owner reserves the right to reject this bid, but that this bid shall not be withdrawn for a period of thirty days from the date prescribed for its opening. If written notice of the acceptance of this bid is mailed or delivered to the undersigned within thirty days after the date set for the opening of this bid or at any other time thereafter before it is withdrawn, the undersigned will execute and deliver the Contract Documents to the Owner in accordance with this bid as accepted, and will also furnish and deliver to the Owner the Performance Bond, labor and Material Payment Bond and proof of insurance coverage, all within ten days after personal delivery or after deposit in the mail of the notification of acceptance of this bid. Notice of acceptance, or request for additional information may be addressed to the undersigned at the address set forth below. NOTE: If the bidder is a corporation, set forth the legal name of the corporation together with the signature of the officer or officers authorized to sign contracts on behalf of the corporation; if bidder is a partnership, set forth the name of the firm together with the signature of the partner or partners authorized to sign contracts on behalf of the partnership. LICENSE NUMBER CONTRACTOR

5 SIGNATURES OF BIDDERS BUSINESS ADDRESS TELEPHONE NUMBER DATE OF PROPOSAL

6 INDEX A NEW MUNICIPAL PARK AND AMPHITHEATER FOR THE CITY OF BOAZ BOAZ, ALABAMA PROJECT NO BIDDING FORMS Pre-Qualification Of Contractors and Advertisement For Bids Request For Information (McKee Form) Prior Approval/Substitution Request Form (McKee Form) Internet/Data Instructions To Access McKee Projects (McKee Form) Proposal Form E-Verify Memorandum of Understanding Bid Bond AIA Document A Instructions to Bidders - AIA Document A Supplementary Instructions to Bidders (McKee Document) GENERAL CONDITIONS General Conditions of the Contract for Construction - AIA Document A Supplemental General Conditions (McKee Document) State Of Alabama Department Of Revenue Notice regarding Tax Guidance for Contractors, Subcontractors and Alabama Entities Regarding Construction related contracts and Form ST:EXC-01. CONTRACT FORMS Standard Form of Agreement Between Owner and Contractor - AIA Document A Performance Bond - AIA Document A Payment Bond - AIA Document A312 Application and Certificate for Payment - AIA Document G Certificate of Substantial Completion - AIA Document G Contractor s Affidavit of Payment of Debts and Claims- AIA Document G Contractor s Affidavit of Release of Liens - AIA Document G706A Consent of Surety to Reduction in or Partial Release of Retainage - AIA Document G707A 1994 Construction Change Directive- AIA Document G Transmittal Letter- AIA Document G INDEX PAGE-1 REVISED

7 SECTION ORNAMENTAL FENCES AND GATES PART 1 GENERAL RELATED DOCUMENTS: Drawings and general provisions of Contract, including General and Supplementary Conditions and Division 1 Specification sections apply to work of this section. WORK INCLUDED The contractor shall provide all labor, materials, and appurtenances necessary for installation of the ornamental metal fencing system defined herein. Ornamental Perimeter Fencing Steel Roll Gate System SYSTEM DESCRIPTION The manufacturer shall supply a total ornamental metal fencing system. The system shall include all components (i.e., pickets, rails, posts, gates and hardware) required. QUALITY ASSURANCE The contractor shall provide laborers and supervisors who are thoroughly familiar with the type of construction involved and materials and techniques specified. REFERENCES 1. ASTM A653/A653M - Standard Specification for Steel Sheet, Zinc-Coated (Galvanized) or Zinc-Iron Alloy Coated (Galvannealed) by the Hot-Dip Process. 2. ASTM B117 - Practice for Operating Salt-Spray (Fog) Apparatus. 3. ASTM D523 - Test Method for Specular Gloss. 4. ASTM D714 - Test Method for Evaluating Degree of Blistering in Paint. 5. ASTM D822 - Practice for Conducting Tests on Paint and Related Coatings and Materials using Filtered Open-Flame Carbon-Arc Light and Water Exposure Apparatus. 6. ASTM D Test Method for Evaluation of Painted or Coated Specimens Subjected to Corrosive Environments. 7. ASTM D Test Method for Calculation of Color Differences from Instrumentally Measured Color Coordinates. ASTM D Test Method ORNAMENTAL FENCES AND GATES REVISED

8 SUBMITTAL for Resistance of Organic Coatings to the Effects of Rapid Deformation (Impact). 8. ASTM D Test Method for Measuring Adhesion by Tape Test. 9. ASTM F2408 Ornamental Fences Employing Galvanized Steel Tubular Pickets. The manufacturer's submittal package shall be provided prior to installation. PRODUCT HANDLING AND STORAGE Upon receipt at the job site, all materials shall be checked to ensure that no damages occurred during shipping or handling. Materials shall be stored in such a manner to ensure proper ventilation and drainage, and to protect against damage, weather, vandalism and theft. PART 2 MATERIALS Manufacturers: The following manufacturers' products have been used to establish minimum standards for materials, workmanship and function: The fence system shall be equal to Ameristar Aegis II, Genesis 3-Rail style with Triad finials and between rail Rings as manufactured by Ameristar Fence Products, Inc. in Tulsa, Oklahoma. The Rolling Gate system shall be equal to Ameristar PassPort Commercial Gate - Steel Roll Gate System-Manually Operated. Equal products of other manufacturers may be used in the work provided such products have been approved by the Architect, not less than five (5) days prior to scheduled bid opening. MATERIAL Steel material for fence framework (i.e. tubular pickets, rails and posts), shall be galvanized prior to forming in accordance with the requirements of ASTM A653/A653M, with minimum yield strength of 45,000 psi (310 MPa). The steel shall be hot-dip galvanized to meet the requirements of ASTM A653/A653M with a minimum zinc coating weight of 0.90 oz/ft2 (276 g/m2), Coating Designation G-90. Material for pickets shall be 1 square x 14 Ga. tubing with Triad adornment at top of each picket. The cross-sectional shape of the rails shall conform to the manufacturer s ORNAMENTAL FENCES AND GATES REVISED

9 ForeRunner double wall design with outside cross-section dimensions of 1.75 square and a minimum thickness of 14 Ga. Picket holes in the ForeRunner rail shall be spaced o.c. Picket retaining rods shall be diameter galvanized steel. High quality PVC grommets shall be supplied to seal all picket-to-rail intersections. FABRICATION Pickets, rails and posts shall be precut to specified lengths. ForeRunner rails shall be prepunched to accept pickets. Pickets shall be predrilled to accept retaining rods. Grommets shall be inserted into the pre-punched holes in the rails and pickets shall be inserted through the grommets so that predrilled picket holes align with the internal upper raceway of the ForeRunner rails. Retaining rods shall be inserted into each ForeRunner rail so that they pass through the predrilled holes in each picket. The manufactured galvanized framework shall be subjected to the PermaCoat thermal stratification coating process (high-temperature, in-line, multi-stage, multi-layer) including, as a minimum, a six-stage pretreatment/wash (with zinc phosphate), an electrostatic spray application of an epoxy base, and a separate electrostatic spray application of a polyester finish. The base coat shall be a thermosetting epoxy powder coating (gray in color) with a minimum thickness of 2 mils (0.0508mm). The topcoat shall be a no-mar TGIC polyester powder coat finish with a minimum thickness of 2 mils (0.0508mm). The color shall be selected from the manufactures standards The stratification-coated framework shall be capable of meeting the performance requirements as follows: 1. Adhesion - ASTM D3359 Method B, Adhesion (Retention of Coating) over 90% of test area (Tape and knife test). 2. Corrosion Resistance - ASTM B117, D714 & D1654, Corrosion Resistance over 3,500 hours (Scribed per D1654; failure mode is accumulation of 1/8 coating loss from scribe or medium #8 blisters). 3. Impact Resistance - ASTM D2794, Impact Resistance over 60 inch lb. (Forward impact using ball). 4. Weathering Resistance - ASTM D822, D2244, D523 (60 Method), Weathering Resistance over 1,000 hours (Failure mode is 60% loss of gloss or color variance of more than 3 delta-e color units). Completed sections (i.e., panels) shall be capable of supporting a 600 lb. load applied at midspan without permanent deformation. Panels shall be biasable to a 25% change in grade. Swing gates shall be fabricated using 1.75 x 14ga Forerunner double channel rail, ORNAMENTAL FENCES AND GATES REVISED

10 sq. x 14ga. gate ends, and 1 sq. x 14ga. pickets. Gates that exceed 6 in width will have a 1.75 sq. x 14ga. intermediate upright. All rail and upright intersections shall be joined by welding. All picket and rail intersections shall also be joined by welding. PART 3 EXECUTION PREPARATION All new installation shall be laid out by the contractor in accordance with the construction plans. FENCE INSTALLATION Fence post shall be spaced according to the manufacture s requirements. For installations that must be raked to follow sloping grades, the post spacing dimension must be measured along the grade. Fence panels shall be attached to posts with brackets supplied by the manufacturer. Posts shall be set in concrete footers having a minimum depth of 36 The Earthwork and Concrete sections of this specification shall govern material requirements for the concrete footer. Posts setting by other methods such as plated posts or grouted core-drilled footers are permissible only if shown by engineering analysis to be sufficient in strength for the intended application. GATE INSTALLATION Gate posts shall be spaced according to the manufacturers gate drawings, dependent on standard out-to-out gate leaf dimensions and gate hardware selected. Type and quantity of gate hinges shall be based on the application; weight, height, and number of gate cycles. The manufacturers gate drawings shall identify the necessary gate hardware required for the application. Gate hardware shall be provided by the manufacture of the gate and shall be installed per manufacturer s recommendations. CLEANING The contractor shall clean the jobsite of excess materials; post-hole excavations shall be scattered uniformly away from posts. END OF SECTION ORNAMENTAL FENCES AND GATES REVISED

11 TECHNICAL SPECIFICATIONS DIVISION 1 GENERAL REQUIREMENTS Alternates Scope Of Work Contingency Allowances Contract Modification Procedures Payment Procedures Construction Progress Documentation Photographic Documentation Submittal Requirements Quality Requirements References Temporary Facilities and Controls Product Requirements Execution Requirements Closeout Procedures Project Record Documents Operation and Maintenance Data Demonstration and Training DIVISION 2 SITE WORK Selective Demolition Site Preparation Earthwork Termite Control Asphaltic Concrete Paving Portland Cement and Concrete Paving Water Distribution System Storm Sewers Sanitary Sewers Irrigation System Sodding and Topsoil Ornamental Fence and Gates Vinyl Coated Chain Link Fences and Gates Site Graphics Site Furnishings Landscaping Rubberized Walkways INDEX PAGE-2 REVISED

12 DIVISION 3 CONCRETE Concrete Work DIVISION 4 MASONRY Unit Masonry Cast Stone DIVISION 5 METAL Structural Steel Acoustical Roof Decking Miscellaneous Steel and Metal Fabrications Aluminum Handrails and Railings DIVISION 6 CARPENTRY Rough Carpentry Metal Plate Connected Wood Trusses Finish Carpentry DIVISION 7 MOISTURE PROTECTION Bituminous Dampproofing Batt Insulation Shingles (Architectural) Fiber Cement Siding, Fascia, Soffits and Trim Membrane Roofing Flashing and Sheet Metal Joint Sealers DIVISION 8 DOORS, WINDOWS &_ GLASS Steel Doors and Frames Finish Hardware DIVISION 9 FINISHES Painting DIVISION 10 SPECIALTIES INDEX PAGE-3 REVISED

13 10160 Toilet Partitions Identifying Devices Toilet Accessories DIVISION 11 DIVISION 12 DIVISION 13 DIVISION 14 EQUIPMENT Not Applicable FURNISHINGS Not Applicable SPECIAL CONSTRUCTION Not Applicable CONVEYING SYSTEM Not Applicable DIVISION 15 MECHANICAL Mechanical General Provisions Plumbing Heating, Ventilating and Air Conditioning DIVISION 16 ELECTRICAL Electrical Outdoor Background Music System (AVC) INDEX PAGE-4 REVISED

14 SERVICE ENTRANCE ON STREET PARKING-14 SPACES S ON STREET PARKING-12 SPACES S 1 24'-0 5'-4 48'-0 48'-0 5'-4 54'-9 7'-10 7' 0-1 NEW SIDEWALK 9'-4 C BM 8'-0 0 CONCRETE WALKWAY 6'R1 SITTING AREA W/ BENCH 0 S P D A S C C R G SPEAKER TOWER BOX IN WALKWAY PAIR 8' SWINGING GATES R2 '-0 0'- R20 SPEAKER TOWER BOX IN WALKWAY 0 LA N STAGE IN 8'-0 CE N A R T N E 8'-0 R116'0 WORK POINT R2 48'-0 CONCRETE WALKWAY '-7 0'-0 0 4'-0 R12 SITTING AREA W/ BENCH '-0 4 DECORATIVE FENCING w/ BRICK PILASTERS R2 '-0 0'0 0 R2 0 5'- CONCRETE WALKWAY WV SITTING AREA W/ BENCH 4' HIGH VINYL COATED CHAIN LINK FENCING G RE 8'-4 '-0 26 E ASPHALT WALKING TRAIL W/ RUBBERIZED SURFACE MA BA OF AL A R1 R24'-0 0 5'- R1 ND OU S GR HER AY OT PL BY R2 5'- T 48'-0 R24'-0 R28 '-0 PA 5'-4 N IO IL LI I V 4' HIGH VINYL COATED CHAIN LINK FENCING ON V PA 8'-0 53'-7 32'-0 BM 5' SPEAKER TOWER BOX IN WALKWAY AMPHITHEATER SPEAKER TOWER BOX IN WALKWAY '-0 PAIR 16' MANUAL SLIDING GATES R84'- 1 FH 0 2'R7 37'-0 EN R 19 48'-0 48'-0 TRANCE WV FLAG POLE NEW SIDEWALK 5'-4 CONCRETE CROSS AISLE FOR HC SEATING 16'-0 6'-0 ON STREET PARKING-12 SPACES 48'-0 48'-0 P D ' 20 '-0 A SITTING AREA W/ BENCH N IN G LA 5'-4 CONCRETE WALKWAY R 5'-4 KINGEET PAR OFF STR ES 41 SPAC ASPHALT WALKING TRAIL W/ RUBBERIZED SURFACE SITTING AREA W/ BENCH 8'-0 48'-0 DECORATIVE FENCING w/ BRICK PILASTERS 8'-0 46'-6 5'-4 SITTING AREA W/ BENCH R1 6 16'-0 7'-10 '-0 DECORATIVE FENCING w/ BRICK PILASTERS NEW SIDEWALK 48'-0 ASPHALT WALKING TRAIL W/ RUBBERIZED SURFACE ON STREET PARKING-8 SPACES -1 7' 8'-0 PAIR 12' MANUAL SLIDING GATES DECORATIVE FENCING w/ BRICK PILASTERS PAIR 16' MANUAL SLIDING GATES 1 ' C 4' HIGH VINYL COATED CHAIN LINK FENCING Inlet Fi ll D Water 8' -0 p Dum HERS Inlet '-4 BY O T H PA SERVICE ENTRANCE Water 53 SPLA S 8'-0 8'-0 BM WV 5'-4 48'-0 C 5'-4 4 5'DECORATIVE FENCING w/ BRICK PILASTERS 0 46'-1 1 PAIR 12' MANUAL SLIDING GATES W 48'-0 16'-0 DECORATIVE FENCING w/ BRICK PILASTERS ' '-0 24'-0 WV ASPHALT WALKING TRAIL W/ RUBBERIZED SURFACE 4 5'- LP 43'-0 5'-4 '-1 48'-0 S DRAWN BY : RBD DATE: '- 5'-4 MCKEE JOB # : 8' Wednesday, August 1, :02:07 AM SHEET TITLE : REFERENCE PLAN 5'-4 8'-0 S 44' WV 8'-0 PROJECT NORTH REFERENCE PLAN SCALE: 1 = 20' S FH SHEET NO. : A1.0 I 631 SOUTH HULL STREET MONTGOMERY, ALABAMA (334) OAKTREE DRIVE SEMMES, ALABAMA NEW SIDEWALK 5'-4 ARCHITECTURE and INTERIOR DESIGN 8'-0 McKEE and ASSOCIATES 24'-0 I 8'-0 H D A RC 24'-2 E RE 5'-4 ST 48'-0 BOAZ, ALABAMA 5'-4 WALTER T. McKEE, JR. No MONTGOMERY, ALA. 48'-0 G CITY OF BOAZ 5'-4 FOR THE 40'-0 A NEW MUNICIPAL PARK and AMPHITHEATER 5'-4 6'-0 24'-0 6'-0 8'-0 STA 32'-0 TE CT 8'-0

15 15' 10' LP HWY 168 Water Inlet Fill Water Inlet Dump 15' BROWN ST. NEW SIDEWALK STAGE GENERAL NOTES: PROJECT NORTH SITE PLAN - ELECTRICAL SCALE:1 =20'-0 ENTRANCE E. MANN AVE. NEW SIDEWALK SHEET NOTES: NEW SIDEWALK Gunn & Associates, P.C. Consulting Engineers DARNELL ST. NEW SIDEWALK 3102 Highway 14 Millbrook, AL Tel: Fax: GA# SHEET TITLE : SITE PLAN - ELECTRICAL MCKEE JOB # : DRAWN BY : FJP DATE: SHEET NO. : E1.0 A NEW MUNICIPAL PARK and AMPHITHEATER M c K E E a n d A S S O C I A T E S A R C H I T E C T U R E a n d I N T E R I O R D E S I G N 631 SOUTH HULL STREET MONTGOMERY, ALABAMA (334) OAKTREE DRIVE SEMMES, ALABAMA FOR THE CITY OF BOAZ BOAZ, ALABAMA

16 DETAIL - TYPICAL PANELBOARD NAMEPLATE SHEET TITLE : PANELBOARD SCHEDULES MCKEE JOB # : DRAWN BY : FJP DATE: ARC FLASH WARNING LABELS Gunn & Associates, P.C. Consulting Engineers 3102 Highway 14 Millbrook, AL Tel: Fax: GA# SHEET NO. : E SOUTH HULL STREET MONTGOMERY, ALABAMA (334) OAKTREE DRIVE SEMMES, ALABAMA ARCHITECTURE and INTERIOR DESIGN McKEE and ASSOCIATES BOAZ, ALABAMA CITY OF BOAZ FOR THE A NEW MUNICIPAL PARK and AMPHITHEATER PANELBOARD NOTES: