Dayton Metropolitan Housing Authority Rosemont/Hoch Electrical Upgrades

Size: px
Start display at page:

Download "Dayton Metropolitan Housing Authority Rosemont/Hoch Electrical Upgrades"

Transcription

1 Dayton Metropolitan Housing Authority Rosemont/Hoch Electrical Upgrades Addendum No. 3 August 10, 2011 DMHA 400 Wayne Ave. Dayton, OH Re: Rosemont oh5-12b 261 Hoch Street oh5-18d Prepared by: The Oregon Group Architects This Addendum modifies and shall become a part of the original Contract Specification and is hereby made part of the Bidding Documents for the referenced project. All bidders shall indicate in their bid/proposal that this Addendum has been received and considered in their bid proposal. The Addendum items are intended to supplement, clarify or correct parts of the bid proposal package. Items in the addendum shall take precedence over items corrected and shall be of equal value with items supplemented or clarified. Any questions in reference to this addendum must be directed, in writing, to: Oregon Group Architects C/o Kyle Zepernick 300 S. Patterson Blvd. Dayton, OH Fax SPECIFICATIONS: Item No. 1: Item No. 2: Delete all previous versions of. Substitute new attached titled BID FORM REVISED. Contractor shall use only this bid form when submitting bid. Two additional Deduct Alternates have been added as well as a $10, Allowance for aid to construction costs from local utility companies. Clarification Contractor shall be responsible for all patches of materials required to complete work. Finishes shall match adjacent finishes. All gypsum board finishes shall be minimum Level 4 finish. DRAWINGS: Item No. 3: Item No. 4: All penetrations of wall and floor assemblies between units or at stair enclosures shall be patched with materials to maintain the existing 1-hour fire rating. All penetrations for feeders or wiring shall be sleeved and fire stopped as required. Attached revised Sheets E3, E4. Change: Apartment panel feeders extended from meter centers at buildings at Rosemont shall be installed to route through building interior in lieu of along length of building exterior brick face. Refer to revised sheets E3 and E4, note 5, and General notes B & C. Addendum No. 3 - page 1

2 Dayton Metropolitan Housing Authority Rosemont/Hoch Electrical Upgrades Item No. 5: Attached revised Sheets E1, E2, E3, E4. Change: References to alternate for maintaining range and dryer 3-wire circuitry have been deleted. Refer to sheet E2, clouded note 14 change, Sheets E3, and E4, clouded note 13 change, and Sheet E1, clouded notes 19 & 20 changes. END OF ADDENDUM NO. 3 Addendum No. 3 - page 2

3 REVISED To: The Dayton Metropolitan Housing Authority 400 Wayne Avenue Dayton, Ohio Phone: (937) Fax: (937) Having carefully read and examined the "Scope of Work", "Specifications", "Plans", and any addendum for: Electrical Service Upgrades & Thru-Wall A/C Unit Replacement at OH-518D, Amp Hoch Street OH5-12B, Amp Rosemont Blvd. As prepared by the Oregon Group Architects, Inc., 300 S. Patterson Blvd., Dayton, Ohio 45402, (Phone: , Fax: ), and having inspected the premises and all conditions affecting the work, the undersigned proposes to furnish all materials and perform all labor necessary for the performance and completion of the work indicated below, all in compliance with the documents named above, and further agrees that each separate item of trade or employment further agrees that, if any or all of said bids are accepted, he will enter into a Contract according to the form required by the Owner for the faithful performance of the labor and the furnishing of all materials included in such bid or bids so accepted. Submitted by: Contracting Firm Having read and examined the Contract Documents, prepared by the Associate for the above-referenced Project, and the following Addenda: Addendum No. Date of Receipt Bid Bond or Certified Check is included as part of Contractor s bid submittal: Yes No Bidders Initials BF-1

4 1. BASE BID: Division 1-32, electrical upgrades at Rosemont and Hoch. Figures Words Labor Material Allowances $ $ $ $ $ 25, $ Twenty-Five Thousand Dollars Total $ $ Contractors Note the Following: The above proposal shall include the following allowance. See Section $8, (Eight Thousand dollars) to be included in the Base Bid for use Equipment Repair Allowance. 2. $5, (Five Thousand dollars) for Circuit Repair associated with AFCI breaker installation. 3. $2, (Two Thousand dollars) for permit application fees. Allowance is not to be used for actual permit costs. 4. $10, (Ten Thousand dollars) for aid to construction costs from local utility companies. Unit Prices: Contractor to complete Unit Cost Sheet attached to the end of this. These prices will be used to calculate costs for any Change Directives or Change Orders, etc. 2. ALTERNATES: Alternate No. 1: Deduct Alternate to delete all work associated the 261 Hoch Street Building. DEDUCT Figures Words Total $ $ Alternate No. 2: Deduct Alternate to maintain the two existing power company aerial service lateral drop locations for each Rosemont building. Provide deduct cost to locate one meter center at each existing service drop location in lieu of both meter centers located at one drop location per building. DEDUCT Figures Words Total $ $ BF-2

5 Alternate No. 3: Deduct Alternate for the two Rosemont buildings, in lieu of routing first floor panel feeders above interior ceiling spaces, route first floor panel feeders from meter centers on exterior brick face of building and protect with flange guard similar to Wire Trak- Alpha Trak wire management system such that all surface mounted SER cable is concealed. Rework existing downspouts as necessary to allow crossing of flange guard. Coordinate installation methods with DMHA, Architect/Engineer prior to work for neat, orderly appearance. Flange guard color shall be selected to blend with brick surface. Second floor panel feeders shall be run through interior attic space as per base bid. DEDUCT Figures Words Total $ $ BF-3

6 3. UNIT PRICES: Contractor to complete Unit Cost Sheet. These prices will be used to calculate costs for any Change Directives or Change Orders, etc., increases or decreases in Contract Amount. Owner may also use unit costs if unforeseen conditions are encountered during construction, making certain changes necessary, or if the Owner desires to order additional Work or delete part of the Work as shown. Unit Costs will be reviewed closely and can be a determining factor in awarding the contract. Contractor shall submit complete list of all unit prices (which may affect his work in any way) with this proposal. All unit prices shall include Contractor s overhead and profit. Prices should include all accessories, coordination and ancillary work necessary for a complete installation. Electrical Upgrades Item Description Unit Labor Materials Total Lighted bathroom medicine cabinet EA $ $ $ Patch holes in drywall and/or plaster SF $ $ $ Paint gypsum walls SF $ $ $ Paint gypsum ceiling SF $ $ $ Replace first 120V receptacle on circuit with EA $ $ $ GFI receptacle, and provide label at each receptacle on the circuit "GFI protected, no equipment ground". Replace existing toggle switch with new toggle switch/cover plate EA $ $ $ Replace existing 120V receptacle with new tamperproof receptacle EA $ $ $ Replace 15 existing faulty circuit wiring between devices, including required cutting, patching, and painting of drywall. EA $ $ $ Provide GFI receptacle, 25 of wiring fished in wall cavity/attic, no drywall repair. EA $ $ $ Provide 15A or 20A standard single pole breaker, mounted in loadcenter and connected to existing branch circuit. EA $ $ $ Replace ceiling fan with A1 lighting fixture, served from existing circuit. EA $ $ $ BF-4

7 4. PROJECT CHANGES Contractor shall indicate the amount of overhead and profit to be added to changes to the project. For ADDS to the work: For DEDUCTS to the work: Overhead % Profit % Overhead % Profit % The Time of Completion for the Contract shall not exceed One Hundred (120) days from date of Notice to Proceed. Time shall be divided between work to Substantial Completion, One Hundred (100) days and Punch/Closeout, an additional Twenty (20) days. Contractor proposes a Time of Completion for the Contract Work Days to Substantial Completion days Punch/Closeout days Total days from the Notice to Proceed. The full name and address of all persons and parties interested in the foregoing proposals as principals are as follows: Bidder Address Phone Fax If the Contractor is entering into a partnership to perform the work, provide the following information for the partnering firm: Bidder Address Phone Fax Addendums Received: (Please list) Bidder's Signature BF-5

8 Typed Name Title Note: The Bidder will sign his bid on the line indicated above; if it will be a partnership, the firm name will be signed, followed by the signature of the partner signing. If a corporation, name will be signed followed by the signature and the official title of the officer signing name. BF-6

9 Bidder's Certification The Bidder hereby acknowledges that the following representations in this bid are material and not mere recitals: 1. The undersigned, having carefully read and examined the Notice to Bidders, Instructions to Bidders, General Conditions, General Requirements, Specifications, Plans and any addendum for: Electrical Service Upgrades & Thru-Wall A/C Unit Replacement at OH5-18D, AMP 5 at 261 Hoch Street and OH5-12B, AMP 4 at Rosemont Blvd. - as prepared by the Oregon Group Architects, Inc. at 300 S. Patterson Blvd. Dayton, OH ,and having inspected the premises and all conditions affecting the work, the undersigned proposes to furnish all materials and perform all labor necessary for the performance and completion of the work indicated below, all in compliance with the documents named above, and further agrees that each separate item or trade or employment entered in this Proposal shall be considered as a separate bid for that kind of work. The undersigned further agrees that, if any or all of said bids are accepted, he will enter into a Contract according to the form required by the Owner for the faithful performance of the labor and the furnishing of all materials included in such bid or bids so accepted. 2. In submitting this bid it is understood that the Dayton Metropolitan Housing Authority reserves the right to reject any and all bids. It is agreed that this bid may not be withdrawn for a period of one hundred twenty (120) days subsequent to the opening of bids without the consent of Dayton Metropolitan Housing Authority. 3. Security in the sum of Dollars ($ ) in the form of is submitted herewith in accordance with the Specifications. 4. Attached hereto is an affidavit in proof that the undersigned has not entered into collusion with any person in respect to this bid or any other bid or the submitting of bids for the contract for which this bid is submitted. Also attached is a statement of Contractor's qualifications. 5. Bidder hereby agrees to comply with all City, State and Federal Statutes relating to Liability Insurance, Working Hour, Safety and Sanitary Regulations. Bidder further agrees that their bid amount includes all fees for permits, taxes, and insurance required or applicable to the work. 6. The Bidder will sign his bid on the line indicated below; if it will be a partnership the firm name will be signed, followed by the signature of the partner signing, his own name to be signed on the line beginning with the work By ; if a corporation, name will be signed followed by the signature and the official title of the officer signing name 7. The Bidder has read and understands the Contract Documents and agrees to comply with all requirements of the Contract Documents, regardless of whether the Bidder has actual knowledge of the requirements and regardless of any statement or omission made by the Bidder which might indicate a contrary intention. 8. The Bidder represents that the bid is based upon the Standards specified in the Contract Documents. 9. The Bidder has visited the project site, become familiar with the local conditions and has correlated personal observations about the requirements of the Contract Documents. The Bidder has no outstanding questions regarding the interpretation or clarification of the Contract Documents. BF-7

10 10. The Bidder and each person signing on behalf of the Bidder certifies, and in the case of a joint or combined bid, each party thereto certifies as to such parties organization, under penalty of perjury, that to the best of the undersigned's knowledge and belief: a) the Base Bid, any Unit Prices and any Alternate Bid in the bid having been arrived at independently without collusion, consultation, communication or agreement, for the purpose of restricting competition as to any matter relating to such Base Bid, Unit Prices or Alternate Bid, with any other; b) unless otherwise required by law, the Base Bid, any Unit Prices and any Alternate bid in the bid have not been knowingly disclosed by the Bidder and will not knowingly be disclosed by the Bidder prior to the bid opening, directly or indirectly, to any other Bidder who would have any interest in the Base Bid, Unit Prices or Alternate Bid; c) no attempt has been made or will be made by the Bidder to induce any other individual, partnership or corporation to submit or not to submit a bid for the purpose of restricting competition. 11. The Bidder will enter into and execute the Contract with Dayton Metropolitan Housing Authority (DMHA). If a Contract is awarded on the basis of this bid, and if the Bidder does not execute a Contract for any reason, other than as authorized by law, the Bidder and the Bidder's Surety are liable to DMHA as indicated in the Instructions to Bidders and in the General Conditions of the Contract. 12. The Bidder certifies that upon the award of a Contract, the Contractor will make a good faith effort to ensure that all of the Contractor's employees, while working on the project site, will not purchase, transfer, use or possess illegal drugs or alcohol or abuse prescription drugs in any way. If the Bidder is a Corporation, partnership or sole proprietorship, an officer, partner or principal of the Bidder, as applicable, shall print or type the legal name of the Bidder on the line provided and sign the. If the Bidder is a joint venture, an officer, partner or principal, as applicable, of each member of the joint venture shall print or type the legal name of the applicable member on the line provided and sign the. All signatures must be original. Bidder's Name: Authorized Signature: Print name: Title: Company Name: Mailing Address : Telephone Number: Facsimile Number: Where incorporated: Federal Identification Number: Dunn and Bradstreet Number: Contact Person for Contract processing: (Please print) BF-8

11 Additional Signature for Joint Venture: Bidder's Name: Authorized Signature: Print name: Title: Company Name: Mailing Address: Telephone Number: Facsimile Number: Where incorporated: Federal Identification Number: Dunn and Bradstreet Number: Contact Person for Contract processing: (Please print) BF-9

12 LIGHTING FIXTURE SCHEDULE issued revised 1 2 a b LOAD CENTER LC (HOCH) LOAD CENTER LC (ROSEMONT) HOUSE PANEL (ROSEMONT) 2 LC LC LC LC LC LC 1 LC LC LC LC LC LC LC HOUSE LC LC LC LC LC LC LC 1 electrical service upgrades 7 thru wall a/c unit replacement rosemont oh5-12b 261 hoch street oh5-18d dayton, ohio electrical schedules project number date drawn by checked by 1 sheet SINGLE LINE DIAGRAM- HOCH SCALE: NONE SINGLE LINE DIAGRAM- ROSEMONT (TYP 1432, 1438) SCALE: NONE Project #: BUILDING SYSTEMS ENGINEERING, Ltd Gateway Circle Suite A110 Dayton, Ohio T: (937) F: (937)

13

14

15