This Addendum is directed to all prime Contract Bidders, and all others to whom Drawings and Specifications have been issued by the Architect.

Size: px
Start display at page:

Download "This Addendum is directed to all prime Contract Bidders, and all others to whom Drawings and Specifications have been issued by the Architect."

Transcription

1 North Campus Entrance and related work Wallace State Community College ADDENDUM 3 PART 1 - GENERAL Project: North Campus Entrance and related work [B.C. # ] Owner: Wallace State Community College Architect: Aho Architects, LLC Date Issued: 06/06/2017 Electrical Engineer s seal applies to E Sheets as revised below. Civil Engineer s seal applies to C Sheets as revised below. This Addendum is directed to all prime Contract Bidders, and all others to whom Drawings and Specifications have been issued by the Architect. This Addendum forms a part of the Contract Documents. The following conditions take precedence over any conflicting conditions in the Drawings and Specifications. The Drawings and Specifications are hereby amended in the following particulars: 1.1 CLARIFICATIONS A. The project will be Re-Bid on Wednesday, June 28, 2017 at 12:00 noon local time per the attached Advertisement for Bids. 1.2 REVISIONS (SPECIFICATIONS) A. The Advertisement for Re-Bids and Pre-Qualification to Re-Bid has been added to the Project Manual. B. Section Allowances shall be deleted from the project manual. Bids shall not include a Contingency Allowance. JOB NO PAGE 1 OF 2

2 North Campus Entrance and related work Wallace State Community College ADDENDUM 3 C. The Proposal Form has been revised to reflect Re-Bid. 1.3 REVISIONS (DRAWINGS) A. On Sheet AS100, delete the reference to the Site of New South Campus Entryway Signage and Existing North Campus Roadway. This scope has been deleted from the project. The demolition of the existing signage at the former northern entrance remains within the scope of the project. B. On Sheet D100, #4, delete reference to demolish existing roadway, parking spaces, and associated sidewalk and curbs as indicated within dashed lines. The demolition of the roadway, parking spaces, and associated sidewalk and curbs has been deleted from the scope of the project. C. Delete Sheet AS101 Layout Plan Frances Dodd Drive Sidewalk from the Contract Documents. All sidewalks have been deleted, in their entirety, from the scope of this project. D. Delete Sheet AS104 Layout Plan South Campus Entrance from the Contract Documents. All work at the South Campus Entrance has been deleted, in its entirety, from the scope of this project. E. Delete Sheet L101 Landscape & Irrigation Plan South Entrance from the Contract Documents. All work at the South Campus Entrance has been deleted, in its entirety, from the scope of this project. F. Delete Sheet A201 Elevations south Campus Entrance from the Contract Documents. All work at the South Campus Entrance has been deleted, in its entirety, from the scope of this project. G. On Sheet C101 Site Plan North Campus Entrance the following shall be deleted: a. R1-5 sign with solar powered flashing lights (2 instances) b. 24 wide solid yellow painted crosswalk c. Solid yellow yield triangles (2 instances) d. S1-1 and W16-9P Sign (2 instances) e. 6 wide concrete sidewalk f. References to See Architect Plans for Continuation of Sidewalk. H. Delete Sheet C102 Site Plan South Campus Entrance from the Contract Documents. All work at the South Campus Entrance has been deleted, in its entirety, from the scope of this project. I. On Sheet C103 Grading Plan North Campus Entrance delete the regrading associated with the deleted concrete sidewalk. J. Delete Sheet C104 Grading Plan South Campus Entrance from the Contract Documents. All work at the South Campus Entrance has been deleted, in its entirety, from the scope of this project. K. Delete Sheet E100 Electrical Site Plan South Campus Entrance from the Contract Documents. All work at the South Campus Entrance has been deleted, in its entirety, from the scope of this project. 1.4 ATTACHMENTS A. Advertisement for Re-Bids and Pre-Qualification to Re-Bid B. Proposal Form [Re-Bid] END OF ADDENDUM 3 JOB NO PAGE 2 OF 2

3 ADVERTISEMENT FOR RE-BIDS AND PRE-QUALIFICATION TO RE-BID PROJECT NORTH CAMPUS ENTRANCE AND RELATED WORK Hanceville, Alabama OWNER Wallace State Community College Project #16007 Sealed proposals for the above-referenced project will be received by Wallace State Community College on Wednesday, June 28, 2017 at 12:00 p.m. local time in Conference Room B located in the Burrow Center (801 Main Street NW, Hanceville, AL 35077), at which time and place they will be publicly opened and read. ONLY CONTRACTORS WHO HAVE BEEN PRE- QUALIFIED will be eligible to bid. Only general contractors and who have completed the pre-qualification process and are certified as qualified will be eligible to bid. Qualification and approval criteria may be obtained from the Architect upon letterhead request and is intended to identify responsible and competent general contractors relative to the requirements of the project. Completed applications for prequalification must be received by the Architect by Thursday, June 22, 2017 at 12:00 noon local time. No further requests will be considered after this date and time. Contractors who have previously submitted a pre-qualification application for this project and whose application is unchanged, may confirm in writing by the deadline that they wish their original pre-qualification application to be considered for the re-bid of the project. The Owner reserves the right to waive technical errors in pre-qualification applications or abandon the pre-qualification process in whole or in part, should the interests of the Owner appear to be promoted thereby. The project consists of the installation of two new monumental signs at the Frances Dodd Drive entrance to the Wallace State Community College Campus. Additionally, the existing open detention pond near the Frances Dodd Drive entrance will be converted to an enclosed detention system. The existing signage at the former Frances Dodd Drive entrance will be removed. Other related work includes three ground-mounted flagpoles, site lighting, landscaping, and irrigation. The estimated cost of the project is approx. $440,000 - $460,000. Interested companies should request a Pre-Qualification Application from Ms. Jennifer Jones or Ms. Stephanie Vaughn: Aho Architects, LLC 265 Riverchase Parkway East, Suite 204 Hoover, Alabama phone; fax projects@ahoarch.com A cashier s check or bid bond payable to Wallace State Community College in an amount not less than five (5) percent of the amount of the bid, but in no event more than $10,000, must accompany the bidder s proposal. Performance and Payment Bonds and

4 evidence of insurance required in the bid documents will be required at the signing of the Contract. Once the pre-qualification process is complete, The CONTRACT DOCUMENTS may be examined at the following locations: the office of Aho Architects, LLC, (265 Riverchase Parkway East, Suite 204, Hoover, Alabama 35244, Phone: , Fax: , and at Alabama Graphics, Dodge Data & Analytics, Associated General Contractors (isqft), and CMD Group. Copies of the CONTRACT DOCUMENTS may be obtained from Alabama Graphics, th Avenue South, , contact: Debbie Covarrubias, upon deposit of $200 per set, which will be refunded in full on the first 2 sets issued to each general contract bidder submitting a bonafide bid, upon return of documents in good condition within ten days of bid date. Other sets for general contractors, and sets for subcontractors and suppliers, may be obtained with the same deposit, which will be refunded as above, less cost of printing, reproduction, handling, and distribution. Bids must be submitted on proposal forms furnished by the Architect or copies thereof. All bidders bidding in amounts exceeding that established by the State Licensing Board for General Contractors must be licensed under the provisions of Title 34, Chapter 8, Code of Alabama, 1975, and must show evidence of license before bidding or bid will not be received or considered by the Architect; the bidder shall show such evidence by clearly displaying his or her current license number on the outside of the sealed envelope in which the proposal is delivered. The Owner reserves the right to reject any or all proposals and to waive technical errors if, in the Owner s judgment, the best interests of the Owner will thereby be promoted. Wallace State Community College (Owner) Aho Architects, LLC (Architect)

5 PROPOSAL FORM [RE BID] ABC Form C 3 August 2001 To: Wallace State Community College Date: (Awarding Authority) In compliance with your request for bids and subject to all the conditions thereof, the undersigned (Legal Name of Bidder) hereby proposes to furnish all labor and materials and perform all work required for the construction of the NORTH CAMPUS ENTRANCE AND RELATED WORK (AHO ARCHITECTS, LLC #16007) TO BE COMPLETED IN 154 CALENDAR DAYS in accordance with Drawings and Specifications, dated , prepared by Aho Architects, LLC. The Bidder, which is organized and existing under the laws of the State of, having its principal offices in the City of, is: a Corporation a Partnership an individual (other) LISTING OF PARTNERS OR OFFICERS: If Bidder is a Partnership, list all partners and their addresses; if Bidder is a Corporation, list the names, titles, and business addresses of its officers: BIDDER S REPRESENTATION: The Bidder declares that it has examined the site of the Work, having become fully informed regarding all pertinent conditions, and that it has examined the Drawings and Specifications (including all Addenda received) for the Work and the other Bid and Contract Documents relative thereto, and that it has satisfied itself relative to the Work to be performed. ADDENDA: The Bidder acknowledges receipt of Addenda Nos. through inclusively. Sales tax is not to be included in bids below. List taxes as directed in attached Form C-3A and per Section BASE BID: For construction complete as shown and specified, the sum of Dollars ($ ) BID SECURITY: The undersigned agrees to enter into a Construction Contract and furnish the prescribed Performance and Payment Bonds and evidence of insurance within fifteen calendar days, or such other period stated in the Bid Documents, after the contract forms have been presented for signature, provided such presentation is made within 45 calendar days after the opening of bids, or such other period stated in the Bid Documents. As security for this condition, the undersigned further agrees that the funds represented by the Bid Bond (or cashier s check) attached hereto may be called and paid into the account of the Awarding Authority as liquidated damages for failure to so comply. Attached hereto is a: (Mark the appropriate box and provide the applicable information.) Bid Bond, executed by as Surety, a cashier s check on the Bank of, for the sum of Dollars Page 1 of 2

6 ABC Form C 3 August 2001 ($ ) made payable to the Awarding Authority. BIDDER S ALABAMA LICENSE: State License for General Contracting: License Number Bid Limit Type(s) of Work CERTIFICATIONS: The undersigned certifies that he or she is authorized to execute contracts on behalf of the Bidder as legally named, that this proposal is submitted in good faith without fraud or collusion with any other bidder, that the information indicated in this document is true and complete, and that the bid is made in full accord with State law. Notice of acceptance may be sent to the undersigned at the address set forth below. The Bidder also declares that a list of all proposed major subcontractors and suppliers will be submitted at a time subsequent to the receipt of bids as established by the Architect in the Bid Documents but in no event shall this time exceed twenty-four (24) hours after receipt of bids. Certification Pursuant To Act No : Alabama Law (Section , Code of Alabama 1975) provides that every bid submitted and contract executed shall contain a certification that the vendor, contractor, and all of its affiliates that make sales for delivery into Alabama or leases for use in Alabama are registered, collecting, and remitting Alabama state and local sales, use, and/or lease tax on all taxable sales and leases into Alabama. By submitting this bid, the bidder is hereby certifying that they are in full compliance with Act No , they are not barred from bidding or entering into a contract pursuant to , and acknowledges that the awarding authority may declare the contract void if the certification is false. Legal Name of Bidder Mailing Address * By (Legal Signature) * Name (type or print) (Seal) * Title Telephone Number * If other than the individual proprietor, or an above named member of the Partnership, or the above named president, vicepresident, or secretary of the Corporation, attach written authority to bind the Bidder. Any modification to a bid shall be over the initials of the person signing the bid, or of an authorized representative. Page 2 of 2