ADDENDUM NO Refer to Specifications Section Alternates. Clarifications to alternate descriptions are as follows:

Similar documents
Transcription:

ADDENDUM NO. 1 TO THE DRAWINGS AND SPECIFICATIONS FOR THE New Dishman-McGinnis Elementary School Bowling Green Independent Schools Bowling Green, Kentucky BG 12-256 RTA 1209 March 11, 2013 To All Plan Holders of Record: This Addendum modifies bid documents dated February 2013 for the above project, and shall become part of said documents in the preparation of proposals and execution of work of the subject project. General: 1. Bidders submitting proposals that include work under the following specification sections will be required to submit the applicable manufacturer/installer certifications. These certifications are to be submitted to the Construction Manager within 24 hours of the bid opening. Section 072100 Thermal Insulation Section 072129 Foamed-in-Place Insulation Section 074113 Metal Roof Panels Section 075400 Thermoplastic Membrane Roofing Section 087100 Door Hardware Section 096500 Resilient Tile Flooring Section 096501 Resilient Wall Base and Accessories Section 096813 Carpet Tile and Base Specifications: 2. Refer to Specifications Section 018000 Alternates. Clarifications to alternate descriptions are as follows: Alternate No. 1 Owner Preferred Hardware, refer to Section 087100, paragraph 1.3, Alternate Pricing, for the required hardware alternate modifications. Alternate No. 4 Owner Preferred Aluminum Canopies, delete Owner Preferred from the title of this Alternate. Alternate No. 6 Owner Preferred Solar Thermal Domestic Water Heating System and Solar PV Array System, delete Owner Preferred from the title of this alternate. 3. Refer to Specification Section 019000 Language Specific to Individual Bids: -Delete Bid Package 030 Concrete and General Trades, in its entirety. -Insert the attached Bid Package 030 General Trades (Revised) -Insert the attached Bid Package 031 Concrete ADDENDUM PAGE 1

Page 2 4. Refer to Specification Section 099120 Epoxy Paint System: Porter is an acceptable manufacturer. 5. Refer to Specification Section 129313 Bicycle Racks: Section is to be deleted from project manual. 6. Refer to Specification Section 129363 Site Furnishings: Section is to be deleted from project manual. Drawings: 1. Drawing Sheet A1.2 First Floor Plan-Area C: Insert attached drawing AD1.1 to include hollow metal window assembly for kitchen office 131E. 2. Drawing Sheet A2.5 Second Floor Plan-Area D-FF&E, Detail A: Bank of lockers shown on north wall is to be Type L2. 3. Drawing Sheet A6.2 Door and Window Elevations and Details: Insert revised hollow metal window type 4, as shown on the attached drawing AD1.1 4. Drawing Sheet FSG1.0 Foodservice Equipment Plan: Shift washer/dryer to plan east into alcove. Refer to attached drawing AD1.2. MEP Items: Refer to the attached items from CMTA Engineers. END OF ADDENDUM

EXCLUDED: 1. Building and site concrete. 2. ICF wall system. BID PACKAGE 030 - GENERAL TRADES (REVISED) INCLUDED: 1. All material, tax, labor, equipment, etc. required to complete work as specified in Section(s): Section 002000 Geotechnical Investigation and Report Section 034100 Precast Structural Concrete Section 061000 Rough Carpentry Section 064100 Interior Architectural Wood Casework Section 083326 Overhead Coiling Grilles Section 102260 Operable Panel Partitions Section 107050 Sun Shades Section 107300 Aluminum Canopy Section 110625 Stage Equipment Section 122413 Manually Operated Window Shades Section 323113 Chain Link Fence and Gates Section 323119 Ornamental Fences and Gates 2. Installation only of all items as specified in Sections: Section 081113 Hollow Metal Doors and Frames Section 081416 Flush Wood Doors Section 087100 Door Hardware Section 101101 Visual Display Boards Section 101424 Signs Section 101433 Illuminated Panel Signage Section 101453 Traffic Signage Section 101550 Toilet Compartments Section 102600 Wall and Corner Guards Section 102800 Toilet & Bath Accessories Section 104400 Fire Protection Specialties Section 105000 Printed Display Materials Section 107500 Flagpoles 3. Cleanup and disposal of construction and miscellaneous debris. 4. Shop drawings and product submittals. 5. Field measurements and required for shop drawings and fabricated items. 6. Coordination with other trades. 7. Receive, unload and provide proper storage of items furnished by others and installed by this contractor. 8. All temporary barriers and walkways and enclosures for safety and weather protection. 9. Furnish & Install wood blocking in metal stud walls for attachment of other work. 10. Provide an allowance of $5.000.00 for residential appliances to be selected by the Owner, this allowance is for the uncrating and setting in place of residential equipment delivery and installation to be included in the base bid. 11. Include a $10,000.00 allowance for SWPPP maintenance. 12. In areas where hollow metal frames are installed inside a stala frame, weld together to provide a secure anchor.. 13. Furnish and install the temporary construction fence indicated on the contract documents. This fence will be required for twelve (12) months. 14. Provide and maintain a concrete washout area for the BP 030 and BP 035 Scope of Work. ALSO INCLUDED: 1. Provide 500 tons of crushed stone, spread and compacted for temporary use at roads and staging area as directed by the CM. 2. Include an allowance of $25,000.00 for site security guard. 3. Include an allowance of $5,000.00 to repair property line fence SECTION 019000 LANGUAGE SPECIFIC TO INDIVIDUAL BIDS

CLEAN UP: 1. Include an allowance of $40,000 in the base bid for recyclable materials and general construction debris. Each Contractor will be responsible for placing of their debris in the dumpster. 2. Provide 500 laborer hours to be used as directed by the CM for general building and jobsite cleanup. Provide five (5) trash receptacles for miscellaneous trash and empty daily. 3. Furnish labor and materials to accomplish final cleaning of building ready for inspection by Owner, Architect, CM and various agencies. Cleaning includes floors, walls, cabinets, equipment, plumbing fixtures, etc.. SPECIAL INSTRUCTIONS: 1. REFER TO SECTION 01900, PARAGRAPH 12, REGARDING THE APPLICATION OF KENTUCKY SALES AND USE TAX. 2. Work included and material provided in this bid package is to be scheduled to coincide with the phasing plan included in the contract documents. 3. The Bid Package 030 Contractor will be responsible for providing the appropriate dumpster for recyclable material and debris. This Contractor is responsible for transporting material and debris to the dumpster staging area and depositing into the appropriate container. 4. Each Contractor will comply with the requirement of the Construction Indoor Air Quality Management Program (during construction and before occupancy). 5. The personnel installing the doors, frames and hardware will participate in a pre-installation meeting and obtain pertinent manufacturer s certification prior to installing the hardware. 6 The installer of the hardware will employ a certified architectural hardware consultant to conduct an individual door-by-door inspection of the entire installation. This inspector is to be approved by the Construction Manager/Architect and will submit a complete list of deficiencies to the contractor, Construction Manager, Architect and Owner. A confirmation letter will be required by the Inspector confirming all deficiencies were corrected. 7. Contractor shall provide and monitor a working e-mail address for project coordination. BID BREAKDOWN: 1. Bidder will state material cost of precast structural concrete, aluminum protective canopies and operable panel partitions (excluding sales tax) on the Bid Form. 2. Owner will purchase said material from the Supplier(s) listed. 3. Bidder will furnish delivery tickets to CM to verify quantities of materials delivered to jobsite. 4. Bidder shall furnish any additional material required to finish job at no additional cost to the Owner. Bidder is directed to Drawings and Technical Specification Section(s) as they relate to this Bid Package. SECTION 019000 LANGUAGE SPECIFIC TO INDIVIDUAL BIDS

(CONTRACTOR/SUPPLIER) BID PACKAGE 031 - CONCRETE EXCLUDED: 1. Furnishing of concrete embedded items as furnished by other Bid Packages. 2. Anchor bolts for structural steel. 3. Mechanical and electrical concrete. 4. Testing of concrete and soils. 5. Section 031119 Insulated Concrete Forms. 6. Concrete at chain link fences. INCLUDED: 1. All material, tax, labor, equipment, etc. required to complete work as specified in Section(s): Section 031000 Concrete Forming and Accessories Section 032000 Concrete Reinforcing (as it relates to this Bid Package) Section 033000 Cast-in-Place Concrete (as it relates to this Bid Package) Section 036200 Non-Shrink Grouting Section 071300 Under Slab Sheet Waterproofing Section 071400 Fluid Applied Waterproofing Section 072100 Thermal Insulation (as it relates to rigid perimeter and under slab insulation) Section 079513 Expansion Joint Cover Assemblies Section 312316 Excavation (as it relates to this Bid Package) Section 312316.26 Rock Removal (as it relates to this Bid Package) Section 312319 Dewatering (as it relates to this Bid Package) Section 313116 Termite Control Section 321123 Aggregate Base Courses (as it relates to aggregate under concrete) Section 321313 Concrete Paving Section 321373 Pavement Joint Sealants Section 321413.13 Precast Detectable Warning Pavers Section 321613 Concrete Curb and Gutters (including Header Curbs). 2. Installation only of all items as specified in Sections: Section 055000 Metal Fabrications (installation only as it relates to concrete embeds) 3. Provide DGA for all exterior concrete sidewalks and concrete pavement. 4. Curb and gutter. 5. Building layout. 6. Cleanup and disposal of debris. 7. Shop drawings and product submittals. 8. Field measurements. 9. Coordination with other trades. 10. Receive, unload and provide proper storage of items furnished by others and installed by this Contractor. 11. Pressure wash sidewalks at job completion. 12. Coordinate and furnish the curing process acceptable to the finish flooring contractor. 13. Install pipe bollards. 14. Rock excavation shall be included as required. 15. Include concrete footing for building sign. 16. Provide and install warning pavers in sidewalks. 17. Include slab-on-grade, elevated slab and stair pans. SPECIAL INSTRUCTIONS: 1. REFER TO SECTION 01900, PARAGRAPH 13, REGARDING THE APPLICATION OF KENTUCKY SALES AND USE TAX. 2. Work included and material provided in this Bid Package is to be scheduled to coincide with the phasing plan included in the contract documents. 3. Each Contractor will comply wth the requirement of the Construction Indoor Air Quality Management Program (during construction and before occupancy). SECTION 019000 LANGUAGE SPECIFIC TO INDIVIDUAL BIDS

4. Contractor shall provide and monitor a working email address for project coordination. BID BREAKDOWN: 1. Bidder will state material cost of concrete and concrete reinforcing, (excluding sales tax) on the Bid Form. 2. Owner will purchase said material from the Supplier(s) listed. 3. Bidder will furnish delivery tickets to CM to verify quantities of materials delivered to jobsite. 4. Bidder shall furnish any additional concrete and concrete reinforcing required to finish job at no additional cost to Owner. Bidder is directed to Drawings and Technical Specification Section(s) as they relate to this Bid Package. SECTION 019000 LANGUAGE SPECIFIC TO INDIVIDUAL BIDS