Mr. & Mrs. FL Schlagle Library Improvements Kansas City Kansas Public Schools USD 500 IFB 16-043 ADVERTISEMENT FOR BIDS 1.1 PROJECT INFORMATION A. Notice to Bidders: Qualified bidders may submit bids for project as described in this Document. Submit bids according to the Instructions to Bidders. 1. Regulatory Requirements: Applicable standards, regulations and laws of the State of Kansas shall govern submittal, opening, and award of bids. B. Project Identification: Mr. & Mrs. FL Schlagle Library Improvements. 1. Project Locations: Mr. & Mrs. FL Schlage Library 4051 West Drive Kansas City, KS 66109 C. Owner: Kansas City Kansas Public Schools, USD 500. 1. Owner's Representative: Mark Stubbolo Telephone: 913-627-3851 D. Architect: Archimages, Inc. E. Project Description: The project consists of all necessary construction to provide the Mr. & Mrs. F.L. Schlagle Library Improvements. F. Construction Contract: Bids will be received for the following Work: 1. General Contract (all trades) for the Library improvements indicated on the documents dated 07/20/16, and the three (3) alternates: 2. Alternate #1: Painting/staining entire exterior of the facility. 3. Alternate #2: New carpet on the main level. 4. Alternate #3: Exterior Deck Addition ADVERTISEMENT TO BIDS
ADDENDUM No. 1 PROJECT NAME IFB 16-043 F.L. Schlagle Library Renovations CLIENT NAME PROJECT NO.: Date Kansass City Kansas Public Schools USD 500 K16504.04 August 3, 3016 This addendum, applicable to work herein, shall be understood to be, and is, an Addendum and as such shall be a part of and included in the Contract. IT ISS ESSENTIAL THAT ALLL BIDDERS/CONTRACTORS FURNINSH LABOR, MATERIAL, AND SERVICES IN CONNECTION WITH THE PROJECT READ THIS ADDENDUM. Bids shall acknowledge receipt of and inclusion of all addenda items. Response to Erosion Control Review No. 1 DRC No. 16-300-00553: 1. We have addressed the erosion control comment and updated drawing G001. Drawings: Sheet G001 1. Revised Site Plan to include silt fence location and added note as recommended by reviewer.. 2. Added Silt Fence Detail B1/G001. General Pre-Bid Questions: 1. Meeting notes from the Pre-bid conference held July 26, 2016 along with the sign-in sheet are included in this addendum. 2. Per email request, the manufacturers of the existing equipmentt are: a. Fire Alarm System: Notifier # SFP-400 b. Power Distribution: Siemens gearr c. Telecommunications equipment: Not known att time of issuance. 3. Add Alternate #2 for carpet/base replacement includes all rooms on the upper level, excluding the toilet rooms and janitor s closet, and the stairs descending to the lower level. 4. Florock Polymer Flooring will be an accepted alternate to the listed EP1 finish. 14205 W. 95 th St. Lenexa, Kansas 66215 (913) 378-9533 www.archimages-stl.comm
Drawings: Sheet G000 1. Revised Sheet index to include Addendum 1. Sheet S1 1. Added existing slab height and top of glulam height. Sheet S2 1. Added existing slab height and top of glulam height. Sheet A101 1. Revised demo plan to show temporary separation for construction. 2. Added Keynote #9 temporary separation. Sheet DME101 1. Remove existing recessed floor receptacle. Refer to revised drawing. Sheet M101 1. Revise supply ductwork. Refer to revised drawing. Attachments: 1. Pre-bid conference meeting minutes and sign-in sheet. End of Addendum No. 1 14205 W. 95 th St. Lenexa, Kansas 66215 (913) 378-9533 www.archimages-stl.com
Meeting Agendaa 14205 W. 95 th Street Lenexa, Kansas 66215 Telephone No. (913) 378-9533 E-mail Address: scollins@archimages-stl.comm Objective: Pre-bid meeting IFB 16-043 Schlagle Lake Library Improvements Meeting Notes Meeting Date: Project No: July 26, 2016 K16504.04 Location: F..L. Schlagle Library Discussion Items: 1. Introductions: There weree not comments a. Owners Representative Mark Stubbolo b. Architect Archimages, Inc. Sam Collins c. Consulting Engineer PKMR Engineers Ronda Newstrom d. Structural Engineer Bob D. Campbell Steve Carroll 2. General Overview of Project: There were no comments a. Library Renovations Addition of main levell space. b. Plus the alternates listed i. Painting/staining entire exterior of thee facility. ii. New carpet on the main level iii. Exterior deck addition. c. Bid date: August 17, 2016 2:00p.m. d. All documents received after this date/time will be returned, unopened. 3. Bid Proposal Form: There were no comments a. Must be fully completed and submitted at thee time of bid. b. Review documents and existing conditions. Bring conflicts or questions to the attention of the Architect prior to bidding. No change orders will be approved for conditions readily observable by visiting the site. 4. Bid Security/ Bid Bond: There were no comments a. Each bid submitted shall have a certified cashier s check or Bid Bond (AIA 310) equal to 5% of the bid. Checks or Bid Bonds will be returned to all bidders after the execution of the contract with successful bidder. Archimages Meeting Agenda Page 1 of 3
5. Form of Contract: There were no comments a. AIA Document A101-2007 6. Insurance Requirements: There were no comments a. The insurance requirements associated with this job can be found in the General Conditions of the Contract for Construction. 7. Performance Bond and Payment Bond AIA A312, 2010 edition: There were no comments a. Bonds to be submitted by the successful bidder within ten (10) days of contract award. 8. Sales Tax Exemption: There were no comments a. This project is EXEMPT from sales tax. Copies of the exemptions certificate will be made available to the Contractor from the School District. 9. Building Permit: The permit tracking number is 16300-00553 a. A building permit will be required for this project. b. The contractor is responsible for procuring and paying the occupational licenses, fees, permits and similar items required by the City/State and other authorities having jurisdiction. 10. Project Schedule: There were no comments a. September 26, 2016 through and no later than December 30, 2016. Open Discussions 1. If the add alternate No. 2 is accepted to replace the carpet, it is the responsibility of the selected general contractor to provide a turn-key move of all furniture/equipment, install the carpet/base, and re-install all furniture/equipment. How this is completed, is up to the general contractor. They will need to work closely with the building manager/custodian/district Representative on timing and scheduling. 2. The library staff will be responsible for moving all animals for construction to commence. The general contractor will help with placement of the animals once construction is complete. 3. It is the intent for the library to remaining operating during this project on a limited basis on the main level. Addendum No. 1 will show required separation wall for the construction area limits. 4. Staff hours are Monday-Friday, 7:00-5:00. The library is also open on Saturday, but should not be utilized for this project unless coordinated with building manager/custodian/district Representative. 5. The construction entrance should utilize the lower level doors and not bring construction material through the main entry of the facility. Archimages Meeting Agenda Page 2 of 3
6. The lower level restrooms may be utilized by the construction staff, as long as facility is maintained and kept clean. 7. A question about the existing epoxy flooring on the lower level was asked. It is the intent to protect and only patch/repair at the new footing locations. There should be no damage to the floor finish when the job is complete. 8. Liquidated damages will be required for this project. Refer to Addendum No. 1 for information. 9. Drive access for construction staging, parking can be along the access drive to the West and South of the property. Parking lot should not be used and remain for public use only. 10. A silt fence will be required to protect the Lake. Refer to Addendum No. 1 for location. 11. A question was raised about what the construction budget for this project was. The District does not have a dollar value for this project at this time. It is the intent of the District to review all qualified bids and compare the value of what is being asked to accomplish. All Contractors are asked to provide their best value bids for the base and add alternates for the completion of the project. End of Notes: Archimages Meeting Agenda Page 3 of 3
ADDENDUM No. 2 PROJECT NAME IFB 16-043 F.L. Schlagle Library Renovations CLIENT NAME PROJECT NO.: Date Kansass City Kansas Public Schools USD 500 K16504.04 August 4, 3016 This addendum, applicable to work herein, shall be understood to be, and is, an Addendum and as such shall be a part of and included in the Contract. IT ISS ESSENTIAL THAT ALLL BIDDERS/CONTRACTORS FURNINSH LABOR, MATERIAL, AND SERVICES IN CONNECTION WITH THE PROJECT READ THIS ADDENDUM. Bids shall acknowledge receipt of and inclusion of all addenda items. General: 1. The work is subject to liquidated damages. The amount of $250.00/day will be implemented if the original schedulee is not met. Drawings: 1. None Attachments: 1. None End of Addendum No. 2 14205 W. 95 th St. Lenexa, Kansas 66215 (913) 378-9533 www.archimages-stl.comm
ADDENDUM No. 3 PROJECT NAME: IFB 16-043 F.L. Schlagle Library Renovations CLIENT NAME: PROJECT NO.: DATE: Kansass City Kansas Public Schools USD 500 K16504.04 August 10, 3016 This addendum, applicable to work herein, shall be understood to be, and is, an Addendum and as such shall be a part of and included in the Contract. IT ISS ESSENTIAL THAT ALLL BIDDERS/CONTRACTORS FURNINSH LABOR, MATERIAL, AND SERVICES IN CONNECTION WITH THE PROJECT READ THIS ADDENDUM. Bids shall acknowledge receipt of and inclusion of all addenda items. General: 1. Please confirm the flooring type for the new area being constructed. a. The new area that is being built will receive carpet (CP1) as listed in the finish schedule on A601. 2. What is the extent of Add Alternate No. 2 Carpet/base replacement? a. Per addendum No. 1, General Pre-Bidd Questions, Item No. 3 Add Alternate #2 for carpet/base replacement includes all rooms on the upper level, excluding the toilet rooms and janitor s closet, and the stairs descending to the lower level. 3. Is the new sidewalk concrete work underneathh the deck alternate to be consideredd a part of the alternatee or will it be done in thee base bid? a. The new sidewalk as shown on the drawings will be part of Add Alternatee No. 3. 4. Updated Bid Form to reflect the 3 addendums. 5. Updated specification section 01230 to list alll 3 Add Alternates. Drawings: 1. None Attachments: 1. Updated Bid Form 2. Updated Specification Section 012300 - Alternatives End of Addendum No. 3 14205 W. 95 th St. Lenexa, Kansas 66215 (913) 378-9533 www.archimages-stl.comm
PART 1 GENERAL 1.01 SECTION INCLUDES A. Description of Alternates. 1.02 RELATED REQUIREMENTS SECTION 01230 ALTERNATIVES A. Document 00200 - Instructions to Bidders: Instructions for preparation of pricing for Alternates. B. Document 00433 - Supplement C - List of Alternatives: List of Alternates as supplement to Bid Form. 1.03 SCHEDULE OF ALTERNATES A. Alternate No. 1 - as follows: 1. Power wash entire surface of the exterior. 2. Remove all guttering/downspouts, lighting, etc.in a phased manner as you move around the building. 3. Patch/repair all damaged siding. 4. Prep entire surface, including Repair/re-caulk all joints as required. 5. Protect all surfaces from overspray/dripping. 6. Replace any cedar trim that is damaged or un-repairable. 7. Provide P6 for exterior color Refer to finish schedule/specification for type. 8. Provide P7 for exterior trim stain color Refer to finish schedule/specification for type. 9. Provide mock-up for final review/approval of paint and stain colors. Mock-up can be finished product on building. 10. Refer to quality assurance specifications for all instructions. B. Alternate No. 2 - New Carpet on Main Level: 1. Remove all carpet/trim on main level. a. Score existing paint above existing cove base before removal as to not disturb/peel existing paint. Any damaged painting surface will need to be re-painted. 2. Prep substrate for new carpet. 3. Provide attic stock of 10 pieces of carpet tile. 4. Provide carpet to match CP1 - Refer to finish schedule/specification for type. Provide on entire main level and down main stairs to lower level. 5. Provide new cove base to match B1 Refer to finish schedule/specification for type. 6. Refer to quality assurance specifications for all instructions. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION - NOT USED END OF SECTION K16504.04 / KCKPS - Schlagle Library Improvements 01230-1 ALTERNATIVES
This page intentionally left blank
ADDENDUM No. 4 PROJECT NAME: IFB 16-043 F.L. Schlagle Library Renovations CLIENT NAME: PROJECT NO.: DATE: Kansass City Kansas Public Schools USD 500 K16504.04 August 16, 3016 This addendum, applicable to work herein, shall be understood to be, and is, an Addendum and as such shall be a part of and included in the Contract. IT ISS ESSENTIAL THAT ALLL BIDDERS/CONTRACTORS FURNINSH LABOR, MATERIAL, AND SERVICES IN CONNECTION WITH THE PROJECT READ THIS ADDENDUM. Bids shall acknowledge receipt of and inclusion of all addenda items. General: 1. Please addd separate line items for pricing of Alternates. a. Bid form has been updated to change base bid language. b. New lines added to bid form to separate out alternate pricing. Drawings: 1. None Attachments: 1. Updated Bid Form. End of Addendum No. 4 14205 W. 95 th St. Lenexa, Kansas 66215 (913) 378-9533 www.archimages-stl.comm
THE PROJECT AND THE PARTIES 1.01 TO: SECTION 04100 BID FORM A. Kansas City, Kansas Public Schools ( Owner) 2220 N. 59th Street, Suite 229 Kansas City, KS 66104 1.02 FOR: KANSAS CITY, KANSAS PUBLIC SCHOOLS - F.L. SCHLAGLE LIBRARY IMPROVEMENTS : ARCHIMAGES PROJECT NUMBER: K16504.04 1.03 DATE: (BIDDER TO ENTER DATE) A. 1.04 SUBMITTED BY: (BIDDER TO ENTER NAME AND ADDRESS) A. Bidder's Full Name 1. Address 2. City, State, Zip 1.05 OFFER A. Having examined the Place of The Work and all matters referred to in the Instructions to Bidders and the Contract Documents prepared by Archimages, Inc. for the above mentioned project, excluding the three (3) alternates, we, the undersigned, hereby offer to enter into a Contract to perform the Base Bid Work for the Sum of: dollars ($ ), in lawful money of the United States of America. B. In addition to the Base Bid contract, below list the three (3) Add alternates, we, the undersigned, hereby offer to enter into a Contract to perform the Work for the Sum of: Alternate #1: dollars ($ ), in lawful money of the United States of America. Alternate #2: dollars ($ ), in lawful money of the United States of America. Alternate #3 dollars ($ ), in lawful money of the United States of America. K16504.04 / KCKPS - Schlagle Library Improvements 04100-1 BID FORM
1.09 BID FORM SIGNATURE(S) A. The Corporate Seal of B. C. (Bidder - print the full name of your firm) D. was hereunto affixed in the presence of: E. F. (Authorized signing officer, Title) G. (Seal) H. I. (Authorized signing officer, Title) 1.10 IF THE BID IS A JOINT VENTURE OR PARTNERSHIP, ADD ADDITIONAL FORMS OF EXECUTION FOR EACH MEMBER OF THE JOINT VENTURE IN THE APPROPRIATE FORM OR FORMS AS ABOVE. END OF BID FORM K16504.04 / KCKPS - Schlagle Library Improvements 04100-3 BID FORM