The Town will coordinate with the adjacent property Owner for access allowing work to the East side of the building.

Similar documents
707 Minnesota Ave., Suite 506 Kansas City, Kansas Tel Fax

WINDOW REPLACEMENT FOR ARCHITECT'S NO NORWOOD ELEMENTARY SCHOOL. A. Project Name: Window Replacement for Norwood Elementary School.

ADDENDUM #3. GRW Project No.: Date: March 19, 2019 Subject: City of Nicholasville Fire Station #4

For Receipt Prior To 3:00 PM Local Time Wednesday, March 29, 2017 And Will Be Publicly Opened And Read At 3:30 PM.

BIRMINGHAM CITY SCHOOLS (BCS) OPERATIONAL CENTER COMPLEX BID PACKAGE #1 SITE WORK

Dayton Metropolitan Housing Authority Rosemont/Hoch Electrical Upgrades

MECHANICAL SYSTEM REPLACEMENT BROWN COUNTY COURTHOUSE 200 EAST COURT STREET MOUNT STERLING, ILLINOIS 62353

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET P.O. BOX 191 MANCHESTER, CONNECTICUT

REROOFING THE CAREER TECHNICAL SCHOOL FOR THE CLEBURNE COUNTY BOARD OF EDUCATION HEFLIN, ALABAMA

Both envelopes must have the following information in the lower left hand corner:

Project Name: Window and Roofing Replacement at Blanton-Nason-Brewer (BNB) Hall.

DEAN + TYLER + BURNS ARCHITECTURE

Document Bid Form (General Contract) State of Ohio Standard Requirements for Public Facility Construction

ADDENDUM #001 Date: March 21, 2019

ADDENDUM ITEMS: This addendum consists of 2 pages and the following attachments: Pre-Bid Conference Sign-in Sheets, and SE-330, Lump Sum Bid Form.

ADDENDUM NO. 1 CONTRACT NO. TU-191 SALT STORAGE BUILDING FOR THE TOWN OF ULSTER ULSTER COUNTY, NEW YORK. January 25, 2019

THE CITY OF MT. PLEASANT, MICHIGAN

The bid is being postponed to comply with State rules requiring 4 calendar days for receipt of bids after an addendum.

Surgical Associates Commercial Remodel

OFFICE OF PROCUREMENT COOLING TOWER REPLACEMENT, CT BUILDING RFP NO.: RFP OPENING DATE: APRIL 16, 3:00 PM ADDENDUM #4.

CITY OF OCEAN CITY COUNTY OF CAPE MAY, NEW JERSEY ADDENDUM #1 FEBRUARY 16, 2016 CITY CONTRACT NO

MEMORANDUM. Taylor Schoel with Walter Schoel Engineering. DATE: August 29, Addendum 1 - Green Drive Culvert Replacement.

SAN FRANCISCO UNIFIED SCHOOL DISTRICT FACILITIES, DESIGN AND CONSTRUCTION ADDENDUM NO. 1

ADVERTISEMENT FOR BIDS

DOCUMENT BID FORM - STIPULATED SUM (MULTIPLE-PRIME CONTRACTS) Bidder:.

PAWLEYS ISLAND TOWN HALL

PART I PERTAINING TO THE SPECIFICATIONS: Specification section (0.04) o Page 4, The bid form has been revised to include Alternate 4.

2. Clarification: The building address is 801 Henderson Street.

DOCUMENT ADDENDUM

ADDENDUM NO. B. TO THE BID DOCUMENTS, dated 1/5/16 FOR THE

PURCHASING DEPARTMENT. Project # Addendum # # of Pages Original Issue Date. 7 (including title page) March 3, 2017

SAN FRANCISCO UNIFIED SCHOOL DISTRICT FACILITIES, DESIGN AND CONSTRUCTION ADDENDUM NO. 1

John Barton Architect, LLC

SAN FRANCISCO UNIFIED SCHOOL DISTRICT FACILITIES, DESIGN AND CONSTRUCTION ADDENDUM NO. 1

The following shall be incorporated into the Contract Documents dated 12 MARCH 2018.

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR

ADDENDUM No 1 - date 9 April 2016 The Specifications and Bid Documents are modified as follows:-

SECTION BID PROPOSAL FORM. Telephone NO: ( ) Facsimile NO: ( ) Oklahoma License NO:

REVISED BID FORM WILLIAM PATERSON UNIVERSITY OF NEW JERSEY. PROJECT NAME: Renovations & Addition to Hunziker Hall & Wing

ADDENDUM NO. 1 DES MOINES PUBLIC SCHOOLS WINDSOR ELEMENTARY SCHOOL EXTERIOR MASONRY RESTORATION PROJECT 5912 UNIVERSITY AVENUE DES MOINES, IOWA 50311

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR 2014 WATER MAIN AND SEWER MAIN REPLACEMENT IN EASEMENTS

Memphis Housing Authority Capital Improvements Department 700 Adams Street, Room 107 Memphis, Tennessee

2010 IDC WATER AND SEWER CONSTRUCTION PACKAGE III 12/11/2009 SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B RA

Newport News Public Schools

00900 ADDENDUM #1. All Document Holders of Record. Date: February 16, Bayfield Waterline Replacement Project

PLEASE ACKNOWLEDGE RECEIPT OF THIS ADDENDUM 1 AND RETURN WITH YOUR BID. FAILURE TO ACKNOWLEDGE THIS ADDENDUM COULD CONSTITUTE REJECTION OF YOUR BID.

SECTION BID FORM. Garfield Street Drainage Improvements

LOS RIOS COMMUNITY COLLEGE DISTRICT 1919 Spanos Court, Sacramento, CA Phone (916) FAX (916) Purchasing Department

Addendum # 1 Perdue Stadium Seating Bowl Improvements Date of Addendum: 09/07/16

DOCUMENT BID FORM. Village of Middle Point

Spring Lake Public Schools. Spring Lake, MI. March RE: High School Storage Buildings

BID FORM (LUMP SUM CONTRACT)

ENGINEERING BUILDING ROOF REPLACEMENT

Construction Contract Basics

YOU ARE DIRECTED TO MAKE THE FOLLOWING

COUNTY OF ALAMEDA. REVISED BID DUE DATE: 2:00 p.m., THURSDAY, NOVEMBER 17, 2016

August 19, Addendum No. 2 Roosevelt Hall Interior Renovation Brooklyn College Project No.: BY

REQUEST FOR PROPOSAL (RFP) No.: J-19 PRECONSTRUCTION AND CONSTRUCTION SERVICES, MEDIUM VOLTAGE SUBSTATION REPLACEMENT, LAS POSITAS COLLEGE

TRUMAN STATE UNIVERSITY BALDWIN HALL, PERSHING BLDG AND VIOLETTE HALL ROOFING & EXT. RENOV.

ADDENDUM NO. 1. FY 2012 Full Depth Reclamation Project CITY OF GAINESVILLE, GEORGIA

I INVITATION TO BID FLOORING MATERIALS Fort Morgan Public Library

Peralta Community College District th Avenue Oakland, California Phone (510) Fax (510) Purchasing Department

The Home Depot U.S.A., Inc. Instructions to Bidders

Refer to Section Proposal Form/All Trades (issued) a. Revised Alternate No. 2 b. Added Alternate No. 3

REVISED BID FORM. To Procurement Services, Room 1104, 900 East Broad Street, Richmond, Virginia:

1. Instructions to Bidders AIA Document A701, 1997 Section of the above referenced IFB is hereby amended and restated as follows:

SECTION PAYMENT PROCEDURES

GOREE ARCHITECTS, INC Bellaire Blvd., Suite 105 Bellaire, TX Tel (713)

ADDENDUM NO. 3. Item 3 NOTICE OF OPPORTUNITY - REPLACE in its entirety with the attached ***REVISED 08/03/2018

BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION. for the COUNTY OF ORANGEBURG. Project Number: FY

PORTLAND COMMUNITY COLLEGE SW 49 th Avenue Portland, Oregon ADDENDUM NO. 4

TRUMAN STATE UNIVERSITY SITE IMPROVEMENTS, KIRK BLDG, MISSOURI HALL & STUDENT REC CENTER LTD RENOVATIONS

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue

City of Eagle Point 2017 Paving Instruction to Bidders

This Addendum Number One forms part of the Contract Documents and modifies the original Bidding Documents dated June 8, 2016.

A D D E N D U M. REPLACE: Project Summary with attached revised Project Summary. 1 Specification Section Project Summary

CITY OF MARSHALL, MINNESOTA

STANTEC ARCHITECTURE ARCHITECTS PLANNERS ENGINEERS 3001 Bee Caves Road Suite 300 Austin, TX April 29, 2016

Sample. Bid Proposal. Not Valid for Use

Bidding Conditions Attachment C

Main Building Auditorium

6494 Latcha Rd. Walbridge, Ohio v: f: Table of Contents

1. Meeting minutes from the pre-bid conference are attached for inclusion in the Bid Documents.

Highlands Housing Authority

ADDENDUM NO. 3 February 28, 2017

1ARCHITECTURE TABLE OF CONTENTS

SAN ANTONIO WATER SYSTEM DOS RIOS WATER RECYCLING CENTER (DRWRC) DIGESTER MIXING AND SYSTEM ENHANCEMENTS - PHASE 1

CONTRA COSTA COMMUNITY COLLEGE 500 Court St, Martinez, CA 94553

Bid Form. Schedule 2 Alternate Bid No. 4: Install gutters and downspouts. (100% Local Funded)

Answer 1: The reference to CB 5 is incorrect. The correct reference should be CB 4. Question 2: Have any potential staging areas been identified?

Document B252TM 2007

A. Section includes surface preparation and application of wood finishes[.]

All Approved Contractors / Interested Parties Re: ADDENDUM #1 Project: Burton ISD Rock Building Renovation Date: April 9, 2015

OSNI PONCA OFFICE REMODEL

ADDENDUM #1 NWIT Exterior Repainting Various Locations, New Westminster, BC

City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders

Hays CISD IH 35 Kyle, Texas ext August 2018

PROJECT MANUAL Volume 1. Project: Clayton Greenway System -Mark s Creek Bridge Replacement

1. Section "Temporary Facilities and Controls" for limitations and procedures governing temporary use of Owner's facilities.

ALL PROSPECTIVE CONTRACTORS, PLAN ROOMS AND SUPPLIERS

Transcription:

ADDENDUM #1 EXTERIOR REPAIRS YOUTH SERVICES BUREAU 63 LINDEN STREET MANCHESTER, CT 06040 BID #15/16-68 S/P+A PROJECT NO. 15.207 DATE: March 15, 2016 The following changes to the Drawings and Project Specifications shall become a part of the Drawings and Project Specifications; superseding previously issued Drawings and Project Specifications to the extent modified by Addendum No. 1. General Information: The Town will coordinate with the adjacent property Owner for access allowing work to the East side of the building. All existing steel lintels are to be scraped, sanded, primed and painted. Refer to Section 099113 Exterior Painting for additional information. All existing wood window trim stops are to be scraped and sanded. Contractor is to provide up to a 1 inch composite quarter round over the existing wood stop, seal and paint, including all adjacent exterior window trim. Refer to Sections 062013 Exterior Finish Carpentry and 099113 Exterior Painting for additional information. Requests for Information (RFIs): Q1: Drawing A01 construction note #1 calls for active cracks to be sealed and inactive cracks to be repointed. Who is to determine which cracks are active vs. inactive. Should we employ a testing company to perform pull test and review of existing conditions prior to starting repairs? should this be left the discretion of each bidder? Could you please clarify the intent on this. A1: A bid allowance for repointing is established as part of Addendum #1. New Specifications: SECTION 012100, ALLOWANCES has been added and is attached as part of this addendum. (3) Changes to the Specifications: TABLE OF CONTENTS, Page 1, Division 1 General Requirements, add the following: Section 012100 Allowances 3 SECTION 099113, EXTERIOR PAINTING: o Page 1, Article 1.2.A., add the following: Addendum #1-1

ADDENDUM #1 3. Galvanized metal. o Page 3, Article 3.2, add the following: F. Galvanized-Metal Substrates: Remove grease and oil residue from galvanized sheet metal by mechanical methods to produce clean, lightly etched surfaces that promote adhesion of subsequently applied paints. o Page 5, Article 3.6, add the following: C. Galvanized-Metal Substrates: 1. Water-Based Light Industrial Coating System: a. Prime Coat: Primer, galvanized, water based, MPI #134. b. Intermediate Coat: Light industrial coating, exterior, water based, matching topcoat. c. Topcoat: Light industrial coating, exterior, water based, semi-gloss (Gloss Level 5), MPI #163. The bid date is unchanged by this addendum. The addendum consists of eight (8) pages of 8½ x 11 text. End of Addendum 1 Addendum #1-2

ALLOWANCES SECTION 012100 - ALLOWANCES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative and procedural requirements governing allowances. 1. Certain items are specified in the Contract Documents by allowances. Allowances have been established in lieu of additional requirements and to defer selection of actual materials and equipment to a later date when direction will be provided to the Contractor. If necessary, additional requirements will be issued by Change Order. B. Types of allowances include the following: 1. Quantity allowances. C. Related Sections: 1. Section 012200 "Unit Prices" for procedures for using unit prices. 2. Divisions 02 through 49 Sections for items of Work covered by allowances. 1.3 SELECTION AND PURCHASE A. At the earliest practical date after award of the Contract, advise Architect of the date when final selection and purchase of each product or system described by an allowance must be completed to avoid delaying the Work. B. At Architect's request, obtain proposals for each allowance for use in making final selections. Include recommendations that are relevant to performing the Work. C. Purchase products and systems selected by Architect from the designated supplier. 1.4 SUBMITTALS A. Submit proposals for purchase of products or systems included in allowances, in the form specified for Change Orders. B. Submit invoices or delivery slips to show actual quantities of materials delivered to the site for use in fulfillment of each allowance. C. Submit time sheets and other documentation to show labor time and cost for installation of allowance items that include installation as part of the allowance. 012100-1

ALLOWANCES D. Coordinate and process submittals for allowance items in same manner as for other portions of the Work. 1.5 COORDINATION A. Coordinate allowance items with other portions of the Work. Furnish templates as required to coordinate installation. 1.6 QUANTITY ALLOWANCES A. Allowance shall include cost to Contractor of specific products and materials ordered by Owner or selected by Architect under allowance and shall include applicable taxes, freight, and delivery to Project site. B. Contractor's costs for receiving and handling at Project site, labor, installation, overhead and profit, and similar costs related to products and materials ordered by Owner under allowance shall be included as part of the allowance. 1.7 ADJUSTMENT OF ALLOWANCES A. Allowance Adjustment: To adjust allowance amounts, prepare a final Change Order proposal based on the difference between the allowance and the final measurement of work-in-place. 1. Submit substantiation of a change in scope of work, if any, claimed in Change Orders related to unit-cost allowances. 2. Owner reserves the right to establish the quantity of work-in-place by independent quantity survey, measure, or count. 3. Unit prices bid by Contractor will be the sole basis of change in final contract amount, addition or deduction, based on the final measurement of work-in-place. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION 3.1 EXAMINATION A. Examine products covered by an allowance promptly on delivery for damage or defects. Return damaged or defective products to manufacturer for replacement. 3.2 PREPARATION A. Coordinate materials and their installation for each allowance with related materials and installations to ensure that each allowance item is completely integrated and interfaced with related work. 3.3 SCHEDULE OF ALLOWANCES A. Allowance No. 1: Brick Unit Replacement: Include in the Base Bid the cost of the labor, material and equipment to replace one thousand (1,000) face brick units including the areas indicated on the Drawings and other areas as directed by the Owner/Architect. Brick units that 012100-2

ALLOWANCES have sustained spalled damage of more than twenty-five percent (25%) of the face of the brick should be removed and replaced with new, to match existing. The work also includes new mortar, to match existing, and all associated components. Refer to Sections 040120.63 Brick Masonry Repair additional information. B. Allowance No. 2: Existing Brick Façade Repointing: Include in the Base Bid an allowance for the cost of the labor, material and equipment to remove 250 linear feet of mortar joint work, both vertical and horizontal, that is damaged or deteriorated across the entire existing building on all levels and replace with new to match existing. The allowance will include the Contractor s labor and material to field survey the exterior brick façade and determine the precise extent of the deficient mortar. Should mortar be encountered that at the Architect's direction requires removal, the Contractor shall do so, deducting the amount of the affected repointing from the allowance amount. Removal and replacement shall include all manpower, scaffolding, tools and materials for removal, disposal and installation of mortar. Refer to Section 040120.64 Brick Masonry Repointing for additional information. END OF SECTION 012100 012100-3

REVISED BID FORM (To be submitted in duplicate) BIDDER: Name Address To: Director of General Services Town of Manchester 494 Main Street Manchester, CT 06040 Project: Youth Services Bureau Exterior Repairs 63 Linden Street Manchester, Connecticut 06040 Bid #15/16-68 In preparing this bid, we have carefully examined the Bidding Documents for this Project. We have visited the site and noted the conditions affecting the Work. The Bidding Documents referred to include Drawings and Project Manual dated February 11, 2016 entitled Youth Services Bureau, 63 Linden Street, Exterior Repairs, Manchester, Connecticut, prepared by Silver/Petrucelli + Associates, Inc., Hamden, Connecticut. We propose to perform the work described in the Bidding Documents, in keeping with definitions of Article 1 of the Instructions to Bidders, for the Base Bid Sums of: Base Bid: Entire Project for the Total Lump Sum Cost of: written figure Dollars ($.00) We will commence work on the project calendar days after receipt of "Notice to Proceed" or signing of Contract. We will be able to substantially complete the project by July 1, 2016. Alternates: The undersigned proposes to furnish all Labor, Materials, Equipment and Services necessary to construct the items listed in the Alternates described in Section 012300 for the stipulated sums of: ADD ALTERNATE NO. 1: Gutter Replacement: Add to the Base Bid a Total of: written figure Dollars ($.00) Revised Bid Form-1

ADD ALTERNATE NO. 2: Column Replacement: Add to the Base Bid a Total of: REVISED BID FORM written figure Dollars ($.00) Allowances: (See Section 012100 Part of Base Bid) Allowance No. 1: Brick Unit Replacement (1,000 bricks at $ /brick) $ Allowance No. 2: Existing Brick Façade Repointing (250 linear feet at $ /foot) $ Unit Prices: As required by the Base Bid, should deteriorated or damaged materials be required to be removed as determined by the Architect or Owner, the cost to remove and replace the referenced material, (or credit for specified material not provided or installed) including all labor, material, equipment and related furnishings is as follows: 1. Add or deduct pressure treated wood blocking, as specified, cut to fit around systems and installed $ /bf If written notice of the acceptance of this Bid is mailed, telegraphed or delivered to the undersigned at the Address designated below, within ninety (90) days after the date of Bid Opening, or any time thereafter before this Bid is withdrawn, the undersigned will, within ten (10) days after the date of mailing, telegraphing or delivering of the notice, execute and deliver a contract in the Agreement Between the Town of Manchester and Contractor as provided in this project manual. The undersigned acknowledges that he has examined the documents, visited and examined the site as required under "Instructions to Bidders", examined the availability of labor and materials and further agrees to comply with all the requirements as to the conditions of employment and wage rates set forth in the Contract Documents. Addenda: The undersigned acknowledges receipt of the following addenda to the Contract Documents, listed by number and date: Number, Dated: Number, Dated: Number, Dated: Number, Dated: Exceptions: Revised Bid Form-2

REVISED BID FORM NON-COLLUSIVE BID STATEMENT The undersigned bidder certifies that his bid is made independently and without collusion, agreement, understanding or planned course of action with any other bidder and that the contents of his bid shall not be disclosed to anyone other than his employees, agents or sureties prior to the official bid opening. ATTACHMENTS Contractor is to attach the following: Date: 1. Bid Bond 2. Living Wage Certification Form 3. Contractor s Qualification Statement, AIA A305 or similar providing same information 4. Supplemental Contractors Qualification Form Signature: Printed Name and Title of Agent submitting bid: Name of Company: Address: Telephone Number: Fax Number: Email: This Bid may be withdrawn prior to the scheduled Bid Opening or any postponement thereof. Revised Bid Form-3