ALL PROSPECTIVE CONTRACTORS, PLAN ROOMS AND SUPPLIERS

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

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

1. Pre-Bid Meeting: The Meeting was held on July 15, 2013 at 1:30PM at Kiser Middle School.

ADDITIONS, RENOVATIONS AND IMPROVEMENTS AT BEAUREGARD HIGH SCHOOL FOR THE LEE COUNTY BOARD OF EDUCATION OPELIKA, ALABAMA

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

JEFCO GYM HVAC ADDITIONS TO ARCHITECT'S NO AES, BES, CES, PGES, SRES B.C. NO

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

ADDENDUM NO. 3 February 28, 2017

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

BID PROPOSAL FORM C.I.P. NO PROJECT: VETERANS PARK SHOOTING RANGE LEAD ABATEMENT/DEMO

14001 PREFERRED MANUFACTURERS LIST FOR ELEVATOR CAB

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

Cattaraugus County Little Valley County Center Court Renovations Second Floor Little Valley, NY

BID DATE HAS CHANGED TO December 6, 2018 prior to 2 PM

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

John Barton Architect, LLC

Dayton Metropolitan Housing Authority Rosemont/Hoch Electrical Upgrades

SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT DOCUMENT BID PROPOSAL

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

PROJECT MANUAL FOR: CP AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP HULSTON HALL STAIR TOWER REPAIRS

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

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

DOCUMENT BID FORM - STIPULATED SUM

Main Building Auditorium

SECTION ALTERNATES

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

131 Stanley Ave. #100 PO Box 129 Estes Park, CO Fax:

Haywood County Auxiliary Services and Haywood County Auxiliary Services: Building Shell Renovation Waynesville, North Carolina

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

March 6, Subject: Addendum No. 2 Invitation for Bid No Toyota Park Transit Center Phase II. Ladies and Gentlemen:

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

A NEW GYMNASIUM AND RENOVATED FINE ARTS FOR MONTGOMERY CATHOLIC PREPARATORY SCHOOL MONTGOMERY, ALABAMA

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

STUDIO 2LR ARCHITECTURE + INTERIORS

The Housing Authority of the County of Marin ( MHA ) 4020 Civic Center Drive. San Rafael, CA Addendum #1. Released October 3, 2016

Specification for MRL Passenger Elevators

Junior High Science Upgrades Phase II Puyallup School District #3 Project #07661

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

Recycling/Roll-off bins/containers for the Solid Waste Division of the Boone County Fiscal Court

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

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

ADDENDUM NO. 1 FOR RENOVATIONS TO LINCOLN ANIMAL SHELTER RFP # February 1, 2018

TRIAD ENGINEERING CONSULTANTS, INC.

THE HOUSING AUTHORITY OF THE BOROUGH OF HIGHLAND PARK 242 SOUTH SIXTH AVENUE, HIGHLAND PARK, NJ PHONE (732)

PAWLEYS ISLAND TOWN HALL

DEAN + TYLER + BURNS ARCHITECTURE

ADDENDUM NO. 1 FOR CITY OF CUMMING 900-HP RAW WATER INTAKE PUMP. ADDENDUM DATE: February 10, BID DATE: February 15, 2017, 11:30 a.m.

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

Addendum No. 1. Joliet Junior College 1215 Houbolt Road Joliet, IL DATE: October 16, 2017

Dick s Sporting Goods Demolition Package

ADDENDUM NUMBER ONE PROJECT NO January 2018

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

Five Forks Branch Library MPS Project No May 25, 2016

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

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.

CITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017

Addendum! Project No: HFX A0 Client Project No: MISC Project: MacAulay Sports Field Project Date: March 23, 2015 Addendum No: 2

ADDENDUM NO. 2 PROJECT: Omaha Nation Food Distribution Building Macy, Nebraska Project No ARCHITECT:

All subcontractor bidders are responsible for assuring that their subcontractors and vendors are properly apprised of the contents of this Addendum.

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

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

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

SECTION PAYMENT PROCEDURES

ADDENDUM NO. 3, February 8, Renovations to the Existing Shelby County Center Architect s job no. 2598/BN

1. Bid Form The Bid Form has been revised. All Bidders shall utilize the Bid Form attached to this Addendum for the submission of Bids.

DOCUMENT BID FORM. Village of Middle Point

Blatt PE Center Fire Alarm Upgrades November 12, 2012 State Project No. H27-I851-B

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

ADVERTISEMENT TO BID PARTIAL

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

ADDENDUM # 1 TO: FROM:

KIPLING SCHOOL RENOVATION AND EXPANSION PHASE 2 KIPLING, SASKATCHEWAN

CITY OF MARSHALL, MINNESOTA

DOCUMENT BID PROPOSAL

City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders

BIRMINGHAM CITY SCHOOLS (BCS) OPERATIONAL CENTER COMPLEX: BID PACKAGE D

Date: October 24, 2018 Comm #: SCO ID #: A Code: Item: 307 Clark Nexsen #: 6958

City of Eagle Point 2017 Paving Instruction to Bidders

Homeowners Responsibility

See attached answers to questions and requests for clarification received.

Coastal Carolina University RE-BID WILLIAMS BRICE RENOVATION AND REPAIR Conway, South Carolina

IMMEDIATE RESPONSE REQUESTED

BORTOLOTTO ADDENDUM #2

SAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No Solicitation No. B DD

INVITATION TO BID (Request for Proposal)

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

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower

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

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

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

Surgical Associates Commercial Remodel

ADDENDUM NUMBER ONE (1) December 6, The following Addendum shall be incorporated into the Contract Documents for the above referenced project.

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

We will need to keep a minimum of 6-0 wide pathway.

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

THE CITY OF MT. PLEASANT, MICHIGAN

All Plan Holders 3/3/

SECTION CRL50 AND CRL51 HEAVY GLASS TOP HUNG SLIDING DOOR SYSTEMS

Cooling Tower Replacement Western Guilford High School Guilford County Schools. Pre-bid Conference May 3, 2018

TOWN OF EAST HADDAM INVITATION TO BID EAST HADDAM COMPANY #1 FIREHOUSE INTERIOR RENOVATIONS ADDENDUM NO. 1 TO CONTRACT DOCUMENTS

Transcription:

Architect: Studio 2H Design, LLC 1721 4 th Avenue North, Suite 101 Birmingham, Alabama 35203 (205) 264-9988 July 26, 2018 ADDENDUM NO. 5 UA Project No.: 712-17-1081 EDA Investment No.: 04-79-07154 B.C. No.: 2017407 S2HD Project No.: 201632 OWNER: The University of Alabama PROJECT: BID DATE: UA Economic Development Resource Center The University of Alabama 617 Greensboro Avenue Tuscaloosa, AL 35401 REVISED BID OPENING DATE: TUESDAY, JULY 31, 2018, 2:00 PM LOCAL TIME Bids to be received at UA Facilities Construction Administration 1205 14 th Street, Tuscaloosa, AL 35287 TO: ALL PROSPECTIVE CONTRACTORS, PLAN ROOMS AND SUPPLIERS The following changes, modification, and/or additions to the Contract Documents are hereby made part of same and are incorporated in full force as part of the Contract. This Addendum forms a part of the Contract Documents and modifies the original Construction Documents dated April 10, 2018. Bidders shall acknowledge receipt of this Addendum in the space provided on the Bid Form when submitting a bid. Failure to do so may subject the Bidder to disqualification. This Addendum shall supersede all contrary and/or conflicting information contained in the Contract Documents, which are hereby amended as follows: GENERAL: Bidders shall have access to the building for site visits on July 27 th and July 30 th from 9 am until 10 am to confirm the exact location of the existing data room. REVISIONS TO PREVIOUS ADDENDA: AD5.1 Addendum No. 4, Number AD4.37, Sheet E4.01, the sentence shown below should be added to this item. This contractor shall confirm the exact location of the existing second floor data room within the Ford Building prior to bid and all work herein described shall be as directed by UA OIT. STUDIO2HDESIGN 1721 4 TH Avenue North, Suite 101 Birmingham, Alabama 35203 Office: 205.264.9988 Fax: 205.264.9992

Addendum No. 5 UA Economic Development Resource Center July 26, 2018 AD5.2 SECTION 01 2300 ALTERNATES. Replace the previously issued section with the attached two (2) page section. BID AND CONTRACT REQUIREMENTS TO BE REVISED BY ADDENDUM AD5.3 BID PROPOSAL FORM, reissued in its entirety, 3 pages. SPECIFICATIONS TO BE REVISED BY ADDENDUM AD5.4 SECTION 08 4313 ALUMINUM-FRAMED ENTRANCES AND STOREFRONT, 2.1 MANUFACTURERS, A. Manufacturers: subject to meeting all specification requirements including custom color and face caps, Coral Architectural Products is an approved storefront manufacturer. AD5.5 SECTION 10 2219 MOVEABLE WALLS, Page 10 2219-6, 1.0 QUALITY ASSORANCE, B. Installer Qualifications. 1. Revise the word approved to certified. AD5.6 SECTION 10 2219 MOVEABLE WALLS, Page 10 2219-8, 2.4 UNITIZED PANEL TYPES, B. Glazed Panels. 1. Revise subparagraph a. to: Segmented metal cladding in up to three (3) horizontal segments as per approved elevations, fit to aluminum frame. 2. Delete subparagraph b. AD5.7 SECTION 14 2400 - HYDRAULIC ELEVATORS, Page16, 2.9 CAR ENCLOSURE - Revise this article in its entirety. 2.9 CAR ENCLOSURE A. Passenger Elevator: Provide complete car enclosure as specified herein. Provide the following features: 1. Shell: Reinforced 14-gauge furniture steel with baked enamel interior finish as selected. Apply sound-deadening mastic to exterior. 2. Canopy: Reinforced 12-gauge furniture steel with white, reflective baked enamel interior finish. Provide hinged emergency exit with shutdown contact to prevent operation of the elevator if exit is not in the closed position. 3. Swing front return panels: Swing entire unit on substantial pivot points. Locate pivot point to provide full swing of front return panel without interference with side wall finish or handrail. Secure in closed position with concealed three-point latching. Provide service cabinet with flush cover and certificate window. Hoistway face of return panel at door jamb shall be at least one inch in width to allow travel of car door beyond line of clear opening. 4. Transom: Reinforced full width of enclosure. 5. Car Door Panels: Minimum reinforced stainless steel. Same construction as hoistway door panels. Wrap any applied metal a minimum of ½ on back sides. Page 2 of 3

Addendum No. 5 UA Economic Development Resource Center July 26, 2018 6. Base: Stainless steel with concealed ventilation cutouts. 7. Interior Wall Finish/Removable Wall Panels: Stainless steel. 8. Ventilation: Morrison Products, Model AA, 3-speed Exhaust Blower with diffusor and grille mounted on rubber isolation grommets. 9. Lighting: Provide LED fixtures with wiring and hookup. 10. Suspended Ceiling: Three-section, translucent plastic panels mounted in an extruded aluminum angle and T-frame. 11. Handrails: Provide on all walls at 32" above finished floor. Return ends to wall. Handrail material shall be stainless steel. 12. Pads and Buttons: Stitched cloth pads in section, one section for each side and rear wall and one section, with cutout for faceplate, for each front return panel. Provide cutouts to access main car operating panel. This Addendum No. 5 shall be attached to the front of your set of the Project Manual - Specifications and made a part of the Contract Documents. STUDIO 2H DESIGN, LLC By Edward Griffith, Registered Architect eddie@studio2hd.com Attachments: Section 01 2300 Alternates 2 pages Bid Proposal Form 3 pages Page 3 of 3

STUDIO 2H DESIGN, LLC UA ECONOMIC DEVELOPMENT RESOURCE CENTER UA PROJECT #712-17-1081 Page 1 of 2 SECTION 012300 - ALTERNATES PART 1 - GENERAL 1.1 SUMMARY A. This Section includes administrative and procedural requirements for alternates. 1.2 DEFINITIONS A. Alternate: An amount proposed by bidders and stated on the Bid Form for certain work defined in the Bidding Requirements that may be deducted from the Base Bid amount if Owner decides to accept a corresponding change either in the amount of construction to be completed or in the products, materials, equipment, systems, or installation methods described in the Contract Documents. 1. The credit for each alternate is the net deduction from the Contract Sum for deleting the alternate from the Work. No other adjustments are made to the Contract Sum. 1.3 PROCEDURES A. Coordination: Modify or adjust affected adjacent work as necessary to completely integrate work of the alternate into Project. 1. Include as part of each alternate, miscellaneous devices, accessory objects, and similar items incidental to or required for a complete installation whether or not indicated as part of alternate. B. Notification: Immediately following award of the Contract, notify each party involved, in writing, of the status of each alternate. Indicate if alternates have been accepted, rejected, or deferred for later consideration. Include a complete description of negotiated modifications to alternates. C. Execute accepted alternates under the same conditions as other work of the Contract. D. Schedule: A Schedule of Alternates is included at the end of this Section. Specification Sections referenced in schedule contain requirements for materials necessary to achieve the work described under each alternate. S2HD 201632 ALTERNATES 01 2300-1

STUDIO 2H DESIGN, LLC UA ECONOMIC DEVELOPMENT RESOURCE CENTER UA PROJECT #712-17-1081 Page 2 of 2 PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION 3.1 SCHEDULE OF ALTERNATES A. Alternate No. 1 Lower the height of the Moveable Wall System specified in Section 10 2219. The BASE BID configuration shall include: 1. 9 tall partitions. 2. Corridor Partitions at offices shall be 9 tall, 6mm clear, tempered glass (with no muntins full height). 3. Corridor Partitions at workrooms shall be painted metal panels up to 42 tall (where noted) and 6mm clear glass from 42 high to 9 (with no muntins, full height above metal). 4. Demising walls between adjacent partitioned spaces shall be 9 tall partitions with painted metal tiles. These partitions shall be divided into three vertical segments as indicated. 5. The doors shall be 7 tall 6mm clear tempered glass panels with aluminum framing with epoxy powder coated finish. Under DEDUCTIVE ALTERNATE NO. 1, the system configuration shall include: 1. 8 tall partitions in lieu of the 9 tall partitions indicated in the Base Bid. 2. Corridor Partitions at offices shall be 8 tall, 6mm clear tempered glass with no muntins. 3. Corridor Partitions at workrooms shall be painted metal panels up to 42 tall (where noted) and 6mm clear glass from 42 high to 8. No muntins at glass sections. 4. Demising walls between adjacent partitioned spaces shall be 8 tall partitions with painted metal tiles. These partitions shall be divided into three vertical segments as shown in Base Bid. 5. The doors shall be 8 tall 6mm clear tempered glass panels with aluminum framed doors with no transoms above the doors. Powder coated epoxy aluminum finish. Deductive Amount: B. Alternate No. 2 Delete mechanical window shading devices. Deductive Amount: END OF SECTION 01 2300 S2HD 201632 ALTERNATES 01 2300-2

BID PROPOSAL FORM THE BOARD OF TRUSTEES OF THE BID PROPOSAL FOR: UNIVERSITY OF ALABAMA The University of Alabama c/o Construction Administration Economic Development Resource Center P.O. Box 870186 617 Greensboro Avenue 1205 14 th Street Tuscaloosa, Alabama 35401 Tuscaloosa, Alabama 35487-0816 UA Project No. 712-17-1081 EDA Investment No. 04-79-07154 The Undersigned, as Bidder, hereby declares that the only person or persons interested in the Proposal as Principals is or are as herein named and that no other person than herein named has any interest in this Proposal or in the Contract to be entered into; that this Proposal is made without connection with any other person, company, or parties making a bid or proposal; and that it is in all respects fair and in good faith without collusion or fraud. The Bidder further declares that he has examined the site of the work, and informed himself fully in regard to all conditions pertaining to the place where the work is to be done, and that he has examined the Drawings and Specifications, including Addenda Nos. for the work and the other Contract Documents relative thereto, and that he has satisfied himself relative to the work to be performed. The Bidder certifies by submitting this bid that they are in full compliance with the Code of Alabama, Section 39-3-1 and 39-3-4 and agrees to provide domestic products if the same are available at reasonable and competitive prices. The Bidder further certifies and agrees that if foreign made materials prices have been used as the basis of the bid because domestic products are not available at a reasonable and competitive price, there has been a downward adjustment in contract price equal to any realized savings or benefit to the Bidder and the foreign materials utilized are of an equal or greater quality. The Bidder certifies by submitting this bid that they are in full compliance with State of Alabama Act No. 2006-557, that they are not barred from bidding or entering into a contract pursuant to Section 41-4-116, Code of Alabama 1975, and that they acknowledge that the Awarding Authority may declare the bid and/or contract void if the certification is false. The Bidder further declares that he is aware of the tax exempt status of the Owner and that sales/use/severance taxes are excluded from the amount of the bid. The Owner may elect to enter into a Purchasing Agent Agreement as described in the Contract Documents. In compliance with your Advertisement for Bids dated and subject to all the conditions thereof, the undersigned Alabama General Contractor s License # Classification, A corporation organized and existing under the Laws of the State of. A Partnership consisting of Or an Individual trading as of the City of Hereby proposed to furnish all labor and materials and perform all work required for the construction of in accordance with Drawings and Specifications.

UNIVERSITY OF ALABAMA BID PROPOSAL Page 2 of 3 BASE BID: For construction complete as shown and specified, the sum of Dollars ($ ) ESTIMATED SALES TAX BASE BID: $ ALTERNATES: See Specifications including Section 01 2300 ALTERNATES DEDUCTIVE ALTERNATE NO. 1 Lower the height of the Moveable Wall System specified in Section 10 2219. For construction compete as shown and specified, deduct the sum of Dollars ($ ) ESTIMATED SALES TAX ALTERNATE NO. 1: $ DEDUCTIVE ALTERNATE NO. 2 Delete mechanical window shading devices: For construction complete as shown and specified, deduct the sum of Dollars ($ ) ESTIMATED SALES TAX ALTERNATE NO. 2: $ INFORMATIONAL PRICING: For the purposes of allocating funding sources, provide total base bid amounts including General Contractor s overhead and profit assigned to these categories of Work, as indicated below. This information is for internal accounting purposes and will not be used to determine the low bidder. 1. Asbestos Abatement (Roof): Provide the cost of all demolition of the roof and asbestos abatement in the roof, including the cost of any temporary roofing necessary for abatement/demolition. Do not include the cost of any temporary roofing intended to protect the existing building or construction $ 2. Asbestos Abatement (All Other) and Lead-Based Paint Removal/Encapsulation: Provide the cost of asbestos abatement in all areas other than the roof and the removal and/or encapsulation of lead-based paint throughout the building... $ 04/17

UNIVERSITY OF ALABAMA BID PROPOSAL Page 3 of 3 To be filled out if certified check accompanies bid: The undersigned further agrees that in case of failure on his part to execute the Contract Agreement and required Contract Bonds within fifteen (15) consecutive calendar days after being given written notice of the Award of the Contract, the check accompanying this Bid and the monies thereon shall be paid into the funds of THE BOARD OF TRUSTEES OF THE UNIVERSITY OF ALABAMA, a corporation as liquidated damages for such failure; otherwise the check accompanying this Proposal shall be returned to the undersigned. Attached hereto is a certified check on the (Institution Name) for the sum of Dollars ($ ). To be filled out if bidder s bond accompanies bid: The undersigned further agrees that in case of failure on his part to execute the Contract and Required Contract Bonds within fifteen (15) consecutive calendar days after being given written Notice of the award of the Contract, the Bidder s Bond accompanying this Bid is callable and the Surety will be called upon the Owner(s) for the liquidation; otherwise said Bidder s Bond shall be returned to the undersigned. Attached hereto is a bidder s bond of (Bonding Company) for the sum of Dollars ($ ) made payable to THE BOARD OF TRUSTEES OF THE UNIVERSITY OF ALABAMA, a corporation. The full names and residences of persons and firms submitting the bid as Principles are as follows: (must be signed to be a valid bid proposal) Signature of Bidder Date: Title Business Address 04/17