ADDENDUM NUMBER TWO TO THE PLANS AND … addendum 2.pdf · 2015-12-14 · 01 2100 - 1 Velma-Alma...
-
Upload
nguyennguyet -
Category
Documents
-
view
213 -
download
0
Transcript of ADDENDUM NUMBER TWO TO THE PLANS AND … addendum 2.pdf · 2015-12-14 · 01 2100 - 1 Velma-Alma...
Page 1
ARCHITECTURE
ENGINEERING
INTERIORS
NORMAN
DALLAS
TULSA
TULSA, OK 74114
SUITE 510
2651 EAST 21st STREET
FAX 918-491-2209
918-491-2208
A Professional Corporation
Member: American Institute of Architects
ARCHITECTURE
PLANNING
INTERIORS
NORMAN
DALLAS
TULSA
NORMAN, OK 73072
SUITE 100
900 36TH AVENUE NW
FAX 405-364-1439
405-329-0423
A Professional Corporation
Member: American Institute of Architects
ADDENDUM NUMBER TWO TO THE PLANS AND SPECIFICATIONS
FOR
VELMA-ALMA PUBLIC SCHOOLS VELMA-ALMA SCIENCE BUILDING
901 MAIN STREET VELMA, OK 73491
ARCHITECT’S PROJECT NUMBER N14041R1 December 11th, 2015 The following items, applicable to the work designated, shall be understood to be an Addendum, and as such, shall be included in the Contract Documents. Contractor is to inform all subcontractors and suppliers of the Addendum items as appropriate or applicable to their portion of the work. CLARIFICATION
1. Power Company (Cotton Electric Co-Op) will provide the service to the new transformer pad at the back of the building. Per the attached drawing. There will be no cost associated with this service. The meter will be installed at the transformer pad. The contact at Cotton Electric is David Break at 580-512-8927.
2. The 1½” nail base insulation that is referred to in the architectural wall sections is specified in section 07 2216 – Roof Board Insulation. It is a single layer nailable composite (insulation + nail base) insulation material. Roof envelope is to be as follows: standing seam metal panel with clip, peel and stick membrane, 1½” nail base (insulation up), on roof framing member.
3. All casework and doors will have a red oak veneer finish with a clear stain to match the Northwoods Oak on the lab tables. Northwoods Oak is the manufacturer’s name for Red Oak with a clear stain. Science lab casework substitutions are permitted.
4. Refer to drawing 2A1, room 107 – Mechanical. There will be four mechanical units as shown on the mechanical drawings.
5. Pendant light fixtures shall be mounted 10’ AFF. 6. All lab table units include two GFI electrical outlets. Outlets to
be connected by electrical subcontractor. 7. Downspout protection boots will be installed on all new
downspouts. Refer to B/1A1. 8. Refer to drawing C4. Location of doors and paving shall be
based on drawing 1A1. 9. Refer to cover sheet of drawings. Engineer-of-record for
geotechnical report is Burgess Engineering (BETI.) 10. Refer to specification section 00 3143 – Permit Application.
Submission to the Oklahoma State Fire Marshal has been made for the building permit only and paid by owner. All other required permit fees by General Contractor.
11. Refer to drawing 2A1, gridline 2A, 2B, 2C, and 2D. W12x26 and columns required in base bid.
Page 2
ARCHITECTURE
ENGINEERING
INTERIORS
NORMAN
DALLAS
TULSA
TULSA, OK 74114
SUITE 510
2651 EAST 21st STREET
FAX 918-491-2209
918-491-2208
A Professional Corporation
Member: American Institute of Architects
ARCHITECTURE
PLANNING
INTERIORS
NORMAN
DALLAS
TULSA
NORMAN, OK 73072
SUITE 100
900 36TH AVENUE NW
FAX 405-364-1439
405-329-0423
A Professional Corporation
Member: American Institute of Architects
SPECIFICATIONS
1. Refer to specification section 06 1733 – Wood I Joists. Remove this section from the project manual in its entirety. Wood I Joists are not in project.
2. Refer to Specification Section 07 6113 – Standing Seam Sheet Metal Roofing, section 2.1 A. ALOK-16 Panel by Alliance Steel is an acceptable substitution.
3. Refer to specification section 10 1100 – Visual Display Surfaces. Provide and install two 3’ wide by 4’ high tack boards total, one per classroom. Location as directed by owner.
4. Refer to specification section 31 3200 – Soil Stabilization. Lime stabilization is not in project.
5. Refer to specification section 12 3555 – Wood Laboratory Casework. In lieu of ADA classroom table 2946KF-L, provide ADA classroom table 2946K-L-ADA. Provide and install one ADA lab table with sink and fixtures per classroom. All other student tables shall be classroom table/lab bench 2946K as specified. Each classroom to have one demonstration table 1116K per specifications.
6. Refer to specification section 03 0586 – Vapor Barrier. Xtreme Vapor Barrier 15 mil by Tex-Trude, LP is an acceptable substitution.
DRAWINGS
1. Refer to drawing sheet 4A2. All casework shall be constructed from ¾” particle board panels as specified in section 06 4102 – Custom Architectural Wood Casework. All veneer shall be Red Oak with a clear finish to match the lab tables. Maple veneer will not be used. Veneer is not required to be slip-matched.
2. Refer to drawing A/1E1. Contractor to provide one empty 2” conduit with pull wire in slab from instructor’s demonstration table to smart board. Connect conduit to junction box with blank. (each classroom)
3. Refer to drawing C5. In lieu of domestic water connection in middle of Old Highway 7, make connection to domestic water line immediately north of Old Highway 7. Cut, patch and repair asphalt as required.
ATTACHMENTS
1. Refer to attachment for correct bid form. Written amount for Base Bid shall include Contingency Allowance amount of $35,000 to Base Bid amount. Bid Form to include unit cost for removal and reinstallation of select fill per cubic yard. Refer to attached section 01 2100 – Allowances and section 01 2200 – Unit Prices.
2. Refer to attached structural detail 4/3S2 and 4A/3S2 for detailing revisions to the building eave.
END OF ADDENDUM NO.2
00 4113 - 1 Velma-Alma Public Schools Science Building Project No. N14041r1
MSTR 0914 BID FORM-STIPULATED SUM
DOCUMENT 00 4113
BID FORM-STIPULATED SUM
PROPOSAL FOR: VELMA-ALMA PUBLIC SCHOOL SCIENCE BUILDING
OWNER: BOARD OF EDUCATION, ISD #69I015 VELMA-ALMA PUBLIC SCHOOLS VELMA, STEPHENS COUNTY, OKLAHOMA
OWNER: VELMA-ALMA PUBLIC SCHOOLS 901 MAIN STREET VELMA, OKLAHOMA 73491
ARCHITECT: BOYNTON WILLIAMS & ASSOCIATES, INC. 900 36th AVENUE NW, SUITE 100 NORMAN, OKLAHOMA 73072 Phone: 405-329-0423 Fax: 405-364-1439
CONTRACTOR: ______________________________________________ (Print full Company Name)
SCOPE It is understood that the Work included under this Proposal includes all General Construction, Mechanical Work, Electrical Work and all other Work described in the Bidding Documents.
No sales tax is to be included in the bid for any tangible personal property that will become a part
of or incorporated into the Work, as specified in Document 00 7390 - Sales Tax
Exemption/Designation of Purchasing Agent.
OFFER The undersigned, as Bidder, in compliance with the Bid Solicitation, Supplementary Instructions to Bidders and Additional Instructions to Bidders, declares that Bidder has examined each Project Site(s) and has become fully informed of all conditions of Project Site(s) and area surrounding each Project Site where Work will be performed, that Bidder has examined and become familiar with all Bidding Documents prepared by Architect and that Bidder understands the Work to be performed. Bidder proposes and agrees to furnish all necessary labor, materials, tools, equipment and supplies, and all other items required for the Work indicated in the Bidding Documents within the time schedule indicated, for the Base Bid and Alternate Bid Sums indicated.
BASE BID
To furnish all labor and materials including cash Contingency Allowance of $35,000 in accordance with the Bidding Documents for the construction of the above described Project, complete, for the sum of:
_____________________________________________________Dollars. (WRITTEN)
($___________________________) (FIGURES)
00 4113 - 2 Velma-Alma Public Schools Science Building Project No. N14041r1
MSTR 0914 BID FORM-STIPULATED SUM
ALTERNATES The following amounts shall be added to or deducted from the Base Bid as listed. Each Bidder shall be required to bid on all Alternates: ALTERNATE NO. 1: COVERED WALKWAY <"Add" or "Deduct"> $ __________ ALTERNATE NO. 2: MASONRY SCREEN WALL <"Add" or "Deduct"> $ __________
UNIT PRICES The following are Unit Prices for specific portions of the Work as listed. ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE UNIT COST FOR REMOVAL AND REINSTALLAION OF SELECT FILL PER CU.YD. $ _________
ACCEPTANCE
This bid shall be open to acceptance and is irrevocable for 45 calendar days from the bid opening date. If this bid is accepted by Owner within time period indicated above, bidder will:
Execute the Agreement to perform the Work indicated within seven (7) working days from date of receipt of Agreement and return executed Agreement Package within 10 working days from date of receipt of Agreement.
Furnish required bonds and insurance certificates attached to Contractor executed Agreement form in amounts and format specified in Document 00 6100 - Bonds, Document 00 7213 - General Conditions, and Document 00 7316 - Insurance Requirements.
Begin work within 10 calendar days from date of written Notice to Proceed.
If this bid is accepted within time stated, and bidder fails to commence the Work or bidder fails to provide required bonds and insurance, the bid security shall be forfeited as damages to Owner by reason of bidder’s failure, limited in amount to the lesser of face value of bid security amount or the difference between this bid and the bid upon which a Contract is signed. If bid is not accepted within time stated above, bid security shall be returned to bidder, in accordance with provisions of Instructions to Bidders; unless a mutually satisfactory arrangement is made for its retention and validity for an extended period of time.
CONTRACT TIME If Awarded the Contract, the undersigned Bidder agrees to complete the Work within the following number of calendar days from the Date of Commencement established in the Notice to Proceed:
Calendar Days
00 4113 - 3 Velma-Alma Public Schools Science Building Project No. N14041r1
MSTR 0914 BID FORM-STIPULATED SUM
ADDENDA The undersigned Bidder acknowledges the receipt of Addenda, issued during the time of bidding, and the several clarifications, modifications and changes included therein are included in this Proposal. Addendum No. ____ Dated: _______________ Addendum No. ____ Dated: _______________ Addendum No. ____ Dated: _______________ Addendum No. ____ Dated: _______________ Addendum No. ____ Dated: _______________
BID PACKAGE The undersigned have attached to this bid the following items required by Instructions to Bidders, Supplementary Instructions to Bidders and Additional Instructions to Bidders. 1. All signatures shall be in Blue Ink to clearly identify Bid Form as an original signed document. 2. Bid Security Form (Required for bids exceeding $50,000). 3. Non Collusion Affidavit. 4. Business Relationship Affidavit.
BID FORM SIGNATURES
In submitting the Bid, the undersigned agrees that this Proposal will not be withdrawn for a period of 45 calendar days from the date hereof and it is understood that the right is reserved by the Owner to reject any and all bids and to waive informalities and irregularities. _____________ _______________________________________________ Date Bidder's Signature and Title _______________________________________________ Print Bidder’s Name and Title Seal: (If bid by a Corporation) __________________________
By: __________________________
__________________________
CONTRACTOR ______________________________________ (Print full Company Name) ______________________________________ (Address) ______________________________________ (City, State, Zip Code)
00 4113 - 4 Velma-Alma Public Schools Science Building Project No. N14041r1
MSTR 0914 BID FORM-STIPULATED SUM
______________________________________ (Type of Entity) ______________________________________ (Telephone Number) ______________________________________ (Facsimile Number) ______________________________________ (E-Mail Address)
END OF DOCUMENT
01 2100 - 1 Velma-Alma Public Schools Science Building Project No. N14041r1 MSTR 04/08 ALLOWANCES
SECTION 01 2100
ALLOWANCES
PART 1 GENERAL
1.1 SUMMARY
A. Section Includes:
1. Cash allowance. 2. Contingency allowance. 3. CSI Form 2.4A - Allowance Authorization.
B. Related Documents:
1. The Contract Documents, as defined in Document 00 7213 - General Conditions and modifications thereto, apply to the Work of this Section. Additional requirements and information necessary to complete the Work of this Section may be found in other documents.
C. Related Sections:
1. Section 04 2111 - Brick Veneer: Cash allowance for brick material. 2. Section 04 2106 - Masonry Screen Walls - Brick: Cash allowance for brick material.
1.2 CASH ALLOWANCE
A. Costs Included in Cash Allowances: Cost of Product to Contractor or Subcontractor, less
applicable trade discounts.
B. Costs Not Included in Cash Allowances But Included in the Contract Sum/Price: Product handling at the site, including unloading, uncrating, and storage; protection of Products from elements and from damage and labor for installation and finishing.
C. Architect:
1. Consult with Contractor for consideration and selection of product suppliers. 2. Select Products in consultation with Owner and transmit decision to Contractor.
D. Contractor Responsibilities:
1. Assist Architect in selection of product suppliers. 2. Obtain proposals from suppliers and offer recommendations. 3. On notification of selection by Architect, execute purchase agreement with designated
supplier. 4. Arrange for and process shop drawings, product data, and samples. Arrange for
delivery. 5. Promptly inspect Products upon delivery for completeness, damage, and defects.
Submit claims for transportation damage. 6. Submit invoice cost from supplier for brick material including quantity of brick to
Architect for review upon delivery to Project Site. 7. Submit invoice cost from supplier for $525.00 including quantity of (1000) thousand to
Architect for review upon delivery to Project Site.
E. Differences in costs will be adjusted by Change Order.
01 2100 - 2 Velma-Alma Public Schools Science Building Project No. N14041r1 MSTR 04/08 ALLOWANCES
F. Allowance Schedule:
1. Section 04 2111 - Brick Veneer: Include the stipulated sum of $525 per thousand bricks
for purchase and delivery of brick.
1.3 CONTINGENCY ALLOWANCE
A. Include in Contract, a stipulated sum of $35,000 (Thirty-Five Thousand Dollars) for use upon Owner’s instruction to cover cost of any Contract Sum increases.
B. Contractor’s costs for Products, delivery, installation, labor, insurance, payroll, taxes,
bonding, equipment rental, overhead and profit will be included in Allowance Authorization authorizing expenditure of funds from this Contingency Allowance.
C. Funds will be drawn from Contingency Allowance only upon authorization of Owner through
Architect by issuance of an executed Allowance Authorization, CSI Form 2.4A. Example copy of form located at end of this Section.
D. Provide a line item in Schedule of Values and Payment Application Continuation Sheet, AIA
Document G703 for Contingency Allowance and update each month for Allowance Authorizations.
E. At contract closeout, funds remaining in Contingency Allowance will be credited to Owner.
PART 2 PRODUCTS
Not Used
PART 3 EXECUTION Not Used
END OF SECTION
ALLOWANCE
AUTHORIZATION
Project:
To:
Re:
Authorization Number:
From:
Date:
A/E Project Number:
Contract For:
You are authorized to perform the following item(s) of work and to adjust the Allowance Sum accordingly:
THIS IS NOT A CHANGE ORDER AND DOES NOT INCREASE OR DECREASE THE CONTRACT AMOUNT
Original Allowance ............... .............. ............... ............... ............... .............................. $
Allowance Expenditures prior to this Authorization ............ ............... .............................. $
Allowance Balance prior to this Authorization ..... ............... ............... .............................. $
Allowance will be [increased] [decreased] by this Authorization ........ .............................. $
New Allowance Balance ........ .............. ............... ............... ............... .............................. $
APPROVAL RECOMMENDED
A/E
By Date
CONTRACTOR ACCEPTANCE
Contractor
By Date
OWNER APPROVAL
Owner
By Date
Attachments
Copies: Owner Contractor Consultants File
Copyright 1994, Construction Specifications Institute,
99 Canal Center Plaza, Suite 300, Alexandria, VA 22314 Page of July 1994
CSI Form 2.4A
01 2200 - 1 Velma-Alma Public Schools Science Building Project No. N14041r1 MSTR 09/08 UNIT PRICES
SECTION 01 2200
UNIT PRICES
PART 1 GENERAL
1.1 SUMMARY
A. Section Includes: 1. Procedures related to Work performed under a unit price payment method.
B. Related Documents:
1. The Contract Documents, as defined in Document 00 7213 - General Conditions and modifications thereto, apply to the Work of this Section. Additional requirements and information necessary to complete the Work of this Section may be found in other documents.
C. Related Sections:
1. Section 01 2600 - Contract Modification Procedures: Procedures for submitting and handling Change Orders.
2. Section 01 4500 - Quality Control: Documentation of unit price quantities. 3. Section 01 4523 - Testing and Inspection Services: Documentation of unit price
quantities.
1.2 DEFINITIONS A. Unit Price: Amount proposed by Bidder and stated in Bid Form as a price per unit of
measurement (as defined) for materials and services in place that may be added to or deducted from the Contract Sum by properly executed means.
1.3 AUTHORITY A. Measurement methods indicated in individual Specification Sections complement the
criteria of this Section.
B. Take all measurements and compute quantities. Independent Testing Laboratory and Owner’s Representative will verify measurements and quantities.
C. Assist by providing necessary equipment, workers, and survey personnel as required.
1.4 UNIT PRICES
A. Quantities: Quantities and measurements indicated on Drawings are for contract purposes only and shall be part of the Proposal. Adjustment in contract price will be determined for changes in quantities and measurements of Work based on actual Work installed.
B. Payment Includes:
1. Full compensation for all required labor, products, tools, equipment, plant, transportation, services and incidentals, and installation of an item of the Work; overhead and profit.
2. Final payment for Work governed by unit prices will be made on the basis of the actual measurements and quantities accepted by the Owner multiplied by the unit price for Work which is incorporated in or made necessary by the Work.
C. Install unit price Work in accordance with the applicable Sections of these Specifications.
01 2200 - 2 Velma-Alma Public Schools Science Building Project No. N14041r1 MSTR 09/08 UNIT PRICES
1.5 SCHEDULE OF UNIT PRICES
A. Section 31 2314 – Building Area Sub-grade Pad Preparation, Section 31 2324 – Fill and Backfill, and Section 31 3216 - Excavation: Provide Unit Price stating the amount, cost per one (1) cubic yard of poor soil removal and re-installation of select fill material, including all costs for labor, equipment, materials, Contractor's overhead, profit, insurance, taxes and all other related costs to provide Work in place.
PART 2 PRODUCTS
Not Used.
PART 3 EXECUTION
Not Used.
END OF SECTION