pullen aquatic center improvements … aquatic center improvements construction documents osterlund...
TRANSCRIPT
PULLEN AQUATIC CENTER IMPROVEMENTS CONSTRUCTION DOCUMENTS
Osterlund Architects, PLLC
ADDENDUM NO. 4 009116 - 1
DOCUMENT 009116 – ADDENDUM NO. 4
1.1 PROJECT INFORMATION
A. Project Name: Pullen Aquatic Center Improvements.
B. Owner: City of Raleigh Parks, Recreation & Cultural Resources Department.
C. Owner Project Number: 274-2018-00113.
D. Architect: Osterlund Architects, PLLC.
E. Architect Project Number: 1644.
F. Date of Addendum: March 21, 2018.
1.2 NOTICE TO BIDDERS
A. This Addendum is issued pursuant to the Instructions to Bidders and Conditions of the Contract.
This Addendum serves to clarify, revise, and supersede information in the Project Manual,
Drawings, and previously issued Addenda. Portions of the Addendum affecting the Contract
Documents will be incorporated into the Contract by enumeration of the Addendum in the
Owner/Contractor Agreement.
B. The Bidder shall acknowledge receipt of this Addendum in the appropriate space on the Bid
Form.
C. The date for receipt of bids is unchanged by this Addendum, at same time and location.
1.3 ATTACHMENTS
A. This Addendum includes the following attached Documents:
1. Planholders list, dated 3/21/2018.
2. Bid Proposal Form, labeled Addendum No. 4, (reissued).
B. This Addendum includes the following attached Specification Sections:
1. Section 012100 ALLOWANCES, labeled Addendum No. 4, (reissued).
2. Section 012300 ALTERNATES, labeled Addendum No. 4, (new).
C. This Addendum includes the following attached Bulletin Drawings:
1. Mechanical/Electrical MEBD-1, dated 3/21/2018, revising Sheets M220 and E220.
PULLEN AQUATIC CENTER IMPROVEMENTS CONSTRUCTION DOCUMENTS
Osterlund Architects, PLLC
ADDENDUM NO. 4 009116 - 2
1.4 CLARIFICATIONS
A. Bid Proposal Form: The Bid Proposal Form has been revised as part of this Addendum.
Bidders must submit the revised Bid Proposal Form that is included in this Addendum.
See Attachments in this Addendum.
B. HVAC Controls:
1. The model number of the panel has changed as part of this Addendum. See Revisions to
Specification Sections in this Addendum.
CLARIFICATION OF DELINEATION OF CONTROLS WORK
2. Communication buss to be run by Mechanical Contractor from unit mounted BACnet
card to new BAS.
3. Mechanical Contractor to wire Remote Interface Unit (provided by unit manufacturer) to
be located in ELEC 201 to each respective Dehumidification Units factory mounted
controller.
4. Mechanical contractor to provide and install Mixed Air Temperature Sensor shown on
M400 in each unit and wire to new BAS.
5. Mechanical Contractor to provide and install High Static Sensor shown on M400 in
supply duct and wire to new BAS.
6. Mechanical Contractor to mount and wire a Cold Air Sensor to Dehumidification Unit
provided by unit manufacturer adjacent to wall mounted Indoor Temperature and
Humidity Sensors. IN addition MC shall provide wiring and raceway for this device to
communicate back to each dehumidification unit.
7. Wall Mounted Temperature and Humidity Sensors shown on M400 shall be provided and
installed by Mechanical Contractor and wired to each unit’s respective controller.
CLARIFICATION OF INTENT NEW AND EXISTING CONTROLS SYSTEMS
8. It is the intent of the project to leave existing building controls, including existing NAC,
intact and functioning while new controls and NAC are installed for the new equipment
as defined in the contract documents. Both systems are intended to operate in parallel at
the close of the project until the City is able to move all of the old controls over to the
new systems under a future scope.
CONTROLS NAC LOCATION REFER TO SHEET M220/E220
9. New JACE 8000 control panel specified in 230900 shall be installed in room ELEC 201.
Provide power and data connections to new control panel. Refer to Bulletin Drawing
Sheet MEBD‐1, attached, for panel location.
10. Base Bid and Alternate work has been specified as part of this Addendum. See
Attachments in this Addendum.
C. Pool Drain/Fill: The Owner will drain and fill the pools.
D. Substitution Requests: All substitution requests have been reviewed. Substitution requests that
have been approved and have not already been addressed in previous addenda are included in
Revisions to Specification Sections in this Addendum.
PULLEN AQUATIC CENTER IMPROVEMENTS CONSTRUCTION DOCUMENTS
Osterlund Architects, PLLC
ADDENDUM NO. 4 009116 - 3
E. Bidder Question: On drawing M220 the new fabric duct at column line G 7 indicates that the
18” fabric duct drops below the mezzanine deck. Where does it go from there?
1. Response: Refer to Drawings M210 and M220. 18” Fabric duct shown to turn down on
M220 is picked up on M210 where it runs below the Mezzanine Deck (18” round duct up
at column G7).
F. Bidder Question: The Pool heater Raypak P-1826 requires a 20 inch flue (See attached). The
mechanical drawings M200 show a 18 inch flue. Shouldn't the new flue be 20 inch???
1. Response: This question was answered in Addendum No. 3. See Revisions to Drawing
Sheets in Addendum No. 3.
G. Bidder Question: What are the floor to floor elevations for these levels? Ground to pool level;
Pool to Mezzanine level; Mezzanine to roof
1. Response: See Revisions to Drawing Sheets in this Addendum.
H. Bidder Question: Please provide specifications for the heat trace as shown on M002. Also
where is it required to be installed, and on what?
1. Response: This question was answered in Addendum No. 3. See Attachments in
Addendum No. 3.
1.5 REVISIONS TO DIVISIONS 02 - 49 SPECIFICATION SECTIONS
A. Specification Section 012500 UNIT PRICES, (not reissued).
1. Paragraph 3.1.C: Replace “expansion” with “control”.
B. Specification Section 071326 SELF-ADHERING SHEET WATERPROOFING, (not reissued).
1. Paragraph 2.2.A.1: Add the following to the list of products:
a. Henry Company; Blueskin WP200.
b. WR Meadows; Mel-Rol.
2. Paragraph 2.4.A.1: Add the following to the list of products:
a. Henry Company; Henry DB 520.
b. WR Meadows; Mel-Drain 5035-B.
C. Specification Section 099600 HIGH-PERFORMANCE COATINGS, (not reissued).
1. Paragraph 1.2.A.2: Add the following interior substrate: Concrete masonry units (CMUs).
2. Paragraph 3.7: Add the following:
PULLEN AQUATIC CENTER IMPROVEMENTS CONSTRUCTION DOCUMENTS
Osterlund Architects, PLLC
ADDENDUM NO. 4 009116 - 4
CMU Substrates:
Epoxy, High-Build System:
Prime Coat: Epoxy block filler.
Intermediate Coat: High-build epoxy, matching topcoat.
Topcoat: High-build epoxy, low gloss.
D. Specification Section 233716 FABRIC DUCTWORK, (not reissued).
1. Paragraph 2.2.B.1.a: Delete reference to “non-permeable coating”. Manufacturer to adjust
slot widths to make sure proper throw and volume is delivered.
E. Specification Section 230900 INSTRUMENTATION AND CONTROL FOR HVAC, (not
reissued).
1. Paragraph 1.4.A.1.a and c: Revise to panel model number read JACE-8000.
1.6 REVISIONS TO DRAWING SHEETS
A. Sheet A101 – MEZZANINE DEMOLITION PLAN, (not reissued).
1. Mezzanine Demo Notes: Add Note 8: Telescoping bleachers are existing to remain.
2. Drawing 1A: Add Note 8 to the plan at Mezzanine 1 and Mezzanine 2.
B. Sheet A102 – ROOF DEMOLITION PLAN, (not reissued).
1. Drawing 1A: Add Section Key to east and west edges of Roof Area A and reference key
to Detail 4A, A501 DEMOLITION ROOF EDGE @ TOP OF WALL DETAIL.
C. Sheet A110 – GROUND FLOOR PLAN, (not reissued).
1. Key Note 18: Add the following: See Allowances.
2. Key Note 10 and Exterior Key Note E1: Add the following: See Allowances.
D. Sheet A112 – ROOF PLAN, (not reissued).
1. Roof Key Note 9: Add the following: See Allowances.
E. Sheet A121 – CEILING PLAN, (not reissued).
1. Key Notes 10 and 12: Add the following: See Allowances.
F. Sheet A421 – INTERIOR ELEVATIONS, (not reissued).
1. Elevation Notes:
a. Add Note 4: Field verify existing conditions.
b. Add Note 5: Dimensions are to existing finishes.
2. Drawing 1G: Add the following floor elevation keys:
a. Pool Deck Finished Floor Elevation: 0’-0”.
b. Lower Level Finished Floor Elevation (Filter/Pump Rooms): -7’-0”.
c. Mezzanine 1 Finished Floor Elevation: 12’-0”.
d. Underside of Roof Area G at Mezzanine 1: 26’-0”.
PULLEN AQUATIC CENTER IMPROVEMENTS CONSTRUCTION DOCUMENTS
Osterlund Architects, PLLC
ADDENDUM NO. 4 009116 - 5
G. Sheet A501 – DETAILS, (not reissued).
1. Drawing 11A: Add the following under the note “Existing Blocking – Verify Condition
in Field”: See Allowances.
H. Sheet A503 – INTERIOR ELEVATIONS, (not reissued).
1. Drawing 3A: Add the following note on the left side of the drawing, under “Replace
broken tile regrout and clean”:
Remove grout at joint where floor tile meets glazed CMU wall base course and seal joint
at the entire perimeter of the pool deck.
END OF DOCUMENT 009116
5 W Hargett Street, Suite 502, Raleigh / 919 838 9337 / aoarchitect.com
3/21/2018
Pullen Aquatic Center Improvements
Project No. 1644
Planholders List – General Contractors are highlighted in gray.
Name Company Email/ Phone Documents
Carlos Reyes Raleigh Parks, Recreation and
Cultural Resources
issued by dropbox link
2/28/2018
Terri Stroupe Raleigh Parks, Recreation and
Cultural Resources
issued by dropbox link
2/28/2018
Design Team Bohler, Lynch Mykins, Rick
Nuhn, Sigma, Counsilman-
Hunsaker
issued by dropbox link
2/28/2018
Gary Cox Pro-Tech Construction, Inc.
7429 ACC Blvd. Suite 109
Raleigh, NC 27617
(919) 848-9035 office
(919) 971-2493 cell
issued by dropbox link
2/28/2018
Tony Jordan Resolute Building Company
211 Cloister Court
Chapel Hill, NC 27514
(919) 933 1000 office
(919) 741 0982 cell
issued by dropbox link
2/28/2018
Osterlund Architects, PLLC
Raleigh
5 W Hargett Street, Suite 502, Raleigh / 919 838 9337 / aoarchitect.com p2
Pullen Aquatic Center Improvements
Project No. 1644
Planholders List – General Contractors are highlighted in gray.
Name Company Email/ Phone Documents
Taylor Richards Muter Construction
100 N. Arendell Ave
Zebulon, NC 27597
(919) 404 8330 office
issued by dropbox link 2/28/2018
Randy Bragg Cadet Construction Company
6300 Chapel Hill Road, Suite 120
Raleigh, NC 27607
(919) 758-8161
issued by dropbox link 2/28/2018
Leah Sabir Construct Connect
3825 Edwards Road, Suite 800
Cincinnati, OH 45209
(800) 364 2059 x 8048
issued by dropbox link 2/28/2018
Erin McVeigh The Blue Book Building and
Construction Network
800 E. Main Street
Jefferson Valley, NY 10535
(800) 431 2584 x3180
issued by dropbox link 2/28/2018
Brittany Roberts AAR Roofing & Sheet Metal
Company
655 Peddycord Road
Kernersville, NC 27284
(336) 727 4534
issued by dropbox link 2/28/2018
Spencer Bardeen Beacon Roofing Supply
1424 South Bloodworth St.
Raleigh, NC 27610
(919) 424 0267 direct
(919) 779 6210 x316 office
issued by dropbox link 2/28/2018
Rami Gallego Dodge Data & Analytics [email protected] issued by dropbox link 3/2/2018
Osterlund Architects, PLLC
Raleigh
5 W Hargett Street, Suite 502, Raleigh / 919 838 9337 / aoarchitect.com p3
Pullen Aquatic Center Improvements
Project No. 1644
Planholders List – General Contractors are highlighted in gray.
Name Company Email/ Phone Documents
John M. McKay Miracle Pools, Inc.
PO Box 12814
New Bern, NC 28561
(252) 635 1098 office
(252) 670 5257 cell
issued by dropbox link 3/2/2018
AJ Johnson Dail Mechanical Inc
3200 Glenn Royal Rd Ste 110
Raleigh, NC 27617
(919) 353 3676 cell
(919) 307 3100 office
issued by dropbox link 3/2/2018
Darryl S. Clugston D. Clugston Building &
Development Co.
2506 Reliance Avenue
Apex, NC 27539
(919) 443 1414 office
issued by dropbox link 3/2/2018
Tara Shaw Daniels & Daniels Construction
Co., Inc.
PO Box 10337
Goldsboro, NC 27532
(919) 778 4525 phone
issued by dropbox link 3/2/2018
Dave Edsall Baker Roofing Company
517 Mercury Street
Raleigh, NC 27603
(919) 714 6342 direct
(919) 604 9689 cell
issued by dropbox link 3/2/2018
Sarah Cuffe Comfort Systems USA
MidAtlantic
1057 Bill Tuck Hwy.
South Boston, VA 24592
(434) 572 6986 x 232 phone
(434) 517 2832 direct
issued by dropbox link 3/2/2018
Osterlund Architects, PLLC
Raleigh
5 W Hargett Street, Suite 502, Raleigh / 919 838 9337 / aoarchitect.com p4
Pullen Aquatic Center Improvements
Project No. 1644
Planholders List – General Contractors are highlighted in gray.
Name Company Email/ Phone Documents
John Pedrotti Custom Signs
12223 Hampton Way
Suite 600
Wake Forest, NC 27587
(919) 556 8339 phone
issued by dropbox link 3/7/2018
Lora Greco Raleigh Parks, Recreation and
Cultural Resources
issued by dropbox link 3/5/2018
Mike Nunn Mackie Brothers, Inc.
1121 Roberts Lane
High Point, NC 27260
(336) 509 8010 cell
(336) 299 9902 office
issued by dropbox link 3/5/2018
Jeff DiOrio Riggs-Harrod Builders, Inc.
(919) 687 0111 phone
issued by dropbox link 3/5/2018
Mark Ferris ACH Constructors
4020-111 Stirrup Creek Dr
Durham, NC 27703
(919) 484 9550 office
issued by dropbox link 3/8/2018
Britni Holman Riley Contracting Group
219 East Chatham Street, Suite
100
Cary, NC 27511
(919) 467-6104 office
issued by dropbox link 3/9/2018
Nan Bryson Harrod and Assoc. Constructors,
Inc.
6612 Fleetwood Drive, Suite 100
Raleigh, NC 27612
(919) 828 7782 office
issued by dropbox link 3/9/2018
Kristie Allen Central Builders Inc. of Mebane [email protected]
(336) 227 4551
issued by dropbox link 3/13/2018
Osterlund Architects, PLLC
Raleigh
5 W Hargett Street, Suite 502, Raleigh / 919 838 9337 / aoarchitect.com p5
Pullen Aquatic Center Improvements
Project No. 1644
Planholders List – General Contractors are highlighted in gray.
Name Company Email/ Phone Documents
Brian Tessier BAR Construction Company,
Inc.
611A Industrial Avenue
Greensboro, NC 27406
(336) 274 2477
issued by dropbox link
3/13/2018
Grant Robinson Mission Group, LLC [email protected]
(704) 813 7450
issued by dropbox link
3/13/2018
Dayle Wine WSP
1300 North 17th Street
Suite 1000
Arlington, VA 22209
(571) 527 2114 direct
issued by dropbox link
3/15/2018
Peggy Munch Construction Journal [email protected] issued by dropbox link
3/15/2018
Matthew T. Nuss Raleigh Pools, LLC [email protected]
(919) 779 0620 O
(919) 610 6658 C
issued by dropbox link
3/21/2018
END OF PLANHOLDERS LIST
Addendum No. 4
PROPOSAL FORM PF-1 of 8
PROPOSAL FORM FOR THE CONSTRUCTION OF PULLEN AQUATIC CENTER IMPROVEMENTS IN THE CITY OF RALEIGH, NORTH CAROLINA. City of Raleigh Date: __________________ Parks, Recreation and Cultural Resources Department Post Office Box 590 Raleigh, North Carolina 27602 The undersigned bidder has carefully examined the Form of Contract, the Form of Contract Bonds, the General Conditions, the Supplemental and/or Special Conditions, the Plans and Specifications, all of which are acknowledged to be part of the proposal and the Proposal Form, and the Bidder has also carefully examined the site of the proposed work. The undersigned further agrees to sign a Contract for all or part of the work determined by the approval of the City Council based upon the below amount, if offered within ninety (90) days after receipt of Bids, and to furnish surety as specified, upon failure to do so, agrees to forfeit to the Owner, attached cashier's check, certified check, or Bid Bond in the amount of 5% of the bid. The Bidder further agrees to provide and furnish all necessary materials, equipment, machinery, and labor necessary to complete the construction of the work in full, in complete accordance with the plans and specifications and the contract documents to the full and entire satisfaction of the City of Raleigh and in accordance with these documents within the time limit specified below. In addition to all other agreements and assurances, the undersigned Bidder understands and hereby agrees as follows:
1. If this contract is awarded to the Bidder, they must, upon completion of this contract, or at any other time requested, furnish to the Director of the Department of Parks, Recreation and Cultural Resources an accurate itemized statement of North Carolina Sales Taxes paid on materials, supplies, equipment and any other items charged to this contract, and otherwise fully comply with the Procedure for Reporting North Carolina Sales Tax Expenditures, attached.
2. The Bidder represents and agrees to complete the entire project in the following number of
Consecutive Calendar Days: 190 from the date on the Notice to Proceed.
3. The Bidder agrees to comply with the City Code Raleigh's Standard Procedure regarding the Business Assistance Program.
In addition the Bidder agrees to execute the work described and set forth in the Plans and Specifications for the amounts as follows: Base Bid Total:
(In written word) $ (In numerals)
Name of General Contractor and License Number ____________________________________________ Name of Electrical Contractor and License Number ___________________________________________ Name of Plumbing Contractor and License Number ___________________________________________ Name of Mechanical Contractor and License Number _________________________________________ Name of Pool Contractor and License Number _________________________________________ GS143-128(d) requires all single prime bidders to identify their subcontractors for the above subdivisions of work. A contractor whose bid is accepted shall not substitute any person as subcontractor in the place of the subcontractor listed in the original bid, except (i) if the listed subcontractor's bid is later determined by the contractor to be non-responsible or non-responsive or the listed subcontractor refuses to enter into a contract for the complete
Addendum No. 4
PROPOSAL FORM PF-2 of 8
performance of the bid work, or (ii) with the approval of the awarding authority for good cause shown by the contractor.
ALTERNATES: Should any of the alternates as described in the contract documents be accepted, the amount written below shall be the amount to be "added to" or "deducted from" the base bid. (Strike out "Add" or "Deduct" as appropriate.)
GENERAL CONTRACT: Alternate No. 1 NAC Connectivity (Add) (Deduct) Dollars($)
Addendum No. 4
PROPOSAL FORM PF-3 of 8
UNIT PRICES
Unit prices quoted and accepted shall apply throughout the life of the contract, except as otherwise specifically noted. Unit prices shall be applied, as appropriate, to compute the total value of changes in the base bid quantity of the work all in accordance with the contract documents.
GENERAL CONTRACT: No. 1 Replace roof deck square foot Unit Price ($) No. 2 Unit masonry repair linear foot Unit Price ($) No. 3 Unit masonry control joint linear foot Unit Price ($) No. 4 Wood blocking linear foot Unit Price ($) No. 5 Acoustical panel ceiling square foot Unit Price ($)
MINORITY BUSINESS PARTICIPATION REQUIREMENTS
Pursuant to General Statutes of North Carolina Sections 143-128 and 143-131 and to City policy, the City of Raleigh encourages and provides equal opportunity for certified Minority and Women-Owned Business Enterprise (MWBE) businesses to participate in all aspects of the City’s contracting and procurement programs to include - Professional Services; Goods and Other Services; and Construction. The prime contractor will be required to identify participation of MWBE businesses in their proposal, and how that participation will be achieved.
Furthermore, the City’s goal is to contract or sub-contract fifteen percent (15%) of the contract amount to Certified MWBEs on construction projects over $300,000, or with contracts that include $100,000 or more in state funding. The goal breakdown is 8% for minorities and 7% for non-minority females. Execute fully the nondiscrimination clause and appropriate affidavits.
Addendum No. 4
PROPOSAL FORM PF-4 of 8
ACKNOWLEDGMENT OF RECEIPT OF ADDENDA
The undersigned Bidder hereby acknowledges receipt of the following Addenda:
Addendum Number Dated Acknowledge Receipt (initial)
No addenda were received: Acknowledged for: __________________________________________ (Name of Bidder) By: _________________________________________ (Signature of Authorized Representative) Name: ______________________________________ (Print or Type) Title: ________________________________________ Date: ________________________________________
Addendum No. 4
PROPOSAL FORM PF-5 of 8
PROPOSAL SIGNATURE PAGE If the proposal exceeds $500,000.00, the bidder is required to furnish surety as specified, upon failure to do so, agrees to forfeit to the Owner, attached cashier's check, certified check, or bid bond in the amount of 5% of the total bid or: $_________________________________________________________. It is further agreed that the undersigned will do any extra work not covered in the base bid which may be ordered by the Project Coordinator as authorized by the City Council and to accept as full compensation therefore such prices as may be agreed upon by the Project Coordinator and the Contractor in writing when authorized and approved by the City Council. The undersigned further agrees that in the case of failure on his part to execute the said contract and the bonds within ten (10) consecutive calendar days after being given written notice of the award of contract, the certified check, cash or bid bond accompanying this bid shall be paid into the funds of the owner's account set aside for the project, as liquidated damages for such failure; otherwise the certified check, cash or bid bond accompanying this proposal shall be returned to the undersigned. Respectfully submitted this day of By:
(Name of firm or corporation making bid)
WITNESS: By: Signature
Name: (Proprietorship or Partnership) Print or type
Title (Owner/Partner/Pres./V.Pres)
Address
ATTEST:
By: License No.
Title: Federal I.D. No.
(Corp. Sec. or Asst. Sec. only) Email Address:
(CORPORATE SEAL)
Addendum No. 4
PROPOSAL FORM PF-6 of 8
BIDDER QUALIFICATIONS: The Bidder shall furnish the following information; designed to assist the Owner in determining whether or not the Bidder is qualified to perform the work described in the Bid and Contract Documents:
1. List three references with contact person and telephone number who are qualified to objectively judge the results of similar work performed by the bidder in the last three years.
A.
NAME AND TITLE TELEPHONE NUMBER
PROJECT TITLE/DESCRIPTION DATE OF COMPLETION
B.
NAME AND TITLE TELEPHONE NUMBER
PROJECT TITLE/DESCRIPTION DATE OF COMPLETION
C.
NAME AND TITLE TELEPHONE NUMBER
PROJECT TITLE/DESCRIPTION DATE OF COMPLETION
2. List previous contracting experience, including contract dollar amounts:
____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ NOTE: The Bidder shall attach additional sheets of information as needed to provide above requested information.
Addendum No. 4
PROPOSAL FORM PF-7 of 8
ADDITIONAL BIDDER'S CERTIFICATION Acceptance of Terms:
In submitting this Proposal, the undersigned agrees that this Bid will remain in effect for a period of ninety (90) days following the opening of the Bids, that the undersigned agrees to enter into a Contract with the Owner, if awarded, on the basis of this Proposal, and that the undersigned agrees to complete the work in accordance with the Contract Documents.
Non-Collusion in Bidding:
The Bidder specifically agrees to abide by all applicable provisions of Article 3 of Chapter 133 of the North Carolina General Statutes. By submission of this Bid, each Bidder and each person signing on behalf of any Bidder certifies, and in case of a joint Bid each party thereto certifies as to its own organization, under penalty of perjury, that to the best knowledge and belief:
1. The prices in this Bid have been arrived at independently without collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other Bidder or to any competitor;
2. Unless otherwise required by law, the prices quoted in the Bid have not been
knowingly disclosed by the Bidder and will not knowingly be disclosed by the Bidder prior to opening, directly or indirectly, to any other Bidder or to any competitor; and
3. No attempt has been made or will be made by the Bidder to induce any other person,
partnership, or corporation to submit or not to submit a Bid for the purpose of restricting competition.
Type of Business: The undersigned hereby represents that it is a _______________________________________________
(corporation, partnership, or an individual) If a corporation, the undersigned further represents that it is duly qualified as a corporation under the Laws of the State of North Carolina and it is authorized to do business in this State. ______________________________ _____________________________ Firm Name Date ______________________________ Authorized Signature ______________________________ _____________________________ Title Name of Project ______________________________ Address of Business
Addendum No. 4
PROPOSAL FORM PF-8 of 8
CONTRACTOR’S PERFORMANCE POLICY RESOLUTION NO. (1992) -790 A RESOLUTION TO REGULATE THE PARTICIPATION IN THE CITY CONSTRUCTION PROJECTS BY CONTRACTORS WHO MAY NOT BE CAPABLE OF TIMELY AND PROPER COMPLETION OF CITY PROJECTS. WHEREAS, The City of Raleigh wishes to minimize cost and inconvenience to the citizenry caused by the failure of contractors to complete projects in a timely manner in accordance with approved project schedules; and Whereas, North Carolina law allows cities to award bids to responsible bidders and the inability to complete work on time is one indication of a lack of responsibility. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF RALEIGH: Section 1. That the City Manager may disqualify bidders from participation in bidding and award of contracts for city construction projects based on the following conditions existing simultaneously: A. The dollar value of the work completed is less than the dollar value of the work which should have been completed on the basis of the contractor’s approved progress schedule by more that twenty percent of the current contract amount. The dollar amount of the work completed will be the total estimate to date shown in the latest partial pay estimate. The current contract amount will be the contract estimate plus accumulated overruns and less accumulated underruns shown in the latest partial payment estimate. B. The percentage of the work completed is less than the percentage of contract time elapsed on the work by more than twenty percent. The percentage or work completed will be the dollar value of the work completed as defined above divided by the current contract amount as defined above. The percentage of contract time elapsed will be the number of calendar days elapsed as shown in the latest partial pay estimate divided by the total contract time in calendar days. Section 2. The City Manager shall not include any late days, which are caused by the City in any of his calculations directed at determining bid status. Section 3. All City construction project specifications shall contain a specific provision clearly outlining the policies set in this Resolution, including the criteria for determining whether a contractor is behind schedule, and the specifications shall clearly state the City’s intent to enforce the provisions of this Resolution. Section 4. The terms of the Resolution shall apply only to contracts for which the specifications for bidders are issued after the effective date of this Resolution. Section 5. Any contractor who wishes to contest the decision of the City Manager declaring ineligibility may appeal to the City Council by delivering a notice of appeal to the City Clerk no later than ten days after receipt of the City Manager’s decision. The notice of appeal shall clearly set out the reasons why the Contractor believes that the terms of this Resolution have been inappropriately applied or the equitable arguments for not applying this Resolution’s terms. When considering an appeal the City Council shall consider, among other things, the report of the City Manager, the notice of appeal, and the contractor’s current status on any other current City Contracts and its performance on any contracts to which the contractor and the City have been parties to within the two calendar years immediately preceding the filing of the notice of appeal. Section 6. Bidders so disqualified shall remain disqualified for any period in which they are still in conflict with the schedule provisions of this section. Section 7. This Resolution is effective upon adoption Adopted 10/6/92 I have read and understand the City of Raleigh’s policy as stated above. ____________________________________________________ SIGNATURE ____________________________________________________ PRINTED NAME ____________________________________________________ TITLE ____________________________________________________ DATE
PULLEN AQUATIC CENTER IMPROVEMENTS CONSTRUCTION DOCUMENTS Osterlund Architects, PLLC Addendum No. 4
ALLOWANCES 012100 - 1
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.
B. Types of allowances include the following:
1. Lump-sum allowances. 2. Quantity allowances.
C. Related Requirements:
1. Section 012200 "Unit Prices" for procedures for using unit prices, including adjustment of quantity allowances when applicable.
1.3 DEFINITIONS
A. Allowance is a quantity of work or dollar amount established in lieu of additional requirements, used to defer selection of actual materials and equipment to a later date when direction will be provided to Contractor. If necessary, additional requirements will be issued by Change Order.
1.4 SELECTION AND PURCHASE
A. At the earliest practical date after award of the Contract, advise Architect of the date when final selection, or purchase and delivery, of each product or system described by an allowance must be completed by the Owner 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.
1.5 ACTION SUBMITTALS
A. Submit proposals for purchase of products or systems included in allowances in the form specified for Change Orders.
PULLEN AQUATIC CENTER IMPROVEMENTS CONSTRUCTION DOCUMENTS Osterlund Architects, PLLC Addendum No. 4
ALLOWANCES 012100 - 2
1.6 INFORMATIONAL SUBMITTALS
A. Submit invoices or delivery slips to show actual quantities of materials delivered to the site for use in fulfillment of each allowance.
B. 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.
C. Coordinate and process submittals for allowance items in same manner as for other portions of the Work.
1.7 LUMP-SUM 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 taxes, freight, and delivery to Project site.
B. Unless otherwise indicated, 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 or selected by Architect under allowance shall be included as part of the Contract Sum and not part of the allowance.
1.8 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 taxes, freight, and delivery to Project site.
B. Unless otherwise indicated, 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 or selected by Architect under allowance shall be included as part of the Contract Sum and not part of the allowance.
1.9 ADJUSTMENT OF ALLOWANCES
A. Allowance Adjustment: To adjust allowance amounts, prepare a Change Order proposal based on the difference between purchase amount and the allowance, multiplied by final measurement of work-in-place where applicable. If applicable, include reasonable allowances for cutting losses, tolerances, mixing wastes, normal product imperfections, and similar margins.
1. Include installation costs in purchase amount only where indicated as part of the allowance.
2. If requested, prepare explanation and documentation to substantiate distribution of overhead costs and other markups.
3. Submit substantiation of a change in scope of Work, if any, claimed in Change Orders related to unit-cost allowances.
4. Owner reserves the right to establish the quantity of work-in-place by independent quantity survey, measure, or count.
PULLEN AQUATIC CENTER IMPROVEMENTS CONSTRUCTION DOCUMENTS Osterlund Architects, PLLC Addendum No. 4
ALLOWANCES 012100 - 3
B. Submit claims for increased costs because of a change in scope or nature of the allowance described in the Contract Documents, whether for the purchase order amount or Contractor's handling, labor, installation, overhead, and profit.
1. Do not include Contractor's or subcontractor's indirect expense in the Change Order cost amount unless it is clearly shown that the nature or extent of Work has changed from what could have been foreseen from information in the Contract Documents.
2. No change to Contractor's indirect expense is permitted for selection of higher- or lower-priced materials or systems of the same scope and nature as originally indicated.
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. LS-1: Lump-Sum Allowance: Include the sum of $8,000 for building permit fees.
B. Allowance No. LS-2: Lump-Sum Allowance: Include the sum of $15,000 for leak testing and detection.
C. Allowance No. LS-3: Include the sum of $15,000 for additional assessment of building mechanical systems, including rooftop HVAC unit, boilers and building controls.
D. Allowance No. LS-4: Include the sum of $1,500 for survey to locate existing waterline between Pullen Aquatic Center and Pullen Community Center.
E. Allowance No. LS-5: Include the sum of $5,000 for vacuum excavation to locate existing waterline between Pullen Aquatic Center and Pullen Community Center.
F. Allowance No. LS-6: Include the sum of $75,000 for repair, replacement or new construction related to unforeseen conditions.
G. Allowance No. Q-1: Quantity Allowance: Include 2,000 square feet of roof deck replacement as specified in Section 053100 “Steel Decking” and as shown on Drawings.
PULLEN AQUATIC CENTER IMPROVEMENTS CONSTRUCTION DOCUMENTS Osterlund Architects, PLLC Addendum No. 4
ALLOWANCES 012100 - 4
1. This allowance includes material cost receiving, handling, and installation and Contractor overhead and profit.
2. Coordinate quantity allowance adjustment with unit-price requirements in
Section 012200 "Unit Prices."
H. Allowance No. Q-2: Quantity Allowance: Include 100 linear feet of unit masonry repair, as specified in Section 041200 "Unit Masonry Repair" and as shown on Drawings.
1. This allowance includes material cost receiving, handling, and installation and Contractor overhead and profit.
2. Coordinate quantity allowance adjustment with unit-price requirements in Section 012200 "Unit Prices."
I. Allowance No. Q-3: Quantity Allowance: Include 200 linear feet of unit masonry expansion control joint sealant replacement, as specified in Section 079200 "Joint Sealants" and as shown on Drawings.
1. This allowance includes material cost receiving, handling, and installation and Contractor overhead and profit.
2. Coordinate quantity allowance adjustment with unit-price requirements in Section 012200 "Unit Prices."
J. Allowance No. Q-4: Quantity Allowance: Include 200 linear feet of wood blocking for roofing, in locations where blocking is noted as “Existing to remain – Verify condition in field”, as specified in Section 061050 "Rough Carpentry for Roofing" and as shown on Drawings.
1. This allowance includes material cost receiving, handling, and installation and Contractor overhead and profit.
2. Coordinate quantity allowance adjustment with unit-price requirements in Section 012200 "Unit Prices."
K. Allowance No. Q-5: Quantity Allowance: Include 700 square feet of acoustical panel ceiling replacement in areas below roof drain piping installation and roof anchor installation, as specified in Section 095113 "Acoustical Panel Ceiling" and as shown on Drawings.
1. This allowance includes material cost receiving, handling, and installation and Contractor overhead and profit.
2. Coordinate quantity allowance adjustment with unit-price requirements in Section 012200 "Unit Prices."
END OF SECTION 012100
PULLEN AQUATIC CENTER IMPROVEMENTS CONSTRUCTION DOCUMENTS
Osterlund Architects, PLLC Addendum No. 4
ALTERNATES 012300 - 1
SECTION 012300 - ALTERNATES
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 for alternates.
1.3 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 added to or deducted from the base bid amount if the
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. Alternates described in this Section are part of the Work only if enumerated in the
Agreement.
2. The cost or credit for each alternate is the net addition to or deduction from the Contract
Sum to incorporate alternates into the Work. No other adjustments are made to the
Contract Sum.
1.4 PROCEDURES
A. Coordination: Revise 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. Execute accepted alternates under the same conditions as other work of the Contract.
C. 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.
PULLEN AQUATIC CENTER IMPROVEMENTS CONSTRUCTION DOCUMENTS
Osterlund Architects, PLLC Addendum No. 4
ALTERNATES 012300 - 2
PART 2 - PRODUCTS (Not Used)
PART 3 - EXECUTION
3.1 SCHEDULE OF ALTERNATES
A. Alternate No. 1: NAC Connectivity.
1. Base Bid: Provide JACE 8000 communication panel monitored and controlled locally.
Refer to Bulletin Drawing Sheet MEBD‐1, attached, for panel location.
2. Alternate: Provide JACE 8000 communication panel monitored and controlled
from the City of Raleigh’s central monitoring center. Provide complete all
communication wiring for remote access and control. Refer to Bulletin Drawing Sheet
MEBD‐1, attached, for panel location.
END OF SECTION 012300
UP
ELEC
201
45
KVA
PROJECT MGR:
DESIGNED BY:
PROJECT #:
DRAWN BY:
DATE:
DRAWING REFERENCE:
BULLETIN DRAWING #:
MEBD-1
E220
MEBD-1
ADDENDUM#4
PULLEN AQUATIC CENTER
RALEIGH, NC
CITY OF RALEIGH
ELS
ELS
AMR
17014
03-21-2018
M220
1/4" = 1'-0"
1
PARTIAL FLOOR PLAN-ROOM 201