section 009113- addenda · by the asbestos abatement contract. upon further investigation under the...
TRANSCRIPT
Council Rock School District, Capital Improvement Projects
Bid Package #2 - Floor Finish Replacement/Corridor Renovations
2200 - 2202 2200 - 2202
009113 - 1 ADDENDA 009113 - 1
SECTION 00 91 13 - ADDENDA NUMBER 1 – March 10, 2014
RE:
From: Godshall Kane Architects LLC
12 East Butler Avenue, Suite 205
Ambler, PA 19002
To: Registered Bidders
This Addenda forms a part of the Contract Documents and modifies the original Bidding Documents
dated February 17, 2014 as noted below. This addenda must be acknowledged in the Form of Proposal
in the space provided for this purpose. Failure to so acknowledge this addenda may subject the Bidder to
disqualification.
This addenda consists of 19 pages including the following attachments:
8 Pages of re-issued Bid Form
6 Pages of Revised specification Ardex 15
2 sheets of Revised Drawings A1.1 and A2.1
Changes to Previous Addenda
00901-E-4 None
Pre Bid Meeting Minutes
Wrightstown Elementary School
PB-1 Existing tackboards in Corridor B shall be removed by the Asbestos Abatement Contract.
Richboro Middle School
PB-2 The bidding documents presently indicate that 1 ½” of existing floor topping will be removed
by the Asbestos Abatement Contract. Upon further investigation under the existing VAT the
existing topping ranges from 1/8” to 1” in thickness. The installation of a full 1 ½” of new
topping will not be required and as such bidders shall include the following quantities in the
base bid.
Material – Ardex K 15 Premium Self-Leveling Underlayment (see substitution below)
Phase 1 + 2 - 20,200 SF
9,100 SF 0” to 3/8”
9,100 SF 3/8” to 3/4”
2,000 SF 3/4" to 1”
Alternate #3 - 3,000 SF
1,300 SF 0” to 3/8”
1,300 SF 3/8” to 3/4”
400 SF 3/4" to 1”
Council Rock School District, Capital Improvement Projects
Bid Package #2 - Floor Finish Replacement/Corridor Renovations
2200 - 2202 2200 - 2202
009113 - 2 ADDENDA 009113 - 2
Alternate #4 - 1,600 SF
700 SF 0” to 3/8”
700 SF 3/8” to 3/4”
200 SF 3/4" to 1”
Alternate #5 - 4,100 SF
1,800 SF 0” to 3/8”
1,800 SF 3/8” to 3/4”
500 SF 3/4" to 1”
Council Rock High School South – Library
PB-3 Contractors are informed that Workroom 103 was never constructed and is not a present
condition in the project. This area is open to the general Library. The scope of carpet does not
change in that this area will still remain scheduled to have new carpeting. There is one (1)
square column in this are similar to the four (4) in the center of the Library.
PB-4 Contractors are informed that the book security system consist of three (3) panels to be
removed and re-installed and not two (2) as shown on the drawings.
PB-5 Contractors are informed that there are two (2) existing sets of railings that are bolted to the
floor. Both these sets will need to be removed and re-installed after the new carpet is in place.
Common Issues
PB-6 Employee Background Checks are a requirement of the Contract
PB-7 Owner will give access to water and electric supply. Contractor must furnish additional water
and electric if work requires more than is presently available by the Owner. Owner reserves the
right to terminate this condition if Contractor is abusing the services.
PB-8 Contractors will be able to utilize the School toilet facilities. Contractor is responsible for final
cleaning at end of the Project.
PB-9 Contractors are required to perform a moisture test prior the installation of finish flooring.
PB-10 Contractors shall include waxing of VCT as one (1) coat of sealer and four (4) coats of wax.
The Owner will furnish all waxing materials. Factory coatings on VCT are not required to be
stripped.
PB-11 Contractors were instructed that base bid Contract Totals shall include the work shown on the
drawings PLUS the total sum of Allowances.
PB-12 Contractors were informed that all unused Allowances in the Contract would be issued back to
the Owner as a credit at the end of the project.
PB-13 Contractors were informed that Unit Prices would establish the cost basis if additional
quantities of work were added. Unit Prices shall include Contractor profit and overhead
percentages.
Council Rock School District, Capital Improvement Projects
Bid Package #2 - Floor Finish Replacement/Corridor Renovations
2200 - 2202 2200 - 2202
009113 - 3 ADDENDA 009113 - 3
PB-14 The Wrightstown Elementary School, Richboro Middle School and Council Rock High School
South Library are considered Three (3) separate projects under Bid Package #2. As such a
separate bid bond is required for each project. Contractors are not required to bid on all
projects in order to constitute a complete bid submission.
Changes to the Bidding Requirements, Contract Forms, and Conditions of the Contract
G-1 Document 007300 – Supplementary Conditions. Add the following:
1.20 Time
A. Contract Time shall be defined as June 30, 2014 through August 25, 2014.
1.21 Liquidated Damages
A. Liquidated damages for uncompleted work extending past August 25, 2014 shall be
$750.00 (Seven Hundred Fifty Dollars) per calendar day until the work is complete and
accepted by the Owner.
G-2 Re-issuance of Bid Form
G-2 Bid Form
Unit Prices and Allowances For General Construction Contract for Richboro MS
A. Unit Price No. G-6: Ardex 15 K (3/8” to 3/4” thick) Per 5 S.F.
Dollars ($___________).
Changes to Specifications
C-1 Insert as substitution – Ardex K 15 Premium Self-Leveling Underlayment
Changes to the Drawings
A-1 Drawing A1.1 – Re-issue of entire drawing with noted changes:
a. Addition of Alternate #9 – new ceiling work in Corridor A
b. Addition of walk off matting at end of Corridor A.
c. Changes to walk off matting and VCT at Main Lobby Entrance
d. Removal of metal accordion door and rolling gate in Corridor A, including patch work.
e. Change to overall Corridor VCT pattern with addition of fourth color.
f. Added room in Library to receive new carpet – under Alternate #1 price
g. Changes to finish schedule – materials and colors.
A-2 Drawing A2.1 – Re-issue of entire drawing with noted changes:
a. Changes to finish schedule – materials and colors.
END OF SECTION 00 91 13
Council Rock School District, Capital Improvement Projects
Bid Package #2 - Floor Finish Replacement/Corridor Renovations
2200 - 2202 2200 - 2202
004216 - 1 PROPOSAL FORM-STIPULATED SUM FOR GENERAL CONSTRUCTION 004216 - 1
SECTION 00 42 16- PROPOSAL FORM, STIPULATED SUM
(INSTRUCTIONS): Enclose Proposal in double envelope, both addressed and each sealed. On the inner
envelope, containing the Proposal, add the notation to the envelope as follows:
PROPOSAL FOR
GENERAL CONSTRUCTION
Council Rock School District, Capital Improvement Projects
Bid Package #2 – Floor Finish Replacement / Corridor Renovations
Wrightstown Elementary School, 729 Penns Park Road, Wrightstown, PA 18940
Richboro Middle School, 98 Upper Holland Road, Richboro, PA 18954
Council Rock High School South, 2002 Rock Way, Holland, PA 18966
PROPOSAL SUBMITTED BY
(Name of Bidding Firm)
(Address)
Deliver unopened bids to place and person indicated in the Invitation to Bidders.
Deliver this proposal on or before date and prevailing local time indicated in the Invitation to Bidders.
Bids will be opened and read at time and place indicated in the Invitation to Bidders.
To the School Board of Directors:
Having carefully examined the specifications, the site, and all conditions affecting the work, the
undersigned hereby proposes to perform and complete all base bid work for
General Construction for Council Rock School District, Capital Improvement Projects, Bid Package
#2 – Floor Finish Replacement / Corridor Renovations, in strict accordance with the Bidding
Documents as prepared by Godshall Kane O’Rourke Architects LLC and all Addenda (if any) as
indicated below:
ADDENDA NO. DATED
ADDENDA NO. DATED
ADDENDA NO. DATED
Council Rock School District, Capital Improvement Projects
Bid Package #2 - Floor Finish Replacement/Corridor Renovations
2200 - 2202 2200 - 2202
004216 - 2 PROPOSAL FORM-STIPULATED SUM FOR GENERAL CONSTRUCTION 004216 - 2
Total Contract Amount For General Construction Contract for Wrightstown ES
inclusive, for the total sum of ($______________________________________)
Dollars.
Total Contract Amount For General Construction Contract for Richboro MS
inclusive, for the total sum of ($______________________________________)
Dollars.
Total Contract Amount For General Construction Contract for CR High School South
inclusive, for the total sum of ($______________________________________)
Dollars.
My bid(s) will remain firm for the period of time indicated in the Instructions to Bidders.
The work shall be completed on or before the date indicated in the proposed Contract Documents.
AFFIDAVIT OF SITE VISITATION AND SURVEY OF EXISTING CONDITIONS
We the undersigned affirm that prior to the submission of this proposal, that we did physically visit the
site(s) and or building(s) at the addresses aforementioned in this Form of Proposal, and have a full
understanding of the existing surface conditions as they relate to the scope of work outlined in the
Bidding Documents. We have been provided reasonable access to the aforementioned properties,
including reasonable access and communications with GKO Architects regarding questions and or
clarifications required to complete this Form of Proposal.
_______________________________________ _________________________________________
Name of Bidding Company Signature of Individual (to match signature below)
Council Rock School District, Capital Improvement Projects
Bid Package #2 - Floor Finish Replacement/Corridor Renovations
2200 - 2202 2200 - 2202
004216 - 3 PROPOSAL FORM-STIPULATED SUM FOR GENERAL CONSTRUCTION 004216 - 3
UNIT PRICES AND ALLOWANCES
We the undersigned, agree, if awarded the contract, that the value of work which may be added or
omitted, shall be computed in accordance with the contract documents and at the following unit prices,
where applicable.
We the undersigned further certify that we have included the following quantity allowances and the
quantity allowances included in the Summary of Multiple Primes in the above Base bid. Unused
allowances shall be returned to the Owner using the remaining quantities and their respective unit prices.
Unit price will govern for quantities exceeding the following allowances.
Unit Prices and Allowances For General Construction Contract for Wrightstown ES
A. Unit Price No. G-1: Flash Patch Prep of Existing Slabs Per 5 S.F.
Dollars ($___________).
Allowance: Include 200 Square Feet in base bid.
B. Unit Price No. G-2: Furnish and Install VCT Flooring Per 5 S.F.
Dollars ($___________).
Allowance: Include 200 Square Feet in base bid.
C. Unit Price No. G-3: Furnish and Install 6” Rubber Wall Base Per 10 L.F.
Dollars ($___________).
Allowance: Include 200 Linear Feet in base bid.
D. Unit Price No. G-4: Furnish Laborer Labor Per 4 HRS.
Dollars ($___________).
Allowance: Include 40 Hours in base bid.
E. Unit Price No. G-5: Furnish Carpenter Labor Per 4 HRS.
Dollars ($___________).
Allowance: Include 40 Hours in base bid.
Unit Prices and Allowances For General Construction Contract for Richboro MS
A. Unit Price No. G-6: Ardex 15 K (3/8” to 3/4” thick) Per 5 S.F.
Dollars ($___________).
Allowance: Include 400 Square Feet in base bid.
B. Unit Price No. G-7: Furnish and Install VCT Flooring Per 5 S.F.
Dollars ($___________).
Allowance: Include 400 Square Feet in base bid.
C. Unit Price No. G-8: Furnish and Install 6” Rubber Wall Base Per 10 L.F.
Dollars ($___________).
Allowance: Include 500 Linear Feet in base bid.
Council Rock School District, Capital Improvement Projects
Bid Package #2 - Floor Finish Replacement/Corridor Renovations
2200 - 2202 2200 - 2202
004216 - 4 PROPOSAL FORM-STIPULATED SUM FOR GENERAL CONSTRUCTION 004216 - 4
D. Unit Price No. G-9: Furnish Laborer Labor Per 4 HRS.
Dollars ($___________).
Allowance: Include 80 Hours in base bid.
E. Unit Price No. G-10: Furnish Carpenter Labor Per 4 HRS.
Dollars ($___________).
Allowance: Include 80 Hours in base bid.
F. Unit Price No. G-11: 1 ½” Pumped in place Floor Topping Per 10 S.F.
Dollars ($___________).
Allowance: Include 400 Square Feet in base bid.
Unit Prices and Allowances For General Construction Contract for CR High School South
A. Unit Price No. G-12: Flash Patch Prep of Existing Slabs Per 5 S.F.
Dollars ($___________).
Allowance: Include 200 Square Feet in base bid.
B. Unit Price No. G-13: Furnish and Install Carpet Tile Flooring Per 10 S.F.
Dollars ($___________).
Allowance: Include 200 Square Feet in base bid.
C. Unit Price No. G-14: Furnish and Install 4” Rubber Wall Base Per 10 L.F.
Dollars ($___________).
Allowance: Include 200 Linear Feet in base bid.
D. Unit Price No. G-15: Furnish Laborer Labor Per 4 HRS.
Dollars ($___________).
Allowance: Include 40 Hours in base bid.
E. Unit Price No. G-16: Furnish Flooring Mechanic Labor Per 4 HRS.
Dollars ($___________).
Allowance: Include 40 Hours in base bid.
ALTERNATES
We the undersigned, agree to modify by addition or deduction from the base bid by the amounts stated
below for alternates as specified in the Contract Documents. The Owner may accept any or all of the
alternates in any order. All alternate work shall be completed within the same time frame as indicated on
the Contract Documents for associated work.
If the alternate does not affect the Contract Sum, the Bidder shall indicate "NO CHANGE."
If the alternate does not affect the Work of this Contract, the Bidder shall indicate "NOT APPLICABLE."
Council Rock School District, Capital Improvement Projects
Bid Package #2 - Floor Finish Replacement/Corridor Renovations
2200 - 2202 2200 - 2202
004216 - 5 PROPOSAL FORM-STIPULATED SUM FOR GENERAL CONSTRUCTION 004216 - 5
Alternate prices shall be all inclusive of the costs of materials, labor, balancing and testing of HVAC and
Electrical Systems as required, overhead and profit, supervision, administration and any and all other
costs in connection therewith for work in place and accepted or omitted as the cost may be, and shall hold
for the period of time established in the Instructions to Bidders.
PLACE AN ‘X’ NEXT TO APPROPRIATE MODIFIER. IF NO MODIFIER IS INDICATED,
THE BID MAY BE REJECTED IF THE ALTERNATE IS TO BE ACCEPTED.
Alternates For General Construction Contract for Wrightstown ES
A. Alternate No.1 : Delete Carpet Tile Flooring in Library and Adjoining Rooms
DEDUCT Dollars ($_______________)
B. Alternate No. 9: Delete New Ceiling Work in Corridors A
DEDUCT Dollars ($_______________)
Alternates For General Construction Contract for Richboro MS
A. Alternate No.2 : Provide Alternate VCT Floor Pattern #1
DEDUCT Dollars ($_______________)
B. Alternate No. 3: Provide Alternate VCT Floor Pattern #2
DEDUCT Dollars ($_______________)
C. Alternate No. 4: Delete Carpet Tile and Rubber Wall Base in Library
DEDUCT Dollars ($_______________)
D. Alternate No.5: Delete Carpet Tile and Rubber Wall Base in Band Room
DEDUCT Dollars ($_______________)
E. Alternate No. 6: Delete work in Family Consumer Science, Reading, Team 7, Room 21, Kiln
Room and (2) Locker Room Entrances
DEDUCT Dollars ($_______________)
Council Rock School District, Capital Improvement Projects
Bid Package #2 - Floor Finish Replacement/Corridor Renovations
2200 - 2202 2200 - 2202
004216 - 6 PROPOSAL FORM-STIPULATED SUM FOR GENERAL CONSTRUCTION 004216 - 6
Alternates For General Construction Contract for CR High School South
A. Alternate No.7 : Delete Carpet Tile and Rubber Wall Base in Computer Lab 101
DEDUCT Dollars ($_______________)
B. Alternate No. 8: Delete Carpet Tile and Rubber Wall Base in Computer Lab 111
DEDUCT Dollars ($_______________)
SUBSTITUTIONS
By writing in the words “No Substitutions” on the lines below, we affirm that we have included all
products, materials and systems as specified by name or descriptions (so as to be proprietary) as specified
in the project manual, indicated on the drawings or included by addenda in this bid without modification.
Or
By indicating below the specification section of each unit of work or item subject to a substitution
included with the bid, we acknowledge the following:
A. That for each unit of work or item subject to a substitution included with this bid we have
attached complete evaluation data required for substitutions as indicated in the Instructions to
Bidders and General Conditions covering standard of quality and substitutions. Failure to
provide complete information will subject this bid to disqualification or rejection of substitution
without revision of bid cost.
B. If any such substitutions are accepted by means of inclusion in the contract, we will pay to the
owner, costs related to such substitution as may be required for redesign, or modification to
work of other contracts.
C. If any such substitutions are rejected, this bid may be disqualified or the bid may be accepted
without such substitutions and without revision to bid amount. In the case of the latter, we will
provide the items or units of work as specified or indicated.
D. Substitutions deemed acceptable will be included in the contract only by a change order
(without changes in time or cost) to be executed with the agreement.
Specification Section Item or Unit of Work
_______________________________________ _______________________________________
_______________________________________ _______________________________________
Council Rock School District, Capital Improvement Projects
Bid Package #2 - Floor Finish Replacement/Corridor Renovations
2200 - 2202 2200 - 2202
004216 - 7 PROPOSAL FORM-STIPULATED SUM FOR GENERAL CONSTRUCTION 004216 - 7
This Bid is submitted in accordance with and subject to all terms and conditions of the Bidding
Documents which are incorporated herein by reference and shall be construed to be part hereof, with the
same effect as if such were reported at length herein.
When the bidder is an individual:
WITNESS:
(SEAL)
Signature of Individual
Trading and doing business as:
Address
When the bidder is a partnership (Name of Partners):
WITNESS:
Name of Partnership
Address
By: (SEAL)
Partner
By: (SEAL)
Partner
By: (SEAL)
Partner
By: (SEAL)
Partner
Council Rock School District, Capital Improvement Projects
Bid Package #2 - Floor Finish Replacement/Corridor Renovations
2200 - 2202 2200 - 2202
004216 - 8 PROPOSAL FORM-STIPULATED SUM FOR GENERAL CONSTRUCTION 004216 - 8
When the bidder is a corporation:
ATTEST:
Name of Corporation
Address
By: (SEAL)
Secretary/Assistant Secretary President/Vice President
(CORPORATE SEAL)
_____________________________________ Is a corporation organized and existing under the laws of
_____________________________________and has (has not) been granted a certificate of authority to
do business in the State of Pennsylvania.
NOTE:
Include Bid Security, Non-Collusion Affidavit and Bidder’s Qualification Statement [Financial
Disclosure Form] with Form of Proposal. If Bid Security is in form of a certified or bank cashier’s
check, include Agreement of Surety.
END OF SECTION 00 42 16