worthing h.s. 2012 replacement addendum 1 · 9/5/2016  · 3. unit price no. 3: unit price to...

11

Upload: others

Post on 12-Aug-2020

2 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: WORTHING H.S. 2012 REPLACEMENT ADDENDUM 1 · 9/5/2016  · 3. Unit Price No. 3: Unit Price to Furnish and install a unit price for all concrete (4,000 PSI), Package #1 4. Unit Price
Page 2: WORTHING H.S. 2012 REPLACEMENT ADDENDUM 1 · 9/5/2016  · 3. Unit Price No. 3: Unit Price to Furnish and install a unit price for all concrete (4,000 PSI), Package #1 4. Unit Price

WORTHING H.S. 2012 REPLACEMENT ADDENDUM 1 JOB NOS. 13-06 PAGE 1

ADDENDUM 1

To the Plans and Specifications for Worthing High School, this addendum forms a part of the Contract Documents and modifies said documents as follows:

PART 1 - GENERAL / MANUFACTURERS AND PRODUCTS APPROVED AS EQUALS

1.1 Attached to Addendum #1 is Sign-In Sheet for Pre-Proposal Conference on September 27, 2016.

1.2 Meeting Minutes for Pre Proposal Conference on September 27, 2016:

A. Introductions:

1. All attendees were instructed to sign the Sign-In Sheet. 2. Attendees for Program Manager, KWAME:

a. James A. Beal - Program Manager, [email protected], Main (713) 556-9287 b. Perla Lane - Program Director, [email protected], Main (713) 556-9287

3. Attendees for HISD: a. Darryl King - Senior Manager, Construction and Facility Services b. Raymond Hooks, Jr. -Sourcing Specialist, [email protected], Main (713) 556-

9345. c. Yesenia Taylor - Supplier Diversity, Business Assistance, [email protected],

713-556-8921 4. Architect: Molina Walker Architects and Consultants Team:

a. Noe Almaguer, AIA, [email protected], 713-782-8188 b. Richard Goerlich, Stanley Spurling and Hamilton c. Lee Gooch, Stanley Spurling and Hamilton d. William Meister, DBR e. Carmen Posey, Environments & Company f. Emem Abia, PSI g. Randy Barnett, Campos Engineering

B. M/WBE Submittal requirements, HISD Business Assistance:

1. Three plans are available for M/WBE Participation to Proposers on this project. These options are as follow: a. Option I - Selection of Option I requires a company to be certified as a minority or

woman-owned business. Contractor will provide subcontractors’ certification documentation from the following HISD accepted agencies: City of Houston Office of Business Opportunity, MBE and/or WBE; National Minority Supplier Development Council or local affiliate; and Women’s business Enterprise National Council or local affiliate.

b. Option II - Selection of Option II is for companies that are not M/WBE certified, but agree to subcontract with M/WBE firms for the awarded contract. However, subcontractors need to be certified by one of the agencies accepted by HISD noted above. The Contractor will include certification copy for selected subcontractors. Contractor to commit to 20% of the agreed price.

c. Option III - Selection of Option III is also for contractors that are not certified, but agree to a joint-venture with M/WBE subcontractors for the awarded contract with commitment to Good Faith Efforts. This option accumulates 100 points. Time sensitive items need to be done by October 11th, including letters of intent, placing advertisement, City advertisement letters, and posting network meeting groups.

2. HISD does not accept DBE, SBE, nor HUB certifications. 3. Attendees who signed the Sign-In Sheet for Pre Proposal Conference will receive 10 points

for network effort to meet potential M/WBE subcontractors.

Page 3: WORTHING H.S. 2012 REPLACEMENT ADDENDUM 1 · 9/5/2016  · 3. Unit Price No. 3: Unit Price to Furnish and install a unit price for all concrete (4,000 PSI), Package #1 4. Unit Price

WORTHING H.S. 2012 REPLACEMENT ADDENDUM 1 JOB NOS. 13-06 PAGE 2

ADDENDUM 1

4. HISD distributed a flyer for M/WBE workshop on October 5, 2016 for Option III points. 5. HISD’s goal is 20% participation for construction contracts. Proper backup and certification

documentation must be attached for all parties listed in the Contractor’s plan. 6. HISD’s Business Assistance Office welcomes and encourages one-on-one meetings with

contractors to discuss the forms or identify certified contractors. 713-556-7273.

C. HISD PROCUREMENT- Proposal Submittal Requirements:

1. Submission Information: a. Submission date is Tuesday, October 18, 2016. b. Submission time is no later than 2:00 PM. c. Submission location is at the Hattie Mae White, HISD Administration Building, 4400

West 18th Street. d. Deliver to HISD Board Services as directed at sign-in. e. It is the Proposer’s responsibility to make certain the proposer’s name, the project

name and the CSP number are clearly shown on the cover page of the Proposal Packet.

f. Timeliness is critical. If the time stamp is 2:01 pm, the proposal will be rejected. 2. Proposal Form Part A, Part B, and other required information are due Tuesday, October

18, 2016 at 2:00 PM. 3. Subcontractor Firm Information - CD: Proposal Form Part B- Technical Proposal- 2.04.03

Subcontractor Firm Information (Page CD-6) and M/WBE Forms, schedules and statements, as required by Section AB of the CPS and the Office of Business Assistance will be received Wednesday, October 19, 2016 at 12:00 PM. Submit each in a separate envelope / package. Submit in the Board Services Office #1C, 4400 West 18th Street, Houston, TX 77092.

4. HISD follows strict Code of Silence. 5. Proposers need to read and follow the instructions and Proposal Packaging Checklist and

submit all the required documents. 6. Contract / General Conditions are included in the Project Manual. 7. Proposers must use HISD forms for the Performance and Payment Bond submittal. 8. For references, Contractors will make sure to write legibly.

D. Communication during Proposal Process:

1. Open and constant communications are vital to the success of the proposal process. Please submit questions by email to the architect, Noe Almaguer, [email protected] to obtain clarifications or information.

2. All questions will be documented and responses will be issued by addendum through the HISD Procurement Office, Raymond Hooks, and Project Architect, Molina Walker Architects. Verbal responses will not be considered official nor binding upon HISD.

3. Last day for questions will be October 7, 2016 by noon. Addendum #2 will be issued on October 12, 2016 at 5:00 PM.

4. Including today’s walkthrough, there will be a second walkthrough on October 11th at 1:30 PM to access areas not walked during today’s walkthrough because of areas being used by school.

E. Overall description of the scope and Owner’s Objective

1. The project Estimated Construction cost is $27,000,000. 2. The estimated project duration is 610 days, including abatement work. 3. Liquidated damages will be $1,000 per calendar day. 4. The Contract Documents include three plan packages and three specification volumes.

a. Package #1, includes plans for the Worthing HS Replacement.

Page 4: WORTHING H.S. 2012 REPLACEMENT ADDENDUM 1 · 9/5/2016  · 3. Unit Price No. 3: Unit Price to Furnish and install a unit price for all concrete (4,000 PSI), Package #1 4. Unit Price

WORTHING H.S. 2012 REPLACEMENT ADDENDUM 1 JOB NOS. 13-06 PAGE 3

ADDENDUM 1

b. Package #2 includes plans for the Performing Arts Building Renovation. c. Package #3 includes plans for additional scope of work along Reed Road. This work

includes two new parking lots, detention pond, and demolition of three-story building. d. Specifications include three volumes: Volume 1 for Contract Requirements, Forms,

Agreement, and Architectural Specifications; Volume 2 for MEP, Civil and Landscape Specs; Volume 3 for Hazmat specifications.

5. During construction, Contractor will provide access to play fields for students during the school year. Job site shall be fenced off from the play areas during construction.

6. Contractor will assume the duty of renewing temporary occupancy permit. This includes all costs for permit fees.

7. HISD has purchased nineteen light poles for new parking lots, and are stored on site. Contractor to install the poles and fixtures as part of their scope of work.

8. All partitions and fencing required to separate students from the construction will be included in the contractor’s proposal. This included modifications during construction.

9. Removal and replacement of the roof at the Performing Arts Building will include all hazardous waste removal and temporary protection needed, including temporary roof membrane.

10. Temporary storage of the three existing chillers, pumps, and two boilers will be included in the proposal. These items will be reinstalled in new building.

11. During demolitions of the buildings locations of existing drilled piers will be compared to the structural plans to confirm locations. If there are any existing piers that are shown but would potentially cause a conflict with new footings, Contractor shall identify them and notify the structural engineer to see if changes will be required. This will be done as soon as possible to prevent delays.

12. Contractor to provide hook ups at one of the two unused pads at the chiller yard. The new Service Yard will have a total of 5 chiller pads.

13. Prior to starting new mechanical system, the Contractor will replace all existing chilled water lines from the existing mechanical systems looping into the new system with new chiller water prior to starting the system up. New system will start with all new coolant water.

14. MEP plans have provided information on all existing mechanical equipment that will be reused for pricing.

15. Package One includes relocating three chiller units and two boilers. All mechanical systems on this project will be tied together with the Phase One Addition recently constructed.

16. Power and other utilities to service the 2012 Replacement Building and Performing Arts Building will be provided through the Phase One Addition, including domestic water, primary electrical, sprinkler system, chilled and hot water, etc.

17. Sprinkler system will be provided at the Performing Arts Building renovated areas, but not at the Auditorium space.

18. Abatement scope of work will include removing contaminated materials at the crawlspace below existing building to be removed. Unit Prices have been added to remove contaminated materials not identified on the Hazmat Report for the crawlspace.

19. All landscape scope of work is identified on Package #1, including landscape areas around the Phase One project already built.

F. Project includes 3 Allowances:

1. Allowance No. 1 – Owner’s Contingency Allowance: $1,500,000 2. Allowance No. 2 – Technology Center Building Allowance: $1,000,000. Allowance is for

scope of work for temporary servery modular building and miscellaneous modifications to Technology Center Building for a Multi-Purpose Room.

3. Allowance No. 3 – Turning Lane Allowance on Reed Rd.: $40,000. This allowance is for left turning lane on Reed Road required by City during permit process.

Page 5: WORTHING H.S. 2012 REPLACEMENT ADDENDUM 1 · 9/5/2016  · 3. Unit Price No. 3: Unit Price to Furnish and install a unit price for all concrete (4,000 PSI), Package #1 4. Unit Price

WORTHING H.S. 2012 REPLACEMENT ADDENDUM 1 JOB NOS. 13-06 PAGE 4

ADDENDUM 1

G. Project includes 5 Alternates:

1. Alternate #1 – Package #1, Temporary Parking identified on Site Plan. 2. Alternate #2 – Package #1, Epoxy-resin Terrazzo at dining area and academic wing

corridors. 3. Alternate #3 – Package #3, Provide ornamental fence at Detention Pond in lieu of chain

link fence. 4. Alternate #4 – Package #2, Performing Arts Building Renovation, provide ½” Thick Econo

King masonry veneer. 5. Alternate #5 – Package #1, Landscape Maintenance Options and Irrigation:

a. Alternate #5A, provide the irrigation system as shown on landscape irrigation drawings.

b. Alternate #5B, provide for one (1) year (360 calendar days) of operations of landscape and irrigation system.

c. Provide for one (1) year (360 calendar days) maintenance (utilizing irrigation system if Alternate #5A is accepted).

H. Project Unit Prices:

1. Unit Price No. 1: Drilled Piers, Package #1 2. Unit Price No. 2: Unit Price to furnish and install a unit price for all rebar, Package #1 3. Unit Price No. 3: Unit Price to Furnish and install a unit price for all concrete (4,000 PSI),

Package #1 4. Unit Price No. 4: Unit Price to furnish and install street trees for landscaping. Package #1 5. Unit Price No. 5: Unit price to furnish and install additional backfill beyond the 21,000 in-

place cubic yards included in estimate, Package #1 6. Unit Price No. 6: Unit Price to remove and replace existing lightweight concrete roofing at

performing Arts Building Renovation, Package #2 7. Unit Price No. 7: Unit price to remove and replace metal decking (per SQFT) at Performing

Arts Building Renovation, Package #2 8. Unit Price No. 8: Hazardous Materials if needed, Package #1

I. Review of project phasing:

1. As part of Allowance #2, finish work for Temporary Cafeteria and Multi-Purpose Space at Tech Building (Building #4) is to be done by March 1, 2017.

2. If Alternate # 1 is taken, the temporary parking to be installed as soon as Notice to Proceed is given.

3. Finish asbestos removal in all buildings except performing arts building by April 30, 2017. 4. Start demolition of buildings and start performing arts renovation including asbestos and

demolition on May 27, 2017. 5. Finish all building demolition and Performing Arts Building work by August 7, 2017, and

turn this area over to HISD. 6. Begin construction of 2012 Replacement building on July of 2017. 7. Finish construction of project by July 31, 2018. 8. These dates must be achieved to accommodate the schools function.

J. Responsibility for permits:

1. City permit approvals have been processed for Package #1, #2 and #3. Once a Contractor is awarded, a Contractor name change will be processed with City of Houston.

2. For all permit revisions, the Design Team will submit to City and Contractor will pay and picks up permits.

Page 6: WORTHING H.S. 2012 REPLACEMENT ADDENDUM 1 · 9/5/2016  · 3. Unit Price No. 3: Unit Price to Furnish and install a unit price for all concrete (4,000 PSI), Package #1 4. Unit Price

WORTHING H.S. 2012 REPLACEMENT ADDENDUM 1 JOB NOS. 13-06 PAGE 5

ADDENDUM 1

3. It will be the Contractors responsibility to permit all Deferred Submittal Permits. City of Houston Request for Deferred Submittal Form is attached to Addendum #1. General Contractor is responsible for submitting and processing City permits for Prefab Curtain Wall Systems, Interior Retractable Bleachers, Canopies, Structural Steel Shop Drawings, Gymnasium Scoreboards, Storefront Systems, and Sprinkler System.

4. Program Manager will clarify with HISD if the GC will be required to purchase permits and be reimbursed for the actual cost by HISD, or if Contractor should include a cost of additional permits in their Proposal.

K. Project requires construction trailer for the full extent of the project. Location will be coordinated with awarded Contractor during the Pre-Construction Meeting.

L. Contractor to refer to Section 05: HISD School Operations Parameters Statement.

M. Safety is Priority-One. Contractor shall follow safety protocols check list as provided on the specifications.

N. All construction staff require identity badges. Program Manager will provide information on HISD current requirements for ID badging.

O. Construction fencing, parking and staging areas will be coordinated at Pre-Construction Meeting. However, Construction workers will remain off areas used by school staff and students.

P. Tobacco products are prohibited on school property.

Q. Construction workers are no allowed to interact with students.

PART 2 - SPECIFICATIONS – NOT USED

PART 3 - DRAWINGS – NOT USED

PART 4 - QUESTIONS / ANSWERS – NOT USED

END OF ADDENDUM DESCRIPTION

Page 7: WORTHING H.S. 2012 REPLACEMENT ADDENDUM 1 · 9/5/2016  · 3. Unit Price No. 3: Unit Price to Furnish and install a unit price for all concrete (4,000 PSI), Package #1 4. Unit Price
Page 8: WORTHING H.S. 2012 REPLACEMENT ADDENDUM 1 · 9/5/2016  · 3. Unit Price No. 3: Unit Price to Furnish and install a unit price for all concrete (4,000 PSI), Package #1 4. Unit Price
Page 9: WORTHING H.S. 2012 REPLACEMENT ADDENDUM 1 · 9/5/2016  · 3. Unit Price No. 3: Unit Price to Furnish and install a unit price for all concrete (4,000 PSI), Package #1 4. Unit Price
Page 10: WORTHING H.S. 2012 REPLACEMENT ADDENDUM 1 · 9/5/2016  · 3. Unit Price No. 3: Unit Price to Furnish and install a unit price for all concrete (4,000 PSI), Package #1 4. Unit Price
Page 11: WORTHING H.S. 2012 REPLACEMENT ADDENDUM 1 · 9/5/2016  · 3. Unit Price No. 3: Unit Price to Furnish and install a unit price for all concrete (4,000 PSI), Package #1 4. Unit Price