CROOKED RIVER ELEMENTARY SCHOOL ADDITIONS & … · The existing construction of the wall between...
Transcript of CROOKED RIVER ELEMENTARY SCHOOL ADDITIONS & … · The existing construction of the wall between...
ADDENDUM #3 Page 1 of 4
ADDENDUM # 3 Dated: March 6, 2020 TO CONTRACT DOCUMENTS FOR: CROOKED RIVER ELEMENTARY SCHOOL ADDITIONS & RENOVATIONS 1437 POLAND SPRING ROAD, CASCO, ME 04015 PREPARED BY: STEPHEN BLATT ARCHITECTS P.O. BOX 583 5 SOUTH STREET PORTLAND, MAINE 04112-0583 To all interested parties: This addendum modifies, amends, and supplements designated parts of the Contract Documents, Project Manuals, and Drawings for this Project (as noted above) and is hereby made an integral part thereof by reference and shall be as binding as though inserted in its entirety in the location specified herein. It shall be the responsibility of the Contractor to notify all Subcontractors and suppliers he/she proposes to use for the various parts of the work of any changes or modifications contained in this addendum. The Contractor shall acknowledge receipt of this addendum in the appropriate section of the Bid Form.
This ADDENDUM consists of: 4 pages and the enclosed documents listed below. The following documents (8 ½” x 11” U.N.O.) are enclosed with this addendum:
1. Pre-Bid Conference Sign-in Sheet 2 pages 2. Specifications Section 004213 Section 2B – Proposal Form 2 pages 3. Specifications Section 012300 Alternates 3 pages 4. SKE3 1 page 5. State of Maine Dept. of Public Safety Construction Permit #26906 1 page 6. Drawing E2.0 Electrical Lighting Plan – First Floor 1 sheet (30”x42”) 7. Drawing E2.1 Electrical Lighting Plan – Second Floor 1 sheet (30”x42”)
On-Site Pre-Bid Conference & Walk-Through, March 5, 2020 A Mandatory (For General Contractors) Pre-Bid Conference and Walk-Through was held at Crooked River Elementary School. A copy of the Sign-in Sheet is included with this Addendum. The following items address questions and comments that arose during the Conference and Walk-Through.
1. Davis-Bacon Wages do not apply to this project.
ADDENDUM #3 Page 2 of 4
2. Per Section 1, Short Form, Instructions to Bidders, item 17: “Any proposal that contains an escalation clause will be invalid”
3. Roughening the saw cut face of the existing slab is required per “Construction Sequence During Trenching” on sheet D1.1
4. The asbestos abatement that is in progress is for flooring mastic. This work will be completed later this month.
5. Keyed note “13” on the demolition floor plans indicate “support structure” for the existing operable partitions is to be removed along with the track and soffit. The support structure consists of threaded hanger rods. These are connected to structural steel and steel joists that are to remain.
6. The existing passenger elevator may be used during construction provided it is protected from any damage and is used within its rated weight capacity.
7. The existing construction of the wall between the Multipurpose Room and the Platform addition is indicated in wall section 13/A3.4 and in structural details V/S2.2 & W/S2.2.
8. Any remaining furniture or other moveable items will be removed by the Owner prior to the start of construction.
9. Existing double hung window sash may be temporarily removed to facilitate demolition and construction operations.
10. The Owner expects to issue a Letter of Intent to the successful bidder within approximately one week of the bid opening.
DRAWINGS: Drawing D1.1 First Floor Demolition Plan, Demolition Elevations
1. ADD the note “Dampen saw cut slab edges prior to placement of new concrete” to Construction Sequence During Trenching detail.
Drawing D1.2 Second Floor Demolition Plan
1. ADD the note “Dampen saw cut slab edges prior to placement of new concrete” to Construction Sequence During Trenching detail.
2. CHANGE the word “trap” to “duct” at note in Mech. Equip. / Storage room. Drawing A5.6 Interior Elevations Bathrooms
1. CHANGE the dimension “5’-0”” to “5’-2 ½” - Coordinate with Shower Mfr.” at shower in plan detail A/A5.6.
2. CHANGE the dimension “5’-0”” to “5’-2 ½” - Coordinate with Shower Mfr.” at shower in plan detail B/A5.6.
3. CHANGE the dimension “9 ¼”” to “6 ¾” +/-”” at shower in plan detail B/A5.6.
Drawing A6.2 Door Schedule, Details
1. ADD keyed note #4 to door #107.2 in Door Schedule. Drawing S1.1 Foundation Plan
1. CLARIFICATION: Along line U the foundation stem wall changes elevation
ADDENDUM #3 Page 3 of 4
from 101’-9” to 100’-0” at the same location where the interior slab changes elevation at the ramp landing.
Drawing S1.2 Second Floor / Low Roof Framing Plan
1. ADD the note “Coordinate edge of deck/slab with architectural drawings” to the expansion joint between line G and line XA at the classroom addition.
Drawing PD-2.0 Plumbing Second Floor Demolition
1. CLARIFICATION: The existing water closets (not shown) at (3) individual toilet rooms are to be removed. The existing water closet and lav (not shown) at Faculty T. are to remain. See drawing D1.2 for more information.
Drawing E1.0 Electrical Power & Systems Plan – First Floor
1. REVISE location of card reader at main entrance per SKE3 included with this Addendum.
Drawing E2.0 Electrical Lighting Plan – First Floor
1. CHANGE light fixture types at corridors per revised drawing E2.0 included with this Addendum.
2. ADD Lighting Control Narrative per revised drawing E2.0 included with this Addendum.
Drawing E2.1 Electrical Lighting Plan – Second Floor
1. CHANGE light fixture types at corridors and Health 240 per revised drawing E2.1 included with this Addendum.
2. ADD Lighting Control Narrative per revised drawing E2.1 included with this Addendum.
PROJECT MANUAL: PROCUREMENT AND CONTRACTING SECTIONS:
1. Construction Permit, State of Maine Department of Public Safety, is included with this Addendum.
2. Section 004213 Section 2B – Proposal Form (single prime contract): a. ADD Alternate No. 12 Existing Brick Veneer Control Joints. See revised
Proposal Form included with this Addendum. SPECIFICATIONS SECTIONS:
1. Section 012300 Alternates: a. REPLACE this section with the specification section included with this
Addendum. This section now includes Alternate No. 12 added in Addendum #2.
ADDENDUM #3 Page 4 of 4
2. Section 102800 Toilet, Bath and Laundry Accessories: a. 2.5.A: ADD “5. Saniflow Corp., Speedflow Model M06A.” to the list of
manufacturers.
3. Section 265133 Security Systems: a. 2.03 REPLACE this section with the following:
“2.03 CARD ACCESS SYSTEM
A. Main Panel: The main controller for this shall be web-based, support up to 128 access points, provide event and alarm monitoring, consist of single-door proximity access control for up to 2000 users and shall offer optional use of a card, key tag or pin code. This unit will require power and Ethernet.
B. Field Panel: The individual points shall be wired to the field panel which is in turn wired to the main panel.
C. Card Readers: There shall be three exterior doors with card access, as
shown on the plans.
D. Access Cards shall be read/write contactless clamshell type smart cards in accordance with the system provided. Provide 100 Direct Print Cards, Card/Badge Printer, and photo equipment. Coordinate type with Owner.
E. Magnetic Door Switches: System shall be capable of interconnection with type-C contacts from magnetic door switches, as provided for the intrusion system (see subsection 2.02 B in this specification section) to initiate propped door alarms.”
b. CLARIFICATION: The doors with card access are: Outside of Stair 2 (door #142.3), outside of Stair 3 (door #107.2) and outside of main entry Vestibule.
END OF ADDENDUM #3
CROOKED RIVER ELEMENTARY SCHOOL ADDITIONS AND RENOVATIONS LAKE REGION SCHOOLS PROJECT # 15.17 2/2020
SECTION 2-B
PROPOSAL FORM SHORT FORM
PUBLIC SCHOOL PROJECT TO: Al Smith, Superintendent of Schools MSAD #61/Lake Region Schools 900 Portland Road Bridgton, Maine 04009 A. Having carefully examined the form of contract, general conditions and plans and specifications dated February 20, 2020, prepared by Stephen Blatt Architects, 5 South Street, Portland, Maine 04101 for Crooked River Elementary School as well as the premises and conditions affecting the work, we the undersigned propose to furnish all labor, equipment and materials necessary for and reasonably incidental to the construction and completion of this proposal for the amount of: Base Bid____________________________________________Dollars $________________ The above amount includes the allowance listed in Section 012100 “Allowances.” B. Alternate prices as follows: Alternate No. 1: Platform Addition Add $________________Subtract $__________________ Alternate No. 2: Aluminum Clad Windows Add $________________Subtract $__________________ Alternate No. 3a: Replace Existing Window Add $________________Subtract $__________________ Alternate No. 3b: Replace Existing Window Add $________________Subtract $__________________ Alternate No. 4: Replace Existing Roofing Add $________________Subtract $__________________ Alternate No. 5: Ceramic Floor Tile at Individual Toilet Rooms Add $________________Subtract $__________________ Alternate No. 6: Ceramic Wall Tile at Individual Toilet Rooms Add $________________Subtract $__________________ Alternate No. 7: Metal Lockers Add $________________Subtract $__________________ Alternate No. 8a: Roller Window Shades Add $________________Subtract $__________________ Alternate No. 8b: Roller Window Shades Add $________________Subtract $__________________ Alternate No. 9: Canopy at Stair 3 Exterior Doors Add $________________Subtract $__________________ Alternate No. 10: Existing Stair Finishes Add $________________Subtract $__________________ Alternate No. 11: Diesel Generator Add $________________Subtract $__________________ Alternate No. 12: Existing Brick Veneer Control Joints Add $________________Subtract $__________________ C. Unit Prices as follows: Unit Price No. 1: Replacement of 12 inch Storm Drain Add $________________ per linear foot Unit Price No. 2: Replacement of 8 inch Storm Drain Add $________________ per linear foot Unit Price No.3: Modify Storm Drain Structure Add $________________ per each BGS-43-74; 4/22/08 format Page 1 of 2 Sec. 2-B
CROOKED RIVER ELEMENTARY SCHOOL ADDITIONS AND RENOVATIONS LAKE REGION SCHOOLS PROJECT # 15.17 2/2020 D. This proposal includes the following addenda to the plans and specifications: Addendum No.________, Dated_____________Addendum No.________, Dated__________ Addendum No.________, Dated_____________Addendum No.________, Dated__________ E. The undersigned agrees, if awarded the contract, to complete the Work on or before July 31, 2021. This proposal includes the cost of a 100% contract performance bond and a 100% contract payment bond. Any material or materials not specified in the bidding document but deemed worthy of consideration may be introduced by the bidder in a separate letter attached to this proposal. A cost comparison must be included giving the comparison with the material specified and the reason for the suggested substitution. The basic bid shall be as specified. The undersigned agrees, if this proposal is accepted, to sign a contract and deliver it, along with the bonds and affidavits of all insurance specified within twelve (12) calendar days after the date of notification of such acceptance, except if the 12th day falls on a holiday, a Saturday or Sunday, then the conditions will be fulfilled if the required documents are received before 12:00 o'clock noon on the day following the holiday, or the Monday following the Saturday or Sunday, and as a guarantee thereof, herewith submits a certified or cashiers check or bid bond as required.
SIGNED:_____________________________________
BY:_______________________________________
________________________________________ P.O. Address
NOTE: If bidder is a corporation, write state of incorporation, and if a partnership, give full names of all partners. BGS-43-74; 4/22/08 format Page 2 of 2 Sec. 2-B
CROOKED RIVER ELEMENTARY SCHOOL ADDITIONS AND RENOVATIONS LAKE REGION SCHOOLS PROJECT # 15.17 2/2020
ALTERNATES 01 23 00 - 1
SECTION 01 23 00 - ALTERNATES
PART 1 - GENERAL
1.1 SUMMARY
A. Section includes administrative and procedural requirements for alternates.
1.2 DEFINITIONS
A. Alternate: An amount proposed by bidders and stated on the Bid Form for certain work defined in the bidding requirements that may be added to or deducted from the base bid amount if Owner decides to accept a corresponding change either in the amount of construction to be completed or in the products, materials, equipment, systems, or installation methods described in the Contract Documents.
1. 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 alternate into the Work. No other adjustments are made to the Contract Sum.
1.3 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. Notification: Immediately following award of the Contract, notify each party involved, in writing, of the status of each alternate. Indicate if alternates have been accepted, rejected, or deferred for later consideration. Include a complete description of negotiated revisions to alternates.
C. Execute accepted alternates under the same conditions as other work of the Contract.
D. Schedule: A schedule of alternates is included at the end of this Section. Specification Sections referenced in schedule contain requirements for materials necessary to achieve the work described under each alternate.
CROOKED RIVER ELEMENTARY SCHOOL ADDITIONS AND RENOVATIONS LAKE REGION SCHOOLS PROJECT # 15.17 2/2020
ALTERNATES 01 23 00 - 2
PART 2 - PRODUCTS (Not Used)
PART 3 - EXECUTION
3.1 SCHEDULE OF ALTERNATES
A. Alternate No. 1: Platform Addition.
1. Base Bid: Do not provide Platform addition. 2. Alternate: Provide Platform addition as indicated in the Contract Documents.
B. Alternate No. 2: Aluminum Clad Windows.
1. Base Bid: Provide vinyl clad windows at classroom addition as indicated in the Contract Documents
2. Alternate: Provide aluminum clad windows at classroom addition in lieu of vinyl clad windows as indicated in the Contract Documents.
C. Alternate No. 3: Replace Existing Windows.
1. Base Bid: Do not replace existing windows except those indicated in the Contract Documents and labeled “Base Bid”.
2. Alternate 3a: Replace existing windows with vinyl clad windows as indicated in the Contract Documents.
3. Alternate 3b: Replace existing windows with aluminum clad windows as indicated in the Contract Documents.
D. Alternate No. 4: Replace existing roofing system.
1. Base Bid: Do not replace existing roofing system. 2. Alternate: Provide new roofing system, metal fascia and additional insulation at
existing building as indicated in the Contract Documents.
E. Alternate No. 5: Ceramic Floor Tile at Individual Toilet Rooms.
1. Base Bid: Provide sheet vinyl flooring and vinyl cove base at individual toilet rooms as indicated in the Contract Documents.
2. Alternate: Provide ceramic floor tile and ceramic base in lieu of sheet vinyl and vinyl cove base as indicated in the Contract Documents.
F. Alternate No. 6: Ceramic Wall Tile at Individual Toilet Rooms.
1. Base Bid: Provide epoxy-painted gypsum wall board at individual toilet rooms as indicated in the Contract Documents.
2. Alternate: Provide ceramic wall tile and backer board as indicated in the Contract Documents.
CROOKED RIVER ELEMENTARY SCHOOL ADDITIONS AND RENOVATIONS LAKE REGION SCHOOLS PROJECT # 15.17 2/2020
ALTERNATES 01 23 00 - 3
G. Alternate No. 7: Metal Lockers.
1. Base Bid: Do not provide metal lockers. Provide in-wall blocking for lockers. 2. Alternate: Provide metal lockers as indicated in the Contract Documents.
H. Alternate No. 8: Roller Window Shades.
1. Base Bid: Do not provide roller window shades. 2. Alternate 8a: Provide roller window shades at classroom addition as indicated in
the Contract Documents. 3. Alternate 8b: Provide roller window shades at classroom addition and existing
building as indicated in the Contract Documents.
I. Alternate No. 9: Canopy at Stair 3 Exterior Doors.
1. Base Bid: Do not provide canopy at Stair 3 exterior doors. 2. Alternate: Provide canopy at Stair 3 exterior doors as indicated in the Contract
Documents.
J. Alternate No. 10: Existing Stair Finishes.
1. Base Bid: Do not provide new VCT, rubber treads/risers at existing Stairs 1 & 2. 2. Alternate: Provide new VCT, rubber treads/risers at existing Stairs 1 & 2 as
indicated in the Contract Documents.
K. Alternate No. 11: Diesel Generator.
1. Base Bid: Do not provide diesel generator. Provide automatic transfer switches only.
2. Alternate: Provide diesel generator as indicated in the Contract Documents.
L. Alternate No. 12: Existing Brick Veneer Control Joints.
1. Base Bid: Do not remove and replace existing backer rod and sealant at existing brick veneer control joints.
2. Alternate: Remove existing backer rod and sealant at existing brick veneer control joints and replace with new backer rod and sealant as indicated in the Contract Documents.
END OF SECTION 01 23 00
Copier
Covered
Entry
Work
156
Conference
158
Reception
157
122
T w/ Shwr
159
Vestibule
120
M
M
10 Forest Falls Dr. Unit 4b
Yarmouth, ME 04096
Tel: (207) 847-9280
SWIFTCURRENT
Engineering Services
XA
XA
XB
XB
XC
XC
XD
XD
XE
XE
XF
XF
XG
XG
XH
XH
XI
XI
XJ
XJ
XK
XK
XL
XL
XM
XM
XN
XN
XO
XO
XP
XP
XQ
XQ
XR
XR
XS
XS
X2
X4 X4
X6
X7
X9
X11
G
G
1
4
A
A
3
B
WD
R
Re
f.
D
2
F
E
C
U
U
T
T
A.3
A.4
1.3
F.7
F.7
D.6
Elev. (E)
Multi-Purpose
Bra
ce
d B
ay
Bra
ce
d B
ay
Elev.
Mech. Rm
(E)
Copier
N.I.C
.
Covered
Entry
Bra
ce
d B
ay
Braced Bay
Braced
Bay
Braced
Bay
Braced
Bay
Braced
Bay
Bra
ce
d B
ay (?
?)
Bra
ce
d B
ay
8'-7"
CUH
CUH
CUH
Lobby
121
Hall
150
Corridor
134
Staff Prep
144
Nurse
152
Classroom
108
Classroom
103
Classroom
102
Classroom
106
Resource
104
Life Skills
137
OT/PT
140
Speech
127
B2ehavioral
123
Music
143
Music Stor
145
Boys
147
Girls
148
Jan./Maint.
149
Work
156
Conference
158
Acad. Leader
155
Principal
154
Reception
157
112
T
113
T
114
T
Corridor
101
TLC
130
Testing
105
Office
141
TO
135
Kit./Lndry
138
T w/ Shwr
139
Classroom
109
Staff T
115
111
T
TO
129
Soc. Wkr.
132
TO
124
Office
136
126
T
131
T
Stor.
128
123
sq ft
Chair Storage
167
577
sq ft
Platform
165
370
sq ft
Platform Access
164
Vestibule
166
Kitchen
160
Dry Stor
161
K Off.
162
K Tlt
163
Stor
110
Hall
151
Guidance
133
Stor.
125
Stair 2 (Ex.)
142
Stair 3
107
Stair 1 (Ex.)
122
T w/ Shwr
159
Cafeteria
146
Storage
153
Vestibule
120
Storage
Boiler Rm
J
SWIFTCURRENT
Engineering Services
N
= Renovation
Mond
ay, A
ugus
t 26,
2019
@ 2:
58PM
BID SET
Job No.: 18.08Date: 2/20/2020Scale: As NotedDrawn by: JMDChecked by: TDM
Drawing Title:
Additions andRenovations to
CROOKEDRIVER
ELEMENTARYSCHOOL
Casco, Maine
Consultants
Civil Engineer: Atlantic Resource Consultants, LLC
Landscape Architect:Carroll Associates
Structural Engineer:Structural Integrity ConsultingEngineers, Inc.
Mechanical Engineer:Bennett Engineering
Electrical Engineer:Swiftcurrent Engineering
Food Service Consultant:TJM Consulting
Specifications: Lowell Specifications, Inc.
5 South Street
Post Office Box583
Portland, Maine04112-0583
Voice:207.761.5911
Email:[email protected]
Revisions KEY
= New Construction
E2.0ELECTRICALLIGHTING PLAN -FIRST FLOOR
Elev. (Ex.)
Col
Col
Refr.
Upper Multi-Purpose
Mech Equip / Storage
Upper Boiler
EXISTING
CONSTRUCTION
NEW
CONSTRUCTION
Circulation
1
0
'
M
B
56 Lockers
Exist. Skylight
Above
Exist.
Skylight
Above
Exist. Skylight
Above
XA
XA
XB
XB
XC
XC
XD
XD
XE
XE
XF
XF
XG
XG
XH
XH
XI
XI
XJ
XJ
XK
XK
XL
XL
XM
XM
XN
XN
XO
XO
XP
XP
XQ
XQ
XR
XR
XS
XS
X2
X4 X4
X6
X7
X9
X11
G
G
1
4
A
A
3
B D
2
F
E
C
U
U
T
T
A.3
A.4
1.3
F.7
F.7
D.6
Copier
N.I.C.
Library Shelving
N.I.C.
Classroom
208
Classroom
203
Classroom
202
Classroom
206
212
T
213
T
214
T
Corridor
201
Testing
205
Classroom
209
Staff T
215
211
T
Classroom
227
Classroom
228
Staff Break
231
Classroom
236
Small Group
221
Art
237
Classroom
224
Classroom
223
Sto.
238
MH Office
222
Stair 2 (Ex.)
226
Stor
210
Intervention
230
Library
241
Workroom
242
Health
240
Staff Prep
243
Office
235
Jan.
234
G&T
229
Girls' T (Ex.)
232
Boys' T (Ex.)
233
Corridor
220
(E) T
225
Stair 1 (Ex.)
239
Stair 3
207
Resource
204
Data
235a
SWIFTCURRENT
Engineering Services
N
= Renovation
Mond
ay, A
ugus
t 26,
2019
@ 2:
58PM
BID SET
Job No.: 18.08Date: 2/20/2020Scale: As NotedDrawn by: JMDChecked by: TDM
Drawing Title:
Additions andRenovations to
CROOKEDRIVER
ELEMENTARYSCHOOL
Casco, Maine
Consultants
Civil Engineer: Atlantic Resource Consultants, LLC
Landscape Architect:Carroll Associates
Structural Engineer:Structural Integrity ConsultingEngineers, Inc.
Mechanical Engineer:Bennett Engineering
Electrical Engineer:Swiftcurrent Engineering
Food Service Consultant:TJM Consulting
Specifications: Lowell Specifications, Inc.
5 South Street
Post Office Box583
Portland, Maine04112-0583
Voice:207.761.5911
Email:[email protected]
Revisions KEY
= New Construction
E2.1ELECTRICALLIGHTING PLAN -SECOND FLOOR