Addendum 3 is attached and available at the DFS planroom at www

advertisement
Eckles Architecture & Engineering
301 North Mercer Street
New Castle PA 16101
724 652 5507
fax 724 652 0751
www.EcklesGroup.com
TRANSMITTAL and RETURN RECEIPT
ADDITIONS AND ALTERATIONS
LAUREL HIGHLANDS HIGH SCHOOL
LAUREL HIGHLANDS SCHOOL DISTRICT
NORTH UNION TOWNSHIP, FAYETTE COUNTY, PENNSYLVANIA
EA PROJECT No. 09033.000
ALL PRIME BIDDERS:
Addendum 3 is attached and available at the DFS planroom at
www.MyPrintScape.com, or by contacting Printscape Imaging and Graphics
at 412 788 0640
67 pages including transmittal cover sheet and attachments,
plus 1 full-size Drawing sheet.
Note: bid time is extended to Tuesday, September 25 2012 at 1:00pm
Also attached for information only:
65 pages of Pre-Bid Requests for Information with responses.
You must acknowledge receipt of this addendum on the bid form and by
signing the bottom portion of this transmittal upon receipt and sending via
FAX 724 652 0751 to Eckles.
Acknowledge of Receipt of this Addendum:
CONTRACTOR _____________________________________________________________________________
Contact Name ______________________________________________________________________________
Date Received __________________________________________________
Except for Addenda, information posted at the website or distributed electronically will not be part of the
Contract Documents. Bidders must confirm receipt of Addenda both by return fax and on the bid form.
ADDENDUM 3
ADDITIONS AND ALTERATIONS
LAUREL HIGHLANDS HIGH SCHOOL
LAUREL HIGHLANDS SCHOOL DISTRICT
NORTH UNION TOWNSHIP, FAYETTE COUNTY, PENNSYLVANIA
EA PROJECT No. 09033.000
August 31, 2012
GENERAL
This Addendum shall supplement, amend, and become a part of the Bid Documents.
All bids and the construction contract shall be based on these modifications.
2.
Bidder shall acknowledge the receipt of this Addendum on the Bid Proposal Form.
1.
PRIOR ADDENDA
Item No 3.1
Addendum Item 2.2
00 1113 ADVERTISEMENT FOR BIDS
CHANGE the second paragraph to read as follows:
Bids will be accepted no later than 1:00pm, local prevailing time, Tuesday, September 25, 2012, at the
at the School District Administrative Offices, 304 Bailey Avenue, Uniontown, PA, 15401, c/o Mrs
Beverly Beal, Board Secretary. Promptly thereafter, bids will be publicly opened and read aloud. All
interested parties are invited to attend.
GENERAL
Item No 3.2
ACCEPTABLE MANUFACTURERS
Subject to compliance with requirements as determined by Architect, products by the following additional
manufacturers will be acceptable:
GLAZING (Refer to 08 8000)
 Guardian Sunguard
 Super Neutral 68.
POOL ELECTRONIC TIMING AND SCOREBOARD SYSTEM (Refer to 13 1113)
 – Daktronics
EXPOSED VAPOR BARRIER DUCT INSULATION (Refer to 23 5000, 1.12 Para. F. )
 Polyguard Products, Inc – Alumaguard 60, installed in accordance with manufacturer’s
recommendations.
ROOFTOP UNITS – TYPE 4 (Refer to 23 4000, 1.28 )
 Refer to Addendum to 23 4000 below.
09033 ADDS & ALTS LAUREL HIGHLANDS HS
ADDENDUM 3_mes items
Page 1 of 12
PROJECT MANUAL
Item No 3.3
00 4116 BID FORMS
REPLACE all Bid Forms with pages attached to this Addendum.
NOTE: For the sole purpose of determining required Breakout Pricing on Bid Forms, use the following diagrams:
Bid Form Breakout Clarification – District Administrative Offices Breakout Area
09033 ADDS & ALTS LAUREL HIGHLANDS HS
ADDENDUM 3_mes items
Page 2 of 12
Bid Form Breakout Clarification – Swimming Pool Construction Breakout Area
09033 ADDS & ALTS LAUREL HIGHLANDS HS
ADDENDUM 3_mes items
Page 3 of 12
Item No 3.4
01 2200 UNIT PRICES
Article 3.01, Paragraph C.; CHANGE SubParagraph C.1.b. to read as follows:
b.
In some cases, some of the excavated undercut soil material will be suitable for reuse as opposed to being wasted from the site.
Base Bid design quantity estimate
South Rain Garden = 2,950 cu yd to be cut and selectively stockpiled into
suitable and unsuitable piles
North Rain Garden = 1,125 cu yd to be cut and selectively stockpiled into
suitable and unsuitable piles
Kitchen Addition Embankment = 2,300 cu yd to be cut and selectively
stockpiled into suitable and unsuitable piles
Undercut Material = 1,000 cu yd to be reworked and compacted as engineered fill
5,400 cu yd be hauled off site
Suitable Soil Material Imported and compacted as engineered fill = 3,500 cu yd
<Alt Bid G-1 and G-2 design quantity estimates remain unchanged>
Article 3.01, Paragraph E.; CHANGE the design quantities of Alternate Bid UG-7c and 7d to read as
follows:
UG-7c: PEM UTILITY TRENCH SIDEWALL SEAL
Price per square foot of seal actually required and installed, greater or less than
estimated Base Bid design area, located in utility trench sidewalls when trench
crosses through PEM layers.
(Alt Bid quantities are in addition to Base Bid quantity)
Base Bid design quantity estimate (GC)
= 1,800 square feet
Alt Bid G-1 design quantity estimate (GC) = 10,375 square feet
Alt Bid G-2 design quantity estimate (GC) = 2,775 square feet
UG-7d: PEM UTILITY TRENCH BOTTOM SEAL
Price per square foot of seal actually required and installed, greater or less than
estimated Base Bid design area, located in bottom of utility trench crosses
through PEM layers.
(Alt Bid quantities are in addition to Base Bid quantity)
Base Bid design quantity estimate (GC)
=
725 square feet
Alt Bid G-1 design quantity estimate (GC) = 3,250 square feet
Alt Bid G-2 design quantity estimate (GC) = 1,400 square feet
Article 3.01; ADD Paragraphs F. through H. to read as follows:
F.
Unit Price UG-8: REPOINT MASONRY JOINTS
1.
Description: Repair of existing mortar joints in compliance with Section 04 0120
MAINTENANCE OF UNIT MASONRY
Base Bid design quantity estimate = 250 Square Feet
Alternate Bid G1 quantity estimate – NA
Alternate Bid G2 quantity estimate - NA
2.
Measurement and Payment: One Square Foot of treated wall area, verified by Construction
Manager as being greater or less than Base Bid quantity estimate.
09033 ADDS & ALTS LAUREL HIGHLANDS HS
ADDENDUM 3_mes items
Page 4 of 12
G.
Unit Price UG-9: REPLACE MASONRY UNIT
1.
Description: Removal and replacement of broken or cracked brick units in compliance with
Section 04 0120 MAINTENANCE OF UNIT MASONRY
Base Bid design quantity estimate = 100 Brick
Alternate Bid G1 quantity estimate – NA
Alternate Bid G2 quantity estimate - NA
2.
H.
Measurement and Payment: 1 brick unit in place, verified by Construction Manager as
being more or less than Base Bid quantity estimate.
Unit Price UG-10: CAST IN PLACE CONCRETE REPAIR
1.
Description: Repair of broken or cracked cast in place concrete in compliance with Section
04 0120 MAINTENANCE OF UNIT MASONRY
Base Bid design quantity estimate = 10 Square Feet
Alternate Bid G1 quantity estimate – NA
Alternate Bid G2 quantity estimate - NA
2.
Measurement and Payment: One Square Foot of repair area, verified by Construction
Manager as being greater or less than Base Bid quantity estimate.
[note: specification for concrete remediation will be issued in a subsequent Addendum]
Article 3.03; ADD Paragraph A. to read as follows:
A. Unit Price UP-7: EXPOSED POTENTIALLY EXPANSIVE MATERIAL (PEM) SEAL
1.
Description: Sealing of PEMs will be required along materials exposed by excavations as
described below. The details of the foundation seals are shown on the Contract Drawings.
The need for sealing will be left to the sole discretion of the OGE. These unit prices include
all excavation, trimming, cleaning, brooming, air compressors, shoring, sulfate-resistant
lean concrete, forming, required to construct the seal as detailed and described.
UP-7a: -- not used -UP-7b: -- not used -UP-7c: PEM UTILITY TRENCH SIDEWALL SEAL
Price per square foot of seal actually required and installed, greater or less than
estimated Base Bid design area, located in utility trench sidewalls when trench
crosses through PEM layers.
(Alt Bid quantities are in addition to Base Bid quantity)
Base Bid design quantity estimate (PC)
= 2,650 square feet
Alt Bid G-1 design quantity estimate (PC) =
0 square feet
Alt Bid G-2 design quantity estimate (PC) = 1,375 square feet
UP-7d: PEM UTILITY TRENCH BOTTOM SEAL
Price per square foot of seal actually required and installed, greater or less than
estimated Base Bid design area, located in bottom of utility trench crosses
through PEM layers.
(Alt Bid quantities are in addition to Base Bid quantity)
Base Bid design quantity estimate (PC)
= 1,325 square feet
Alt Bid G-1 design quantity estimate (PC) = 0 square feet
Alt Bid G-2 design quantity estimate (PC) = 575 square feet
09033 ADDS & ALTS LAUREL HIGHLANDS HS
ADDENDUM 3_mes items
Page 5 of 12
Article 3.04; ADD Paragraph A. to read as follows:
A. Unit Price UE-7: EXPOSED POTENTIALLY EXPANSIVE MATERIAL (PEM) SEAL
1.
Description: Sealing of PEMs will be required along materials exposed by excavations as
described below. The details of the foundation seals are shown on the Contract Drawings.
The need for sealing will be left to the sole discretion of the OGE. These unit prices include
all excavation, trimming, cleaning, brooming, air compressors, shoring, sulfate-resistant
lean concrete, forming, required to construct the seal as detailed and described.
UE-7a: -- not used -UE-7b: -- not used -UE-7c: PEM UTILITY TRENCH SIDEWALL SEAL
Price per square foot of seal actually required and installed, greater or less than
estimated Base Bid design area, located in utility trench sidewalls when trench
crosses through PEM layers.
(Alt Bid quantities are in addition to Base Bid quantity)
Base Bid design quantity estimate (EC)
= 16,775 square feet
Alt Bid G-1 design quantity estimate (EC) =
0 square feet
Alt Bid G-2 design quantity estimate (EC) =
0 square feet
UE-7d: PEM UTILITY TRENCH BOTTOM SEAL
Price per square foot of seal actually required and installed, greater or less than
estimated Base Bid design area, located in bottom of utility trench crosses
through PEM layers.
(Alt Bid quantities are in addition to Base Bid quantity)
Base Bid design quantity estimate (EC)
= 8,400 square feet
Alt Bid G-1 design quantity estimate (EC) = 0 square feet
Alt Bid G-2 design quantity estimate (EC) = 0 square feet
Item No 3.5
01 2300 ALTERNATES
Article 3.01; ADD Paragraph F to read as follows:
A. ALTERNATES G-7: TECH-ED EQUIPMENT
1.
Base Bid: Provide Work as scheduled in all four Tech Ed Equipment Schedules on
Drawing A356 Equipment Schedule.
2.
Alternate Bid G-7a (Art Package): Delete Work associated with ART PACKAGE –
TECH ED EQUIPMENT SCHEDULE.
3.
Alternate Bid G-7b (Schedule 1): Delete Work associated with SCHEDULE 1 – TECH
ED EQUIPMENT SCHEDULE.
4.
Alternate Bid G-7c (Schedule 2): Delete Work associated with SCHEDULE 2 – TECH
ED EQUIPMENT SCHEDULE.
5.
Alternate Bid G-7d (Schedule 3): Delete Work associated with SCHEDULE 3 EXISTING EQUIPMENT TO BE REMOVED AND REINSTALLED – TECH ED
EQUIPMENT SCHEDULE.
Item No 3.6
05 5100 METAL STAIRS
Article 2.08, Paragraph A; DELETE SubParagraph A.2. Grip rail to be shop-primed steel tubing as specified.
09033 ADDS & ALTS LAUREL HIGHLANDS HS
ADDENDUM 3_mes items
Page 6 of 12
Item No 3.7
06 4000 ARCHITECTURAL/WOODWORKING FINISH CARPENTRY
Article 1.03, Paragraph D; DELETE SubParagraph D.3. There are no wood handrails on the project
DELETE Article 2.11 HANDRAIL AND GUARDRAIL in its entirety.
Item No 3.8
08 1113 HOLLOW METAL DOORS AND FRAMES
General: Disregard references to wood grain-embossed door surfaces. Provide factory-primed flush doors
as scheduled.
Item No 3.9
09 9100 PAINTING
Article 3.06; ADD Paragraphs C. and D. to read as follows:
C.
Exterior Concrete Soffit, Fascia and Structure: Two finish coats over primed prepared surfaces.
1
Surface Preparation: Power Wash with a minimum of 2100 psi to remove all dirt, dust,
grease, oil, loose particles, laitance, foreign contaminants, peeling and defective coatings,
chalk, form release agents, mildew, efflorescence, etc. Allow to dry thoroughly. Repair
cracks, voids, and other holes with Stampede line of urethane sealants.
D.
2.
Primer Coat: S-W Loxon Concrete & Masonry Primer, A24W8300 Series Applied at 8.0
mils W.F.T.; 3.2 mils D.F.T. .
3.
Finish Coats: 2 coats S-W Resilience Exterior Latex Satin, K43 series. Applied at 4.0
mils W.F.T.; 1.52 mils D.F.T.
4.
Application method: Brush, Roll or Airless Spray.
a.
Refer to manufacturer’s published data for specific application equipment.
b.
Concrete surfaces must be dry, 15% or less moisture content and within a pH range
of 6 to 13.
c.
Do not apply coatings over condensation or when surface temperature is within 5
degrees of the dew point. All products must be applied in accordance with
manufacturer’s product data sheets.
Exterior Existing Canopy Framing: 2 coats over spot-primed prepared metal.
1.
Surface Preparation: Power Tool Clean per SSPC-SP 3 to remove all loose mill scale,
loose rust, loose paint, and other detrimental foreign matter. Remove all oil and grease
from surface by Solvent Cleaning per SSPC-SP 1. Change rags and cleaning solution
frequently so that deposits of oil and grease are not spread over additional areas. Rinse and
allow to dry thoroughly prior to coating.
2.
Spot Prime: S-W Kem Bond Universal Metal Primer, B50Z Series Applied at 3.0 - 8.0 mils
W.F.T.; 2.0 - 5.0 mils D.F.T. Refer to S-W Product Data Page # 2.12 & # 2.12A for
details.
3.
Intermediate and Finish Coats: Sher-Cryl High Performance Acrylic Semi-Gloss, B66350 series Applied at 6.0 - 10.0mils W.F.T.; 2.5 - 4.0 mils D.F.T. Refer to S-W Product
Data Page # 1.26 & # 1.26A for details.
09033 ADDS & ALTS LAUREL HIGHLANDS HS
ADDENDUM 3_mes items
Page 7 of 12
4.
Application method: By brush, roller, or airless spray. Brush or roll may require
additional coats to achieve minimum DFT.
a.
Refer to manufacturer’s specific product data sheets for details.
b.
Allow primer to dry a minimum of 24 hours prior to topcoating.
c.
Do not apply coatings over condensation or when surface temperature is within 5
degrees of the dew point. All products must be applied in accordance with product
data
Item No 3.10
11 5213 PROJECTION SCREENS
ADD attached Section
Item No 3.11
13 1113 SWIMMING POOL
Article 3.09; ADD Paragraph F. to read as follows:
F.
Refer to detail 10 on drawing A720 for decking field color floor graphic.
Item No 3.12
14 2404 ELEVATOR MODERNIZATION
REPLACE section with attached revised 14 2404.
Item No 3.13
14 4200 WHEELCHAIR PLATFORM LIFT
REPLACE section with attached revised 14 4200.
Item No 3.14
22 2000 PLUMBING INTERIOR SYSTEMS
Article 1.13 VALVES AND COCKS; CHANGE SubParagraph K.3. to read as follows:
3.
Plumbing Contractor shall furnish an Asco #108D10C relay panel rated for 120
VAC, 60 Hz. Relay panel shall be mounted near gas solenoid valve. Relay panel
shall be installed and wired by the Electrical Contractor
Article 1.21 TRAP PRIMERS; ADD Paragraph E. to read as follows:
E.
(TP-3) Precision Plumbing Products MPB-500 mini-prime electric trap priming system, with box.
1.
Refer to drawings for number of drain(s).
2.
Provide optional DU series distribution unit.
Item No 3.15
23 3000 CENTRAL EQUIPMENT
CLARIFICATION: For all boilers - Boiler gas train shall be configured to function on a gas supply
pressure of 8 OZ.
09033 ADDS & ALTS LAUREL HIGHLANDS HS
ADDENDUM 3_mes items
Page 8 of 12
Item No 3.16
23 4000
TERMINAL EQUIPMENT
Article 1.28 Rooftop Units-Type-4, Paragraph C; CLARIFICATION: Annex Air has requested and was
granted approval to bid the project. The equipment manufacturer has demonstrated that they are capable of
manufacturing equipment that complies with the design intent. This approval is subject to the satisfactory
submission and approval of shop drawings demonstrating compliance with the drawings and specifications.
Article 1.31 Wood Shop Dust Collector; ADD Paragraph Q. to read as follows:
Q.
Provide explosion relief vent on the dust collector.
Item No 3.17
23 5000
INSULATION
Article 1.06 REFRIGERANT PIPE INSULATION; CHANGE insulation thickness for pipes 1-1/2” and
smaller to 1-1/2” thickness.
Item No 3.18
23 6000
CONTROLS
Article 1.02 Summary; ADD Paragraph M. to read as follows:
M. The system shall be wired. . The construction techniques used in the original building, as well as
the other wireless systems expected in this facility preclude consideration of wireless technology
for the control system. .
Item No 3.19
23 9000 BIDS
Article 1.11 02 Heating Alternate Bid #H-10; The responsibilities for the various parties are clarified as
follows:
 In the Base Bid, the HC hires a Balancing Subcontractor and includes TAB services, as specified, in
his contract.
 In this Alternate Bid, the Owner will contract with an outside Commissioning Agent as a
professional service. The Commissioning Agent will then be responsible for TAB services;
however, the HC shall cooperate with and provide assistance to the TAB technicians as required for
them to complete their responsibilities.
09033 ADDS & ALTS LAUREL HIGHLANDS HS
ADDENDUM 3_mes items
Page 9 of 12
DRAWINGS
Item No 3.20
CS300 - SITE PHASING PLANS
Project Specific Notes – ADD note #6 to read as follows:
6.
The Owner has rented approximately 950 LF of Temporary Fencing panels
from Federal Rent-A-Fence for the fencing around the Construction Field
Office and Construction Entrance Drive. The fencing has been rented by
the Owner for 12 months. Once this period of time is over, the General
Contactor will need to take over the lease agreement for this fencing. The
General Contractor is also responsible for the rest of the temporary fencing
shown on the Phasing Drawings for the entire duration of the project.
Item No 3.21
C1-01 SITE PLAN AND SITE DIMENSIONING PLAN (BASE BID)
CHANGE Drawing per attached Supplemental Drawing SDC-8
Item No 3.22
Drawings A002, A002a, A002b, A003 and A005
DOOR AND WINDOW SCHEDULES, FRAMES, DETAILS
Glazing Type G7 – ADD the following line:
PROVIDE FIRE RATED GLAZING AT ALL FIRE RATED DOOR AND
FRAME ASSEMBLIES THAT CONTAIN GLAZING IN DOORS OR
FRAMES. REFER TO DOOR SCHEDULE AND CODE REVIEW
DRAWINGS (CS SERIES DRAWINGS) FOR LOCATIONS AND
ADDITIONAL INFORMATION.
Item No 3.23
A320, A320A INTERIOR LAYOUT PLANS – FIRST FLOOR AREA A
Gymnasium A105; ADD an Elevation Tag pointing to West wall indicating “1/A720 similar”
... and ADD an Elevation Tag pointing to North wall indicating “2/A720 similar”
.. and CHANGE Drawing per attached Supplemental Drawing SDA-11
Item No 3.24
A332
A342
INTERIOR LAYOUT PLAN – SECOND FLOOR AREA C
MISCELLANEOUS ELEVATIONS
CHANGE Drawing per attached Supplemental Drawing SDA-11
Item No 3.25
A503 STAIR AND RAMP DETAILS –ALT BID & ADA CHAIR LIFT – BASE BID
CHANGE Drawing 8 and 10/ A503 per attached Supplemental Drawing SDA-13.
09033 ADDS & ALTS LAUREL HIGHLANDS HS
ADDENDUM 3_mes items
Page 10 of 12
Item No 3.26
A720 WALL GRAPHICS
DELETE Gymnasium Elevation 8/A720
CHANGE Drawing 10/A720 per attached Supplemental Drawing SDA-12
Item No 3.27
SP-1 SWIMMING POOL PLAN AND SECTIONS
Pool Plan & Equipment Layout; CHANGE all references to Black tile to instead indicate “Blue as
selected by Architect”
Item No 3.28
P121 PLUMBING – FIRST FLOOR PLAN – AREA B
At end of Drawing Note 4, ADD the following:
EXTEND 1/2” CW UP TO TP-3 LOCATED UNDER THE SAFETY CENTER FROM
THE 1 1/4” CW SUPPLYING TV-2.
Item No 3.29
P123 PLUMBING – FIRST FLOOR PLAN – AREA D
CHANGE Drawing per attached Supplemental Drawing SDP-15
Item No 3.30
P124 PLUMBING – FIRST FLOOR PLAN – AREAS E & F
CHANGE Drawing per attached Supplemental Drawing SD-P17
Item No 3.31
P131 PLUMBING – SECOND FLOOR PLAN – AREA B
At end of Drawing Note 4, ADD the following:
PROVIDE TP-3 MOUNTED UNDER SAFETY CENTER TO NOT INTERFERE WITH
ADA CLEARANCES. EXTEND 1/2” CW DOWN TO FD-2 LOCATED OUT IN
FRONT OF SAFETY CENTER. ELECTRICAL CONTRACTOR TO PROVIDE
POWER TO TP-3.
Item No 3.32
P240 PLUMBING ROOF PLAN
CHANGE Drawing per attached Supplemental Drawing SD-P16
Item No 3.33
P401 PLUMBING DETAILS
CHANGE Drawing per attached Supplemental drawing SD-P18
09033 ADDS & ALTS LAUREL HIGHLANDS HS
ADDENDUM 3_mes items
Page 11 of 12
Item No 3.34
P402 PLUMBING DETAILS
CHANGE Drawing 10/A720 per attached Supplemental Drawing SDA-12
Item No 3.35
DRAWING E503 LIGHTING AND MECHANICAL SCHEDULES
CHANGE Lighting Fixture Schedule as follows:
 Lighting fixture types F01 and F10 shall program rapid start ballast.
 Model number for lighting fixture type F34A shall be “T15SD103AE – MECH1820”.
 Model number for lighting fixture type F34B shall be “T15SD102AE – MECH1820”.
Item No 3.36
DRAWING E231 POWER – SECOND FLOOR PLAN – AREA B
The plumbing will be installing an electronic trap primer in the base of the safety shower unit in each of
the 13 labs. Electrical contractor shall extend the 120 volt circuit serving the receptacle adjacent to the
safety shower unit to serve the electronic trap primer.
Item No 3.37
DRAWING E230 POWER – SECOND FLOOR PLAN – AREA A
The general contractor shall provide a low voltage control system with key pad controller and relay
panel to control the eight (8) motorized backstops and the two (2) motorized curtains. Electrical
contractor shall install relay panel and key pad controller. Wire all 120 volt branch circuits serving the
motorized equipment thru the relay panel as required. Install the key pad controller on the gym side of
the south wall of Storage Room A105a.
ATTACHMENTS
Project Manual Pages
00 4116 Bid Forms (29 pages)
11 5213 Projection Screens (3 pages)
14 2404 Elevator Modernization(7 pages)
14 4200 Wheelchair Platform Lift (7 pages)
Supplemental Drawings
SDC-8
SDA-11 SDA-12 SDA-13
SDP-15 SDP-16 SDP-17 SDP-18
Full-Size Drawings
P402 PLUMBING DETAILS ( R1 9/12/12 )
END OF DOCUMENT
09033 ADDS & ALTS LAUREL HIGHLANDS HS
ADDENDUM 3_mes items
Page 12 of 12
Document 00 4116.01 – BID FORM- GENERAL CONSTRUCTION
CONTRACT NO. 09033.000-1
ADDITIONS AND ALTERATIONS, LAUREL HIGHLANDS HIGH SCHOOL
LAUREL HIGHLANDS SCHOOL DISTRICT
NORTH UNION TOWNSHIP, FAYETTE COUNTY, PENNSYLVANIA
EA PROJECT No. 09033.000
Jesse T. Wallace, Superintendent
Laurel Highlands School District
304 Bailey Avenue, Uniontown, PA, 15401
PROPOSAL OF _______________________________________________________________________________
(Company Name, Address w/Zip Code)
_______________________________________________________________________________
Telephone (________) _____________________
FAX (________) _____________________
Members of the Board of Education:
1. In conformity with the Bidding Documents as prepared by Eckles Architecture and Engineering, including Invitation to
Bid, Instructions to Bidders, this Form of Proposal, the Form of Owner-Contractor Agreement, the Bid Bond, the
Conditions of Contract, the Bidding and Contracting Requirements, and the Drawings and Technical Specifications,
and after an examination of the location and nature of the required work, the undersigned submits this Proposal and
encloses the following:
(A) As a Proposal Guaranty, a certified check, bank cashier's check, trust company treasurer's check, bid bond on the
form enclosed and furnished by the Owner, or other form of security permitted by applicable law, in an amount of
not less than ten percent (10%) of the total of the hereinafter stated Base Bid made payable to or indemnifying the
LAUREL HIGHLANDS SCHOOL DISTRICT, which bond it is understood will be forfeited to and retained by
the Owner, as liquidated damages, if this proposal or any part thereof is acceptable by the Owner, and the
undersigned shall fail to furnish approved bonds, other required documents, and the executed contract within the
time period required by the Contract Documents.
(B) A Non-Collusion affidavit under the Antibid-Rigging Act, certifying that the undersigned is the only person(s)
interested in this Proposal as principal, and that the proposal is made without collusion with any person, firm, or
corporation.
(C) The Qualifications Statement: AIA Document A305, 1986 (In Item 5. Financing, DISREGARD the phrase
“Attach a financial statement” this item is not required at this time.)
(D) Certificate of Authority (or the Application in circumstances more fully described in the Instructions to Bidders
Paragraph 4.1.8) required of all corporations not domiciled in the Commonwealth of Pennsylvania.
2. It is understood and agreed that this proposal will remain effective for a period of time in accordance with the
provisions of applicable law.
3. Bidder agrees that, if awarded contract, it will furnish and deliver all materials, transportation, secure all permits and
licenses, do and perform all labor, superintendence, pay all fees and do all incidental work and to execute, construct and
finish in an expeditious, substantial and workmanlike manner, in accordance with the drawings and specifications to the
complete satisfaction and acceptance of the Owner for the above captioned contract for the price hereinafter stated.
4. It is understood that the Owner reserves the right to reject any or all proposals, or parts thereof or items therein and to
waive technicalities required for the best interests of the Owner. It is further understood that competency and
responsibility of bidders will receive consideration before the award of the contract.
5. It is mutually agreed by and between the parties hereto that time shall be essential part of this Contract. Failure by the
Contractor to meet the Completion dates set forth in the Contract will cause the Owner to be damaged thereby. It is
hereby agreed the amount of said damages shall be the appropriate sum set forth in the Schedule of Liquidated
Damages for every calendar days’ delay in finishing the work beyond the scheduled deadline. The said sum shall be
deducted from monies due the Contractor. If no money is due the Contractor, the Contractor hereby agrees to pay the
Owner as liquidated damages and not by way of penalty such total as shall be due for such delay computed as set forth
in Section 8.2 of the Conditions of the Contract.
ADDITIONS AND ALTERATIONS
LAUREL HIGHLANDS HIGH SCHOOL
LAUREL HIGHLANDS SCHOOL DISTRICT
ADDENDUM 3
BID-FORM – GENERAL CONSTRUCTION
00 4116.01-1
PROPOSAL OF _____________________________________________________________ CONTRACT NO. 09033.000-1
(Name of Bidder)
.
BASE BID – For GENERAL CONSTRUCTION Work, complete as specified and shown on the Bidding
Documents, the sum of
_______________________________________________________________ DOLLARS ($____________________)
NOTE: INSERT THE BID BOTH IN WRITING AND NUMERICALLY. Submit Base Bid and Alternate Bids
(net of insurance) with the Owner providing insurance coverages in accordance with the Contract Documents
.
ALTERNATE BIDS as scheduled in Section 01 2300 ALTERNATES
ALTERNATE G-1 –CLASSROOM WING ADDITION: State the amount to be ADDED TO the Base Bid to
provide Work associated with Area F Classroom Wing and Area G DAO alterations.
ADD __________________________________________________________ DOLLARS ($________________)
.
PRICING BREAKOUT (required for the Department of Education’s accounting purposes only)
For Administrative Purposes Only – Breakout Price will not be utilized to determine lowest responsible bidder
State the lump sum value for portion of Work INCLUDED AS PART OF ALTERNATE BID G-1 that is
directly associated with District Administration Offices Construction. (Refer to Addendum Item 3.3)
_____________________________________________________ DOLLARS ($____________________)
ALTERNATE G-2– POOL ADDITION: State the amount to be ADDED TO the Base Bid to provide Work
associated with Area A Pool and West Lobby Addition.
ADD __________________________________________________________ DOLLARS ($________________)
.
PRICING BREAKOUT (required for the Department of Education’s accounting purposes only)
For Administrative Purposes Only – Breakout Price will not be utilized to determine lowest responsible bidder
State the lump sum value for portion of Work INCLUDED AS PART OF ALTERNATE BID G-2 that is
directly associated with Swimming Pool Construction. (Refer to Addendum Item 3.3)
_____________________________________________________ DOLLARS ($____________________)
ALTERNATE G-3 – DETENTION ROOM C102c: State the amount to be ADDED TO or DEDUCTED FROM the
Base Bid to provide Detention Room in lieu of Dishwashing Area at C102c.
(circle one)
ADD or DEDUCT _______________________________________________ DOLLARS ($________________)
ALTERNATE G--4 – MODIFIED BITUMEN ROOFING: State the amount to be ADDED TO or DEDUCTED
FROM the Base Bid to provide SBS Modified roofing system in lieu of EPDM.
(circle one)
ADD or DEDUCT _______________________________________________ DOLLARS ($________________)
ALTERNATE G-5– ENTRANCE CANOPY STOREFRONT INFILL PANELS: State the amount to be
DEDUCTED FROM the Base Bid to OMIT storefront glazing assemblies at entrance canopy.
DEDUCT ___________________________________________________________ DOLLARS ($______________)
ALTERNATE G-6– FRONT STAGE CURTAIN: State the amount to be ADDED TO or DEDUCTED FROM the
Base Bid to provide Austrian-style motorized front curtain assembly in lieu of manual traveler
curtain
(circle one)
ADD or DEDUCT _______________________________________________ DOLLARS ($________________)
BID-FORM – GENERAL CONSTRUCTION
00 4116.01-2
ADDENDUM 3
ADDITIONS AND ALTERATIONS
LAUREL HIGHLANDS HIGH SCHOOL
LAUREL HIGHLANDS SCHOOL DISTRICT
PROPOSAL OF _____________________________________________________________ CONTRACT NO. 09033.000-1
(Name of Bidder)
ALTERNATE G-7a – TECH ED EQUIPMENT (Art Package): State the amount to be DEDUCTED FROM the
Base Bid to omit Tech-Ed Equipment scheduled in “Art Package”
DEDUCT _____________________________________________________ DOLLARS ($________________)
ALTERNATE G-7b – TECH ED EQUIPMENT (Schedule 1): State the amount to be DEDUCTED FROM the Base
Bid to omit Tech-Ed Equipment scheduled in “Schedule 1”
DEDUCT _____________________________________________________ DOLLARS ($________________)
ALTERNATE G-7c – TECH ED EQUIPMENT (Schedule 2): State the amount to be DEDUCTED FROM the Base
Bid to omit Tech-Ed Equipment scheduled in “Schedule 2”
DEDUCT _____________________________________________________ DOLLARS ($________________)
ALTERNATE G-7d – TECH ED EQUIPMENT (Schedule 3): State the amount to be DEDUCTED FROM the Base
Bid to omit relocation of Tech-Ed Equipment scheduled in “Schedule 3”
DEDUCT _____________________________________________________ DOLLARS ($________________)
.
UNIT PRICES as scheduled in Section 01 2200 Unit Prices
UG-1a: 30-in DIA CAISSONS: Provide or omit one Vertical Lineal Foot of 30-in diameter concrete caisson.
ADD OR DEDUCT____________________________________________________DOLLARS ($_______________)
UG-1b: 36-in DIA CAISSONS: Provide or omit one Vertical Lineal Foot of 36-in diameter concrete caisson.
ADD OR DEDUCT____________________________________________________DOLLARS ($_______________)
UG-1c: 42-in DIA CAISSONS: Provide or omit one Vertical Lineal Foot of 42-in diameter concrete caisson.
ADD OR DEDUCT____________________________________________________DOLLARS ($_______________)
UG-1d: 48-in DIA CAISSONS: Provide or omit one Vertical Lineal Foot of 48-in diameter concrete caisson.
ADD OR DEDUCT____________________________________________________DOLLARS ($_______________)
UG-2: LEAN CONCRETE MUD WALL: Provide or omit one cubic yard of lean concrete fill.
ADD OR DEDUCT____________________________________________________DOLLARS ($_______________)
UG-3: UNSUITABLE SOIL REMOVAL (Undercut): Remove one excavated Cubic Yard of unsuitable soils more
or less than design estimate quantity.
ADD OR DEDUCT____________________________________________________DOLLARS ($_______________)
UG-4a: REPLACEMENT OF UNDERCUT SOILS WITH IMPORTED SUITABLE SOILS:
omit one compacted Cubic Yard of imported backfill material.
Provide or omit
ADD OR DEDUCT____________________________________________________DOLLARS ($_______________)
UG-4a: REPLACEMENT OF UNDERCUT SOILS WITH RE-WORKED ON-SITE SOILS : Provide or omit
one compacted Cubic Yard of backfill composed of processed excavated site material.
ADD OR DEDUCT____________________________________________________DOLLARS ($_______________)
ADDITIONS AND ALTERATIONS
LAUREL HIGHLANDS HIGH SCHOOL
LAUREL HIGHLANDS SCHOOL DISTRICT
ADDENDUM 3
BID-FORM – GENERAL CONSTRUCTION
00 4116.01-3
PROPOSAL OF _____________________________________________________________ CONTRACT NO. 09033.000-1
(Name of Bidder)
UG-6: UNSUITABLE EXPORT: Export from the site one Cubic Yard more or less than the design estimate of
unsuitable soils/debris found and separated from undercut materials.
ADD OR DEDUCT____________________________________________________DOLLARS ($_______________)
UG-7a: PEM FOUNDATION SEAL: Provide or omit one Square Foot of seal material along existing building
foundations that bear on PEM bedrock.
ADD OR DEDUCT____________________________________________________DOLLARS ($_______________)
UG-7b: PEM HIGHWALL SEAL: Provide or omit one Square Foot of seal material at the interface of PEMs that
have been removed and those that will remain in place beneath structures.
ADD OR DEDUCT____________________________________________________DOLLARS ($_______________)
UG-7c: PEM UTILITY TRENCH SIDEWALL SEAL: Provide or omit one Square Foot of seal material at
sidewall of utility trench that passes through PEM layers.
ADD OR DEDUCT____________________________________________________DOLLARS ($_______________)
UG-7d: PEM UTILITY TRENCH BOTTOM SEAL : Provide or omit one Square Foot of seal material in bottom
of utility trench that passes through PEM layers.
ADD OR DEDUCT____________________________________________________DOLLARS ($_______________)
UG-8: REPOINT MASONRY JOINTS: Provide or omit brick pointing in one square foot of face area of wall.
ADD OR DEDUCT____________________________________________________DOLLARS ($_______________)
UG-9: REPLACE MASONRY UNIT: Provide or omit removal and replacement of one brick.
ADD OR DEDUCT____________________________________________________DOLLARS ($_______________)
UG-10: CAST IN PLACE CONCRETE REPAIR: Provide or omit specified repair of one Square Foot of CIP concrete.
ADD OR DEDUCT____________________________________________________DOLLARS ($_______________)
.
ADDENDA - In submitting this proposal, I have received and included in the Bid the following:
Addendum No.
Dated.
Addendum No.
Dated.
________1______
_____________________
_______________
_____________________
________2______
_____________________
_______________
_____________________
________3______
_____________________
_______________
_____________________
_______________
_____________________
_______________
_____________________
BID-FORM – GENERAL CONSTRUCTION
00 4116.01-4
ADDENDUM 3
ADDITIONS AND ALTERATIONS
LAUREL HIGHLANDS HIGH SCHOOL
LAUREL HIGHLANDS SCHOOL DISTRICT
PROPOSAL OF _____________________________________________________________ CONTRACT NO. 09033.000-1
(Name of Bidder)
WHEN THE BIDDER IS AN INDIVIDUAL If the Bidder is an individual trading under his own or a fictitious name, this
Proposal must be signed by the individual Owner and his exact Post Office Address must be given. If one other than the
Owner signs this Proposal, then a notarized certificate of authority signed by the Owner must accompany this Proposal.
____________________________________
Witness
_________________________________________(SEAL)
Bidder’s Signature
Bidder’s Name Typed___________________________________________
Bidder’s Title___________________________________________
Address____________________________________________
Trading As___________________________________________
Fictitious Name
WHEN THE BIDDER IS A PARTNERSHIP If the Bidder is a firm or partnership trading under an individual or fictitious
name, the Proposal must be signed by one or more of the partners and the exact names and the Post Office Addresses of the
members of the firm or partnership must be included. If one other than a partner signs this Proposal, then a notarized
certificate of authority signed by all the partners must accompany this Proposal.
_____________________________________(SEAL)
Partner’s Signature
____________________________________
Witness
___________________________________(SEAL)
Partner’s Signature
Partner’s Name Typed
__________________________________
Partner’s Title
__________________________________
Address
__________________________________
_____________________________________(SEAL)
Partner’s Signature
Partner’s Name Typed ____________________________
Partner’s Name Typed ________________________________
Partner’s Title _______________________________
Partner’s Title ________________________________
Address _______________________________
Address ________________________________
WHEN THE BIDDER IS A CORPORATION If the Bidder is a corporation, this proposal must be signed by the President or
Vice-President or by an individual whose notarized certificate of authority to execute must accompany this Proposal together
with the names, titles and business addresses of the President, Secretary and Treasurer which must appear on the said certificate.
By: _________________________________________
President’s Signature
_____________________________________________
President’s Name Typed
Attest: __________________________________________
Secretary’s Signature
______________________________________________
Secretary’s Name Typed
(CORPORATE SEAL)
_________________________________ is a corporation organized under the laws of the State of _____________________ and
(has) (has not) circle one been granted a Certificate of Authority to do business in Pennsylvania, as required by the Business
Corporation Law, approved May 5, 1933, P.L. 364, as amended.
ADDITIONS AND ALTERATIONS
LAUREL HIGHLANDS HIGH SCHOOL
LAUREL HIGHLANDS SCHOOL DISTRICT
ADDENDUM 3
BID-FORM – GENERAL CONSTRUCTION
00 4116.01-5
Document 00 4116.02– BID FORM- HVAC CONSTRUCTION
CONTRACT NO. 09033.000-2
ADDITIONS AND ALTERATIONS, LAUREL HIGHLANDS HIGH SCHOOL
LAUREL HIGHLANDS SCHOOL DISTRICT
NORTH UNION TOWNSHIP, FAYETTE COUNTY, PENNSYLVANIA
EA PROJECT No. 09033.000
Jesse T. Wallace, Superintendent
Laurel Highlands School District
304 Bailey Avenue, Uniontown, PA, 15401
PROPOSAL OF _______________________________________________________________________________
(Company Name, Address w/Zip Code)
_______________________________________________________________________________
Telephone (________) _____________________
FAX (________) _____________________
Members of the Board of Education:
1. In conformity with the Bidding Documents as prepared by Eckles Architecture and Engineering, including Invitation to
Bid, Instructions to Bidders, this Form of Proposal, the Form of Owner-Contractor Agreement, the Bid Bond, the
Conditions of Contract, the Bidding and Contracting Requirements, and the Drawings and Technical Specifications,
and after an examination of the location and nature of the required work, the undersigned submits this Proposal and
encloses the following:
(A) As a Proposal Guaranty, a certified check, bank cashier's check, trust company treasurer's check, bid bond on the
form enclosed and furnished by the Owner, or other form of security permitted by applicable law, in an amount of
not less than ten percent (10%) of the total of the hereinafter stated Base Bid made payable to or indemnifying the
LAUREL HIGHLANDS SCHOOL DISTRICT, which bond it is understood will be forfeited to and retained by
the Owner, as liquidated damages, if this proposal or any part thereof is acceptable by the Owner, and the
undersigned shall fail to furnish approved bonds, other required documents, and the executed contract within the
time period required by the Contract Documents.
(B) A Non-Collusion affidavit under the Antibid-Rigging Act, certifying that the undersigned is the only person(s)
interested in this Proposal as principal, and that the proposal is made without collusion with any person, firm, or
corporation.
(C) The Qualifications Statement: AIA Document A305, 1986 (In Item 5. Financing, DISREGARD the phrase
“Attach a financial statement” this item is not required at this time.)
(D) Certificate of Authority (or the Application in circumstances more fully described in the Instructions to Bidders
Paragraph 4.1.8) required of all corporations not domiciled in the Commonwealth of Pennsylvania.
2. It is understood and agreed that this proposal will remain effective for a period of time in accordance with the
provisions of applicable law.
3. Bidder agrees that, if awarded contract, it will furnish and deliver all materials, transportation, secure all permits and
licenses, do and perform all labor, superintendence, pay all fees and do all incidental work and to execute, construct and
finish in an expeditious, substantial and workmanlike manner, in accordance with the drawings and specifications to the
complete satisfaction and acceptance of the Owner for the above captioned contract for the price hereinafter stated.
4. It is understood that the Owner reserves the right to reject any or all proposals, or parts thereof or items therein and to
waive technicalities required for the best interests of the Owner. It is further understood that competency and
responsibility of bidders will receive consideration before the award of the contract.
5. It is mutually agreed by and between the parties hereto that time shall be essential part of this Contract. Failure by the
Contractor to meet the Completion dates set forth in the Contract will cause the Owner to be damaged thereby. It is
hereby agreed the amount of said damages shall be the appropriate sum set forth in the Schedule of Liquidated
Damages for every calendar days’ delay in finishing the work beyond the scheduled deadline. The said sum shall be
deducted from monies due the Contractor. If no money is due the Contractor, the Contractor hereby agrees to pay the
Owner as liquidated damages and not by way of penalty such total as shall be due for such delay computed as set forth
in Section 8.2 of the Conditions of the Contract.
ADDITIONS AND ALTERATIONS
LAUREL HIGHLANDS HIGH SCHOOL
LAUREL HIGHLANDS SCHOOL DISTRICT
ADDENDUM 3
BID-FORM – HVAC CONSTRUCTION
00 4116.02-1
PROPOSAL OF _____________________________________________________________ CONTRACT NO. 09033.000-2
(Name of Bidder)
.
BASE BID – For HVAC CONSTRUCTION Work, complete as specified and shown on the Bidding Documents, the
sum of
_______________________________________________________________ DOLLARS ($____________________)
NOTE: INSERT THE BID BOTH IN WRITING AND NUMERICALLY. Submit Base Bid and Alternate Bids
(net of insurance) with the Owner providing insurance coverages in accordance with the Contract Documents
.
ALTERNATE BIDS as scheduled in Section 01 2300 ALTERNATES
ALTERNATE H-1 –CLASSROOM WING ADDITION: State the amount to be ADDED TO the Base Bid to
provide HC Work associated with Alternate Bid G-1.
ADD __________________________________________________________ DOLLARS ($________________)
.
PRICING BREAKOUT (required for the Department of Education’s accounting purposes only)
For Administrative Purposes Only – Breakout Price will not be utilized to determine lowest responsible bidder
State the lump sum value for portion of Work INCLUDED AS PART OF BASE BID PLUS ALTERNATE BID H-1
that is directly associated with District Administration Offices Construction. (Refer to Addendum Item 3.3)
_____________________________________________________ DOLLARS ($____________________)
ALTERNATE H-2– POOL ADDITION: State the amount to be ADDED TO the Base Bid to provide HC Work
associated with Alternate Bid G-2.
ADD __________________________________________________________ DOLLARS ($________________)
.
PRICING BREAKOUT (required for the Department of Education’s accounting purposes only)
For Administrative Purposes Only – Breakout Price will not be utilized to determine lowest responsible bidder
State the lump sum value for portion of Work INCLUDED AS PART OF BASE BID PLUS ALTERNATE BID H-2
that is directly associated with Swimming Pool Construction. (Refer to Addendum Item 3.3)
_____________________________________________________ DOLLARS ($____________________)
ALTERNATE H-3 – DETENTION ROOM C102c: State the amount to be ADDED TO or DEDUCTED FROM the
Base Bid to provide HC Work associated with Alternate Bid G-3
(circle one)
ADD or DEDUCT _______________________________________________ DOLLARS ($________________)
ALTERNATE H-4 – BRYAN BOILERS: State the amount to be ADDED TO or DEDUCTED FROM the Base Bid
to provide Boilers by Bryan in lieu of Hydrotherm/ HB Smith .
(circle one)
ADD or DEDUCT _______________________________________________ DOLLARS ($________________)
ALTERNATE H-5 – HYDROTHERM BOILERS: State the amount to be ADDED TO or DEDUCTED FROM the
Base Bid to provide Boilers by Hydrotherm in lieu of Hydrotherm/ HB Smith .
(circle one)
ADD or DEDUCT _______________________________________________ DOLLARS ($________________)
ALTERNATE H-6– AERCO BOILERS: State the amount to be ADDED TO or DEDUCTED FROM the Base Bid to
provide Boilers by AERCO in lieu of Hydrotherm/ HB Smith
(circle one)
ADD or DEDUCT _______________________________________________ DOLLARS ($________________)
BID-FORM – HVAC CONSTRUCTION
00 4116.02-2
ADDENDUM 3
ADDITIONS AND ALTERATIONS
LAUREL HIGHLANDS HIGH SCHOOL
LAUREL HIGHLANDS SCHOOL DISTRICT
PROPOSAL OF _____________________________________________________________ CONTRACT NO. 09033.000-2
(Name of Bidder)
ALTERNATE H-7a– SIEMANS CONTROLS (Base Scope Only): State the amount to be ADDED TO or
DEDUCTED FROM the Base Bid to provide control system by Siemens in lieu of
Schneider/Andover, in the event that Alternate Bids G-1 and G-2 are not accepted
(circle one)
ADD or DEDUCT _______________________________________________ DOLLARS ($________________)
ALTERNATE H-7b– SIEMANS CONTROLS (With Classroom Addition): State the amount to be ADDED TO or
DEDUCTED FROM the Base Bid to provide control system by Siemens in lieu of Schneider/
Andover, in the event that Alternate Bid G-1 is accepted. (DO NOT include cost of Alternate Bid H-1)
(circle one)
ADD or DEDUCT _______________________________________________ DOLLARS ($________________)
.
PRICING BREAKOUTS (required for the Department of Education’s accounting purposes only)
For Administrative Purposes Only – Breakout Price will not be utilized to determine lowest responsible bidder
State the lump sum value for portion of Work INCLUDED AS PART OF BASE BID PLUS ALTERNATE BIDS H-1
AND H-7b that is directly associated with District Administration Offices Construction. (Refer to Addendum Item 3.3)
_____________________________________________________ DOLLARS ($____________________)
ALTERNATE H-7c– SIEMANS CONTROLS (With Pool Addition): State the amount to be ADDED TO or
DEDUCTED FROM the Base Bid to provide control system by Siemens in lieu of Schneider/
Andover, in the event that Alternate Bid G-2 is accepted. (DO NOT include cost of Alternate Bid H-2)
(circle one)
ADD or DEDUCT _______________________________________________ DOLLARS ($________________)
.
PRICING BREAKOUTS (required for the Department of Education’s accounting purposes only)
For Administrative Purposes Only – Breakout Price will not be utilized to determine lowest responsible bidder
State the lump sum value for portion of Work INCLUDED AS PART OF BASE BID PLUS ALTERNATE BIDS
H-2 AND H-7c that is directly associated with Swimming Pool Construction. (Refer to Addendum Item 3.3)
_____________________________________________________ DOLLARS ($____________________)
ALTERNATE H-8a– AUTOMATIC LOGIC CONTROLS (Base Scope Only): State the amount to be ADDED TO
or DEDUCTED FROM the Base Bid to provide control system by Automated Logic in lieu of
Schneider/Andover
(circle one)
ADD or DEDUCT _______________________________________________ DOLLARS ($________________)
ALTERNATE H-8b– AUTOMATIC LOGIC CONTROLS (With Classroom Addition): State the amount to be
ADDED TO or DEDUCTED FROM the Base Bid to provide control system by Automated Logic
in lieu of Schneider/ Andover, in the event that Alternate Bid G-1 is accepted. (DO NOT include
cost of Alternate Bid H-1)
(circle one)
ADD or DEDUCT _______________________________________________ DOLLARS ($________________)
.
PRICING BREAKOUTS (required for the Department of Education’s accounting purposes only)
For Administrative Purposes Only – Breakout Price will not be utilized to determine lowest responsible bidder
State the lump sum value for portion of Work INCLUDED AS PART OF BASE BID PLUS ALTERNATE BIDS H-1
AND H-8b that is directly associated with District Administration Offices Construction. (Refer to Addendum Item 3.3)
_____________________________________________________ DOLLARS ($____________________)
ADDITIONS AND ALTERATIONS
LAUREL HIGHLANDS HIGH SCHOOL
LAUREL HIGHLANDS SCHOOL DISTRICT
ADDENDUM 3
BID-FORM – HVAC CONSTRUCTION
00 4116.02-3
PROPOSAL OF _____________________________________________________________ CONTRACT NO. 09033.000-2
(Name of Bidder)
ALTERNATE H-8c– AUTOMATIC LOGIC CONTROLS (With Pool Addition): State the amount to be ADDED TO or
DEDUCTED FROM the Base Bid to provide control system by Automated Logic in lieu of Schneider/
Andover, in the event that Alternate Bid G-2 is accepted. (DO NOT include cost of Alternate Bid H-2)
(circle one)
ADD or DEDUCT _______________________________________________ DOLLARS ($________________)
.
PRICING BREAKOUTS (required for the Department of Education’s accounting purposes only)
For Administrative Purposes Only – Breakout Price will not be utilized to determine lowest responsible bidder
State the lump sum value for portion of Work INCLUDED AS PART OF BASE BID PLUS ALTERNATE BIDS
H-2 AND H-8c that is directly associated with Swimming Pool Construction. (Refer to Addendum Item 3.3)
_____________________________________________________ DOLLARS ($____________________)
ALTERNATE H-9a– TRANE CONTROLS (Base Scope Only): : State the amount to be ADDED TO or
DEDUCTED FROM the Base Bid to provide control system by Trane in lieu of
Schneider/Andover
(circle one)
ADD or DEDUCT _______________________________________________ DOLLARS ($________________)
ALTERNATE H-9b– TRANE CONTROLS (With Classroom Addition): State the amount to be ADDED TO or
DEDUCTED FROM the Base Bid to provide control system by Trane in lieu of Schneider/ Andover,
in the event that Alternate Bid G-1 is accepted. (DO NOT include cost of Alternate Bid H-1)
(circle one)
ADD or DEDUCT _______________________________________________ DOLLARS ($________________)
.
PRICING BREAKOUTS (required for the Department of Education’s accounting purposes only)
For Administrative Purposes Only – Breakout Price will not be utilized to determine lowest responsible bidder
State the lump sum value for portion of Work INCLUDED AS PART OF BASE BID PLUS ALTERNATE BIDS H-1
AND H-9b that is directly associated with District Administration Offices Construction. (Refer to Addendum Item 3.3)
_____________________________________________________ DOLLARS ($____________________)
ALTERNATE H-9c– TRANE CONTROLS (With Pool Addition): State the amount to be ADDED TO or
DEDUCTED FROM the Base Bid to provide control system by Trane in lieu of Schneider/ Andover,
in the event that Alternate Bid G-2 is accepted. (DO NOT include cost of Alternate Bid H-2)
(circle one)
ADD or DEDUCT _______________________________________________ DOLLARS ($________________)
.
PRICING BREAKOUTS (required for the Department of Education’s accounting purposes only)
For Administrative Purposes Only – Breakout Price will not be utilized to determine lowest responsible bidder
State the lump sum value for portion of Work INCLUDED AS PART OF BASE BID PLUS ALTERNATE BIDS
H-2 AND H-9c that is directly associated with Swimming Pool Construction. (Refer to Addendum Item 3.3)
_____________________________________________________ DOLLARS ($____________________)
ALTERNATE H-10a– COMMISSIONING (Base Scope Only): State the amount to be ADDED TO or DEDUCTED
FROM the Base Bid to provide HVAC Work associated with third-party commissioning, in the
event that Alternate Bids G-1 and G-2 are not accepted
(circle one)
ADD or DEDUCT _______________________________________________ DOLLARS ($________________)
BID-FORM – HVAC CONSTRUCTION
00 4116.02-4
ADDENDUM 3
ADDITIONS AND ALTERATIONS
LAUREL HIGHLANDS HIGH SCHOOL
LAUREL HIGHLANDS SCHOOL DISTRICT
PROPOSAL OF _____________________________________________________________ CONTRACT NO. 09033.000-2
(Name of Bidder)
ALTERNATE H-10b– COMMISSIONING (With Classroom Addition): State the amount to be ADDED TO or
DEDUCTED FROM the Base Bid to provide HVAC Work associated with third-party
commissioning, in the event that Alternate Bid G-1 is accepted. (DO NOT include cost of Alternate
Bid H-1)
(circle one)
ADD or DEDUCT _______________________________________________ DOLLARS ($________________)
.
PRICING BREAKOUT (required for the Department of Education’s accounting purposes only)
For Administrative Purposes Only – Breakout Price will not be utilized to determine lowest responsible bidder
State the lump sum value for portion of Work INCLUDED AS PART OF BASE BID PLUS ALTERNATE BIDS H-1
AND H-10b that is directly associated with District Administration Offices Construction. (Refer to Addendum Item 3.3)
_____________________________________________________ DOLLARS ($____________________)
ALTERNATE H-10c– COMMISSIONING (With Pool Addition): State the amount to be ADDED TO or DEDUCTED
FROM the Base Bid to provide HVAC Work associated with third-party commissioning, in the
event that Alternate Bid G-2 is accepted. (DO NOT include cost of Alternate Bid H-2)
(circle one)
ADD or DEDUCT _______________________________________________ DOLLARS ($________________)
.
PRICING BREAKOUT (required for the Department of Education’s accounting purposes only)
For Administrative Purposes Only – Breakout Price will not be utilized to determine lowest responsible bidder
State the lump sum value for portion of Work INCLUDED AS PART OF BASE BID PLUS ALTERNATE BIDS
H-2 AND H-10c that is directly associated with Swimming Pool Construction. (Refer to Addendum Item 3.3)
_____________________________________________________ DOLLARS ($____________________)
ADDENDA - In submitting this proposal, I have received and included in the Bid the following:
Addendum No.
Dated.
Addendum No.
Dated.
________1______
_____________________
_______________
_____________________
________2______
_____________________
_______________
_____________________
________3______
_____________________
_______________
_____________________
_______________
_____________________
_______________
_____________________
WHEN THE BIDDER IS AN INDIVIDUAL
If the Bidder is an individual trading under his own or a fictitious name, this Proposal must be signed by the individual
Owner and his exact Post Office Address must be given. If one other than the Owner signs this Proposal, then a
notarized certificate of authority signed by the Owner must accompany this Proposal.
____________________________________
Witness
_________________________________________(SEAL)
Bidder’s Signature
Bidder’s Name Typed___________________________________________
Bidder’s Title___________________________________________
Address____________________________________________
Trading As___________________________________________
Fictitious Name
ADDITIONS AND ALTERATIONS
LAUREL HIGHLANDS HIGH SCHOOL
LAUREL HIGHLANDS SCHOOL DISTRICT
ADDENDUM 3
BID-FORM – HVAC CONSTRUCTION
00 4116.02-5
PROPOSAL OF _____________________________________________________________ CONTRACT NO. 09033.000-2
(Name of Bidder)
WHEN THE BIDDER IS A PARTNERSHIP
If the Bidder is a firm or partnership trading under an individual or fictitious name, the Proposal must be signed by one
or more of the partners and the exact names and the Post Office Addresses of the members of the firm or partnership
must be included. If one other than a partner signs this Proposal, then a notarized certificate of authority signed by all
the partners must accompany this Proposal.
_____________________________________(SEAL)
Partner’s Signature
____________________________________
Witness
___________________________________(SEAL)
Partner’s Signature
Partner’s Name Typed
__________________________________
Partner’s Title
__________________________________
Address
__________________________________
_____________________________________(SEAL)
Partner’s Signature
Partner’s Name Typed ____________________________
Partner’s Name Typed ________________________________
Partner’s Title _______________________________
Partner’s Title ________________________________
Address _______________________________
Address ________________________________
WHEN THE BIDDER IS A CORPORATION
If the Bidder is a corporation, this proposal must be signed by the President or Vice-President or by an individual
whose notarized certificate of authority to execute must accompany this Proposal together with the names, titles and
business addresses of the President, Secretary and Treasurer which must appear on the said certificate.
By: _________________________________________
President’s Signature
_____________________________________________
President’s Name Typed
Attest: __________________________________________
Secretary’s Signature
______________________________________________
Secretary’s Name Typed
(CORPORATE SEAL)
The ______________________________ is a corporation organized and existing under the laws of the State of
_________________________________ and has (has not) been granted a Certificate of Authority to do business in
Pennsylvania, as required by the Business Corporation Law, approved May 5, 1933, P.L. 364, as amended.
BID-FORM – HVAC CONSTRUCTION
00 4116.02-6
ADDENDUM 3
ADDITIONS AND ALTERATIONS
LAUREL HIGHLANDS HIGH SCHOOL
LAUREL HIGHLANDS SCHOOL DISTRICT
Document 00 4116.03 – BID FORM- PLUMBING CONSTRUCTION
CONTRACT NO. 09033.000-3
ADDITIONS AND ALTERATIONS, LAUREL HIGHLANDS HIGH SCHOOL
LAUREL HIGHLANDS SCHOOL DISTRICT
NORTH UNION TOWNSHIP, FAYETTE COUNTY, PENNSYLVANIA
EA PROJECT No. 09033.000
Jesse T. Wallace, Superintendent
Laurel Highlands School District
304 Bailey Avenue, Uniontown, PA, 15401
PROPOSAL OF _______________________________________________________________________________
(Company Name, Address w/Zip Code)
_______________________________________________________________________________
Telephone (________) _____________________
FAX (________) _____________________
Members of the Board of Education:
1. In conformity with the Bidding Documents as prepared by Eckles Architecture and Engineering, including Invitation to
Bid, Instructions to Bidders, this Form of Proposal, the Form of Owner-Contractor Agreement, the Bid Bond, the
Conditions of Contract, the Bidding and Contracting Requirements, and the Drawings and Technical Specifications,
and after an examination of the location and nature of the required work, the undersigned submits this Proposal and
encloses the following:
(A) As a Proposal Guaranty, a certified check, bank cashier's check, trust company treasurer's check, bid bond on the
form enclosed and furnished by the Owner, or other form of security permitted by applicable law, in an amount of
not less than ten percent (10%) of the total of the hereinafter stated Base Bid made payable to or indemnifying the
LAUREL HIGHLANDS SCHOOL DISTRICT, which bond it is understood will be forfeited to and retained by
the Owner, as liquidated damages, if this proposal or any part thereof is acceptable by the Owner, and the
undersigned shall fail to furnish approved bonds, other required documents, and the executed contract within the
time period required by the Contract Documents.
(B) A Non-Collusion affidavit under the Antibid-Rigging Act, certifying that the undersigned is the only person(s)
interested in this Proposal as principal, and that the proposal is made without collusion with any person, firm, or
corporation.
(C) The Qualifications Statement: AIA Document A305, 1986 (In Item 5. Financing, DISREGARD the phrase
“Attach a financial statement” this item is not required at this time.)
(D) Certificate of Authority (or the Application in circumstances more fully described in the Instructions to Bidders
Paragraph 4.1.8) required of all corporations not domiciled in the Commonwealth of Pennsylvania.
2. It is understood and agreed that this proposal will remain effective for a period of time in accordance with the
provisions of applicable law.
3. Bidder agrees that, if awarded contract, it will furnish and deliver all materials, transportation, secure all permits and
licenses, do and perform all labor, superintendence, pay all fees and do all incidental work and to execute, construct and
finish in an expeditious, substantial and workmanlike manner, in accordance with the drawings and specifications to the
complete satisfaction and acceptance of the Owner for the above captioned contract for the price hereinafter stated.
4. It is understood that the Owner reserves the right to reject any or all proposals, or parts thereof or items therein and to
waive technicalities required for the best interests of the Owner. It is further understood that competency and
responsibility of bidders will receive consideration before the award of the contract.
5. It is mutually agreed by and between the parties hereto that time shall be essential part of this Contract. Failure by the
Contractor to meet the Completion dates set forth in the Contract will cause the Owner to be damaged thereby. It is
hereby agreed the amount of said damages shall be the appropriate sum set forth in the Schedule of Liquidated
Damages for every calendar days’ delay in finishing the work beyond the scheduled deadline. The said sum shall be
deducted from monies due the Contractor. If no money is due the Contractor, the Contractor hereby agrees to pay the
Owner as liquidated damages and not by way of penalty such total as shall be due for such delay computed as set forth
in Section 8.2 of the Conditions of the Contract.
ADDITIONS AND ALTERATIONS
LAUREL HIGHLANDS HIGH SCHOOL
LAUREL HIGHLANDS SCHOOL DISTRICT
ADDENDUM 3
BID-FORM – PLUMBING CONSTRUCTION
00 4116.03-1
PROPOSAL OF _____________________________________________________________ CONTRACT NO. 09033.000-3
(Name of Bidder)
.
BASE BID – For PLUMBING CONSTRUCTION Work, complete as specified and shown on the Bidding
Documents, the sum of
_______________________________________________________________ DOLLARS ($____________________)
NOTE: INSERT THE BID BOTH IN WRITING AND NUMERICALLY. Submit Base Bid and Alternate Bids
(net of insurance) with the Owner providing insurance coverages in accordance with the Contract Documents
.
ALTERNATE BIDS as scheduled in Section 01 2300 ALTERNATES
ALTERNATE P-1 –CLASSROOM WING ADDITION: State the amount to be ADDED TO the Base Bid to provide
Work associated with Area F Classroom Wing and Area G DAO alterations.
ADD __________________________________________________________ DOLLARS ($________________)
.
PRICING BREAKOUT (required for the Department of Education’s accounting purposes only)
For Administrative Purposes Only – Breakout Price will not be utilized to determine lowest responsible bidder
State the lump sum value for portion of Work INCLUDED AS PART OF BASE BID PLUS ALTERNATE BID P-1
that is directly associated with District Administration Offices Construction. (Refer to Addendum Item 3.3)
_____________________________________________________ DOLLARS ($____________________)
ALTERNATE P-2– POOL ADDITION: State the amount to be ADDED TO the Base Bid to provide Work
associated with Area A Pool and West Lobby Addition.
ADD __________________________________________________________ DOLLARS ($________________)
.
PRICING BREAKOUT (required for the Department of Education’s accounting purposes only)
For Administrative Purposes Only – Breakout Price will not be utilized to determine lowest responsible bidder
State the lump sum value for portion of Work INCLUDED AS PART OF BASE BID PLUS ALTERNATE
BID P-2 that is directly associated with Swimming Pool Construction. (Refer to Addendum Item 3.3)
_____________________________________________________ DOLLARS ($____________________)
ALTERNATE P-3 – DETENTION ROOM C102c: State the amount to be ADDED TO or DEDUCTED FROM the
Base Bid to provide Detention Room in lieu of Dishwashing Area at C102c.
(circle one)
ADD or DEDUCT _______________________________________________ DOLLARS ($________________)
ALTERNATE P-10a– COMMISSIONING (Base Scope Only): State the amount to be ADDED TO or DEDUCTED
FROM the Base Bid to provide PC Work associated with third-party commissioning, in the event
that Alternate Bids G-1 and G-2 are not accepted
(circle one)
ADD or DEDUCT _______________________________________________ DOLLARS ($________________)
ALTERNATE P-10b– COMMISSIONING (With Classroom Addition): State the amount to be ADDED TO or
DEDUCTED FROM the Base Bid to provide PC Work associated with third-party commissioning,
in the event that Alternate Bid G-1 is accepted. (DO NOT include cost of Alternate Bid P-1)
(circle one)
ADD or DEDUCT _______________________________________________ DOLLARS ($________________)
.
PRICING BREAKOUT (required for the Department of Education’s accounting purposes only)
For Administrative Purposes Only – Breakout Price will not be utilized to determine lowest responsible bidder
State the lump sum value for portion of Work INCLUDED AS PART OF BASE BID PLUS
ALTERNATE BIDS P-1 AND P-10b that is directly associated with District Administration Offices
Construction. (Refer to Addendum Item 3.3)
_____________________________________________________ DOLLARS ($____________________)
BID-FORM – PLUMBING CONSTRUCTION
00 4116.03-2
ADDENDUM 3
ADDITIONS AND ALTERATIONS
LAUREL HIGHLANDS HIGH SCHOOL
LAUREL HIGHLANDS SCHOOL DISTRICT
PROPOSAL OF _____________________________________________________________ CONTRACT NO. 09033.000-3
(Name of Bidder)
ALTERNATE P-10c– COMMISSIONING (With Pool Addition): State the amount to be ADDED TO or
DEDUCTED FROM the Base Bid to provide PC Work associated with third-party commissioning,
in the event that Alternate Bid G-2 is accepted. (DO NOT include cost of Alternate Bid P-2)
(circle one)
ADD or DEDUCT _______________________________________________ DOLLARS ($________________)
.
PRICING BREAKOUT (required for the Department of Education’s accounting purposes only)
For Administrative Purposes Only – Breakout Price will not be utilized to determine lowest responsible bidder
State the lump sum value for portion of Work INCLUDED AS PART OF BASE BID PLUS ALTERNATE BIDS
P-2 AND P-10c that is directly associated with Swimming Pool Construction. (Refer to Addendum Item 3.3)
_____________________________________________________ DOLLARS ($____________________)
.
UNIT PRICES as scheduled in Section 01 2200 Unit Prices
UP-7c: PEM UTILITY TRENCH SIDEWALL SEAL: Provide or omit one Square Foot of seal material at
sidewall of utility trench that passes through PEM layers.
ADD OR DEDUCT____________________________________________________DOLLARS ($_______________)
UP-7d: PEM UTILITY TRENCH BOTTOM SEAL : Provide or omit one Square Foot of seal material in bottom
of utility trench that passes through PEM layers.
ADD OR DEDUCT____________________________________________________DOLLARS ($_______________)
ADDENDA - In submitting this proposal, I have received and included in the Bid the following:
Addendum No.
Dated.
Addendum No.
Dated.
________1______
_____________________
_______________
_____________________
________2______
_____________________
_______________
_____________________
________3______
_____________________
_______________
_____________________
_______________
_____________________
_______________
_____________________
WHEN THE BIDDER IS AN INDIVIDUAL
If the Bidder is an individual trading under his own or a fictitious name, this Proposal must be signed by the individual
Owner and his exact Post Office Address must be given. If one other than the Owner signs this Proposal, then a
notarized certificate of authority signed by the Owner must accompany this Proposal.
____________________________________
Witness
_________________________________________(SEAL)
Bidder’s Signature
Bidder’s Name Typed___________________________________________
Bidder’s Title___________________________________________
Address____________________________________________
Trading As___________________________________________
Fictitious Name
ADDITIONS AND ALTERATIONS
LAUREL HIGHLANDS HIGH SCHOOL
LAUREL HIGHLANDS SCHOOL DISTRICT
ADDENDUM 3
BID-FORM – PLUMBING CONSTRUCTION
00 4116.03-3
PROPOSAL OF _____________________________________________________________ CONTRACT NO. 09033.000-3
(Name of Bidder)
WHEN THE BIDDER IS A PARTNERSHIP
If the Bidder is a firm or partnership trading under an individual or fictitious name, the Proposal must be signed by one
or more of the partners and the exact names and the Post Office Addresses of the members of the firm or partnership
must be included. If one other than a partner signs this Proposal, then a notarized certificate of authority signed by all
the partners must accompany this Proposal.
_____________________________________(SEAL)
Partner’s Signature
____________________________________
Witness
___________________________________(SEAL)
Partner’s Signature
Partner’s Name Typed
__________________________________
Partner’s Title
__________________________________
Address
__________________________________
_____________________________________(SEAL)
Partner’s Signature
Partner’s Name Typed ____________________________
Partner’s Name Typed ________________________________
Partner’s Title _______________________________
Partner’s Title ________________________________
Address _______________________________
Address ________________________________
WHEN THE BIDDER IS A CORPORATION
If the Bidder is a corporation, this proposal must be signed by the President or Vice-President or by an individual
whose notarized certificate of authority to execute must accompany this Proposal together with the names, titles and
business addresses of the President, Secretary and Treasurer which must appear on the said certificate.
By: _________________________________________
President’s Signature
_____________________________________________
President’s Name Typed
Attest: __________________________________________
Secretary’s Signature
______________________________________________
Secretary’s Name Typed
(CORPORATE SEAL)
The ______________________________ is a corporation organized and existing under the laws of the State of
_________________________________ and has (has not) been granted a Certificate of Authority to do business in
Pennsylvania, as required by the Business Corporation Law, approved May 5, 1933, P.L. 364, as amended.
BID-FORM – PLUMBING CONSTRUCTION
00 4116.03-4
ADDENDUM 3
ADDITIONS AND ALTERATIONS
LAUREL HIGHLANDS HIGH SCHOOL
LAUREL HIGHLANDS SCHOOL DISTRICT
Document 00 4116.04 – BID FORM- ELECTRICAL CONSTRUCTION CONTRACT NO. 09033.000-4
ADDITIONS AND ALTERATIONS, LAUREL HIGHLANDS HIGH SCHOOL
LAUREL HIGHLANDS SCHOOL DISTRICT
NORTH UNION TOWNSHIP, FAYETTE COUNTY, PENNSYLVANIA
EA PROJECT No. 09033.000
Jesse T. Wallace, Superintendent
Laurel Highlands School District
304 Bailey Avenue, Uniontown, PA, 15401
PROPOSAL OF _______________________________________________________________________________
(Company Name, Address w/Zip Code)
_______________________________________________________________________________
Telephone (________) _____________________
FAX (________) _____________________
Members of the Board of Education:
1. In conformity with the Bidding Documents as prepared by Eckles Architecture and Engineering, including Invitation to
Bid, Instructions to Bidders, this Form of Proposal, the Form of Owner-Contractor Agreement, the Bid Bond, the
Conditions of Contract, the Bidding and Contracting Requirements, and the Drawings and Technical Specifications,
and after an examination of the location and nature of the required work, the undersigned submits this Proposal and
encloses the following:
(A) As a Proposal Guaranty, a certified check, bank cashier's check, trust company treasurer's check, bid bond on the
form enclosed and furnished by the Owner, or other form of security permitted by applicable law, in an amount of
not less than ten percent (10%) of the total of the hereinafter stated Base Bid made payable to or indemnifying the
LAUREL HIGHLANDS SCHOOL DISTRICT, which bond it is understood will be forfeited to and retained by
the Owner, as liquidated damages, if this proposal or any part thereof is acceptable by the Owner, and the
undersigned shall fail to furnish approved bonds, other required documents, and the executed contract within the
time period required by the Contract Documents.
(B) A Non-Collusion affidavit under the Antibid-Rigging Act, certifying that the undersigned is the only person(s)
interested in this Proposal as principal, and that the proposal is made without collusion with any person, firm, or
corporation.
(C) The Qualifications Statement: AIA Document A305, 1986 (In Item 5. Financing, DISREGARD the phrase
“Attach a financial statement” this item is not required at this time.)
(D) Certificate of Authority (or the Application in circumstances more fully described in the Instructions to Bidders
Paragraph 4.1.8) required of all corporations not domiciled in the Commonwealth of Pennsylvania.
2. It is understood and agreed that this proposal will remain effective for a period of time in accordance with the
provisions of applicable law.
3. Bidder agrees that, if awarded contract, it will furnish and deliver all materials, transportation, secure all permits and
licenses, do and perform all labor, superintendence, pay all fees and do all incidental work and to execute, construct and
finish in an expeditious, substantial and workmanlike manner, in accordance with the drawings and specifications to the
complete satisfaction and acceptance of the Owner for the above captioned contract for the price hereinafter stated.
4. It is understood that the Owner reserves the right to reject any or all proposals, or parts thereof or items therein and to
waive technicalities required for the best interests of the Owner. It is further understood that competency and
responsibility of bidders will receive consideration before the award of the contract.
5. It is mutually agreed by and between the parties hereto that time shall be essential part of this Contract. Failure by the
Contractor to meet the Completion dates set forth in the Contract will cause the Owner to be damaged thereby. It is
hereby agreed the amount of said damages shall be the appropriate sum set forth in the Schedule of Liquidated
Damages for every calendar days’ delay in finishing the work beyond the scheduled deadline. The said sum shall be
deducted from monies due the Contractor. If no money is due the Contractor, the Contractor hereby agrees to pay the
Owner as liquidated damages and not by way of penalty such total as shall be due for such delay computed as set forth
in Section 8.2 of the Conditions of the Contract.
ADDITIONS AND ALTERATIONS
LAUREL HIGHLANDS HIGH SCHOOL
LAUREL HIGHLANDS SCHOOL DISTRICT
ADDENDUM 3
BID-FORM – ELECTRICAL CONSTRUCTION
00 4116.04-1
PROPOSAL OF _____________________________________________________________ CONTRACT NO. 09033.000-4
(Name of Bidder)
.
BASE BID – For ELECTRICAL CONSTRUCTION Work, complete as specified and shown on the Bidding
Documents, the sum of
_______________________________________________________________ DOLLARS ($____________________)
NOTE: INSERT THE BID BOTH IN WRITING AND NUMERICALLY. Submit Base Bid and Alternate Bids
(net of insurance) with the Owner providing insurance coverages in accordance with the Contract Documents
.
ALTERNATE BIDS as scheduled in Section 01 2300 ALTERNATES
ALTERNATE E-1 –CLASSROOM WING ADDITION: State the amount to be ADDED TO the Base Bid to provide
EC Work associated with Alternate Bid G-1.
ADD __________________________________________________________ DOLLARS ($________________)
.
PRICING BREAKOUT (required for the Department of Education’s accounting purposes only)
For Administrative Purposes Only – Breakout Price will not be utilized to determine lowest responsible bidder
State the lump sum value for portion of Work INCLUDED AS PART OF ALTERNATE BID E-1 that is
directly associated with District Administration Offices Construction. (Refer to Addendum Item 3.3)
_____________________________________________________ DOLLARS ($____________________)
ALTERNATE E-2– POOL ADDITION: State the amount to be ADDED TO the Base Bid to provide EC Work
associated with Alternate Bid G-2.
ADD __________________________________________________________ DOLLARS ($________________)
.
PRICING BREAKOUT (required for the Department of Education’s accounting purposes only)
For Administrative Purposes Only – Breakout Price will not be utilized to determine lowest responsible bidder
State the lump sum value for portion of Work INCLUDED AS PART OF ALTERNATE BID E-2 that is
directly associated with Swimming Pool Construction. (Refer to Addendum Item 3.3)
_____________________________________________________ DOLLARS ($____________________)
ALTERNATE E-3 – DETENTION ROOM C102c: State the amount to be ADDED TO or DEDUCTED FROM the
Base Bid to provide EC Work associated with Alternate Bid G-3.
(circle one)
ADD or DEDUCT _______________________________________________ DOLLARS ($________________)
ALTERNATE E-4 – SECOND AV CLASSROOM STATION: State the amount to be ADDED TO the Base Bid to
provide additional conduit and backbox for classroom AV input stations.
ADD __________________________________________________________ DOLLARS ($________________)
ALTERNATE E-6– FRONT STAGE CURTAIN: State the amount to be ADDED TO the Base Bid to provide
motorized front curtain assembly in lieu of manual traveler curtain
ADD __________________________________________________________ DOLLARS ($________________)
.
UNIT PRICES as scheduled in Section 01 2200 Unit Prices
UE-7c: PEM UTILITY TRENCH SIDEWALL SEAL: Provide or omit one Square Foot of seal material at
sidewall of utility trench that passes through PEM layers.
ADD OR DEDUCT____________________________________________________DOLLARS ($_______________)
UE-7d: PEM UTILITY TRENCH BOTTOM SEAL : Provide or omit one Square Foot of seal material in bottom
of utility trench that passes through PEM layers.
ADD OR DEDUCT____________________________________________________DOLLARS ($_______________)
BID-FORM – ELECTRICAL CONSTRUCTION
00 4116.04-2
ADDENDUM 3
ADDITIONS AND ALTERATIONS
LAUREL HIGHLANDS HIGH SCHOOL
LAUREL HIGHLANDS SCHOOL DISTRICT
PROPOSAL OF _____________________________________________________________ CONTRACT NO. 09033.000-4
(Name of Bidder)
7. ADDENDA - In submitting this proposal, I have received and included in the Bid the following:
Addendum No.
Dated.
Addendum No.
Dated.
________1______
_____________________
_______________
_____________________
________2______
_____________________
_______________
_____________________
________3______
_____________________
_______________
_____________________
_______________
_____________________
_______________
_____________________
WHEN THE BIDDER IS AN INDIVIDUAL
If the Bidder is an individual trading under his own or a fictitious name, this Proposal must be signed by the individual
Owner and his exact Post Office Address must be given. If one other than the Owner signs this Proposal, then a
notarized certificate of authority signed by the Owner must accompany this Proposal.
____________________________________
Witness
_________________________________________(SEAL)
Bidder’s Signature
Bidder’s Name Typed___________________________________________
Bidder’s Title___________________________________________
Address____________________________________________
Trading As___________________________________________
Fictitious Name
ADDITIONS AND ALTERATIONS
LAUREL HIGHLANDS HIGH SCHOOL
LAUREL HIGHLANDS SCHOOL DISTRICT
ADDENDUM 3
BID-FORM – ELECTRICAL CONSTRUCTION
00 4116.01-3
PROPOSAL OF _____________________________________________________________ CONTRACT NO. 09033.000-4
(Name of Bidder)
WHEN THE BIDDER IS A PARTNERSHIP
If the Bidder is a firm or partnership trading under an individual or fictitious name, the Proposal must be signed by one
or more of the partners and the exact names and the Post Office Addresses of the members of the firm or partnership
must be included. If one other than a partner signs this Proposal, then a notarized certificate of authority signed by all
the partners must accompany this Proposal.
_____________________________________(SEAL)
Partner’s Signature
____________________________________
Witness
___________________________________(SEAL)
Partner’s Signature
Partner’s Name Typed
__________________________________
Partner’s Title
__________________________________
Address
__________________________________
_____________________________________(SEAL)
Partner’s Signature
Partner’s Name Typed ____________________________
Partner’s Name Typed ________________________________
Partner’s Title _______________________________
Partner’s Title ________________________________
Address _______________________________
Address ________________________________
WHEN THE BIDDER IS A CORPORATION
If the Bidder is a corporation, this proposal must be signed by the President or Vice-President or by an individual
whose notarized certificate of authority to execute must accompany this Proposal together with the names, titles and
business addresses of the President, Secretary and Treasurer which must appear on the said certificate.
By: _________________________________________
President’s Signature
_____________________________________________
President’s Name Typed
Attest: __________________________________________
Secretary’s Signature
______________________________________________
Secretary’s Name Typed
(CORPORATE SEAL)
The ______________________________ is a corporation organized and existing under the laws of the State of
_________________________________ and has (has not) been granted a Certificate of Authority to do business in
Pennsylvania, as required by the Business Corporation Law, approved May 5, 1933, P.L. 364, as amended.
BID-FORM – ELECTRICAL CONSTRUCTION
00 4116.04-4
ADDENDUM 3
ADDITIONS AND ALTERATIONS
LAUREL HIGHLANDS HIGH SCHOOL
LAUREL HIGHLANDS SCHOOL DISTRICT
Document 00 4116.05 –BID FORM- ASBESTOS ABATEMENT
CONTRACT NO. 09033.000-5
ADDITIONS AND ALTERATIONS, LAUREL HIGHLANDS HIGH SCHOOL
LAUREL HIGHLANDS SCHOOL DISTRICT
NORTH UNION TOWNSHIP, FAYETTE COUNTY, PENNSYLVANIA
EA PROJECT No. 09033.000
Jesse T. Wallace, Superintendent
Laurel Highlands School District
304 Bailey Avenue, Uniontown, PA, 15401
PROPOSAL OF _______________________________________________________________________________
(Company Name, Address w/Zip Code)
_______________________________________________________________________________
Telephone (________) _____________________
FAX (________) _____________________
Members of the Board of Education:
1. In conformity with the Bidding Documents as prepared by Eckles Architecture and Engineering, including Invitation to
Bid, Instructions to Bidders, this Form of Proposal, the Form of Owner-Contractor Agreement, the Bid Bond, the
Conditions of Contract, the Bidding and Contracting Requirements, and the Drawings and Technical Specifications,
and after an examination of the location and nature of the required work, the undersigned submits this Proposal and
encloses the following:
(A) As a Proposal Guaranty, a certified check, bank cashier's check, trust company treasurer's check, bid bond on the
form enclosed and furnished by the Owner, or other form of security permitted by applicable law, in an amount of
not less than ten percent (10%) of the total of the hereinafter stated Base Bid made payable to or indemnifying the
LAUREL HIGHLANDS SCHOOL DISTRICT, which bond it is understood will be forfeited to and retained by
the Owner, as liquidated damages, if this proposal or any part thereof is acceptable by the Owner, and the
undersigned shall fail to furnish approved bonds, other required documents, and the executed contract within the
time period required by the Contract Documents.
(B) A Non-Collusion affidavit under the Antibid-Rigging Act, certifying that the undersigned is the only person(s)
interested in this Proposal as principal, and that the proposal is made without collusion with any person, firm, or
corporation.
(C) The Qualifications Statement: AIA Document A305, 1986 (In Item 5. Financing, DISREGARD the phrase
“Attach a financial statement” this item is not required at this time.)
(D) Certificate of Authority (or the Application in circumstances more fully described in the Instructions to Bidders
Paragraph 4.1.8) required of all corporations not domiciled in the Commonwealth of Pennsylvania.
2. It is understood and agreed that this proposal will remain effective for a period of time in accordance with the
provisions of applicable law.
3. Bidder agrees that, if awarded contract, it will furnish and deliver all materials, transportation, secure all permits and
licenses, do and perform all labor, superintendence, pay all fees and do all incidental work and to execute, construct and
finish in an expeditious, substantial and workmanlike manner, in accordance with the drawings and specifications to the
complete satisfaction and acceptance of the Owner for the above captioned contract for the price hereinafter stated.
4. It is understood that the Owner reserves the right to reject any or all proposals, or parts thereof or items therein and to
waive technicalities required for the best interests of the Owner. It is further understood that competency and
responsibility of bidders will receive consideration before the award of the contract.
5. It is mutually agreed by and between the parties hereto that time shall be essential part of this Contract. Failure by the
Contractor to meet the Completion dates set forth in the Contract will cause the Owner to be damaged thereby. It is
hereby agreed the amount of said damages shall be the appropriate sum set forth in the Schedule of Liquidated
Damages for every calendar days’ delay in finishing the work beyond the scheduled deadline. The said sum shall be
deducted from monies due the Contractor. If no money is due the Contractor, the Contractor hereby agrees to pay the
Owner as liquidated damages and not by way of penalty such total as shall be due for such delay computed as set forth
in Section 8.2 of the Conditions of the Contract.
ADDITIONS AND ALTERATIONS
LAUREL HIGHLANDS HIGH SCHOOL
LAUREL HIGHLANDS SCHOOL DISTRICT
ADDENDUM 3
BID-FORM – ASBESTOS ABATEMENT
00 4116.05-1
PROPOSAL OF _____________________________________________________________ CONTRACT NO. 09033.000-5
(Name of Bidder)
.
BASE BID – For ASBESTOS ABATEMENT Work, complete as specified and shown on the Bidding Documents,
the sum of
_______________________________________________________________ DOLLARS ($____________________)
NOTE: INSERT THE BID BOTH IN WRITING AND NUMERICALLY. Submit Base Bid and Alternate Bids
(net of insurance) with the Owner providing insurance coverages in accordance with the Contract Documents
.
ALTERNATE BIDS as scheduled in Section 01 2300 ALTERNATES
ALTERNATE AA-1 –CLASSROOM WING ADDITION: State the amount to be ADDED TO the Base Bid to
provide Work in existing District Admin. Office Building.
ADD __________________________________________________________ DOLLARS ($________________)
7. ADDENDA - In submitting this proposal, I have received and included in the Bid the following:
Addendum No.
Dated.
Addendum No.
Dated.
________1______
_____________________
_______________
_____________________
________2______
_____________________
_______________
_____________________
________3______
_____________________
_______________
_____________________
_______________
_____________________
_______________
_____________________
WHEN THE BIDDER IS AN INDIVIDUAL
If the Bidder is an individual trading under his own or a fictitious name, this Proposal must be signed by the individual
Owner and his exact Post Office Address must be given. If one other than the Owner signs this Proposal, then a
notarized certificate of authority signed by the Owner must accompany this Proposal.
____________________________________
Witness
_________________________________________(SEAL)
Bidder’s Signature
Bidder’s Name Typed___________________________________________
Bidder’s Title___________________________________________
Address____________________________________________
Trading As___________________________________________
Fictitious Name
BID-FORM – ASBESTOS ABATEMENT
00 4116.05-2
ADDENDUM 3
ADDITIONS AND ALTERATIONS
LAUREL HIGHLANDS HIGH SCHOOL
LAUREL HIGHLANDS SCHOOL DISTRICT
PROPOSAL OF _____________________________________________________________ CONTRACT NO. 09033.000-5
(Name of Bidder)
WHEN THE BIDDER IS A PARTNERSHIP
If the Bidder is a firm or partnership trading under an individual or fictitious name, the Proposal must be signed by one
or more of the partners and the exact names and the Post Office Addresses of the members of the firm or partnership
must be included. If one other than a partner signs this Proposal, then a notarized certificate of authority signed by all
the partners must accompany this Proposal.
_____________________________________(SEAL)
Partner’s Signature
____________________________________
Witness
___________________________________(SEAL)
Partner’s Signature
Partner’s Name Typed
__________________________________
Partner’s Title
__________________________________
Address
__________________________________
_____________________________________(SEAL)
Partner’s Signature
Partner’s Name Typed ____________________________
Partner’s Name Typed ________________________________
Partner’s Title _______________________________
Partner’s Title ________________________________
Address _______________________________
Address ________________________________
WHEN THE BIDDER IS A CORPORATION
If the Bidder is a corporation, this proposal must be signed by the President or Vice-President or by an individual
whose notarized certificate of authority to execute must accompany this Proposal together with the names, titles and
business addresses of the President, Secretary and Treasurer which must appear on the said certificate.
By: _________________________________________
President’s Signature
_____________________________________________
President’s Name Typed
Attest: __________________________________________
Secretary’s Signature
______________________________________________
Secretary’s Name Typed
(CORPORATE SEAL)
The ______________________________ is a corporation organized and existing under the laws of the State of
_________________________________ and has (has not) been granted a Certificate of Authority to do business in
Pennsylvania, as required by the Business Corporation Law, approved May 5, 1933, P.L. 364, as amended.
ADDITIONS AND ALTERATIONS
LAUREL HIGHLANDS HIGH SCHOOL
LAUREL HIGHLANDS SCHOOL DISTRICT
ADDENDUM 3
BID-FORM – ASBESTOS ABATEMENT
00 4116.05-3
Document 00 4116.06 – BID FORM- TECHNOLOGY/ COMMUNICATIONS CONSTRUCTION
CONTRACT NO. 09033.000-6
ADDITIONS AND ALTERATIONS, LAUREL HIGHLANDS HIGH SCHOOL
LAUREL HIGHLANDS SCHOOL DISTRICT
NORTH UNION TOWNSHIP, FAYETTE COUNTY, PENNSYLVANIA
EA PROJECT No. 09033.000
Jesse T. Wallace, Superintendent
Laurel Highlands School District
304 Bailey Avenue, Uniontown, PA, 15401
PROPOSAL OF _______________________________________________________________________________
(Company Name, Address w/Zip Code)
_______________________________________________________________________________
Telephone (________) _____________________
FAX (________) _____________________
Members of the Board of Education:
1. In conformity with the Bidding Documents as prepared by Eckles Architecture and Engineering, including Invitation to
Bid, Instructions to Bidders, this Form of Proposal, the Form of Owner-Contractor Agreement, the Bid Bond, the
Conditions of Contract, the Bidding and Contracting Requirements, and the Drawings and Technical Specifications,
and after an examination of the location and nature of the required work, the undersigned submits this Proposal and
encloses the following:
(A) As a Proposal Guaranty, a certified check, bank cashier's check, trust company treasurer's check, bid bond on the
form enclosed and furnished by the Owner, or other form of security permitted by applicable law, in an amount of
not less than ten percent (10%) of the total of the hereinafter stated Base Bid made payable to or indemnifying the
LAUREL HIGHLANDS SCHOOL DISTRICT, which bond it is understood will be forfeited to and retained by
the Owner, as liquidated damages, if this proposal or any part thereof is acceptable by the Owner, and the
undersigned shall fail to furnish approved bonds, other required documents, and the executed contract within the
time period required by the Contract Documents.
(B) A Non-Collusion affidavit under the Antibid-Rigging Act, certifying that the undersigned is the only person(s)
interested in this Proposal as principal, and that the proposal is made without collusion with any person, firm, or
corporation.
(C) The Qualifications Statement: AIA Document A305, 1986 (In Item 5. Financing, DISREGARD the phrase
“Attach a financial statement” this item is not required at this time.)
(D) Certificate of Authority (or the Application in circumstances more fully described in the Instructions to Bidders
Paragraph 4.1.8) required of all corporations not domiciled in the Commonwealth of Pennsylvania.
2. It is understood and agreed that this proposal will remain effective for a period of time in accordance with the
provisions of applicable law.
3. Bidder agrees that, if awarded contract, it will furnish and deliver all materials, transportation, secure all permits and
licenses, do and perform all labor, superintendence, pay all fees and do all incidental work and to execute, construct and
finish in an expeditious, substantial and workmanlike manner, in accordance with the drawings and specifications to the
complete satisfaction and acceptance of the Owner for the above captioned contract for the price hereinafter stated.
4. It is understood that the Owner reserves the right to reject any or all proposals, or parts thereof or items therein and to
waive technicalities required for the best interests of the Owner. It is further understood that competency and
responsibility of bidders will receive consideration before the award of the contract.
5. It is mutually agreed by and between the parties hereto that time shall be essential part of this Contract. Failure by the
Contractor to meet the Completion dates set forth in the Contract will cause the Owner to be damaged thereby. It is
hereby agreed the amount of said damages shall be the appropriate sum set forth in the Schedule of Liquidated
Damages for every calendar days’ delay in finishing the work beyond the scheduled deadline. The said sum shall be
deducted from monies due the Contractor. If no money is due the Contractor, the Contractor hereby agrees to pay the
Owner as liquidated damages and not by way of penalty such total as shall be due for such delay computed as set forth
in Section 8.2 of the Conditions of the Contract.
ADDITIONS AND ALTERATIONS
LAUREL HIGHLANDS HIGH SCHOOL
LAUREL HIGHLANDS SCHOOL DISTRICT
BID-FORM – TECHNOLOGY/ COMMUNICATIONS CONSTRUCTION
00 4116.06-1
ADDENDUM 3
PROPOSAL OF _____________________________________________________________ CONTRACT NO. 09033.000-6
(Name of Bidder)
.
BASE BID – For TECHNOLOGY/ COMMUNICATIONS CONSTRUCTION Work, complete as specified and
shown on the Bidding Documents, the sum of
_______________________________________________________________ DOLLARS ($____________________)
NOTE: INSERT THE BID BOTH IN WRITING AND NUMERICALLY. Submit Base Bid and Alternate Bids
(net of insurance) with the Owner providing insurance coverages in accordance with the Contract Documents
.
ALTERNATE BIDS as scheduled in Section 01 2300 ALTERNATES
ALTERNATE T-1 –CLASSROOM WING ADDITION: State the amount to be ADDED TO the Base Bid to provide
TC Work associated with Alternate Bid G-1.
ADD __________________________________________________________ DOLLARS ($________________)
.
PRICING BREAKOUT (required for the Department of Education’s accounting purposes only)
For Administrative Purposes Only – Breakout Price will not be utilized to determine lowest responsible bidder
State the lump sum value for portion of Work INCLUDED AS PART OF ALTERNATE BID T-1 that is
directly associated with District Administration Offices Construction. (Refer to Addendum Item 3.3)
_____________________________________________________ DOLLARS ($____________________)
ALTERNATE T-2– POOL ADDITION: State the amount to be ADDED TO the Base Bid to provide TC Work
associated with Alternate Bid G-2.
ADD __________________________________________________________ DOLLARS ($________________)
.
PRICING BREAKOUT (required for the Department of Education’s accounting purposes only)
For Administrative Purposes Only – Breakout Price will not be utilized to determine lowest responsible bidder
State the lump sum value for portion of Work INCLUDED AS PART OF ALTERNATE BID T-2 that is
directly associated with Swimming Pool Construction. (Refer to Addendum Item 3.3)
_____________________________________________________ DOLLARS ($____________________)
ALTERNATE T-3 – DETENTION ROOM C102c: State the amount to be ADDED TO or DEDUCTED FROM the
Base Bid to provide Provide TC Work associated with Alternate Bid G-3.
(circle one)
ADD or DEDUCT _______________________________________________ DOLLARS ($________________)
ALTERNATE T-4 – SECOND AV CLASSROOM STATION: State the amount to be ADDED TO the Base Bid to
provide a second AV input station at classrooms.
ADD __________________________________________________________ DOLLARS ($________________)
BID-FORM – TECHNOLOGY/ COMMUNICATIONS CONSTRUCTION
00 4116.06-2
ADDENDUM 3
ADDITIONS AND ALTERATIONS
LAUREL HIGHLANDS HIGH SCHOOL
LAUREL HIGHLANDS SCHOOL DISTRICT
PROPOSAL OF _____________________________________________________________ CONTRACT NO. 09033.000-6
(Name of Bidder)
7. ADDENDA - In submitting this proposal, I have received and included in the Bid the following:
Addendum No.
Dated.
Addendum No.
Dated.
________1______
_____________________
_______________
_____________________
________2______
_____________________
_______________
_____________________
________3______
_____________________
_______________
_____________________
_______________
_____________________
_______________
_____________________
WHEN THE BIDDER IS AN INDIVIDUAL
If the Bidder is an individual trading under his own or a fictitious name, this Proposal must be signed by the individual
Owner and his exact Post Office Address must be given. If one other than the Owner signs this Proposal, then a
notarized certificate of authority signed by the Owner must accompany this Proposal.
____________________________________
Witness
_________________________________________(SEAL)
Bidder’s Signature
Bidder’s Name Typed___________________________________________
Bidder’s Title___________________________________________
Address____________________________________________
Trading As___________________________________________
Fictitious Name
ADDITIONS AND ALTERATIONS
LAUREL HIGHLANDS HIGH SCHOOL
LAUREL HIGHLANDS SCHOOL DISTRICT
BID-FORM – TECHNOLOGY/ COMMUNICATIONS CONSTRUCTION
00 4116.06-3
ADDENDUM 3
PROPOSAL OF _____________________________________________________________ CONTRACT NO. 09033.000-6
(Name of Bidder)
WHEN THE BIDDER IS A PARTNERSHIP
If the Bidder is a firm or partnership trading under an individual or fictitious name, the Proposal must be signed by one
or more of the partners and the exact names and the Post Office Addresses of the members of the firm or partnership
must be included. If one other than a partner signs this Proposal, then a notarized certificate of authority signed by all
the partners must accompany this Proposal.
_____________________________________(SEAL)
Partner’s Signature
____________________________________
Witness
___________________________________(SEAL)
Partner’s Signature
Partner’s Name Typed
__________________________________
Partner’s Title
__________________________________
Address
__________________________________
_____________________________________(SEAL)
Partner’s Signature
Partner’s Name Typed ____________________________
Partner’s Name Typed ________________________________
Partner’s Title _______________________________
Partner’s Title ________________________________
Address _______________________________
Address ________________________________
WHEN THE BIDDER IS A CORPORATION
If the Bidder is a corporation, this proposal must be signed by the President or Vice-President or by an individual
whose notarized certificate of authority to execute must accompany this Proposal together with the names, titles and
business addresses of the President, Secretary and Treasurer which must appear on the said certificate.
By: _________________________________________
President’s Signature
_____________________________________________
President’s Name Typed
Attest: __________________________________________
Secretary’s Signature
______________________________________________
Secretary’s Name Typed
(CORPORATE SEAL)
The ______________________________ is a corporation organized and existing under the laws of the State of
_________________________________ and has (has not) been granted a Certificate of Authority to do business in
Pennsylvania, as required by the Business Corporation Law, approved May 5, 1933, P.L. 364, as amended.
BID-FORM – TECHNOLOGY/ COMMUNICATIONS CONSTRUCTION
00 4116.06-4
ADDENDUM 3
ADDITIONS AND ALTERATIONS
LAUREL HIGHLANDS HIGH SCHOOL
LAUREL HIGHLANDS SCHOOL DISTRICT
Document 00 4116.07 – BID FORM- FOODSERVICE EQUIPMENT CONSTRUCTION
CONTRACT NO. 09033.000-7
ADDITIONS AND ALTERATIONS, LAUREL HIGHLANDS HIGH SCHOOL
LAUREL HIGHLANDS SCHOOL DISTRICT
NORTH UNION TOWNSHIP, FAYETTE COUNTY, PENNSYLVANIA
EA PROJECT No. 09033.000
Jesse T. Wallace, Superintendent
Laurel Highlands School District
304 Bailey Avenue, Uniontown, PA, 15401
PROPOSAL OF _______________________________________________________________________________
(Company Name, Address w/Zip Code)
_______________________________________________________________________________
Telephone (________) _____________________
FAX (________) _____________________
Members of the Board of Education:
1. In conformity with the Bidding Documents as prepared by Eckles Architecture and Engineering, including Invitation to
Bid, Instructions to Bidders, this Form of Proposal, the Form of Owner-Contractor Agreement, the Bid Bond, the
Conditions of Contract, the Bidding and Contracting Requirements, and the Drawings and Technical Specifications,
and after an examination of the location and nature of the required work, the undersigned submits this Proposal and
encloses the following:
(A) As a Proposal Guaranty, a certified check, bank cashier's check, trust company treasurer's check, bid bond on the
form enclosed and furnished by the Owner, or other form of security permitted by applicable law, in an amount of
not less than ten percent (10%) of the total of the hereinafter stated Base Bid made payable to or indemnifying the
LAUREL HIGHLANDS SCHOOL DISTRICT, which bond it is understood will be forfeited to and retained by
the Owner, as liquidated damages, if this proposal or any part thereof is acceptable by the Owner, and the
undersigned shall fail to furnish approved bonds, other required documents, and the executed contract within the
time period required by the Contract Documents.
(B) A Non-Collusion affidavit under the Antibid-Rigging Act, certifying that the undersigned is the only person(s)
interested in this Proposal as principal, and that the proposal is made without collusion with any person, firm, or
corporation.
(C) The Qualifications Statement: AIA Document A305, 1986 (In Item 5. Financing, DISREGARD the phrase
“Attach a financial statement” this item is not required at this time.)
(D) Certificate of Authority (or the Application in circumstances more fully described in the Instructions to Bidders
Paragraph 4.1.8) required of all corporations not domiciled in the Commonwealth of Pennsylvania.
2. It is understood and agreed that this proposal will remain effective for a period of time in accordance with the
provisions of applicable law.
3. Bidder agrees that, if awarded contract, it will furnish and deliver all materials, transportation, secure all permits and
licenses, do and perform all labor, superintendence, pay all fees and do all incidental work and to execute, construct and
finish in an expeditious, substantial and workmanlike manner, in accordance with the drawings and specifications to the
complete satisfaction and acceptance of the Owner for the above captioned contract for the price hereinafter stated.
4. It is understood that the Owner reserves the right to reject any or all proposals, or parts thereof or items therein and to
waive technicalities required for the best interests of the Owner. It is further understood that competency and
responsibility of bidders will receive consideration before the award of the contract.
5. It is mutually agreed by and between the parties hereto that time shall be essential part of this Contract. Failure by the
Contractor to meet the Completion dates set forth in the Contract will cause the Owner to be damaged thereby. It is
hereby agreed the amount of said damages shall be the appropriate sum set forth in the Schedule of Liquidated
Damages for every calendar days’ delay in finishing the work beyond the scheduled deadline. The said sum shall be
deducted from monies due the Contractor. If no money is due the Contractor, the Contractor hereby agrees to pay the
Owner as liquidated damages and not by way of penalty such total as shall be due for such delay computed as set forth
in Section 8.2 of the Conditions of the Contract.
ADDITIONS AND ALTERATIONS
LAUREL HIGHLANDS HIGH SCHOOL
LAUREL HIGHLANDS SCHOOL DISTRICT
ADDENDUM 3
BID-FORM – FSEC CONSTRUCTION
00 4116.07-1
PROPOSAL OF _____________________________________________________________ CONTRACT NO. 09033.000-7
(Name of Bidder)
.
BASE BID – For FOODSERVICE EQUIPMENT CONSTRUCTION Work, complete as specified and shown on
the Bidding Documents, the sum of
_______________________________________________________________ DOLLARS ($____________________)
NOTE: INSERT THE BID BOTH IN WRITING AND NUMERICALLY. Submit Base Bid and Alternate Bids
(net of insurance) with the Owner providing insurance coverages in accordance with the Contract Documents
.
ALTERNATE BIDS as scheduled in Section 01 2300 ALTERNATES
ALTERNATE FS-3 – DETENTION ROOM C102c: State the amount to be DEDUCTED FROM the Base Bid to
omit FSEC Work associated with Alternate Bid G-3.
DEDUCT _____________________________________________________ DOLLARS ($________________)
7. ADDENDA - In submitting this proposal, I have received and included in the Bid the following:
Addendum No.
Dated.
Addendum No.
Dated.
________1______
_____________________
_______________
_____________________
________2______
_____________________
_______________
_____________________
________3______
_____________________
_______________
_____________________
_______________
_____________________
_______________
_____________________
WHEN THE BIDDER IS AN INDIVIDUAL
If the Bidder is an individual trading under his own or a fictitious name, this Proposal must be signed by the individual
Owner and his exact Post Office Address must be given. If one other than the Owner signs this Proposal, then a
notarized certificate of authority signed by the Owner must accompany this Proposal.
____________________________________
Witness
_________________________________________(SEAL)
Bidder’s Signature
Bidder’s Name Typed___________________________________________
Bidder’s Title___________________________________________
Address____________________________________________
Trading As___________________________________________
Fictitious Name
BID-FORM – FSEC CONSTRUCTION
00 4116.07-2
ADDENDUM 3
ADDITIONS AND ALTERATIONS
LAUREL HIGHLANDS HIGH SCHOOL
LAUREL HIGHLANDS SCHOOL DISTRICT
PROPOSAL OF _____________________________________________________________ CONTRACT NO. 09033.000-7
(Name of Bidder)
WHEN THE BIDDER IS A PARTNERSHIP
If the Bidder is a firm or partnership trading under an individual or fictitious name, the Proposal must be signed by one
or more of the partners and the exact names and the Post Office Addresses of the members of the firm or partnership
must be included. If one other than a partner signs this Proposal, then a notarized certificate of authority signed by all
the partners must accompany this Proposal.
_____________________________________(SEAL)
Partner’s Signature
____________________________________
Witness
___________________________________(SEAL)
Partner’s Signature
Partner’s Name Typed
__________________________________
Partner’s Title
__________________________________
Address
__________________________________
_____________________________________(SEAL)
Partner’s Signature
Partner’s Name Typed ____________________________
Partner’s Name Typed ________________________________
Partner’s Title _______________________________
Partner’s Title ________________________________
Address _______________________________
Address ________________________________
WHEN THE BIDDER IS A CORPORATION
If the Bidder is a corporation, this proposal must be signed by the President or Vice-President or by an individual
whose notarized certificate of authority to execute must accompany this Proposal together with the names, titles and
business addresses of the President, Secretary and Treasurer which must appear on the said certificate.
By: _________________________________________
President’s Signature
_____________________________________________
President’s Name Typed
Attest: __________________________________________
Secretary’s Signature
______________________________________________
Secretary’s Name Typed
(CORPORATE SEAL)
The ______________________________ is a corporation organized and existing under the laws of the State of
_________________________________ and has (has not) been granted a Certificate of Authority to do business in
Pennsylvania, as required by the Business Corporation Law, approved May 5, 1933, P.L. 364, as amended.
ADDITIONS AND ALTERATIONS
LAUREL HIGHLANDS HIGH SCHOOL
LAUREL HIGHLANDS SCHOOL DISTRICT
ADDENDUM 3
BID-FORM – FSEC CONSTRUCTION
00 4116.07-3
SECTION 11 5213 – PROJECTION SCREENS
PART 1 - GENERAL
1.01
A.
1.02
SUMMARY
This Section includes the following: Front-projection screens.
DEFINITIONS
A.
Gain of Front-Projection Screens: Ratio of light reflected from screen material to that reflected
perpendicularly from a magnesium carbonate surface as determined per SMPTE RP 94.
B.
Half-Gain Angle: The angle, measured from the axis of the screen surface, to the most central
position on a perpendicular plane through the horizontal centerline of the screen where the gain is
half of the peak gain.
1.03
SUBMITTALS
A.
Product Data: For each type of screen indicated. Include color chart, for finishes applied to screen
case, showing full range of colors and finish available.
B.
Shop Drawings: Show layouts and types of projection screens. Include the following:
1.
Location of screen centerline relative to ends of screen case.
2.
Drop length.
3.
Details of juncture of exposed surfaces with adjacent finishes.
4.
Frame details.
5.
Accessories.
C.
Maintenance Data: For projection screens to include in maintenance manuals.
1.04
QUALITY ASSURANCE
A.
Source Limitations: Obtain projection screens through one source from a single manufacturer.
Obtain each screen as a complete unit, including necessary mounting hardware and accessories.
B.
Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70,
Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for
intended use.
1.05
A.
DELIVERY, STORAGE, AND HANDLING
Do not deliver projection screens until building is enclosed and other construction within spaces
where screens will be installed is substantially complete and ready for screen installation.
ADDITIONS AND ALTERATIONS
LAUREL HIGHLANDS HIGH SCHOOL
LAUREL HIGHLANDS SCHOOL DISTRICT
© 2012 Eckles Architecture and Engineering, Inc.
PROJECTION SCREENS
11 5213 - 1
ADDENDUM 3
1.06
A.
COORDINATION
Coordinate layout and installation of projection screens with adjacent construction, including
ceiling framing, light fixtures, HVAC equipment, and partitions.
PART 2 - PRODUCTS
2.01
A.
FRONT-PROJECTION SCREENS
Electrically-Operated Screens: Recessed and exposed units.
1.
Manufacturer's standard units consisting of case, screen, motor, controls, mounting
accessories, and other components necessary for a complete installation.
2.
Exposed units: Aluminum low-profile hexagonal enclosure, suspended from pipe batten.
3.
Ceiling-recessed units:
a.
Enclosed in screen case with motor-operated screen door and hinged manual access
door along entire length of bottom of case
b.
Self-trimming flange, exposed components of white powder-coated extruded
aluminum.
4.
Basis-For-Design: Da-Lite Screen Co., Inc,
a.
Auditorium D103 Screen: Cosmopolitan Electrol
a.
Screen Size (HDTV Format): 108-inches high by 192-inches wide (220-inch
diagonal)
b.
Edge Treatment: Black masking borders with black drop at top sized to locate
screen area as shown.
c.
Casing: Aluminum designed for exposed batten-mounted installation, with
black painted finish.
b.
Cafeteria C103 & Library C202 Recessed Clg-Mtd locations: Tensioned Advantage
Electrol.
a.
Screen Size (HDTV Format): 70-inches high by 108-inches wide. Provide
white viewing area 66 inches high by 104 inches wide.
b.
Edge Treatment: Black masking borders with 2” black drop at all sides.
c.
Casing, ceiling closure unit:
Aluminum designed for ceiling-recessed
installation with white painted finish.
c.
Screen Material and Viewing Surface:
a.
Material: Equal to DaLite Screen Co.’s “Da-Mat” vinyl film surface.
b.
Seamless Construction: Provide screens, in sizes indicated, without seams.
5.
Controls: Remote, three-position control switch installed in recessed device box with flush
cover plate matching other electrical device cover plates in room where switch is installed.
a.
Provide number of control switches indicated for each screen.
b.
Provide power supply for low-voltage systems if required.
c.
Provide key-operated, power-supply switch.
6.
Motor: Instant-reversing motor of size and capacity recommended by screen manufacturer;
with permanently lubricated ball bearings, automatic thermal-overload protection, preset
limit switches to automatically stop screen in up and down positions, and positive-stop
action to prevent coasting. Mount motor in its own separate compartment or inside roller
with vibration isolators to reduce noise transmission.
PROJECTION SCREENS
11 5213 - 2
ADDENDUM 3
ADDITIONS AND ALTERATIONS
LAUREL HIGHLANDS HIGH SCHOOL
LAUREL HIGHLANDS SCHOOL DISTRICT
7.
Screen Mounting: Top edge securely anchored to rigid metal roller and bottom edge formed
into a pocket holding a 3/8-inch-diameter metal rod with ends of rod protected by plastic
caps.
8.
Provide low-voltage control module.
a.
Provide one control switch for each screen.
PART 3 - EXECUTION
3.01
INSTALLATION
A.
General: Install projection screens at locations indicated to comply with screen manufacturer's
written instructions.
B.
Install front-projection screens with screen cases in position and in relation to adjoining
construction indicated. Securely anchor to supporting substrate in a manner that produces a
smoothly operating screen with vertical edges plumb and viewing surface flat when screen is
lowered.
1.
Install low-voltage controls according to NFPA 70 and complying with manufacturer's
written instructions.
a.
Wiring Method: Install wiring in raceway except in accessible ceiling spaces and in
gypsum board partitions where unenclosed wiring method may be used. Use ULlisted plenum cable in environmental air spaces, including plenum ceilings. Conceal
raceway and cables except in unfinished spaces.
3.02
A.
2.
Test electrically operated units to verify that screen controls, limit switches, closures, and
other operating components are in optimum functioning condition.
3.
Test manually operated units to verify that screen-operating components are in optimum
functioning condition.
PROTECTING AND CLEANING
After installation, protect projection screens from damage during construction. If damage occurs
despite such protection, remove and replace damaged components or entire unit as required to
provide units in their original, undamaged condition.
END OF SECTION 11 5213
ADDITIONS AND ALTERATIONS
LAUREL HIGHLANDS HIGH SCHOOL
LAUREL HIGHLANDS SCHOOL DISTRICT
ADDENDUM 3
PROJECTION SCREENS
11 5213 - 3
SECTION 14 2404 - ELEVATOR MODERNIZATION
PART 1 - GENERAL
1.01
SUMMARY
A.
Section includes: Modernization at existing passenger elevators
B.
Modernization work includes limited upgrades to existing systems, including modification of hall
call key switches with card reader controls:
1.
Control System
2.
Operating Panels
C.
Required hoisting, permits and coordination and approvals with local jurisdictions and the
Commonwealth of Pennsylvania.
1.02
DEFINITIONS
A.
Definitions in ASME A17.1 apply to work of this Section.
B.
Defective Elevator Work: Operation or control system failure, including excessive malfunctions;
performances below specified ratings; excessive wear; unusual deterioration or aging of materials
or finishes; unsafe conditions; need for excessive maintenance; abnormal noise or vibration; and
similar unusual, unexpected, and unsatisfactory conditions.
1.03
SUBMITTALS
A.
Product Data: Include capacities, sizes, performances, operations, safety features, finishes, and
similar information. Include product data for the following:
1.
Operation, control, and signal systems.
B.
Shop Drawings:
1.
Show plans, elevations, sections, and large-scale details indicating service at each landing,
machine room layout, coordination with building structure, relationships with other
construction, and locations of equipment and signals.
C.
2.
Include large-scale layout of car control station.
3.
Indicate variations from specified requirements, maximum dynamic and static loads imposed
on building structure at points of support, and maximum and average power demands.
4.
Indicate electrical
recommendations.
power
requirements
and
branch
circuit
protection
device
Color selection: Submit color charts of exposed finishes and materials for color selection.
1.
When requested, submit samples of exposed finishes and materials selected for the elevator
system materials and components.
ADDITIONS AND ALTERATIONS
LAUREL HIGHLANDS HIGH SCHOOL
LAUREL HIGHLANDS SCHOOL DISTRICT
© 2012 Eckles Architecture and Engineering
ADDENDUM 3
ELEVATOR MODERNIZATION
14 2404 - 1
D.
Operation and Maintenance Data: Include in emergency, operation, and maintenance manuals,
emergency instructions, and similar information.
1.
In addition to items specified in Division 01 Section "Operation and Maintenance Data,"
include diagnostic and repair information available to manufacturer's and Installer's
maintenance personnel.
2.
Parts list, with recommended parts inventory.
3.
Certification that proposed operation devices and components are compatible with existing
systyems, as applicable.
a.
Card operation, cards, readers, and control system.
E.
Inspection and Acceptance Certificates and Operating Permits: As required by authorities having
jurisdiction for normal, unrestricted elevator use.
F.
Warranty: Special warranty specified in this Section.
G.
Continuing Maintenance Proposal: Service agreement specified in this Section.
H.
Qualification Data: For manufacturer.
1.04
A.
QUALITY ASSURANCE
Manufacturer Qualifications: An approved manufacturer regularly engaged in manufacturing,
installing, and servicing elevators of the type required for the project.
1.
The major parts of the elevator equipment shall be manufactured in the United States, and
not be an assembled system.
2.
The manufacturer shall have a documented, on-going quality assurance program.
B.
Installer Qualifications: The manufacturer or an authorized agent of the manufacturer with not less
than five years of satisfactory experience installing elevators equal in character and performance to
the project elevators.
C.
Source Limitations: Obtain elevator through one source from a single manufacturer. Provide
major elevator components, including pump-and-tank units, plunger-cylinder assemblies,
controllers, signal fixtures, door operators, car frames, cabs, and entrances, manufactured by a
single manufacturer.
D.
Regulatory Requirements:
1.
ASME A17.1 Safety Code for Elevators and Escalators, latest edition or as required by the
local building code.
2.
PA Uniform Construction Code
3.
NFPA 70 National Electrical Code.
4.
NFPA 80 Fire Doors and Windows.
5.
Accessibility Requirements: ICC/ANSI A117.1
6.
Applicable local Codes
7.
American Society of Civil Engineers ASCE 7-02
E.
Temporary Use of Elevators: Temporary Use of Elevator without prior written consent of Owner
and Architect is prohibited.
ELEVATOR MODERNIZATION
14 2404 - 2
ADDENDUM 3
ADDITIONS AND ALTERATIONS
LAUREL HIGHLANDS HIGH SCHOOL
LAUREL HIGHLANDS SCHOOL DISTRICT
1.
Where Temporary Use is requested, using party agrees to sign the Elevator Installer’s
Temporary Use form, and be bound by the conditions thereof. All repair costs, including
maintenance service during period of Temporary Use, shall be paid by using party.
F.
Inspection and testing: Elevator Installer shall obtain and pay for all required inspections, tests,
permits and fees for elevator installation.
1.
Arrange for inspections and make required tests.
2.
Deliver to the Owner upon completion and acceptance of elevator work.
G.
Non-Proprietary Equipment:
1.
All components must be serviceable by any Journeyman Elevator Mechanic, and
replacement parts for all equipment furnished shall be available on the open market.
H.
1.05
2.
There shall be no copyrighted, patented or otherwise restricted materials provided, nor shall
access to technical information be denied Owner or Owner's Agent for the life of the
equipment. The written guarantee required under other sections of the Contract Documents
shall incorporate wording guaranteeing compliance with this section.
3.
Required diagnostic devices; manuals explaining their use, wiring diagrams and
programming information shall be submitted to the Owner or Owner's Agent prior to release
of Final Payment.
Preinstallation Conference: Conduct conference at Project site to comply with requirements in
Division 01 Section "Coordination and Meetings."
DELIVERY, STORAGE AND HANDLING
A.
Deliver, store, and handle materials, components and equipment in manufacturer's protective
packaging.
B.
Store materials, components, and equipment off of ground, under cover, and in a dry location.
Handle according to manufacturer's written recommendations to prevent damage, deterioration, or
soiling.
1.06
COORDINATION
A.
Coordinate installation of card readers with Electrical Contractor and Division 28 requirements.
Furnish templates and installation instructions and deliver to Project site in time for installation.
B.
Furnish well casing and coordinate delivery with related excavation work.
C.
Coordinate sequence of elevator installation with other work to avoid delaying the Work.
ADDITIONS AND ALTERATIONS
LAUREL HIGHLANDS HIGH SCHOOL
LAUREL HIGHLANDS SCHOOL DISTRICT
ADDENDUM 3
ELEVATOR MODERNIZATION
14 2404 - 3
PART 2 - PRODUCTS
2.01
A.
OPERATION SYSTEMS
Security Features: Provide the following security features, where indicated. Security features shall
not affect emergency firefighters' service.
1.
2.02
A.
Card-Reader Operation: System uses card readers at hall push-button stations to authorize
calls. Security system determines which landings and at what times calls require
authorization by card reader. Provide required conductors and panel in machine room for
interconnecting card readers, other security access system equipment, and elevator
controllers. Provide stripe-swipe card reader integral with each car control station.
a.
Security access system equipment is specified in Division 28 Section "Access
Control."
FINISH MATERIALS
General: Provide the following materials for exposed parts of elevator car enclosures, car doors,
hoistway entrance doors and frames, and signal equipment, as indicated.
1.
Cold-Rolled Steel Sheet: ASTM A 1008, commercial steel, Type B, exposed, matte finish.
2.
Hot-Rolled Steel Sheet: ASTM A 1011, commercial steel, Type B, pickled.
3.
Satin Stainless Steel: ASTM A 666, Type 304, with No. 6, nondirectional satin finish.
4.
Aluminum Extrusions: ASTM B 221, Alloy 6063.
5.
Enameled-Steel Sheet: Cold-rolled steel sheet complying with ASTM A 366, matte finish,
stretcher-leveled standard of flatness; hot-rolled steel sheet complying with ASTM A 569
may be used for door frames. Provide with factory-applied enamel finish; colors as selected
by Architect.
6.
Prime-Painted Steel Sheet: Cold-rolled steel sheet, ASTM A 366, or hot-rolled steel sheet,
ASTM A 569, with factory-applied rust-inhibitive primer.
7.
Plastic Laminate: High-pressure type complying with NEMA LD 3, Type HGP for
postformed applications and Type HGS for flat applications; color, texture, and pattern as
scheduled or otherwise approved by Architect.
PART 3 - EXECUTION
3.01
EXAMINATION
A.
Before starting existing elevator modernization, inspect existing equipment, devices and controls,
hoistway, openings, pits and machine rooms/control space, as constructed and verify all critical
dimensions, and examine supporting structures and all other conditions under which elevator
modernization work is to proceed.
1.
Proceed with installation only after unsatisfactory conditions have been corrected.
B.
Installation constitutes acceptance of existing conditions and responsibility for satisfactory
performance.
ELEVATOR MODERNIZATION
14 2404 - 4
ADDENDUM 3
ADDITIONS AND ALTERATIONS
LAUREL HIGHLANDS HIGH SCHOOL
LAUREL HIGHLANDS SCHOOL DISTRICT
3.02
INSTALLATION
A.
Install elevator systems components and coordinate with hoistway wall construction.
1.
Work shall be performed by competent elevator installation personnel in accordance with
ASME A17.1, manufacturer's installation instructions and approved shop drawings.
2.
Comply with the National Electrical Code for electrical work required during installation.
B.
Perform work with competent, skilled workmen under the direct control and supervision of the
elevator manufacturer's experienced foreman.
C.
Supply components in ample time for installation by other trades, inserts, anchors, bearing plates,
brackets, supports, and bracing including all setting templates and diagrams for placement.
D.
Welded construction: Provide welded connections for installation of elevator work where bolted
connections are not required for subsequent removal or for normal operation, adjustment,
inspection, maintenance, and replacement of worn Parts. Comply with AWS standards for
workmanship and for qualification of welding operators.
E.
Coordination: Coordinate elevator work with the work of other trades, for proper time and
sequence to avoid construction delays. Use benchmarks, lines, and levels designated by the
Contractor, to ensure dimensional coordination of the work.
F.
Install machinery, guides, controls, car and all equipment and accessories to provide a quiet,
smoothly operating installation, free from side sway, oscillation or vibration.
G.
Sound isolation: Mount rotating, vibrating elevator equipment and components on vibrationabsorption mounts, designed to effectively prevent the transmission of vibrations to the structure,
and eliminate sources of structure-borne noise from the elevator system.
H.
Lubricate operating parts of systems as recommended by manufacturers.
I.
Alignment: Coordinate installation of hoistway entrances with installation of elevator guide rails
for accurate alignment of entrances with cars. Where possible, delay final adjustment of sills and
doors until car is operable in shaft. Reduce clearances to minimum safe, workable dimensions at
each landing.
J.
Erect hoistway sills, headers, and frames before erection of rough walls and doors; erect fascias and
toe guards after rough walls are finished. Set sill units accurately aligned and slightly above finish
floor at landings.
K.
Leveling Tolerance: 1/4 inch, up or down, regardless of load and direction of travel.
L.
Set sills flush with finished floor surface at landing. Fill space under sill solidly with nonshrink,
nonmetallic grout.
M.
Lubricate operating parts of system where recommended by manufacturer.
ADDITIONS AND ALTERATIONS
LAUREL HIGHLANDS HIGH SCHOOL
LAUREL HIGHLANDS SCHOOL DISTRICT
ADDENDUM 3
ELEVATOR MODERNIZATION
14 2404 - 5
3.03
MODERNIZATION
A.
General: Provide upgrades to mechanical and electrical components of existing elevator to fulfill
the following criteria:
1.
Provide controls and displays compatible with new elevator controls and building
automation system
2.
Improve safety, reliability, operational efficiency, noise isolation, passenger comfort, and
serviceable life.
3.
Comply with prevailing code requirements and operational standards.
B.
Door Operator Equipment
1.
Provide connection to card reader equipment as provided by TCC, as specified in Division
28, at each hall call station.
3.04
FIELD QUALITY CONTROL
A.
Acceptance testing: Upon completion of the elevator installation and before permitting use of
elevator, perform acceptance tests as required by A17.1 Code and local authorities having
jurisdiction. Perform other tests, if any, as required by governing regulations or agencies.
B.
Advise Owner, Contractor, Architect, and governing authorities in advance of dates and times tests
are to be performed on the elevator.
3.05
A.
3.06
ADJUSTING
Make necessary adjustments of operating devices and equipment to ensure elevator operates
smoothly and accurately.
CLEANING
A.
Before final acceptance, remove protection from finished surfaces and clean and polish surfaces in
accordance with manufacturer's recommendations for type of material and finish provided.
Stainless stall shall be cleaned with soap and water and dried with a non-abrasive surface; shall not
be cleaned with bleached-based cleansers.
B.
At completion of elevator work, remove tools, equipment, and surplus materials from site. Clean
equipment rooms and hoistway. Remove trash and debris.
3.07
PROTECTION
A.
Temporary Use: Not Permitted.
B.
If unauthorized use occurs, General Contractor is responsible:
1.
Engage elevator Installer to provide full maintenance service. Include preventive
maintenance, repair or replacement of worn or defective components, lubrication, cleaning,
and adjusting as necessary for proper elevator operation at rated speed and capacity. Provide
parts and supplies same as those used in the manufacture and installation of original
equipment.
2.
Engage elevator Installer to restore damaged work, if any, so no evidence remains of
correction. Return items that cannot be refinished in the field to the shop, make required
repairs and refinish entire unit, or provide new units as required.
ELEVATOR MODERNIZATION
14 2404 - 6
ADDENDUM 3
ADDITIONS AND ALTERATIONS
LAUREL HIGHLANDS HIGH SCHOOL
LAUREL HIGHLANDS SCHOOL DISTRICT
C.
3.08
At time of Substantial Completion of elevator work, or portion thereof, provide suitable protective
coverings, barriers, devices, signs, or other such methods or procedures to protect elevator work
from damage or deterioration. Maintain protective measures throughout remainder of construction
period.
DEMONSTRATION
A.
Instruct Owner's personnel in proper use, operations, and daily maintenance of elevators. Review
emergency provisions, including emergency access and procedures to be followed at time of failure
in operation and other building emergencies. Train Owner's personnel in normal procedures to be
followed in checking for sources of operational failures or malfunctions.
1.
Engage a factory-authorized service representative to train Owner's maintenance personnel
to operate elevator. Refer to Division 01 Section "Operation and Maintenance Data."
B.
Check operation of elevator with Owner's personnel present and before date of Substantial
Completion. Determine that operation systems and devices are functioning properly.
C.
Make a final check of each elevator operation, with Owner's personnel present, immediately before
date of Substantial Completion. Determine that control systems and operating devices are
functioning properly.
END OF SECTION 14 2404
ADDITIONS AND ALTERATIONS
LAUREL HIGHLANDS HIGH SCHOOL
LAUREL HIGHLANDS SCHOOL DISTRICT
ADDENDUM 3
ELEVATOR MODERNIZATION
14 2404 - 7
SECTION 14 4200 – WHEELCHAIR PLATFORM LIFT
PART 1 - GENERAL
1.01
SUMMARY
A.
Section Includes:
1.
Vertical platform lifts; ASME A18.1; ANSI/ ICC A117.1.
2.
Lift consists of machine tower and lifting platform selected and dimensioned to provide
adequate lifting height to suit building access requirements
B.
Related Sections:
1.
Division 09 painting Sections for field painting of lift equipment.
2.
Division 26 Sections for electrical service to lifts, including fused disconnect switches.
3.
Division 08 Sections for door and frame to be installed in existing wall at lower landing.
1.02
REFERENCES
A.
American National Standards Institute (ANSI).
B.
American Society of Mechanical Engineers (ASME).
C.
Underwriters Laboratories (UL).
D.
International Building Code (IBC).
E.
National Electrical Code (NEC).
F.
American Society for Testing Materials (ASTM).
G.
American Welding Society (AWS).
1.03
SUBMITTALS
A.
Product Data: For each type of product indicated. Include rated capacities, operating
characteristics, dimensions, electrical characteristics, safety features, controls, and finishes.
B.
Shop Drawings: For each lift. Include plans, elevations, sections, details, and attachments to
other work.
1.
Detail equipment assemblies and indicate dimensions, weights, loads, required
clearances, method of field assembly, components, and location and size of each field
connection.
2.
Wiring Diagrams: For power, signal, and control wiring.
C.
Samples for Initial Selection: For surfaces and components with factory-applied color finishes.
1.
Include similar Samples of accessories involving color selection.
ADDITION AND ALTERATIONS
LAUREL HIGHLANDS HIGH SCHOOL
LAUREL HIGHLANDS SCHOOL DISTRICT
© 2012 Eckles Architecture and Engineering, Inc.
ADDENDUM 3
WHEELCHAIR PLATFORM LIFT
14 4200 - 1
D.
Samples for Verification: For each type of exposed finish required, prepared on Samples of size
indicated below:
1.
Metal Finish: Manufacturer's standard-size unit, not less than 3 inches square.
E.
Qualification Data: For qualified Installer.
F.
Manufacturer Certificates: Signed by lift manufacturer certifying that runway, ramp or pit, and
dimensions as shown on Drawings and that electrical service as shown and specified are
adequate for lift being provided.
G.
Inspection and Acceptance Certificates and Operating Permits: As required by authorities
having jurisdiction for normal, unrestricted use of lifts.
H.
Operation and Maintenance Data: For each type of lift to include in operation and maintenance
manuals. In addition to items specified in Division 01 Section "Operation and Maintenance
Data," include the following:
1.
Parts list with sources indicated.
2.
Recommended parts inventory list.
I.
Warranty: Sample of special warranty.
J.
Continuing maintenance proposal.
1.04
QUALITY ASSURANCE
A.
Manufacturer: Provide wheelchair lift manufactured by a firm with a minimum of 20 years’
experience in fabrication of wheelchair lifts of the types specified.
B.
Installer Qualifications: Manufacturer's authorized representative who is trained and approved
for installation of units required for this Project.
1.
Maintenance Proximity: Not more than three hours' normal travel time from Installer's
place of business to Project site.
C.
Regulatory Requirements: In addition to requirements of authorities having jurisdiction,
comply with ASME A18.1, "Safety Standard for Platform Lifts and Stairway Chairlifts."
1.
All load ratings and safety factors shall meet or exceed those specified by all governing
agencies with jurisdiction and shall be certified by a professional engineer.
2.
D.
Lift shall be subject to applicable state, local and city approval prior to installation and
subject to inspection after installation. Determination of and adherence to these
regulations is the responsibility of the lift contractor.
Welders certified in accordance with requirements of AWS D1.1.
WHEELCHAIR PLATFORM LIFT
14 4200 - 2
ADDENDUM 3
ADDITION AND ALTERATIONS
LAUREL HIGHLANDS HIGH SCHOOL
LAUREL HIGHLANDS SCHOOL DISTRICT
1.05
A.
WARRANTY
Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or
replace components of lifts that fail in materials or workmanship within specified warranty
period.
1.
1.06
Unit shall have a FOUR (4) year limited parts warranty covering replacement of
defective parts of the basic unit, including all electrical and drive system components, at
no cost. Labor costs required to replace parts is not included. Preventative maintenance
agreement required Extended Warranty in accordance with continuing maintenance
service:
a.
Warranty period: Coincides with duration of continuing maintenance service
contract.
b.
Provide an extended manufacturer’s warranty covering the vertical wheelchair lift
components for the following additional period beyond the initial standard four
year warranty. Preventative Maintenance every six (6) months required.
1. 3 years (7 years total).
2. 6 years (10 years total)
MAINTENANCE SERVICE
A.
Initial Maintenance Service: Beginning at Substantial Completion, provide 6 months’ full
maintenance by skilled employees of lift Installer. Include quarterly preventive maintenance
and repair or replacement of worn or defective components, lubrication, cleaning, and adjusting
as required for proper lift operation at rated speed and capacity. Provide parts and supplies the
same as those used in the manufacture and installation of original equipment.
B.
Continuing Maintenance Proposal: From Installer to Owner, in the form of a standard two-year
maintenance agreement, starting on date initial maintenance service is concluded. State
services, obligations, conditions, and terms for agreement period and for future renewal options.
PART 2 - PRODUCTS
2.01
A.
MATERIALS
General Standards, as applicable:
1.
Steel Plates, Shapes, and Bars: ASTM A 36/A 36M.
2.
Steel Tubing: ASTM A 500.
3.
Steel Pipe: ASTM A 53; standard weight (Schedule 40) unless otherwise indicated or
required by structural loads.
4.
Cold-Rolled Steel Sheet: ASTM A 1008, commercial steel (CS), Type B, exposed, matte
finish.
5.
Hot-Rolled Steel Sheet: ASTM A 1011, commercial steel (CS), Type B, pickled.
6.
Aluminum: Alloy and temper recommended by aluminum producer and finisher for type
of use and finish indicated:
7.
Stainless-Steel Bars and Shapes: ASTM A 276, Type 304.
8.
Stainless-Steel Tubing: ASTM A 554, Grade MT-304.
9.
Stainless-Steel Sheet, Strip, and Plate: ASTM A 240 or A 666, Type 304.
10. Stainless-Steel Floor Plate: ASTM A 793.
ADDITION AND ALTERATIONS
LAUREL HIGHLANDS HIGH SCHOOL
LAUREL HIGHLANDS SCHOOL DISTRICT
ADDENDUM 3
WHEELCHAIR PLATFORM LIFT
14 4200 - 3
B.
Inserts: Furnish required concrete and masonry inserts and similar anchorage devices for
installing structural members, guide rails, machines, and other lift components where
installation of devices is specified in another Section.
C.
Expansion Anchors: Anchor-bolt-and-sleeve assembly with capability to sustain a load equal to
10 times the load imposed as determined by testing per ASTM E 488 conducted by a qualified
independent testing agency.
D.
Nonshrink, Nonmetallic Grout: Factory-packaged, nonstaining, noncorrosive, nongaseous grout
complying with ASTM C 1107.
E.
Galvanizing: Hot-dip galvanize items as indicated to comply with applicable standard listed
below:
1.
ASTM A 653 G60 zinc coating, for galvanized steel sheet
2.
ASTM A 123, for galvanized steel and iron products.
3.
ASTM A 153, for galvanized steel and iron hardware.
2.02
A.
VERTICAL PLATFORM LIFTS
Vertical Platform Lifts: Manufacturer's standard preengineered lift systems as indicated.
1.
Basis-of-Design Product: Symmetry EL VPC
Acceptable Manufacturer: Symmetry Elevating Solutions
Toll Free: 877-568-5804 www.symmetryelevators.com
2.
B.
Subject to prior approval, provide comparable product by one of the following:
a.
National Wheel-O-Vator Co., Inc.
b.
Garaventa Accessibility
Systems and Machinery:
1.
ENCLOSED VERTICAL WHEELCHAIR LIFT:
2.
General Description: The Enclosure vertical wheelchair lift travels up and down within
its own, self-contained enclosure. The enclosure is to have an “open” look with a 42” tall
gate and enclosure extension above the upper landing. In addition to the drive tower, lift
platform, and enclosure, this unit also has landing doors and/or gates that are fully
integrated into the walls themselves.
3.
Drive Type: Acme Screw Drive Number of Stops: Two.
4.
Rated Load Capacity: 750 lb. with minimum safety factor of 5X.
5.
Rated Speed: 9 -12 fpm.
6.
Motor: 1HP, 115 volt, 1 phase.
7.
Maximum Travel Unit Type:
a.
45 inches
Power Supply: 115 VAC, 15 Amp, Single Phase.
8.
9.
Powered by continuous building mains converted to 24 VDC equipped with auxiliary
battery power system. Battery power system capable of running lift up and down for a
minimum of 5 trips with rated load.
WHEELCHAIR PLATFORM LIFT
14 4200 - 4
ADDENDUM 3
ADDITION AND ALTERATIONS
LAUREL HIGHLANDS HIGH SCHOOL
LAUREL HIGHLANDS SCHOOL DISTRICT
2.03
10.
Platform Size: 36"x60" with 42" high guard panels.
a.
Platform Configuration: straight-thru.
11.
Provide fixed ramp for surface mounting on existing floor slab.
OPERATING AND CONTROL FEATURES:
A.
Platform Controls: Directional switch, on/off key switch, emergency stop switch with alarm and
illuminated alarm button.
B.
Landing Controls: Call switch and on/off key switch.
C.
Constant pressure operation.
D.
Grounded electrical system with upper, lower and final limit switches and 24 V operating
controls.
E.
Integral safety device and electromechanical brake.
F.
Emergency Operation: Provide emergency manual operation and emergency battery power
system to raise or lower units in case of malfunction or power loss.
1.
Manual lowering device.
2.04
ACCESSORIES
A.
Fixed ramp, with incline of 1:10.
B.
Grab rail on platform.
C.
Non-slip surface on platform floor and ramp.
D.
Upper and Lower Landing Gates: Self closing, flush mount, non-fire rated enclosure door with
manufacturer’s standard mechanical interlock
1.
Upper landing gate: 42”
2.
Lower landing gate: 42”
2.05
FINISH REQUIREMENTS
A.
Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for
recommendations for applying and designating finishes.
B.
Protect mechanical finishes on exposed surfaces from damage by applying a strippable,
temporary protective covering before shipping.
C.
Appearance of Finished Work: Noticeable variations in same piece are not acceptable.
Variations in appearance of adjoining components are acceptable if they are within the range of
approved Samples and are assembled or installed to minimize contrast.
ADDITION AND ALTERATIONS
LAUREL HIGHLANDS HIGH SCHOOL
LAUREL HIGHLANDS SCHOOL DISTRICT
ADDENDUM 3
WHEELCHAIR PLATFORM LIFT
14 4200 - 5
D.
Steel Factory Finish:
1.
Powder-Coat Finish: Immediately after cleaning and pretreating, apply manufacturer's
standard, thermosetting polyester or acrylic urethane powder coating with a cured film
thickness not less than 1.5 mils.
2.
Color and Gloss: “Black” As selected by Architect from manufacturer's full range.
PART 3 - EXECUTION
3.01
EXAMINATION
A.
Examine substrates, areas, and conditions, with Installer present, for compliance with
requirements for installation tolerances, critical dimensions, and other conditions affecting
performance.
B.
For the record, prepare written report, endorsed by Installer, listing conditions detrimental to
performance.
C.
Proceed with installation only after unsatisfactory conditions have been corrected.
D.
Coordinate with General Contractor for width and location of new door and opening in existing
masonry wall. Width and location of new door opening shall coordinate with ramp width and
location of lift.
3.02
INSTALLATION
A.
Wiring Method: Conceal conductors and cables within housings of units or building
construction. Do not install conduit exposed to view in finished spaces. Bundle, lace, and train
conductors to terminal points with no excess and without exceeding manufacturer's limitations
on bending radii.
B.
Coordinate runway doors with platform travel and positioning, for accurate alignment and
minimum clearance between platforms, runway doors, sills, and door frames.
C.
Position sills accurately and fill space under sills solidly with nonshrink, nonmetallic grout.
D.
Coordinate platform doors with platform travel and positioning.
E.
Adjust stops for accurate stopping and leveling at each landing, within required tolerances.
1.
Leveling Tolerance: 1/4 inch up or down, regardless of load and direction of travel.
F.
Lubricate operating parts of lift, including drive mechanism, guide rails, hinges, safety devices,
and hardware.
G.
Test safety devices and verify smoothness of required protective enclosures and fascias
WHEELCHAIR PLATFORM LIFT
14 4200 - 6
ADDENDUM 3
ADDITION AND ALTERATIONS
LAUREL HIGHLANDS HIGH SCHOOL
LAUREL HIGHLANDS SCHOOL DISTRICT
3.03
FIELD QUALITY CONTROL
A.
Acceptance Testing: On completion of lift installation and before permitting use of lifts,
perform acceptance tests as required and recommended by ASME A18.1 and authorities having
jurisdiction.
B.
Operating Test: In addition to above testing, load lifts to rated capacity and operate
continuously for 30 minutes between lowest and highest landings served. Readjust stops, signal
equipment, and other devices for accurate stopping and operation of system.
C.
Advise Owner, Architect, and authorities having jurisdiction in advance of dates and times tests
are to be performed on lifts.
3.04
DEMONSTRATION
A.
Engage a factory-authorized service representative to train Owner's maintenance personnel to
adjust, operate, and maintain lifts. Include a review of emergency systems and emergency
procedures to be followed at time of operational failure and other building emergencies.
B.
Check operation of lifts with Owner's personnel present and before date of Substantial
Completion. Determine that operating systems and devices are functioning properly.
C.
Check operation of lifts with Owner's personnel present not more than one month before end of
warranty period. Determine that operating systems and devices are functioning properly.
END OF SECTION 14 4200
ADDITION AND ALTERATIONS
LAUREL HIGHLANDS HIGH SCHOOL
LAUREL HIGHLANDS SCHOOL DISTRICT
ADDENDUM 3
WHEELCHAIR PLATFORM LIFT
14 4200 - 7
A342
37
L-10
L-11
15' - 6".
T44
FINISHING
F004
OFFICE
C202a
T60
T43
REF DWG: A332
18
PROVIDE GYP BD SPRAYBOOTH
ENCLOSURE @ TOP OF
SPRAYBOOTH UP TO CLNG TO
ENCLOSE ALL BOOTH EXHAUST
FAN / PIPING HARDWARE, ETC.
PROVIDE REMOVABLE
PANEL @ ENCLOSURE FRONT AS
SHOWN (1'-3"H x 2'-6"W)
A352
35
TS-SB2
48.84.24
2' - 10"
3' - 4"
2"
SPRAYBOOTH
LINB1
1' - 4 3/4"
2"
8"
L-11
GCT 3 TYP
(2 BANDS
STACKBOND)
NURSE A118 E ELEV
1/4" = 1'-0"
1' - 6"
OSE-5
PL1
3' - 0"
BC-F1 BC-D4A
16.30.30 18.30.30
38
E1
REF DWG: A342
BC-O
33.30.30
BC-D4A
18.30.30
BC-F1
16.30.30
LIBRARY C202 CHARGE DESK WORKSIDE VIEW
1/4" = 1'-0"
5
2
6' - 1 3/4"
REF DWG: A342
39
2
FINISHING F004 - W ELEV
1/4" = 1'-0"
Checker
I
Date
09/14/12
PROVIDE MONEY TRAY & LID EQUAL TO BANK
SUPPLIES - CONTACT 1-800-968-7868, MODEL #
128-10512. MODEL 5S, (15.476"W x 10.855"D x
2.226"H) STEEL LID W/ KEYED ALIKE LID. BLACK.
3675
1/8" = 1'-0"
P.D.E. No.
3
1/8" = 1'-0"
FINISHING F004
Sim
REF DWG: A342
OS
REF DWG: A312
LIBRARY C202 CHARGE DESK DETAILS
C-7
7 7/8"
P
DA E S
T20
LAUREL HIGHLANDS SCHOOL DISTRICT
2
T23
09033.000
A342
3
T19
Laurel Highlands High School
7' - 6".
C-1
Project Number
WORK ROOM
C202b
1'-6".
SET PT.
C-7
ADDITION AND ALTERATIONS
A342
2
A342
5
1
T57
1
A342
1
1/8" = 1'-0"
4"
RA
L-4
39
SDA-11
A342
5' - 9".
6
A342
L-4
1
REF DWG: A312, A320, A320a, A342
6' - 0"
38
SDA-11
A342
INTERIOR LAYOUT PLAN
- FIRST FLOOR PLAN AREA A - ALTERNATE
PLAN
PL1
97
N
Sim
SPRAYBOOTH
TE-11
REF DWG: A320, A320a
1" X 2" THICK CONTINUOUS
POPULAR WOOD TRIM WRAP MATERIAL
@ ALL EXPOSED EDGES
OF LOW WALL CONTINUOUS
BELOW FINISHED OAK
WOOD BULLNOSE AND
CER TILE TYP. MITER ALL
CORNER JOINTS & EASE
ALL EXPOSED EDGES 1/8"
TYP
-5 8
ED ARC
ER
H
ST N S Y L V A N I
A353
35
SDA
- 11
2' - 2
3 1/3 Si m
2"
OLD
0" H
'
6
24 °
LETTERS SHALL BE
CALIFORNIA FONT 2'-9" H
1
LE
1
Sim
3' - 7".
4
A342
PE-4
PE-10
PE-10
LAUREL HIGHLANDS
Sim
PE-10
1
A720
PE-10
GYM LOBBY
A104
PE-5
PE-4
5
Sim
35 1
-1
SDA
Sim
1
23
G
R2
Sim
STORAGE
A105a
R G NA U
6
A353
1
4
RE G
I
2
A720
4
I
PE
2' - 6"
PE-4
18' - 8".
-89 2 1
4' - 3".
RA
CT
TE A
2"
TO
4"
Drawing Number
SDA-11
C Copyright 2012
9/14/2012 1:34:54 PM
1
OS
I
RA 89 2
-5 8
97
P
D A ES
IA
N
D ARC
ERE
H
ST N S Y L V A N I
TO
CT
TE
GL
E
. RANDOM MIX: UCT 1 = 40%,
UCT 2 = 20%, UCT 3 = 20%,
UCT 4 = 20%
3".
TYP
RA
PE
RE G
I
POOL DECK TYP
U
R G NA
VARIES
UCT 4
TYP
POOL
Checker
09/13/12
Date
P.D.E. No. 3675
LAUREL HIGHLANDS SCHOOL DISTRICT
09033.000
1/2" = 1'-0"
Laurel Highlands High School
TYP POOL FLOOR GRAPHIC
REF DWG: A720
10
1
Project Number
BLUE SLIP RESISTANT CERAMIC TILE
"NO DIVING", "SHALLOW WATER"
W/3" WIDE CONNECTING STRIPESEE SP-1 DWG FOR DTLS
ADDITION AND ALTERATIONS
GRATE
Drawing Number
SDA-12
C Copyright 2012
9/13/2012 11:15:01
AM
SI
PO
DA ES
7
I
N
-5 89
DA
ERE RCH
ST N S Y L V A N I
-8 9 2 1
RA
PE
REG
I
DIM W/ MFR
U
R G NA
GL
E
1
3' - 3" - COORD
DIM W/ MFR
UP
2' - 6"
DIM W/ MFR
2 1/2"
7' - 11" - COORD
5' - 0"
2 1/2"
CHAIR LIFT
SWING GATE
9
A503
RA
4' - 8 3/4" - COORD
TO
CT
TE A
RAMP BY LIFT
MANUFACTURER
1:10 SLOPE
3' - 4" - COORD
9"
DIM W/ MFR
3' - 9"
2 3/4"
10
2
SDA-13
A503
1
2
SECTION THRU ADA CHAIR LIFT
1/4" = 1'-0"
Auditorium Floor
1018' - 9 1/4"
REF DWG: A503
PATCH CONC
FLOOR SLAB
@ WALL REMOVAL
Lower First Floor
1022' - 1 1/4"
3' - 4"
RAMP BY LIFT
MFR
3' - 6"
CHAIR LIFT
Checker
Date
09/13/12
P.D.E. No. 3675
LAUREL HIGHLANDS SCHOOL DISTRICT
2' - 6"
09033.000
A503
Laurel Highlands High School
1/4" = 1'-0"
Project Number
9
ADA CHAIR LIFT PLAN
ADDITION AND ALTERATIONS
1
Drawing Number
SDA-13
C Copyright 2012
9/13/2012 4:07:37 PM
Drawing PH1.8 does not exist. This will be clarified by Addendum as follows:
Phasing Drawings CS300, CS400, CS401, CS402, CS403 and CS404
•
Change Note #1 under Asbestos Abatement Notes: to read “Abatement of items shown on the HM drawings
needs to occur within each specific phase.”
•
Add #4 under Asbestos Abatement Notes: “The Abatement Contractor needs to allow for separate
containments for each of the boilers since they will be removed at two different times.”
W. G. Tomko Inc.
2559 Route 88
Finleyville, Pa. 15332
724-348-2000
fax 724-348-5798
REQUEST FOR INFORMATION
LAUREL HIGHLANDS
PROJECT:
DRAWING REF:
P121
SPEC REF:
DATE
SUBMITTED:
9/11/2012
DATE
RETURNED:
Plumbing
CONTRACT:
W. G. Tomko Inc.
CONTRACTOR:
Jim Roehrig
REQUESTED BY:
FAX REQUEST
TO :
FAX RESPONSE
TO :
mes@ecklesgroup.com
Email to jroehrig@wgtomko.com
Gas and water solenoid valves for science rooms.
SUBJECT:
22 2000-9 PARA. K
RFI # :
3
INFORMATION REQUESTED:
Asco states that the control relay # 295855/197660, Form 3 control relay has nothing to do with this gas control system.
Please clarify this matter.
Thanks jar
DATE SUBMITTED:
9/5/12
Jim Roehrig
REPLY:
Plumbing Contractor shall furnish an ASCO 108D10C relay panel rated for 120 Vac,
60Hz. Relay panel shall be mounted near gas solenoid valve. Relay panel shall be
installed and wired by the Electrical Contractor.
9/12/2012
REPLY DATE: _________________
Michael Savannah
SIGNATURE: ________________________________________________
You are authorized to proceed with the work identified in the reply to his RFI on the assumption that no change in the contract amount
or completion dates are required. If the reply involves a change in the work impacting your contract amount or completion dates, notify
the Construction Manager prior to proceeding.
Address
301 North Mercer Street
New Castle, PA 16101
www.EcklesGroup.com
Contact
Phone 724.652.5507
Fax 724.652-0751
PRE-BID REQUEST FOR INFORMATION
Project:
LHSD – HS Add’s & Alt’s
EAE Project No.:
09033.000
Contract No.:
2
09033.000 – _____
GC
Contract Type:
(circle one)
HC PC EC
TCC FSEC
Date:
9-7-12
To: Mark Scheller, PM/Architect
mes@ecklesgroup.com
CC: jmp@ecklesgroup.com
ACC
EAE
Redirect to:
Date:
From:
Company Name:
F.A.R.-04, INC.
E-mail Address: bradfar04metalinc@verizon.net
Contact Person:
Brad Maffei
Telephone: 724-379-8741
Ref: Section/
Drawing No.
No.
Spec 232000
Air Distribution
Fax: 724-379-8239
QUESTION
Please advise as to what material is required for the NEW Pool area Supply and Return ductwork?
ALSO
Please advise as to what material is required for the Locker room Exhaust ductwork
Date: 9-7-12
Signature: Brad Maffei
No.
RESPONSE
All ductwork associated with the PCU, as well as the “evacuator” ductwork under the pool deck and up to
the EF will be stainless steel, other ductwork can be as specified
Name:
Company:
Date:
Page 1 of 1
W. G. Tomko Inc.
2559 Route 88
Finleyville, Pa. 15332
724-348-2000
fax 724-348-5798
REQUEST FOR INFORMATION
PROJECT:
CONTRACT:
CONTRACTOR:
REQUESTED BY:
SUBJECT:
LAUREL HIGHLANDS HS
Plumbing
DRAWING REF:
P111
DATE
SUBMITTED:
8/31/2012
FAX REQUEST
TO :
W. G. Tomko Inc.
FAX RESPONSE
TO :
Jim Roehrig
SPEC REF: D
PIPING-22-2000-4
DATE
RETURNED:
ECKLES--mes@EcklesGroup.com
Jim Roehrig(724-348-2000 ext 1703)-jroehrig@wgtomko.com
ACID WASTE SYSTEM
RFI # :
1
INFORMATION REQUESTED:
CONCERNING THE ACID WASTE SYSTEM:
DRAWING P111 SHOWS SOME PIPING DENOTED AS "AV" PIPING. THIS PIPING APPEARS TO BE RECEIVING DISCHARGE FROM ACID WASTE SINKS ABOVE. IT ALSO SEEMS TO FLOW OUT OF THE BLDG FROM THE CEILING OF BOILER RM P006.
QUESTIONS:
SHOULD THIS PIPING BE DENOTED WASTE PIPING?
CAN SIZING BE APPLIED TO THIS PIPING?
ON PLUMBING SITE DRAWING PS101 THERE IS NO ACID PIPING EXITING THE BLDG?
HOW IS THIS DISCHARGE GOING TO BE TREATED?
THANKS
JAR
DATE SUBMITTED: 11/4/05
SIGNATURE: Chris Vario
REPLY:
Answers:
1.) Piping should be labeled AW. Refer to P111 in Add. #1.
2.) Piping is sized. Refer to P111 in Add. #1.
3.) New acid waste piping will exit same as existing and tie into existing
neutralization tank. Refer to P111 in Add. #1.
09/04/2012
REPLY DATE: _________________
Michael B. Savannah
SIGNATURE: ________________________________________________
You are authorized to proceed with the work identified in the reply to his RFI on the assumption that no change in the contract amount
or completion dates are required. If the reply involves a change in the work impacting your contract amount or completion dates, notify
the Construction Manager prior to proceeding.
06
Horizon Information Services
John Willman
E001 and X001
jwillman@horizonis.com
412-487-7071
412-487-7072
Drawing E001 states that the GC will be providing all electric strikes on this project but X001 states that
states that division 28 is to provide devices. Who is supposed to provide electric door strikes?
John Willman
This has been addressed in RFI responses and Addendum items.
The GC provides door position switches and EC wires to building access systems.
9/12/2012
A unit cost will be requested. We will address this in addendum.
Unit costs will be requested. We will address this in an addendum.
OK for piping from manifolds to
terminal units. Must have 1.5" of
insulation to comply with energy
code.
The proposed alternative is acceptable.
We are clarifying the extent of duct cleaning in the next addendum.
Basically--underfloor ducts and the supply for the auditorium will
require cleaning
It would be far too expensive to replace these ducts. We will need
to remove many years worth of dust before we consider the ducts
clean--or can seal the liner. For now, we need to procede as
specified.
One louver--will address in addendum
Stainless Steel
Openings in the walls under the pool
deck are by others--they appear on
the M drawings for coordination only
Galvanized Steel
The bids will be extended to Tuesday September 18, 2012 at 1:00pm
Fume hoods do not need explosion proof switches (spray booth hoods do need explosion proof switches.
1. Fume hoods should be provided as pre-wired.
2. Pre-piping is required
Fume hoods must have factory installed fans--as coordinated during the design
Polyresin liners are acceptable.
1. No this cannot be waived.
2. No this cannot be waived.
1. Do not understand this question.
2. This is for all utilities and will need to be clarified in Addendum #3.
This was addressed in Addendum #2.
All fiber inside the building shall be
multimode.
Timothy J. Brown
09/4/2012
MDF ROOM B129A SHALL RECEIVE ONE 4 POST
OPEN RACK AND TWO 12" DEEP OPEN FLOOR
RACKS. ALL OTHER RACKS SHOWN ON THE RISER
ON DRAWING T302 SHALL BE 12" DEEP OPEN
RACKS.
Timothy J. Brown
09/04/2012
REFERENCE
Specification 27 1510 STRUCTURED CABLING SYSTEM
COMPONENTS. Section 27 1510-2.1-E-4 shall read as follows:
Quantity: provide two (2) cross connect cables for each port in each workstation patch
panel. Cross-connect cables are required for the rack side and the room side for each
patch panel port where cables have been terminated.
Timothy J Brown
9/5/2012
www.EcklesGroup.com
Address
301 North Mercer Street
New Castle, PA 16101
Contact
Phone 724.652.5507
Fax 724.652-0751
PRE-BID REQUEST FOR INFORMATION
Project:
LHSD – HS Add’s & Alt’s
EAE Project No.:
09033.000
Contract No.:
09033.000 – 000-01
Contract Type:
(circle one)
GC
From:
Date:
To: Mark Scheller, PM/Architect
mes@ecklesgroup.com
CC: jmp@ecklesgroup.com
EAE
Redirect to:
Date:
Company Name:
Mucci Construction
E-mail Address:
wmcci@earthlink.net
Contact Person:
Marco Mucci
Telephone:
724-677-2875
Ref: Section/
Drawing No.
No.
Fax:
724-677-4711
QUESTION
1. Drawing CS404 If Alternate #G‐2 is not accepted, what work will there be to perform from 8‐10‐2013 to 2‐1‐2014. Please advise. 2. Specs Volume IIA our volume does not include Section 033000 Cast in Place Concrete. Response: This section will be provided in an Addendum 3. Drawing A351 Detail 10 shows CMU Base but legend on A000 indicated concrete. Please clarify. Concrete or CMU would be acceptable.
4. Drawing AD101, Note 66 Alternate Bid only (at Door F102.1 and E118.3) A122 gives Alternate information. C2‐01 per base bid. C2‐02 shows half staying because downspout still there. A125A it’s all gone. Please clarify. If the alternate bid is accepted the canopy is removed in its entirety along with the DS
5. Drawing A212 Elevation 2 North Courtyard. Wall Section 7/A601 does not appear correct. Please clarify. This wall section should reference 1/A601. This will be revised per addendum.
6. Spec Table of Contents, Page 4 Division 11, 115012, Miscellaneous Education Equipment in specs. It is identified as 115011. Response: This will be corrected by Addendum. 7. Drawing SP‐3 typical side and end wall sections. Base Bid Ceramic Tile Interior Finish. Alternate Bid ½” white Marlite interior finish. How do we ID on bid documents? This alternate will be removed from project via addendum.
8. Please advise how many sets of drawings and specs GC gets. 9. Spec 11200, Page 6, Para 1.06 B‐3 D Division 2 GC owns all spec sections. Page 8 Para 1.10 B‐2 D‐2800 by ACC correct? Clarified in Addendum
10. Spec 028200 Page 1 Para 1.02 Sharon School District? Is this a type‐o? Also want to confirm this is by GC? Response: Yes a Type‐O. This will be corrected by Page 1 of 3
Address
301 North Mercer Street
New Castle, PA 16101
www.EcklesGroup.com
Contact
Phone 724.652.5507
Fax 724.652-0751
Addendum. 11. Please advise where I can confirm who owns floor preparation. Should ACC shot blast floors on this contract and previously already completed contract. GC owns floor preparation as required for installation of flooring per mfrs requirements.
12. Drawing HM 100 Asbestos Abatement, General Notes #6, ACC remove adhesives from wall. Who patches wall if damaged or needed? The ACC shall patch damaged walls. This will be clarified by addendum.
13. Spec 061053, Page 1 Para 1.01, A4 Shelving and Accessories. Unable to confirm material in specs or location on drawings. Please advise. Additional info in Spec 064000, page 8, Para 2.12. See Robe Storage A110d.
14. Spec 01100 page 4 Para 1.04 type of contract makes no mention of pool contract. Page 6, Para 1.06 B‐O by GC. But Page 9, Para 1.12 swimming pool construction contract. Please clarify. This will be clarified in an addendum. Pool construction is under GC.
15. Spec 077200 Roof Accessories Is my interpretation correct, GC owns all other primer roof curbs, etc. I realize we own wood blocking but curbs unsure. Please advise. Addressed by Addendum
16. Drawing A140 Roofing by Key Notes 11, roof hatches. Unable to locate in specs, please advise. This will be provided by addendum.
17. Spec 83113, unable to locate/ confirm if GC responsible for other primes access panels. Please advise. GC is to provide new access panels on exterior of building and as
See Addendum
indicated on the door schedule. Others shall be by HC, PC, EC.
18. Spec, Table of Contents, Page 4, Division 10, 102213, wire mesh partitions. This section not in our specs. Please advise. Response: Not required 19. Spec 316329, Page 4, Para 3.4 field quality control, is my interpretation correct. Owner’s testing agency will test concrete (not sure no spec yet) but also bottom bearing. Response: The Owner’s Geotechnical Engineer will determine the actual bottom of drilled shaft based on previously drilled test borings, cuttings, and relative difficulty of drilling. We would report results for inclusion in Special Inspector report relative to this issue. 20. Drawing AD 100, Note 69A, Existing Stairwell. Why is existing landing staying. This becomes Storage Room A001A correct? Please advise. Floor infill shown on A120A. Response: Stair landing remains due to structural reasons. 21. Drawings AD 100 Note 69 Demo concrete stairs, etc which also becomes a storage room, Room A016B. Unable to locate steel and concrete requirements for first floor infill on Drawing S120A and not shown as infill on Drawing A120A. Please clarify and advise. This will be addressed in an upcoming addendum and shall match the
construction of similar stair infill opposite side of pool.
22. Drawing AD 100,101,102 Demolition Key Notes #45. Demo slab for HVAC, is GC responsible for demo and patch. Question also applies to Note #95. Where notes #45 and #96 occur on the demolition plans, the GC is responsible for this work.
Page 2 of 3
www.EcklesGroup.com
Address
301 North Mercer Street
New Castle, PA 16101
Contact
Phone 724.652.5507
Fax 724.652-0751
PRE-BID REQUEST FOR INFORMATION
Project:
LHSD – HS Add’s & Alt’s
EAE Project No.:
09033.000
Contract No.:
09033.000 – 000-01
Contract Type:
(circle one)
GC
From:
Date: 8/22/12
To: Mark Scheller, PM/Architect
mes@ecklesgroup.com
CC: jmp@ecklesgroup.com
EAE
Redirect to:
Date:
Company Name:
Mucci Construction
E-mail Address:
wmcci@earthlink.net
Contact Person:
Marco Mucci
Telephone:
724-677-2875
Ref: Section/
Drawing No.
No.
Fax:
724-677-4711
QUESTION
1. Drawing AD 100, Boiler Room, Demo Note 18 states to Remove Window Frame, Etc.
Drawing A111 does not identify new construction. Please review and advise.
These are typical windows similar to the others on this elevation. See upcoming addendum
2. Drawing A112, Detail #1, East Wall (Exterior) where windows and doors removed. Detail
4/A112, I am unable to locate. Please review and advise.
Detail 4/A112 is located just to the right of drawing 1/A112.
3. Drawing AD-100, similar to RFI 1 Question 22. Demo Note 89 by GC or HVAC? Please
review and advise. HC shall remove dust collection system.
4. Drawing AD101, Administration Office, Demolition Note #3 identifies asbestos material.
In double checking drawing HM101 it is not identified. Please advise.
Refer to the hazardous materials abatement report for location of materials to be removed by ACC.
hazardous materials are indicated, GC shall remove materials.
If no
5. Drawing AD101, East Wall of to be new kitchen, Demo Note #10, Remove Wall for New
Construction. Pleas advise if bearing wall is this exterior wall or the south interior wall. I
have been unable to locate new steel support for opening. This wall is not bearing. The roof structure
spans between columns. See existing condition drawings.
6. Drawing AD101, to be new Kitchen, Demo Note #22, interior and south wall structures to
remain. In review drawing A122, it is all to be demo’d. Please clarify.
Note 22 refers the the existing columns that
shall remain. A122 illustrates this and provides for new finish on existing columns.
7. Drawing AD101 Cafeteria West Wall (along corridor). I have not visited the site yet but
there are no demolition notes for this wall. Drawings A122 shows 3 HM-10 frames and 3
double doors at new frames. Please confirm this is all that is required. This is a new wall.
8. Drawing AD101 Auditorium Wall, West Side, Demo Note 11, cut opening as required for
new work. In reviewing drawing A123, the only opening pre-existing are doors D104.1 and
D104.2. Please assist with Note 11. This not is not applicable and can be disregarded in
this location.
9. Drawing A121, Room B112 does not show a door and also Drawing A002a Door
Schedule does not list a door at this location. Please review and advise.
There should be a door in B112 and it should be labeled as B112.1 and be the same as door
B113.1. This will be incorporated by addendum.
Signature:
Mark Scheller
Date:
Page 1 of 2
9-4-12
www.EcklesGroup.com
Address
301 North Mercer Street
New Castle, PA 16101
Contact
Phone 724.652.5507
Fax 724.652-0751
PRE-BID REQUEST FOR INFORMATION
Project:
LHSD – HS Add’s & Alt’s
EAE Project No.:
09033.000
Contract No.:
09033.000 – 000-01
Contract Type:
(circle one)
GC
From:
Date: 8/23/12
To: Mark Scheller, PM/Architect
mes@ecklesgroup.com
CC: jmp@ecklesgroup.com
EAE
Redirect to:
Date:
Company Name:
Mucci Construction
E-mail Address:
wmcci@earthlink.net
Contact Person:
Marco Mucci
Telephone:
724-677-2875
Ref: Section/
Drawing No.
No.
Fax:
724-677-4711
QUESTION
1. Drawing AD101 and AD102 eight gang restrooms,
E107,E109,D125,D127,B211,B213,E206,E204 and all other miscellaneous restrooms with
ceramic tile. All areas call for new UGT. Do we remove infill, existing or going right over
Where existing walls are being furred, existing can remain as long as the furring is attached
existing. adequately to the existing wall substrate through the existing tile.
2. Drawing AD 102 Upper auditorium area. Please advise if Demo notes #56 and #97 are
by appropriate prime or GC. H.C. Shall perform this work. This will be clarified via addendum.
3. Drawing AD 102 Library Area Exterior windows are identified by ACC on Drawing
HM102. Drawing AD102 has GC notes #13-19. Please clarify.
All exterior windows of the library (except the upper windows between structure) shall be removed by
the ACC. GC shall infill windows per documents.
Signature:
No.
Date:
RESPONSE
Name: Mark Scheller
Company: Eckles Architecture and Engineering
Date:
Page 1 of 1
9-4-12
www.EcklesGroup.com
Address
301 North Mercer Street
New Castle, PA 16101
Contact
Phone 724.652.5507
Fax 724.652-0751
PRE-BID REQUEST FOR INFORMATION
Project:
LHSD – HS Add’s & Alt’s
EAE Project No.:
09033.000
Contract No.:
09033.000 – 000-01
Contract Type:
(circle one)
GC
From:
Date: 8/27/12
To: Mark Scheller, PM/Architect
mes@ecklesgroup.com
CC: jmp@ecklesgroup.com
EAE
Redirect to:
Date:
Company Name:
Mucci Construction
E-mail Address:
wmcci@earthlink.net
Contact Person:
Marco Mucci
Telephone:
724-677-2875
Ref: Section/
Drawing No.
No.
Fax:
724-677-4711
QUESTION
1. Drawing AD100 at existing elevator. Please advise what is meant by dark/shaded
indication at elevator door. Nothing. Door is to remain.
2. Drawing AD1.1, Existing Pool Area. There are a significant amount of Acoustic
Metal Deck Panels currently on walls and ceilings. Are they to be removed? Yes, per note 7
3. Drawing A101, Existing Pool Deck above Pool Equipment. Please advise the
weight load allowed. I would like to mechanically remove existing balcony. See below.
4. Drawing AD101, Existing Kitchen. Rooms are identified on Demo Drawing as E151
and E150 and they currently have Quarry Tile. Is it to be removed and infilled?
Please advise. Yes, the tile shall be removed and the floor prepared for new finish.
5. Structural Drawings. Are grade beams (where possible) allowed to be earth
formed? See below.
6. Drawing A101, Back of Auditorium Rooms E153 & E154, Note 101, Demo SOG for
New Construction. This appears to be for new plumbing, correct? If so, by GC or
PC to remove/replace? If not for new plumbing, please advise as to extent of slab
removal. This shall be by PC. It will be clarified in an addendum.
7. Drawing AD102, Note 80, Remove Concrete Risers to level of floor structure. After
review of the existing building drawings online, we were unable to determine if
these risers are hollow underneath. Is any additional information available. See below
8. Door Schedule A002, Alternate 2, Door Frame A106f.1 Unable to locate this frame
on drawing A120a. Please review and advise. See below.
9. Drawing A006, General Remark 12, Motorized Project Screen. I am unable to
locate in the specifications. Please review and advise.
10. Door Schedule A002, Door Numbers F006.3, F006a.1, F008.1 & F008a.1 are not
indicated as Alternate Bid but on floor plans are in alternate bid locations. Please
review and advise. These doors should be included in the Alternate Bid. We will clarify via
addendum. There are other doors in this area that should be noted as
alternate bid as well and will be clarified in addendum.
Signature:
No.
Date:
RESPONSE
3. The existing drawings indicate a 100psf live load. concentrated loading from equipment will require additional
analysis that cannot be done at this time.
5. Yes, grade beams can be earth formed when possible.
7. See Structural Sheet 18, Section A.
8. This door should be located on Office A106f,
but1is
Page
of not
2 showing up on the plans. This door and sidelight shall be
equal to door A106d.1. This will be included in an addendum.
9. This spec will be provided in addendum. You will need to provide screens in the Cafeteria and Library.
www.EcklesGroup.com
Address
301 North Mercer Street
New Castle, PA 16101
Contact
Phone 724.652.5507
Fax 724.652-0751
PRE-BID REQUEST FOR INFORMATION
Project:
LHSD – HS Add’s & Alt’s
EAE Project No.:
09033.000
Contract No.:
09033.000 – 000-01
Contract Type:
(circle one)
GC
From:
Date: 8/29/12
To: Mark Scheller, PM/Architect
mes@ecklesgroup.com
CC: jmp@ecklesgroup.com
EAE
Redirect to:
Date:
Company Name:
Mucci Construction
E-mail Address:
wmcci@earthlink.net
Contact Person:
Marco Mucci
Telephone:
724-677-2875
Ref: Section/
Drawing No.
No.
Fax:
724-677-4711
QUESTION
1. Drawing CD1-01, Courtyard. Note: Planter Walls, Benches, Tables/Chairs to
remain. Report damage to owners rep. Field Verify extent of work before you start
work. Won’t it be too late to price at that time? And what phase would that be in.
Please advise. See below.
2. Drawing C1-01, Site Plan, Base Bid. Stairs left hand corner out of existing
basement. This is alternate #2, correct? See below
3. Drawing S120A, Bleacher Deck Area. Exterior Wall detail 8/S200B. Detail 8 shows
2” topping on planks. Detail 4/A600 and Detail 13/S200B does not show the 2”
topping. Please clarify if required.
4. Can existing window blocking be reused if the opening is not being modified?
Detail 5/A005, is this a new wall location? If not, it will be impossible to install
blocking without removing exterior brickwork.
5. Is new wood blocking required and existing locker alcoves if wall structure is
masonry? Or is blocking being utilized to balance depths of new lockers vs existing
alcoves?
6. Drawing S000, Concrete Construction, Note 8a, 6x6-W1.4xW1.4 mesh in the 2”
topping on precast planks. Drawing S400, Hollow Core Plank, General Note 3,
states fiber mesh. Please clarify.
Signature:
No.
Date:
RESPONSE
1. Work within the courtyard will occur in the Base Bid. Price as indicated on the Bid Documents; notify Owner’s
Representative if discrepancies are noted in the field prior to the start of work. If Owner desires to correct items at that
time and price and scope may be negotiated.
2. In the Base Bid, this stair will be removed to just below grade to accommodate construction access and a new stair
will be constructed as indicated on Sheet C1-01. If Alternate Bid G-2 is accepted, the stair will be constructed as
indicated on Sheet C1-02.
3. Section 8 is incorrect. At the bleacher area the 2” topping is not required. Other details reference section 8 for
precast connection. These other areas may require a topping see plan for the designation.
Name:
Company:
Date:
Page 1 of 2
Address
301 North Mercer Street
New Castle, PA 16101
www.EcklesGroup.com
Contact
Phone 724.652.5507
Fax 724.652-0751
4. Blocking can be reused if window is being replaced in existing opening and in same location, provided the blocking is not
deteriorated or in unsatisfactory condition.
5. Blocking is required for flush installation detail as well as to prevent rear of locker being kicked in by students.
6. Toppping slabs on precast plank are to have Micro Fiber reinforcing as described on Sheet S400.
Page 2 of 2
www.EcklesGroup.com
Address
301 North Mercer Street
New Castle, PA 16101
Contact
Phone 724.652.5507
Fax 724.652-0751
PRE-BID REQUEST FOR INFORMATION
Project:
LHSD – HS Add’s & Alt’s
EAE Project No.:
09033.000
Contract No.:
09033.000 – 000-01
Contract Type:
(circle one)
GC
From:
Date: 8/30/12
To: Mark Scheller, PM/Architect
mes@ecklesgroup.com
CC: jmp@ecklesgroup.com
EAE
Redirect to:
Date:
Company Name:
Mucci Construction
E-mail Address:
wmcci@earthlink.net
Contact Person:
Marco Mucci
Telephone:
724-677-2875
Ref: Section/
Drawing No.
No.
Fax:
724-677-4711
QUESTION
1. Specification Section 004116.01-3 UG-4a is listed twice. Please review and
advise. Will be revised via addendum.
2. Specification Section 012200-5 UG-7c and 012200-6 UG-7d both combine
quantities for Alts G-1 & G-2. How are we to determine how much is to be included
in each separate alternate bid. Clarified via addendum.
3. Detail 7/S200B steps. Please review and advise if galvanized decking is utilized
under stairs as is shown on landing above. This is means and methods but is acceptable
4. Detail 3/A400, is wood blocking required the entire length of every bulkhead in
every classroom? It is not shown in other typical bulkhead details. Please clarify.
This is means and methods and can be adjusted as long as the bulkhead construction is
adequate for supporting the finishes and adjacent contruction.
Signature:
No.
Date:
RESPONSE
Name:
Company:
Date:
Page 1 of 1
Address
301 North Mercer Street
New Castle, PA 16101
Contact
Phone 724.652.5507
Fax 724.652-0751
www.EcklesGroup.com
PRE-BID REQUEST FOR INFORMATION
Project:
LHSD – HS Add’s & Alt’s
EAE Project No.:
09033.000
Contract No.:
09033.000 –
GC
Contract Type:
(circle one)
HC PC EC
TCC FSEC
Date: August 30, 2012
To: Mark Scheller, PM/Architect
mes@ecklesgroup.com
CC: jmp@ecklesgroup.com
ACC
EAE
Redirect to:
From:
Date:
Company Name: Northeast Interior Systems, Inc.
E-mail Address: ndenbleyker@neis.cc
Contact Person: Neil DenBleyker
Telephone: 315-622-3121 Ext. # 122
Ref: Section/
Drawing No.
11 5314/A312,
A352, & A354
No.
QUESTION
1.
Elevation 18/A352 states that there is a spray booth in room C002. However, there are no elevations
or any Tech Ed Equipment Tags, located on A354, that indicate that a spray booth is required in this
room. Please clarify if there is to be a spray booth in C002 and if so, where is it located.
Signature:
No.
Fax: 315-622-3103
Date:
RESPONSE
CLARIFICATION: The SPRAYBOOTH detail 18 on drawing A352 note referring to
Manufacturing C002 shall be changed to read FINISHING F004. There is to be a
spraybooth in F004 not C002. It is located along the West Wall of F004. There will be
an SD drawing submitted via addenda to address the elevation of the spraybooth in
F004.
Name:
Company: Tricia Monaco, Eckles Architecture
Page 1 of 1
Date: 9-7-12
Address
301 North Mercer Street
New Castle, PA 16101
Contact
Phone 724.652.5507
Fax 724.652-0751
www.EcklesGroup.com
PRE-BID REQUEST FOR INFORMATION
Project:
LHSD – HS Add’s & Alt’s
EAE Project No.:
09033.000
Contract No.:
09033.000 –
GC
Contract Type:
(circle one)
HC PC EC
TCC FSEC
Date: August 30, 2012
To: Mark Scheller, PM/Architect
mes@ecklesgroup.com
CC: jmp@ecklesgroup.com
ACC
EAE
Redirect to:
From:
Date:
Company Name: Northeast Interior Systems, Inc.
E-mail Address: ndenbleyker@neis.cc
Contact Person: Neil DenBleyker
Telephone: 315-622-3121 Ext. # 122
Ref: Section/
Drawing No.
A312,
No.
1.
QUESTION
There appear to be some equipment or casework elevations in room F004 that are not tagged.
Please clarify what these untagged items are.
Signature:
No.
Fax: 315-622-3103
Date:
RESPONSE
The South wall cabinet in the South-East corner shall be tagged T60 - Existing
Flammable cabinet. The west wall includes a spraybooth @ the North-West corner, and
a work countertop adjacent to it. I will submit an addenda SD drawing to elevate the
West elevation.
Name:
Company:
Tricia Monaco, Eckles Architecture
Page 1 of 1
Date: 9-7-12
Address
301 North Mercer S treet
New Castle, PA 16 1 0 1
Contact
Phone 7 24. 6 5 2. 55 0 7
Fax 724.652- 07 5 1
www.EcklesGroup.com
PRE-BID REQUEST FOR INFORMATION
Project:
LHSD – HS Add’s & Alt’s
Date: August 30, 2012
EAE Project No.:
09033.000
Contract No.:
09033.000 –
To: Mark Scheller, PM/Architect
mes@ecklesgroup.com
CC: jmp@ecklesgroup.com
GC
Contract Type:
(circle one)
HC PC EC
TCC FSEC
From:
ACC
EAE
Redirect to:
Date:
Company Name: Northeast Interior Systems, Inc.
E-mail Address: ndenbleyker@neis.cc
Contact Person: Neil DenBleyker
Telephone: 315-622-3121 Ext. # 122
Ref: Section/
Drawing No.
No.
06 4000 / A300
Series drawings
1.
QUESTION
The specification lists wood handrail and guardrail, item 2.11. I am not able to locate any wood
handrail or guardrail assemblies. Please clarify if there are any wood handrail and/or guardrail
assemblies required.
Wood handrails/guardrails are not used on this project.
Signature:
No.
Fax: 315-622-3103
Date:
RESPONSE
Name:
Company:
Date:
Page 1 of 1
Address
301 North Mercer S treet
New Castle, PA 16 1 0 1
Contact
Phone 7 24. 6 5 2. 55 0 7
Fax 724.652- 07 5 1
www.EcklesGroup.com
PRE-BID REQUEST FOR INFORMATION
Project:
LHSD – HS Add’s & Alt’s
Date: August 30, 2012
EAE Project No.:
09033.000
Contract No.:
09033.000 –
To: Mark Scheller, PM/Architect
mes@ecklesgroup.com
CC: jmp@ecklesgroup.com
GC
Contract Type:
(circle one)
HC PC EC
TCC FSEC
From:
ACC
EAE
Redirect to:
Date:
Company Name: Northeast Interior Systems, Inc.
E-mail Address: ndenbleyker@neis.cc
Contact Person: Neil DenBleyker
Telephone: 315-622-3121 Ext. # 122
Ref: Section/
Drawing No.
No.
06 4000 / “A”
Series drawings
1.
QUESTION
The specification lists wood handrail and guardrail, item 2.11. I am not able to locate any wood
handrail or guardrail assemblies. Please clarify if there are any wood handrail and/or guardrail
assemblies required.
Signature:
No.
Fax: 315-622-3103
Date:
RESPONSE
Wood handrails/guardrails are not used on this project.
Name:
Company:
Date:
Page 1 of 1
W. G. Tomko Inc.
2559 Route 88
Finleyville, Pa. 15332
724-348-2000
fax 724-348-5798
REQUEST FOR INFORMATION
PROJECT:
CONTRACT:
CONTRACTOR:
REQUESTED BY:
SUBJECT:
LAUREL HIGHLANDS HS
Plumbing
DRAWING REF:
P111
DATE
SUBMITTED:
8/31/2012
FAX REQUEST
TO :
W. G. Tomko Inc.
FAX RESPONSE
TO :
Jim Roehrig
SPEC REF: D
PIPING-22-2000-4
DATE
RETURNED:
ECKLES--mes@EcklesGroup.com
Jim Roehrig(724-348-2000 ext 1703)-jroehrig@wgtomko.com
ACID WASTE SYSTEM
RFI # :
1
INFORMATION REQUESTED:
CONCERNING THE ACID WASTE SYSTEM:
DRAWING P111 SHOWS SOME PIPING DENOTED AS "AV" PIPING. THIS PIPING APPEARS TO BE RECEIVING DISCHARGE FROM ACID WASTE SINKS ABOVE. IT ALSO SEEMS TO FLOW OUT OF THE BLDG FROM THE CEILING OF BOILER RM P006.
QUESTIONS:
SHOULD THIS PIPING BE DENOTED WASTE PIPING?
CAN SIZING BE APPLIED TO THIS PIPING?
ON PLUMBING SITE DRAWING PS101 THERE IS NO ACID PIPING EXITING THE BLDG?
HOW IS THIS DISCHARGE GOING TO BE TREATED?
THANKS
JAR
DATE SUBMITTED: 11/4/05
SIGNATURE: Chris Vario
REPLY:
Answers:
1.) Piping should be labeled AW. Refer to P111 in Add. #1.
2.) Piping is sized. Refer to P111 in Add. #1.
3.) New acid waste piping will exit same as existing and tie into existing
neutralization tank. Refer to P111 in Add. #1.
09/04/2012
REPLY DATE: _________________
Michael B. Savannah
SIGNATURE: ________________________________________________
You are authorized to proceed with the work identified in the reply to his RFI on the assumption that no change in the contract amount
or completion dates are required. If the reply involves a change in the work impacting your contract amount or completion dates, notify
the Construction Manager prior to proceeding.
W. G. Tomko Inc.
2559 Route 88
Finleyville, Pa. 15332
724-348-2000
fax 724-348-5798
REQUEST FOR INFORMATION
PROJECT:
CONTRACT:
CONTRACTOR:
REQUESTED BY:
SUBJECT:
LAUREL HIGHLANDS
DRAWING REF:
P121
SPEC REF:
DATE
SUBMITTED:
9/5/2012
DATE
RETURNED:
Plumbing
W. G. Tomko Inc.
Jim Roehrig
FAX REQUEST
TO :
FAX RESPONSE
TO :
return air plenums
mes@ecklesgroup.com
Email to jroehrig@wgtomko.com
Acid waste and vent pipe in return air plenums.
RFI # :
INFORMATION REQUESTED:
On drawing P121 there appears to be alot of CPVC acid waste & vent piping above the classroom ceilings. On the respective mechanical drawings this area seems to all be return air plenums (please confirm). Is the CPVC piping o.k. to use in these plenums? If not, is cast iron no hub o.k.?
DATE SUBMITTED:
9/5/12
Jim Roehrig
REPLY:
The classroom ceiling space is not considered a plenum. The hallway(s) outside of
the classroom area(s) are considered a plenum. In the area(s) where CPVC acid
waste piping is transitioning from the classroom area(s) to the stacks located in
hallway(s) provide an insulation that has been tested to show that the insulated
piping as installed meets the ASTM E 84 Flame Spread Index / Smoke Developed
Index requirements of 25/50 unless the CPVC acid waste piping used is ASTM E 84
rated. No hub cast iron is not approved for acid waste piping.
09/7/2012
REPLY DATE: _________________
Michael Savannah
SIGNATURE: ________________________________________________
You are authorized to proceed with the work identified in the reply to his RFI on the assumption that no change in the contract amount
or completion dates are required. If the reply involves a change in the work impacting your contract amount or completion dates, notify
the Construction Manager prior to proceeding.
Address
301 North Mercer Street
New Castle, PA 16101
Contact
Phone 724.652.5507
Fax 724.652-0751
www.EcklesGroup.com
PRE-BID REQUEST FOR INFORMATION
Project:
LHSD – HS Add’s & Alt’s
EAE Project No.:
09033.000
Contract No.:
1
09033.000 – _____
GC
Contract Type:
(circle one)
HC PC EC
TCC FSEC
Date: 08/31/2012
To: Mark Scheller, PM/Architect
mes@ecklesgroup.com
CC: jmp@ecklesgroup.com
ACC
Date:
From:
Company Name:
Contact Person:
Volpatt Construction
Gary Monaco
Ref: Section/
Drawing No.
A356
No.
Signature:
Gary Monaco
No.
EAE
Redirect to:
E-mail Address:
Telephone:
gary@volpatt.com
412-942-0200
Fax:
412-942-0200
QUESTION
Is the cost for the software listed in Tech Ed Equipment Schedule 1
to be included in the GC package? Software vendors will not sell
to the contractor for resale to the School District.
Date: 08/31/2012
RESPONSE
Include the cost of the software in your bid. Arrangements can be made during the construction to adjust for this item
and whether it in fact needs to be purchased by the Owner and removed from the contract via change order.
Mark Scheller
Name:
Company: Eckles Architecture and Engineering
Date:
Page 1 of 1
9-5-12
Address
301 North Mercer Street
New Castle, PA 16101
Contact
Phone 724.652.5507
Fax 724.652-0751
www.EcklesGroup.com
PRE-BID REQUEST FOR INFORMATION
Project:
LHSD – HS Add’s & Alt’s
EAE Project No.:
09033.000
Contract No.:
1
09033.000 – _____
GC
Contract Type:
(circle one)
HC PC EC
TCC FSEC
Date: 08/31/2012
To: Mark Scheller, PM/Architect
mes@ecklesgroup.com
CC: jmp@ecklesgroup.com
ACC
Date:
From:
Company Name:
Contact Person:
Volpatt Construction
Gary Monaco
Ref: Section/
Drawing No.
142402
No.
Signature:
Gary Monaco
No.
EAE
Redirect to:
E-mail Address:
Telephone:
gary@volpatt.com
412-942-0200
Fax:
412-942-0200
QUESTION
Please provide the name of the current elevator maintenance
company and/or provide the manufacturer of the elevator that will
require modernization under the referenced specification section.
Date: 08/31/2012
RESPONSE
Tyssen Krupp is the service provider. J.R. is the service technician. His phone number is 412-779-3859
Name: Mark Scheller
Company: Eckles Architecture and Engineering
Date:
Page 1 of 1
9-4-12
Address
301 North Mercer Street
New Castle, PA 16101
Contact
Phone 724.652.5507
Fax 724.652-0751
www.EcklesGroup.com
PRE-BID REQUEST FOR INFORMATION
Project:
LHSD – HS Add’s & Alt’s
EAE Project No.:
09033.000
Contract No.:
1
09033.000 – _____
GC
Contract Type:
(circle one)
HC PC EC
TCC FSEC
Date: September 4, 2012
To: Mark Scheller, PM/Architect
mes@ecklesgroup.com
CC: jmp@ecklesgroup.com
ACC
Date:
From:
Volpatt Construction
Company Name:
Gary Monaco
Contact Person:
Ref: Section/
Drawing No.
Signature:
E-mail Address:
Telephone:
No.
A200 series
No.
EAE
Redirect to:
gary@volpatt.com
412-942-0200
Fax:
412-942-0200
QUESTION
Is air barrier required @ masonry infills shown on the
A200 drawings, keynote #4.
Gary Monaco
Date: September 4,2012
RESPONSE
Yes, according to wall section 1/A601 a weather barrier is required at the typical wall with windows being infilled with
new construction.
Name: Mark Scheller
Company: Eckles Architecture and Engineering
Date:
Page 1 of 1
9-4-12
Address
301 North Mercer Street
New Castle, PA 16101
Contact
Phone 724.652.5507
Fax 724.652-0751
www.EcklesGroup.com
PRE-BID REQUEST FOR INFORMATION
Project:
LHSD – HS Add’s & Alt’s
EAE Project No.:
09033.000
Contract No.:
1
09033.000 – _____
GC
Contract Type:
(circle one)
HC PC EC
TCC FSEC
Date: Sept 5, 2012
To: Mark Scheller, PM/Architect
mes@ecklesgroup.com
CC: jmp@ecklesgroup.com
ACC
Date:
From:
Company Name:
Contact Person:
Ref: Section/
Drawing No.
Various
Signature:
No.
EAE
Redirect to:
Volpatt Construction
Gary Monaco
E-mail Address:
Telephone:
No.
gary@volpatt.com
412-942-0200
Fax:
412-942-0200
QUESTION
Is the GC responsible for the projection screens?
If yes please provide spec and sizes.
Gary Monaco
Date: Sept 5, 2012
RESPONSE
Yes, The GC will be responsible for a motorized projection screen in the cafeteria and Library. The spec will be
provided in the next addendum.
Name: Mark Scheller
Company: Eckles Architecture and Engineering
Date:
Page 1 of 1
9-5-12
September 4, 2012
01
Yarborough Development, Inc.
R. Lee Totty
lee.totty@yarborough.net
412-673-7318
412-673-7620
From Addendum # 1, Item
para. C, you show 2 different line items reading CYD Import/Compact.
Is that correct or is it a duplication?
See Attachment
R. Lee Totty
9/4/12
This will be clarified in the next addendum.
The item at your top arrow will be eliminated and the item at the bottom area is to remain and is correct.
Mark Scheller
Eckles Architecture and Engineering
9-5-12
August 21, 2012
01
Yarborough Development, Inc.
R. Lee Totty
01-22-00
lee.totty@yarborough.net
412-673-7620
412-673-7318
For the Unit Price UC-7C& 7D, please provide breakdown of estimated
quantities for alternate bids G-1/G-2.
R. Lee Totty
8/21/12
Provided in Addendum #1
Mark Scheller
Eckles Architecture and Engineering
9-5-12
August 30, 2012
01
Yarborough Development, Inc.
R. Lee Totty
lee.totty@yarborough.net
412-673-7318
412-673-7620
1) Please clarify locations for crawl space V.B. and Gravel including depth. Locations and
depth vary from architectural to structural drawings. See drawing A100 for location on plan
Provide v.b and 4" of gravel under pool and locker room addition, receiving, corridor and kitchen add.
2) From Drawings A125A, how/where do we provide quote for added work for reception
areas G102 - is there an alternate missing?
No alternate is missing. See complete set of documents for scope of work (A300 and A400 series)
3) From Drawing A 322, are cubicle curtains /track required in this room ?
curtains and track are required in room F101 as well as Nurse A118.
R. Lee Totty
8/30/12
August 30, 2012
01
Yarborough Development, Inc.
R. Lee Totty
lee.totty@yarborough.net
412-673-7620
412-673-7318
Please provide a specification for the Projection Screens. See the next addendum
Drawing A354 details 9A to 13 for shelving - is there a schedule for location of where
these are to be installed?
R. Lee Totty
8/30/12
1. Projection Screens - See Addendum 3.
2. These are typical project details - 9 & 9A are typically in the locker rooms - A009a, A011c, A012a, A013c, A106e, A106h, B202
- 10 are @ A109g and A110d (the note on dwgs referencing this dtl will be changed to dtl 13/A354), B129(wall mounted)
- 11 are @ B115b, F110c, F110e
- 12 are @ B128b
- 13 are @ A109g and A110d (see above remarks)
Tricia Monaco, Interior Designer
9-12-12
September 6, 2012
01
Yarborough Development, Inc.
R. Lee Totty
lee.totty@yarborough.net
412-673-7620
412-673-7318
1) Addendum # 1, Item 1.3. Are the bids still due at 11:00 AM and opened
at 3:30 PM or due and opened at 3:30 PM?
2) I had asked to consider a 2 hour delay between the receipt of the
Base Bid and the Alternates, is that still under consideration?
3) I do not understand your response to my question on Reception Area G-102.
Detail 2/A 125A shows same as does the structural drawing.
Does G-102 get built under Alternate # 1?
R. Lee Totty
9/6/12
1. Bids will be extended to be received no later than 1:00pm on Tuesday September 18, 2012.
2. This request will not be granted due to the extension indicated in #1 above.
3. The District Office Addition and renovation work is only built as part of Alternate G-1. Include all of
your pricing for the District Office as well as the classroom wing addition in Alternate G-1.
Address
301 North Mercer Street
New Castle, PA 16101
Contact
Phone 724.652.5507
Fax 724.652-0751
www.EcklesGroup.com
PRE-BID REQUEST FOR INFORMATION
Project:
LHSD – HS Add’s & Alt’s
EAE Project No.:
09033.000
Contract No.:
1
09033.000 – _____
GC
Contract Type:
(circle one)
HC PC EC
TCC FSEC
Date: August 31, 2012
To: Mark Scheller, PM/Architect
mes@ecklesgroup.com
CC: jmp@ecklesgroup.com
ACC
EAE
Redirect to:
Date:
From:
Company Name:
Contact Person:
Ref: Section/
Drawing No.
A720
Volpatt Construction
Gary Monaco
E-mail Address:
Telephone:
No.
1.
gary@volpatt.com
412-942-0200
Fax:
412-942-0200
QUESTION
There are elevations for the east, west and south walls
of the Gym. What happens on the north wall?
2.
There are elevations for the west and south walls of the
Pool.
Signature:
What happens on the east and north walls?
Gary Monaco
No.
Date: August 31,2012
RESPONSE
1. Gym A105 - WEST Elev is to be similar of EAST Elev of Gym - (Note will be added to addendum to address this.)
- Drawing A320 & A320a - Tag 1/A720 shall be ADDED @ the WEST wall.
- Drawing A720 - WEST elev 8/A720 shall be omitted
- Drawing A320 & A320a - NORTH elev - tag 2/A720 similar shall be ADDED - Text shown shall be omitted @ SOUTH wall,
Horizontal stripe shall be continuous
2. Pool A106 - EAST elev shall be similar to WEST elev shown. Text shall be omitted, Horizontal stripe shall be continuous.
- Drawing A320a - Tag 4/A720 similar shall be ADDED @ EAST wall. Text shown shall be omitted @ EAST wall, Horizontal
stripe shall be continuous.
- Drawing A320a - Tag 3/A720 similar shall be ADDED @ NORTH wall.
Name:
Tricia Monaco, Interior Designer
Company:
Date:
Page 1 of 1
9-13-12
Address
301 North Mercer S treet
New Castle, PA 16 1 0 1
Contact
Phone 7 24. 6 5 2. 55 0 7
Fax 724.652- 07 5 1
www.EcklesGroup.com
PRE-BID REQUEST FOR INFORMATION
Project:
LHSD – HS Add’s & Alt’s
Date: August 30, 2012
EAE Project No.:
09033.000
Contract No.:
09033.000 –
To: Mark Scheller, PM/Architect
mes@ecklesgroup.com
CC: jmp@ecklesgroup.com
GC
Contract Type:
(circle one)
HC PC EC
TCC FSEC
From:
ACC
EAE
Redirect to:
Date:
Company Name: Northeast Interior Systems, Inc.
E-mail Address: ndenbleyker@neis.cc
Contact Person: Neil DenBleyker
Telephone: 315-622-3121 Ext. # 122
Ref: Section/
Drawing No.
A322, SDA-6
No.
1.
Fax: 315-622-3103
QUESTION
There are no details or elevations for the Circulation Desk in C202. Please provide.
Signature:
Date:
No.
RESPONSE
See Addendum SD drawing for elevs.
- Front of Desk shall reference – Elev 37/A342 similar
- Ends shall reference – Elev 35/A342 similar
- Elev shall be provided for work side of desk
Name:
Company:
Tricia Monaco
Eckles Architecture
Date: 9-13-13
Page 1 of 1
Address
301 North Mercer S treet
New Castle, PA 16 1 0 1
Contact
Phone 7 24. 6 5 2. 55 0 7
Fax 724.652- 07 5 1
www.EcklesGroup.com
PRE-BID REQUEST FOR INFORMATION
Project:
LHSD – HS Add’s & Alt’s
Date: August 30, 2012
EAE Project No.:
09033.000
Contract No.:
09033.000 –
To: Mark Scheller, PM/Architect
mes@ecklesgroup.com
CC: jmp@ecklesgroup.com
GC
Contract Type:
(circle one)
HC PC EC
TCC FSEC
ACC
From:
EAE
Redirect to:
Date:
Company Name: Northeast Interior Systems, Inc.
E-mail Address: ndenbleyker@neis.cc
Contact Person: Neil DenBleyker
Telephone: 315-622-3121 Ext. # 122
Ref: Section/
Drawing No.
A721
No.
1.
Fax: 315-622-3103
QUESTION
Please provide a profile or detail for the wood trim at the Presentation Wall on the south wall of
Cafeteria C103 at elevation 2/A721. Also verify the trim locations, i.e. the one side of the elevation
as shown, the entire perimeter of the presentation wall, or at all areas between the various tackboard
types.
Signature:
Date:
No.
RESPONSE
See Addendum SD drawing for details
Name:
Company:
Tricia Monaco
Eckles Architecture
Date: 9-13-13
Page 1 of 1
As indicated on the HC drawings the lintel and opening shall be provided by the H.C.
Fume hoods do not need explosion proof switches (spray booth hoods do need explosion proof switches.
Tricia Monaco, Interior Designer - Eckles Architecture
9-13-13
1. Fume hoods should be provided as pre-wired.
2. Pre-piping is required
Tricia Monaco, Interior Designer - Eckles Architecture
9-13-13
Fume hoods must have factory installed fans--as coordinated during the design
Tricia Monaco, Interior Designer - Eckles Architecture
9-13-13
Polyresin liners are acceptable.
Tricia Monaco, Interior Designer - Eckles Architecture
9-13-13
1. No this cannot be waived.
2. No this cannot be waived.
Tricia Monaco, Interior Designer - Eckles Architecture
9-13-13
See upcoming addendum
A site visit is recommended or provide estimated bid quantity
See upcoming addendum
See past addendum
There is no stone on the project and should be
removed by addendum.
A site visit is recommended or provide
estimated bid quantity.
Openings between materials that must be closed to eliminate penetration
of water.
The responsibilities are covered
in the notes on M001, details on
M404, and in the specification
Refer to HVAC demolition note #33
Review existing condition drawings made available at Printscape for viewing. If information is not included on these
drawings, inform Eckles.
This drawing does not exist and is not applicable to the project. This was clarified in Addendum 2.
Download