Upload
others
View
0
Download
0
Embed Size (px)
Citation preview
Date: April 22, 2020
RE: Addenda #5: Site Improvements at Pike _________________________________________________________________________________________________
To All Bidders:
Thank you for your interest in bidding on the referenced Stark Metropolitan Housing Authority project. This addenda modifies and shall become part of the original Invitation for Bid (IFB) and is hereby made part of the bidding documents.
The addenda items are intended to supplement, clarify or correct parts of the IFB package and shall take precedence over items corrected and shall be of equal value with items supplemented or clarified.
Please remember to acknowledge Addenda #4 in your quote submittal!
LaTia Pempsell Procurement & Contracting Specialist
Addenda Items:
1. Contractors should include costs for both perimeter and interior water proofing.
2. The bid due date has been extended. The bid opening will be held on May 1, 2020.
SMHA will determine which method will be used after awarding a contract.
3200 Euclid Avenue, Cleveland, Ohio 44115 www.cityarch.com
P 216.881.2444
QUESTION RESPONSE
PIKE / MAHONING HOMES WATERPROOFING (#19055) April 14, 2020
BIDDING QUESTION RESPONSE
Questions and Responses
1. With everything going on regards to COVID-19, I’m sure you don’t have a start date/finish date,
but what about a duration of project?
a. Duration of project shall be 6 months from Notice to Proceed. Phase construction and
construction duration is outlined in specification section 011000 – 1.5.
2. Will you be submitting pictures of the project site (basement)?
a. Yes, pictures were released with Addendum #3 by SMHA.
3. Sump pump, what units already have a sump pump?
a. All single homes (9 buildings) have an existing sump pump. All duplex homes (15
buildings) have an existing sump pump on one side of duplex only.
4. Sump pump, what electric supply will be needed for the units?
a. At existing locations, the existing power supply can be reused. At new locations, and
existing outlet is in the area of the new pump installation to be used.
5. Structural repairs needed on existing CMU walls, I did not see any structural drawings, just
scope of work “tuck-point cracks”. Any idea on amount of damage and what units?
a. Structural drawings are provided with this response including notes on necessary repair
quantities for the bid.
6. Any specific paint/seal product?
a. Provide UGL Drylok Extreme Waterproofer paint or similar product.
7. Will contractor have clear access to work site (basement, stairs, exterior)?
a. Yes, contractor will have access to side entrance with stair direct to the basement for
interior work. Units will remain occupied during construction; access must be
coordinated with owner and residents for duration of work.
8. Who is responsible for moving basement equipment away from work area prior to work
commencement? Per Note 7 on Page A1.1? “reinstall”
a. Contractor shall be responsible for disconnecting and moving the equipment as
necessary to complete the work, refer to Note D3 on sheet AD1.1.
9. What type of soil can be expected around the foundation per Alternate #3?
a. Soil conditions around foundations are unknown.
10. Do you have new bidding documents for these projects? Bidding documents only say Materials,
Labor and total cost. They should have listed alternates on them.
a. Revised bid sheet is provided by SMHA as part of this addendum.
Page 2 April 14, 2020 Pike / Mahnoning Homes Waterproofing (#19055) Question Response
City Architecture
1. Project will be submitted for building permit when schedule becomes defined for contractors to
access site given the current COVID-19 health emergency.
2. As an approved equal, Pioneer Basement Solutions Interior Water Pressure Relief System is
acceptable.
3. Included is a revised drawing title sheet updating all pages current release dates.
Additional Information
11. How many Tabs should be included in the bid 13 (pg 9) or 14 (pg 10)?a. There are 14 tabs as shown on page 10 and the Form of Bid.
PIKE / MAHONING HOMES WATERPROOFING1400 PIKE STREET ALLIANCE, OHIO 44601 ADDENDUM #4 - APRIL 14, 2020
EARTH
DS
FD
X
ROOMNAME
XXX
XXXX
XXX0'-0"
STEEL
CONCRETE
BRICK
PLYWOOD
WOOD-ROUGH
WOOD-FINISH
POROUS FILL
RIGID INSULATION
BATT INSULATION
ROOM NAME ANDNUMBER
DOOR NUMBER
REVISION
ELEVATIONTARGET
DOWNSPOUT
FLOORDRAIN
VENT
XSN
X
XX.X
XXX.X
SHT. WHERE ELEVATIONLOCATED
ELEVATION DESIGNATION
SECTION &DETAIL
ELEVATION
(INTERIOR)
XX.X
(EXTERIOR)
SECTION DESIGNATION
SHT. WHERE SECTIONLOCATED
DOOR SIZE00X00
XXXXXXXX
FLOORTRANSITION
TOILETACCESSORY
TAGS
X00
X00
X00X00
XX
WINDOW SIZE0'X0'
CODED NOTES
WINDOW NUMBER
134"
DIMENSIONSDIMENSION OF NEWCONSTRUCTION
134" DIMENSION OF EXISTINGCONSTRUCTION (V.I.F.)
BXX
WXX
ADJ. ADJACENTA.F.F. ABOVE FINISH FLOORALLOW. ALLOWANCEALT. ALTERNATEALUM. ALUMINUMAPPROX. APPROXIMATELYARCH. ARCHITECTURALB&B BALLED & BURLAPPEDBD. BOARDBLDG. BUILDINGBLK. BLOCKBLKG. BLOCKINGBM. BEAMBRG. BEARINGBTW. BETWEENB.O. BOTTOM OFC.B. CATCH BASINC.J. CONTROL JOINTC.L. CENTER LINECLG. CEILINGCLOS. CLOSETCMU CONCRETE MASONRY
UNITCOL. COLUMNCOL'S. COLUMNSCOMP. COMPRESSIBLECONC. CONCRETECONT. CONTINUOUSCONSTR. CONSTRUCTIONCOORD. COORDINATECTR.A. CENTERDET. DETAIL(S)DIA. DIAMETERDIAG. DIAGRAMDIM'S. DIMENSIONSDN. DOWNDS DOWNSPOUTDWG.(S) DRAWING(S)EA. EACHEIFS EXTERIOR INSULATION FINISH SYSTEME.J. EXPANSION JOINTEJECT. EJECTIONELEV.(S) ELEVATION(S)ELEC. ELECTRICALETC. ET CETERAE.T.R. EXISTING TO REMAINEQ. EQUALEWC. ELECTRICAL WATER
COOLEREX'G EXISTING
EXIST. EXISTINGEXP. EXPANSIONEXT. EXTERIORFE. FIRE EXTINGUISHERFEC. FIRE EXTINGUISHER
CABINETF.D. FLOOR DRAINF.F. FINISH FLOORFIN. FINISHFLR. FLOORF.R.T. FIRE RETARDANT
TREATEDFT. FEET, FOOTFTG. FOOTINGGALV. GALVANIZEDG.C. GENERAL
CONTRACTORGL. GLASSGLZ. GLAZINGGSF GROSS SQUARE FEETGWB GYPSUM WALL BOARDGYP. GYPSUMH.A. HEAVY DUTYHT. HEIGHTH.M. HOLLOW METALHORIZ. HORIZONTALHP. HIGH POINTINFO. INFORMATIONINSUL. INSULATIONINT. INTERIORJAN. JANITOR'SJT. JOINTKIT. KITCHENL. LENGTHLAM. LAMINATELAV. LAVATORYLWT. LIGHTWEIGHTMFR. MANUFACTURERMAS. MASONRYMATL. MATERIALMAX. MAXIMUMMDO MEDIUM DENSITY
OVERLAYMDF MEDIUM DENSITY
FIBERBOARDMECH. MECHANICALMTL. METALMIN. MINIMUMM..A. MANUFACTURED
MASONRY UNITM.O. MASONRY OPENING
M.A. MIDPOINTMTD. MOUNTEDN.I.C. NOT IN CONTRACTNOM. NOMINALNSF NET SQUARE
FOOTAGENTS NOT TO SCALEO/ OVERO.C. ON CENTERO.D. OUTSIDE DIAMETERO.H. OVERHEADOSB ORIENTED STRAND
BOARDPERF. PERFORATEDP.LAM. PLASTIC LAMINATEPLUMB. PLUMBINGPLYWD. PLYWOODPR. PAIRPRE-FIN. PRE-FINISHEDPSF POUND/SQUARE FOOTP.T. PRESSURE TREATEDPTD. PAINTEDR RISERRAD. RADIUSR.D. ROOF DRAINREF. REFER TOREFL. REFLECTEDREINF. REINFORCEDREQ'D. REQUIREDRCP. REFLECTED CEILING
PLANR. ROOF LEADERRM. ROOMR.O. ROUGH OPENINGRTU ROOF TOP UNITQTY QUANTITYSCW SOLID CORE WOODSECT. SECTIONSEW. SEWAGES.F. SQUARE FEETSHT. SHEETSIM. SIMILARSPECS. SPECIFICATIONSS.S. STAINLESS STEELS.S.M. SOLID SURFACE
MATERIALSTD. STANDARDSTL. STEELSTN'D. STAINEDSTOR. STORAGE
STRUCT. STRUCTURALSUSP. SUSPENDEDTBD TO BE DETERMINEDTHK. THICKTLT. TOILETT.O. TOP OFT TREADT&G TONGUE & GROOVETYP. TYPICALU.L. UNDERWRITERS
LABORATORYU.N.O. UNLESS NOTED
OTHERWISEV.B. VAPOR BARRIERT. VERTICALV.I.F. VERIFY IN FIELDW. WIDTHW/ WITHW/O WITHOUTWD. WOODW.P. WORK POINT/FT PER FOOT@ AT& AND° DEGREEØ DIAMETER± PLUS OR MINUS
ARCHITECTURAL ABBREVIATIONS
ISSUE
SEALLEGEND
WALL CABINET WIDTH
BASE CABINET WIDTH
August L. Fluker Jr., #9209930Expiration Date 12/31/2021
INFO
DRAWING INDEX
NORTH
PROJECT LOCATION
PROJECT TEAMOWNER:
STARK METROPOLITAN HOUSINGAUTHORITY400 TUSCARAWAS STREET E., CANTON, OHIO 44702PHONE: (330) 454-8051
ARCHITECT:
CITY ARCHITECTURE, INC.3200 EUCLID AVENUE, CLEVELAND, OHIO 44115PHONE: (216) 881-2444
CIVIL ENGINEER:
RIVERSTONE3800 LAKESIDE AVENUE, SUITE 100, CLEVELAND, OHIO 44114PHONE: (216) 491-2000
STRUCTURAL ENGINEER:
CSCPE ENGINEERING23424 COMMERCE PARK ROAD, BEACHWOOD, OHIO 44122PHONE: (216) 763-2505
LANDSCAPE ARCHITECT:
BOULEVARD STUDIOS592 VALLEY BROOK LANE, MACEDONIA, OHIO 44056PHONE: (440) 821-7704
PROJECT NO.19055
Copyright C 2020
# SHEET NAME DATE REVISED
TITLE SHEETST0.0 TITLE SHEET 2020-04-01 -T0.1 ALTERNATES, CODE REVIEW, AND GENERAL NOTES 2020-04-01 -
SITEAS1.0 ARCHITECTURAL SITE PLAN 2020-04-01 -
CIVILC1.01 TITLE PAGE 2020-04-01 -C2.01 EXISTING CONDITIONS 2020-04-01 -C2.02 SITE DEMOLITION PLAN 2020-04-01 -C3.01 SITE PLAN 2020-04-01 -C4.01 UTILITY PLAN 2020-04-01 -C4.02 UTILITY PLAN 2020-04-01 -C5.01 NOTES & DETAILS 2020-04-01 -C6.01 ABBREVIATED SWPPP 2020-04-01 -C6.02 ABBREVIATED SWPPP 2020-04-01 -C6.03 ABBREVIATED SWPPP 2020-04-01 -C6.04 ABBREVIATED SWPPP 2020-04-01 -
LANDSCAPEL1.1 LANDSCAPE PLAN 2020-04-01 -L1.2 LANDSCAPE NOTES AND DETAILS 2020-04-01 -
ARCHITECTURALAD1.1 BASEMENT DEMOLITION PLANS 2020-04-01 -A1.1 BASEMENT PLANS 2020-04-01 -A1.2 ROOF PLANS 2020-04-01 -A1.3 ROOF PLANS 2020-04-01 -A1.4 ROOF PLANS 2020-04-01 -A4.1 BASEMENT SECTIONS 2020-04-01 -A4.2 GUTTER PROFILES 2020-04-01 -A9.1 EXISTING PHOTOGRAPHS 2020-04-08 -A9.2 EXISTING PHOTOGRAPHS 2020-04-08 -A9.3 EXISTING PHOTOGRAPHS 2020-04-08 -A9.4 EXISTING PHOTOGRAPHS 2020-04-08 -
STRUCTURALS1.1 STRUCTURAL NOTES 2020-04-14 -S1.2 STRUCTURAL DETAILS 2020-04-14 -
PROJECTSITE
Issue:
2020-04-01 BID/PERMIT SET
PIKE ST
NOBLE ST
N M
AH
ON
ING
AVE
OA
K A
VE
GR
EEN
AVE
2020-04-14 ADDENDUM #42
2020-04-08 PHOTOS1
X:\2
019\
1905
5 - S
MHA
Pik
e M
ahon
ing\
35-C
D\Dr
awin
gs\T
0.0.
dwg,
T0.
0, 4
/15/
2020
9:3
3:10
AM
SECTION A: TUCK POINTING1. GENERAL
1.1 WORK INCLUDESA. Base Bid:
1. General Contractor provide:a. Establish construction zone protection, building protection and adjacent site protection.b. Replace fractured and/or spalled masonry units where shown on drawings.c. Cut and tuck point existing mortar joints where shown on drawings.
1.2 QUALITY ASSURANCEA. Masonry restoration contractor shall have not less than five years documented experience doing work specified herein. B. Workmen shall be experienced in use of equipment on this project. Contractor shall use full-time foreman who has minimum of three years of experience in all phases of masonry restoration used in this project.
1.3 REGULATORY REQUIREMENTSA. Contractor shall comply with the requirements of EPA regulations, OSHA regulations, and all applicable State and local government regulations governing work within this specification.B. Building Code Requirements for Masonry Structures (ACI 530-92/ASCE 5-92/TMS 402-92).
1.4 SUBMITTALSA. Proof of experience requirement for firm doing the actual work.B. Submit manufacturer's product data.
1.5 DELIVERY, STORAGE, AND HANDLINGA. Deliver products to site.B. Store and protect products.
1.6 EXISTING SITE CONDITIONSA. Examine the existing wall areas to be repaired. The exact amount of work to be performed can only be established by a thorough examination of the site. #1112-03 Tuck Pointing & Painting
1.7 WARRANTIESA. Warrant for a period of one year the masonry repairs against:
1. Loss of bond between mortar and masonry units.
2. PRODUCTS2.1 MATERIALS
A. Mortar: ASTM C270, Type N, match existing in color:1. Water shall be potable, clean and free from acids, alkalies, or organic materials.2. Sand shall conform to ASTM C144, and shall be hard, sharp, clean, well graded, and free of organic material.3. Lime shall conform to ASTM C207, type S, Hydrated lime for Masonry Purposes. Air entrained lime shall not be used.4. Cement shall conform to ASTM C150, type II Portland Cement. It shall not contain more than 0.6 percent alkali to avoid efflorescence. Air entrained mortar shall not be used.5. The use of admixtures will not be permitted without the prior written approval of Architect/Engineer.
B. Expansion Joint Sealants:1. Sealant material shall be a one component exterior type urethane non-sag (gun) grade with elasticity to provide +25% movement
capability. Color of sealant shall match existing mortar color. Comply with Federal Specification TT-S-00230C, Type II, Class A. Acceptable manufacturers:
a. Tremco, DyMonicb. SIKA Corporation, Sikaflex-1a.c. Sonneborn Building Products, Sonolastic NP-1.
2. Backer rod shall be round polyethylene closed-cell foam of such diameter to assure compression when placed, and be compatible with the sealant selected.
C. Cleaning Agents1. Acceptable manufacturers:
a. ProSoCob. Hydrozoc. Diedrich
3. EXECUTION3.1 ENVIRONMENTAL REQUIREMENTS #1112-03 Tuck Pointing & Painting
A. Do not lay masonry or stonework, repoint, install sealant, wash down, or wet surfaces, when temperature may drop below 40oF within 24 hours.
3.2 PREPARATIONA. Protect existing adjacent windows, roofing and coping from damage due to repair operations.B. Protect elements surrounding the work of this section from damage or disfiguration. C. Protect parking lot surface, sidewalks below the work area.D. Protect roof membrane and flashings from damage. Use plywood panels to protect roofing from punctures and other damage.E. Where materials are attached to the masonry (such as roof flashing, downspouts and collectors, etc) temporarily remove same to sufficiently allow access to the masonry for required work. Re-attach or re-install at end of project. Provide new attachment hardware where missing, finished to match existing. Repair to existing condition any damage to such materials caused by this Contractor, or replace with like kind.
3. 3 REPOINTINGA. Remove existing construction.
1. Remove the damaged or fractured existing mortar joints to a minimum depth of 1", or as much as may be necessary to reach sound material. Take care to avoid damaging existing masonry units or enlarging width of joints. Mechanical tools such as saws or impact hammers will be permitted only on specific written approval of Architect/Engineer and demonstrated ability by operators to use without damage to masonry.2. Repair or replace existing masonry units damaged by cutting, spalling and chipping caused by routing operations.3. Thoroughly remove loose material from joints using a hose stream under normal pressure or by low-pressure compressed air.4. Repair existing masonry units that are cracked or fractured.5. Final preparation of the joint shall be done by hand.
B. Preparation. 1. Mortar mixing.
a. Mortar should be mixed carefully to obtain uniformity of visual and physical characteristics, and comply with ASTM-C270.b. Material proportions by volume to produce type N minimum strength:
1. One part cement, one part lime, 6 parts sand.c. Thoroughly mix lime, Portland Cement and sand prior to adding water. #1112-03 Tuck Pointing & Painting
d. Add one half the water volume and mix for 5 minutes. Remaining water should be added in small amounts until desired consistency is reached.e. Mortar should be used within 30 minutes of final mixing.f. Re-tempering is not permitted.
C. Filling the joints.1. After carefully routing and cleaning joints, wet joints thoroughly and then apply fresh re-pointing mortar. Allow water to soak into joints, but joints shall not be visibly wet with standing water during tuck pointing.2. Fill mortar joints in layers not over 1/4" thick with each layer applied with pressure as soon as previous layer has partially dried. Do not tool each layer smooth; leave surface rough to help bond of subsequent layers. Compress the final packing as much as possible to completely fill joint. Compact joints solidly before final tooling.3. Tool joints concave to match existing. Take care to not spread mortar over edges of brick onto exposed surfaces. Do not featheredge mortar. Cure mortar by maintaining in a damp condition for 5 days.4. Allow mortar to fully harden for 10 days after completion of work.5. Thoroughly clean exposed masonry surfaces of excess mortar and foreign matter using stiff nylon or bristle brushes and cleaning agent.
3.4 CLEANING-GENERALA. Promptly as work proceeds and upon completion, remove excess mortar, smears, efflorescence and droppings.
1. Before cleaning verify that all mortar joints in area to be cleaned have been repointed and are sufficiently hard for cleaning.2. Test areas to be cleaned to determine the most effective cleaning method starting with the gentlest means possible utilizing brush and water wash at low to medium pressure. If alkaline or acidic cleaning methods are necessary, mask off areas below to protect finishes that may be damaged by chemical cleaners.3. Start cleaning at the lowest designated wall area and proceed to the top of the wall always keeping surfaces wet below the area being cleaned and rinse frequently to reduce the potential for streaking.4. After the designated area has been cleaned, wash down the wall areas below.5. The use of abrasive cleaning will not be permitted.
B. Clean adjacent and adjoining surface of marks arising out of execution of work of this section.C. At end of each days work, sweep up and remove sand, mortar droppings, dust, dirt, debris, and rubbish.D. At completion of this work, remove all construction aids and insure that all sand, mortar droppings, debris, and rubbish have been removed.
What to Repoint
Conditions that require repointing include:
mortar erosion exceeding 1/4 in. (6.4 mm.)
crumbling mortar
mortar with voids
hairline cracks in the mortar
cracks between the block and mortar.
Visual observation in combination with light scrapingwith a metal tool can detect cracked, spalled and friablemortar joints. This is the most common means of determiningareas to be repointed.
Repointing Mortar
The strength, composition and color of the existing mortarshould be considered when selecting a repointing mortar.
Strength. To avoid irreparable block damage, the compressivestrength of the repointing mortar should be similarto or weaker than the compressive strength of theoriginal mortar. Under load, a stronger repointing mortarwill deform less than a weaker original mortar, causingthe load to be concentrated on the thin strip of strongerrepointing mortar. This stress concentration can lead tospalling of the block face. The block is loaded byits self-weight and any externally applied loads present.In addition, the block is subjected to internalloads due to its thermal expansions and contractions andthe shrinkage of the repointing mortar.Matching compressive strengths of the original and therepointing mortar may be done by matching mortar materialproportions.
Mortar:
Masonry shall have a minimum compressive strength(f'm)=1500 psi unless noted otherwise.
Water for repointing mortar should be clean andpotable and should be free of deleterious amounts ofacids, alkalies or organic materials.
Additives. In general, the use of chemical additives inthe repointing mortar mix should be avoided.
Mortar Preparation and Placement:The repointing mortar should be prepared and placed inaccordance with the procedures given in Technical Note7F and the repointing appendix of ASTM C 270.Prehydration of the repointing mortar is a very importantstep in the process, as prehydration helps avoid excessiveshrinkage of the repointing mortar. Removal ofdefective mortar and cleaning of the joint prior to repointingare necessary for successful performance of therepointing mortar. The depth of mortar removal shouldequal or exceed two times the mortar joint thickness.Proper layering and compaction of the repointing mortarhelps develop bond with the adjacent block and mortar.
Typically, repointing mortar will be Type S.The proportions of portland cement and lime for Type S mortarshould be in accordance with ASTM C 270, StandardSpecification for Mortar for Unit Masonry ASTM C270Type "S" mortar with a minimum compressive strength of 1800 psishall be used for all masonry.
NOTE: 300 LINEAR FEET OF TUCKPOINTING REQUIRED PERAPARTMENT UNIT. PROVIDE "CRACKED WALL" REPAIR (CASE1, 2 OR 3 TO BE DETERMINED IN FIELD PER UNIT) ON ALLINTERIOR FACE OF 2 WALLS OF EVERY BASEMENT.
PIKE
/ M
AHO
NIN
G H
OM
ESW
ATER
PRO
OFI
NG
STAR
K M
ETR
OPO
LITA
N H
OU
SIN
G A
UTH
OR
ITY
ALLI
ANC
E, O
HIO
446
0114
00 P
IKE
STR
EET
3200 Euclid AvenueCleveland, Ohio 44115
phone.216.881.2444
www.cityarch.com
Project Number:
19055
Copyright C 2020
Sheet Number:
Issue:
2020-04-01 BID/PERMIT SET
S1.1
STRUCTURALNOTES
2020-04-14 ADDENDUM #42
2
X:\2
019\
1905
5 - S
MHA
Pik
e M
ahon
ing\
35-C
D\Dr
awin
gs\S
1.1.
dwg,
S1.
1, 4
/14/
2020
2:5
1:28
PM
REPAIR DETAIL
BASEMENT WALL ELEVATIONCASE No. 3 - CRACKED WALL
DISTRESSED CONDITION
S E C T I O N 11/4" = 1'-0
S E C T I O N 11/4" = 1'-0
OPTION 1 OPTION 2
REPAIR DETAIL
BASEMENT WALL ELEVATIONCASE No. 2 - CRACKED WALL
DISTRESSED CONDITION
BASEMENT WALL ELEVATIONCASE No. 1 - CRACKED WALL
REPAIR DETAIL
DISTRESSED CONDITION
PIKE
/ M
AHO
NIN
G H
OM
ESW
ATER
PRO
OFI
NG
STAR
K M
ETR
OPO
LITA
N H
OU
SIN
G A
UTH
OR
ITY
ALLI
ANC
E, O
HIO
446
0114
00 P
IKE
STR
EET
3200 Euclid AvenueCleveland, Ohio 44115
phone.216.881.2444
www.cityarch.com
Project Number:
19055
Copyright C 2020
Sheet Number:
Issue:
2020-04-01 BID/PERMIT SET
S1.2
STRUCTURALDETAILS
2020-04-14 ADDENDUM #42
2
X:\2
019\
1905
5 - S
MHA
Pik
e M
ahon
ing\
35-C
D\Dr
awin
gs\S
1.1.
dwg,
S1.
2, 4
/14/
2020
2:5
1:10
PM
FORM OF BID
B1.0 Submittal Checklist:
B1.1. Instructions: THIS FORM IS MANDATORY AND SHALL BE FULLY COMPLETED AND SUBMITTED UNDER TAB 1 OF THE BID SUBMITTAL. Unless otherwise specifically required, the items listed below shall be completed and included in the bid submittal. Descriptions of each requirement can be found in Section 5.0 Form of Bid. Do not omit any tabs, if the information requested does not apply please put “Not Applicable” under the accompanying tab in the submittal. FAILTURE TO SUBMIT ALL REQUIRED INFORMATION MAY RESULT IN DISQUALIFICATION OF THE BID SUBMITAL FROM CONSIDERATION FOR AWARD. Complete this form by marking an “X”, where provided, to verify that the referenced completed form or information has been included within the “hard copy” bid submittal submitted by the Bidder. Submit one (1) unbound original (the “hard copy”) and one (1) electronic copy (Flashdrive) of the following documents:
X Tab # Documents Required in Submittal Attachments
1 Form of Bid B 2 Bid Fee Sheet (including acknowledgement of Addenda & HUD Forms) C 3 Bid Bond Template D 4 Bidder’s Certification Form E 5 Section 3 Documentation F/G/H 6 Small Business (SWMBE) Utilization Plan I 7 List of Past Performance/Experience/Client Information J 8 List of Sub-Contractors/Joint Venture Information K 9 Copy of Business License - 10 Copy of Insurance Certificate - 11 Copy of Workman’s Compensation Certificate - 12 Contractor Profile Form L 13 Vendor Registration Forms & W-9 M
B1.2 By signing below, the Bidder agrees that all of the aforementioned Tabs have been included in their bid submittal, and acknowledge that any of the required information, including this page, omitted from the bid submittal may result in their bid being disqualified from consideration for award.
_______________________________________ _______________
Signature Date
R Non-Collusive Affidavit14
Attachment B
Attachment C
BID FEE SHEET C1.0 Costs to perform ALL work including alternates (as detailed in the Attachment A).
Material $__________________________
Labor $__________________________
Total Cost $__________________________
Material $__________________________
Labor $__________________________
Total Deduct 2 Cost $__________________________
Material $__________________________ Labor $__________________________ Total Deduct 3 Cost $__________________________
$__________________________
$__________________________ Material
Labor $__________________________
Deduct 1: Remove Yard Drains
Deduct 2: Remove Roofing
Deduct 3: Remove Perimeter Waterproofing in lieu of Interior Waterproofing
C2.0 Discount
C2.1 Discount offered for early payment: _______% if invoice paid within _______ days of properly submitted invoice as stated in the IFB.
(Total cost of entire project)
Total Deduct 1 Cost
Costs shall be fully burdened.
$__________________________ Material
Labor $__________________________ Total Deduct 4 Cost $__________________________
Deduct 4: Remove Enhanced Plantings
C5.0 Addenda Acknowledgements: Any addenda issued by SMHA shall be acknowledged with a signature and date. All addenda will be posted on the SMHA website. It is the responsibility of the Bidder to find, read, and acknowledge these addenda as they will be incorporated here as a part of this solicitation and any resulting contract.
C5.1 Addendum #1 _______________________ Date ________________________
C5.2 Addendum #2 _______________________ Date ________________________
C5.3 Addendum #3 _______________________ Date ________________________
C5.4 Addendum #4 _______________________ Date ________________________
C6.0 Company Name/Contact Information
C6.1 Company Name: _______________________________________________________
C6.2 Address: _____________________________________________________________
C6.3 Phone: _______________________________________________________________
C6.4 Email: _______________________________________________________________
C6.5 Authorize Agent Signature: _____________________________________________
C6.6 Authorize Agent Name (Printed): _________________________________________
C3.0 Section 3 Priority: Bidders shall identify below with an “x” any and all applicable Section 3 Priorities for their company, as defined in Attachment H. If no Priority applies, mark “NONE”.
C3.1 ________ Priority I
C3.2 ________ Priority II
C3.3 ________ Priority III
C3.4 ________ Priority IV
C3.5 ________ Priority V
C3.6 ________ Priority VI
C3.7 ________ Priority VII
C3.8 ________ NONE
C4.0 HUD Form Acknowledgements: The HUD Forms referenced below shall be acknowledged with a signature and date. These Forms are included herein as Attachment N. It is the responsibility of the Bidder to read and acknowledge these Forms as they will be incorporated as part of any resulting contract.
C4.1 HUD 5369 _______________________
C4.2 HUD 5369-A _______________________
C4.3 HUD 5370 _______________________
Date ________________________
Date ________________________
Date ________________________