47
Renovations and Addition to Aronimink Elementary School Upper Darby School District 2513.03 ADDENDUM NUMBER 07 KCBA Architects 200622 00 9007-1 DOCUMENT 00 9007- ADDENDUM NUMBER 07 June 23, 2020 Re: Aronimink Elementary School From: Kelly Clough Bucher & Associates, Inc. 8 East Broad Street Hatfield, PA 19440 To: Prospective Bidders This Addendum forms a part of the Contract Documents and modifies the original Bidding Documents dated May 14, 2020 as noted below. Acknowledge receipt of this addendum in the space provided on the Form of Proposal. Failure to do so may subject the Bidder to disqualification. This Addendum consists of (47) forty seven pages including the following attachments: Bid Forms for GC, MC, PC, and EC, Sketch SKM-9, Drawings CS1701, CS2001, CS6002 and CS8001. INFORMATION AVAILABLE TO BIDDERS Aronimink Elementary School - Bid Opening Thu, Jun 25, 2020 2:00 PM - 4:00 PM (EDT) Please join my meeting from your computer, tablet or smartphone. https://global.gotomeeting.com/join/600162597 You can also dial in using your phone. United States: +1 (571) 317-3122 Access Code: 600-162-597 New to GoToMeeting? Get the app now and be ready when your first meeting starts: https://global.gotomeeting.com/install/600162597 Bidder RFI Questions: 1. Question: Can you confirm that we are required to both email and hand deliver hard copies of the bid? Response: Hard copies of the bid are not required to be hand delivered. They are required to be e-mailed to the two email addresses listed in the Invitation to Bid. All required Bonds and forms must accompany the emailed bid. Any checks or money orders must be physically mailed to the School District’s address listed on the Invitation to bid. 2. Question: 281300 – ACCESS CONTROL SYSTEM – a. Question: … the school district is installing an Avigilon Access Control Manager system in the school district under a separate contract. For a unified district wide system is Avigilon Access

Renovations and Addition to Aronimink Elementary School ... · Response: See re-issued sheet CS2001 in this addendum. CHANGES TO THE BIDDING REQUIREMENTS, CONTRACT FORMS AND CONDITIONS

  • Upload
    others

  • View
    0

  • Download
    0

Embed Size (px)

Citation preview

Page 1: Renovations and Addition to Aronimink Elementary School ... · Response: See re-issued sheet CS2001 in this addendum. CHANGES TO THE BIDDING REQUIREMENTS, CONTRACT FORMS AND CONDITIONS

Renovations and Addition to Aronimink Elementary School

Upper Darby School District

2513.03 ADDENDUM NUMBER 07 KCBA Architects

200622 00 9007-1

DOCUMENT 00 9007- ADDENDUM NUMBER 07 – June 23, 2020 Re: Aronimink Elementary School From: Kelly Clough Bucher & Associates, Inc.

8 East Broad Street Hatfield, PA 19440

To: Prospective Bidders This Addendum forms a part of the Contract Documents and modifies the original Bidding Documents dated May 14, 2020 as noted below. Acknowledge receipt of this addendum in the space provided on the Form of Proposal. Failure to do so may subject the Bidder to disqualification. This Addendum consists of (47) forty seven pages including the following attachments: Bid Forms for GC, MC, PC, and EC, Sketch SKM-9, Drawings CS1701, CS2001, CS6002 and CS8001. INFORMATION AVAILABLE TO BIDDERS

Aronimink Elementary School - Bid Opening

Thu, Jun 25, 2020 2:00 PM - 4:00 PM (EDT)

Please join my meeting from your computer, tablet or smartphone.

https://global.gotomeeting.com/join/600162597

You can also dial in using your phone.

United States: +1 (571) 317-3122

Access Code: 600-162-597

New to GoToMeeting? Get the app now and be ready when your first meeting starts:

https://global.gotomeeting.com/install/600162597

Bidder RFI Questions:

1. Question: Can you confirm that we are required to both email and hand deliver hard copies of the bid?

Response: Hard copies of the bid are not required to be hand delivered. They are required to be e-mailed to the two email addresses listed in the Invitation to Bid. All required Bonds and forms must accompany the emailed bid. Any checks or money orders must be physically mailed to the School District’s address listed on the Invitation to bid.

2. Question: 281300 – ACCESS CONTROL SYSTEM –

a. Question: … the school district is installing an Avigilon Access Control Manager system in the school district under a separate contract. For a unified district wide system is Avigilon Access

Page 2: Renovations and Addition to Aronimink Elementary School ... · Response: See re-issued sheet CS2001 in this addendum. CHANGES TO THE BIDDING REQUIREMENTS, CONTRACT FORMS AND CONDITIONS

Renovations and Addition to Aronimink Elementary School

Upper Darby School District

2513.03 ADDENDUM NUMBER 07 KCBA Architects

200622 00 9007-2

Control Manager an acceptable system? This system also uses the same open architecture hardware that is manufactured by Mercury Security.

Response: See bid alternate for this manufacturer added in this addendum.

b. Question: In the same contracted mentioned above the access control credentials and readers

are by Avigilon / Allegion AC-ING-READ-APTIQ-MULL-MT11 and AC-ING-READ-APTIQ-MULL-MT15. Access control credentials are AC-ING-CARD-APTIQ-XF9520. Are these readers and credentials acceptable?

Response: Yes

c. Question: Is Bosch B8512G or B9512G and compatible accessories acceptable alternates to the DMP intrusion system. If the access control system alternate of Avigilon is permitted then Bosch is the intrusion system that offers integration with Avigilon ACM.

Response: Yes

d. Question Is a Honeywell WAVE2 siren acceptable alternate to the DMP.:

Response: Yes

e. Question: The current version of Avigilon Control Center is Version 7 and Version 6 is EOL. Should this be Avigilon Control Center Enterprise Version 7? Response: Yes

3. Question: Addendum #6 revised the overall CFM’s on some of the unit ventilators per the floor plans, but did not revise the unit ventilator equipment schedule. Are we to base our pricing on the current schedule? Response: The CFM were revised because they did not match the UV schedule. They should now, so the question has been addressed.

4. Question: On sheet CS6002 there is a detail for retaining wall. There are no dimensions shown for footing or wall.

Response: See re-issued sheet CS6002 in this addendum.

5. Question: Please provide quantities for landscaping. Marks on landscape plan do not specify what variety each tree or shrub represents.

Response: See re-issued sheet CS2001 in this addendum. CHANGES TO THE BIDDING REQUIREMENTS, CONTRACT FORMS AND CONDITIONS OF THE CONTRACT 9007.1 DOCUMENT 00 4116.13 – BID FORM - STIPULATED SUM, GENERAL CONSTRUCTION

Replace the Bid Form with the Bid Form as attached to this Addendum.

Page 3: Renovations and Addition to Aronimink Elementary School ... · Response: See re-issued sheet CS2001 in this addendum. CHANGES TO THE BIDDING REQUIREMENTS, CONTRACT FORMS AND CONDITIONS

Renovations and Addition to Aronimink Elementary School

Upper Darby School District

2513.03 ADDENDUM NUMBER 07 KCBA Architects

200622 00 9007-3

9007.2 DOCUMENT 00 4116.16 – BID FORM - STIPULATED SUM, PLUMBING CONSTRUCTION

Replace the Bid Form with the Bid Form as attached to this Addendum.

9007.3 DOCUMENT 00 4116.19 – BID FORM - STIPULATED SUM, MECHANICAL CONSTRUCTION

Replace the Bid Form with the Bid Form as attached to this Addendum.

9007.4 DOCUMENT 00 4116.23 – BID FORM - STIPULATED SUM, ELECTRICAL CONSTRUCTION

Replace the Bid Form with the Bid Form as attached to this Addendum.

9007.5 Document 00 7343 – PENNSYLVANIA PREVAILING WAGE RATES Part 1.2 ADD: “Expiration of Rates – In the event of the expiration of the Prevailing Wage Rates after the

opening of bids, but before the award of the contract, Contractor agrees that a new determination shall be obtained from the Secretary of Labor and Industry, and Contractor will pay the rates in accordance with the new determination. Under such circumstances, Contractor shall not be entitled to an increase in the Contract Sum.”

9007.6 Section 00 8200 – SAFETY AND HEALTH MANAGEMENT PLAN – ARTICLE 13

Revise page 00 8200-3 of this section as added in Addendum 06 by changing “ Recommended Minimum Plan Protocols” to “Required Minimum Plan Protocols”.

9007.7 Section 01 2300 – ALTERNATES

Part 3.1 ADD: “S. Alternate No. 18: Access Control Manufacturer

1. Base Bid: Provide Access Control System manufactured by Lenel. 2. Alternate Bid: Provide Access Control System manufactured by Avigilon. 3. Scope: Alternate applies to Access Control System 4. As specified in Division 28 Section “Access Control System”.

CHANGES TO THE SPECIFICATIONS. 9007.1 Section 23 0515 – REMOVALS

Add the following as Section 1.4:

1.4 UNDERGROUND FUEL TANK REMOVAL:

A. Work shall be in compliance with regulations of Pennsylvania Department of Environmental protection, Pennsylvania State Labor & Industry, National Fire Protection Association and the United States Environmental Protection Agency. Applicable standards include, but may not be limited to: 1. Pennsylvania Storage Tank and Spill Prevention Act (No. 32-1989). 2. Commonwealth of Pennsylvania Flammable and Combustible Liquids

Handbook: Fire Marshall Division. 3. DEP ‘Guidance for Underground Storage Systems in Pennsylvania,

Closure/Change-in-Service, Site Assessment Remediation’. 4. NFPA Std. 30

Page 4: Renovations and Addition to Aronimink Elementary School ... · Response: See re-issued sheet CS2001 in this addendum. CHANGES TO THE BIDDING REQUIREMENTS, CONTRACT FORMS AND CONDITIONS

Renovations and Addition to Aronimink Elementary School

Upper Darby School District

2513.03 ADDENDUM NUMBER 07 KCBA Architects

200622 00 9007-4

5. EPA 40 CFR, Parts 280 and 281.

B. Submit the following to the Owner: 1. Manifest certifying tank disposal. 2. Manifest certifying contaminated material disposal. (If required) 3. Laboratory soil and water sample analysis. 4. Final closure report.

9007.2 Section 23 0515 – REMOVALS

Add the following as Section 3.1 under a new PART 3 - EXECUTION: 3.1 UNDERGROUND FUEL TANK REMOVAL PROCEDURES:

A. Notify authorities having jurisdiction of intent to commence excavation. B. Execute tank and underground piping systems to total exposure of all surfaces. C. Stockpile all excavated materials on impervious sheet liner. Cover all excavated

materials with same type of sheet liner to prevent precipitation infiltration and to eliminate runoff from stockpiled materials. Excavated materials shall remain in this condition until soil analysis are complete.

D. Provide methods for ground water removal from the excavation. All ground water

removal from the excavation shall be stored on site in sealed containers until water analysis are complete.

E. Perform soil and water analysis in accordance with authorities having jurisdiction. In

the absence of specific requirements from local authorities, perform the following minimum soil and water analysis:

1. Fuel Oil: Test for total petroleum hydrocarbons (TPH), EPA 418.1 or 8015. 2. Gasoline: Pertinent EPA Test.

F. Prepare tank and piping materials for transporting as follows:

1. Drain and flush all liquid from underground piping into the tank; pump all flammable liquid from the tank, use a hand pump or other device to remove all remaining product and/or sludge from the tank.

2. Excavate down to the top of the tank; remove fill tube, disconnect gage, product supply line, return and vent lines; remove all piping and conduits to the building line, unless noted otherwise.

3. Temporarily plug all tank openings and complete excavation; remove tank and place in secure location; block tank as required to prevent movement.

4. Purge residual vapors from tank in accordance with all federal, state and local regulations.

5. Ready and secure tank for transportation. G. Tank and piping materials shall be transported to an approved disposal site within

48 hours of removal. Provide traffic maintenance and control for duration of this procedure.

Page 5: Renovations and Addition to Aronimink Elementary School ... · Response: See re-issued sheet CS2001 in this addendum. CHANGES TO THE BIDDING REQUIREMENTS, CONTRACT FORMS AND CONDITIONS

Renovations and Addition to Aronimink Elementary School

Upper Darby School District

2513.03 ADDENDUM NUMBER 07 KCBA Architects

200622 00 9007-5

CHANGES TO THE DRAWINGS

9007.8 Drawing CS1701 – UTILITY PLAN Replace this drawing in its entirety with the drawing attached to this addendum.

9007.9 Drawing CS2001 – LIGHTING AND LANDSCAPE PLAN

Replace this drawing in its entirety with the drawing attached to this addendum.

9007.10 Drawing CS 6002 – SITE DETAILS Replace this drawing in its entirety with the drawing attached to this addendum.

9007.11 Drawing CS8001 – EROSION AND SEDIMENT CONTROL PLAN

Replace this drawing in its entirety with the drawing attached to this addendum.

9007.3 Drawing M1.0a – Lower Level Demolition Plan – Area “A” - HVAC Refer to sketch SKM-9 attached to this addendum for removal of existing underground fuel oil storage

tank.

END OF DOCUMENT 00 9007

Page 6: Renovations and Addition to Aronimink Elementary School ... · Response: See re-issued sheet CS2001 in this addendum. CHANGES TO THE BIDDING REQUIREMENTS, CONTRACT FORMS AND CONDITIONS

Renovations and Addition to Aronimink Elementary School

Upper Darby School District

2513.03 BID FORM – STIPULATED SUM – GENERAL CONSTRUCTION KCBA ArchitectsKCBA ArchitectsKCBA ArchitectsKCBA Architects

5.14.20 00 4116.13 - 1 Addendum 07

DOCUMENT 00 4116.13 - BID FORM - STIPULATED SUM - GENERAL CONSTRUCTION (INSTRUCTIONS): One copy of the Bid, the bid security and other required documentation shall be enclosed in an email to the party receiving bids at: [email protected] and [email protected]. The email shall be addressed to Mr. Joseph McGilvery and shall be identified as a sealed bid for Aronimink Elementary School, the bidders name and address, and the Contract for which the bid is submitted.

PROPOSAL FOR GENERAL CONSTRUCTION

Renovations and Addition to Aronimink Elementary School

Upper Darby School District

PROPOSAL SUBMITTED BY

_____________________________________________ (Name of Bidding Firm)

_____________________________________________

(Address)

_____________________________________________ THIS BID FORM SHALL NOT BE ALTERED IN ANY MANNER. ANY ALTERED BID FORMS SHALL BE CONSIDERED NON-RESPONSIVE AND WILL BE REJECTED. Deliver unopened bids to place and person indicated in the Invitation to Bidders. Deliver this proposal on or before date and prevailing local time indicated in the Invitation to Bidders. Bids will be opened and read at time and place indicated in the Invitation to Bidders. To the [Owner]:

1. The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an Agreement with OWNER in the form included in the Contract Documents, to complete all Work for Plumbing Construction as specified or indicated in the Contract Documents for the Contract Sum and within the Contract Time indicated in this Bid and in accordance with the Contract Documents for Aronimink Elementary School, in strict accordance with the Bidding Documents as prepared by KCBA Architects and all Addenda (if any) as indicated below.

2. BIDDER accepts all of the terms and conditions of the Instructions to Bidders, including without limitation, those dealing with disposition of Bid Security. Bids shall be irrevocable for one hundred and twenty (120) days after the actual day of opening thereof unless delayed by the required approval of another governmental agency, the sale of bonds or the award of a grant, in which case, Bids shall be irrevocable for 150 days after Bid opening. Extensions of the date for the award of contract may be

Page 7: Renovations and Addition to Aronimink Elementary School ... · Response: See re-issued sheet CS2001 in this addendum. CHANGES TO THE BIDDING REQUIREMENTS, CONTRACT FORMS AND CONDITIONS

Renovations and Addition to Aronimink Elementary School

Upper Darby School District

2513.03 BID FORM – STIPULATED SUM – GENERAL CONSTRUCTION KCBA ArchitectsKCBA ArchitectsKCBA ArchitectsKCBA Architects

5.14.20 00 4116.13 - 2 Addendum 07

made by the mutual written consent of Owner and the lowest responsible and responsive Bidder. BIDDER will sign the Agreement and submit the Contract Security and other documents required by the Contract Documents within ten (10) days after the date of OWNER'S Notice of Award.

3. In submitting this Bid, BIDDER represents, as more fully set forth in the Agreement, that: a. BIDDER has carefully examined copies of the Contract Documents, Advertisement or

Invitation to Bid, and the Instructions to Bidders. Additionally the Bidder hereby acknowledges receipt of the following addenda:

ADDENDUM NO._____ DATED ____________ ADDENDUM NO._____ DATED ____________

ADDENDUM NO._____ DATED ____________ ADDENDUM NO._____ DATED ____________

ADDENDUM NO._____ DATED ____________ ADDENDUM NO._____ DATED ____________

ADDENDUM NO._____ DATED ____________ ADDENDUM NO._____ DATED ____________

ADDENDUM NO._____ DATED ____________ ADDENDUM NO._____ DATED ____________

ADDENDUM NO._____ DATED ____________ ADDENDUM NO._____ DATED ____________

b. BIDDER has examined the site and locality where the Work is to be performed, the legal requirements (federal, state, and local laws, ordinances, rules and regulations) and the conditions affecting cost, progress or performance of the Work and has made such independent investigations, as BIDDER deems necessary. Failure to visit the project site shall be no reason for future request for additional compensation or costs of any kind.

4. The BIDDER agrees to perform the various items of Work for General Construction for the following Lump Sum:

Base Bid:

________________________________________________________________________________Dollars. (Words)

($____________________________________________________________________________________) (Figures)

ALTERNATES The Bidder agrees that the Owner shall have the right to accept or reject any or all of the following alternates, which acceptance or rejection shall enter into the determination of the low bidder. The bidder agrees that the Contract Time shall not be increased on account of the acceptance of any one or combination of alternates unless specifically stated in such Alternate descriptions. The Bidder agrees that the Owner shall have the right to accept

Page 8: Renovations and Addition to Aronimink Elementary School ... · Response: See re-issued sheet CS2001 in this addendum. CHANGES TO THE BIDDING REQUIREMENTS, CONTRACT FORMS AND CONDITIONS

Renovations and Addition to Aronimink Elementary School

Upper Darby School District

2513.03 BID FORM – STIPULATED SUM – GENERAL CONSTRUCTION KCBA ArchitectsKCBA ArchitectsKCBA ArchitectsKCBA Architects

5.14.20 00 4116.13 - 3 Addendum 07

an alternate that is higher in price than the base bid or other alternate. Alternates Prices shall include the cost of furnishing, installing all materials, labor, tools, equipment and other incidentals necessary to complete the work in accordance with the design intent, manufacturers’ recommendations, building codes and the project specifications. Do not adjust material or quantity allowances under any alternate bid items. Strike out the inappropriate modifier (“Add” or “Deduct”) so that the correct one remains. If there is no change in contract sum enter “N.C.” in the appropriate fields A. Alternate No. 1 : Epoxy Resin Terrazzo in Corridors

Add /Deduct _____________________________________ Dollars ($____________________).

B. Alternate No. 2 : Quartz tile in Classrooms and SGI Rooms

Add /Deduct _____________________________________ Dollars ($____________________).

C. Alternate No. 3 : Corridor Paver Tile over Existing Glazed Block

Add /Deduct _____________________________________ Dollars ($____________________).

D. Alternate No. 4 : IG-4 Tempered Gymnasium Glazing

Add /Deduct _____________________________________ Dollars ($____________________).

E. Alternate No. 5A : Alternate EPDM Roofing System Manufacturer

Add /Deduct _____________________________________ Dollars ($____________________).

F. Alternate No. 5B : Alternate EPDM Roofing System Manufacturer

Add /Deduct _____________________________________ Dollars ($____________________).

G. Alternate No. 6 : Laminated Door Glazing Add /Deduct _____________________________________ Dollars ($____________________).

H. Alternate No. 7 : Security Glazing Add /Deduct _____________________________________ Dollars ($____________________).

I. Alternate No. 8 : Stage Operable Partition Add /Deduct _____________________________________ Dollars ($____________________).

J. Alternate No. 9 : Art Room Furniture

Add /Deduct _____________________________________ Dollars ($____________________).

Page 9: Renovations and Addition to Aronimink Elementary School ... · Response: See re-issued sheet CS2001 in this addendum. CHANGES TO THE BIDDING REQUIREMENTS, CONTRACT FORMS AND CONDITIONS

Renovations and Addition to Aronimink Elementary School

Upper Darby School District

2513.03 BID FORM – STIPULATED SUM – GENERAL CONSTRUCTION KCBA ArchitectsKCBA ArchitectsKCBA ArchitectsKCBA Architects

5.14.20 00 4116.13 - 4 Addendum 07

K. Alternate No. 10 : Library Furniture

Add /Deduct _____________________________________ Dollars ($____________________).

L. Alternate No. 11 : Boiler Manufacturers

Add /Deduct _____________________________________ Dollars ($____________________).

M. Alternate No. 12 : Unit Ventilator Manufacturers

Add /Deduct _____________________________________ Dollars ($____________________).

N. Alternate No. 13 : Flush Valves and Faucets

Add /Deduct _____________________________________ Dollars ($____________________).

O. Alternate No. 14 : Lightning Protection

Add /Deduct _____________________________________ Dollars ($____________________).

P. Alternate No. 15 : Cellular Distributed Antenna System

Add /Deduct _____________________________________ Dollars ($____________________).

Q. Alternate No. 16 : Classroom Lay-In Lighting

Add /Deduct _____________________________________ Dollars ($____________________).

R. Alternate No. 17 : Unclassified site work

Add /Deduct _____________________________________ Dollars ($____________________). S. Alternate No. 18 : Access Control Manufacturer

Add /Deduct _____________________________________ Dollars ($____________________).

ALLOWANCES We the undersigned further certify that we have included the following quantity allowances in the above Base bid. Unused allowances shall be returned to the Owner using the remaining quantities and their respective unit prices. Unit price will govern for quantities exceeding the following allowances. The scope of an alternate shall not modify and shall be in addition to any of the Base Bid specified quantity allowances and costs. Do not adjust project quantity allowances based on an alternate whether accepted or rejected.

A. Allowance No. G-1 : ADDITIONAL CMU WALL

100 linear ft x Unit Price No. G-1 = ____________________Dollars ($__________).

Page 10: Renovations and Addition to Aronimink Elementary School ... · Response: See re-issued sheet CS2001 in this addendum. CHANGES TO THE BIDDING REQUIREMENTS, CONTRACT FORMS AND CONDITIONS

Renovations and Addition to Aronimink Elementary School

Upper Darby School District

2513.03 BID FORM – STIPULATED SUM – GENERAL CONSTRUCTION KCBA ArchitectsKCBA ArchitectsKCBA ArchitectsKCBA Architects

5.14.20 00 4116.13 - 5 Addendum 07

B. Allowance No. G-2 : GWB PARTITION

100 linear ft x Unit Price No. G-2 = ____________________Dollars ($__________).

C. Allowance No. G-3 : GWB SOFFIT

100 linear ft x Unit Price No. G-3 = ____________________Dollars ($__________).

D. Allowance No. G-4 : SECURITY GLAZING

100 sq ft x Unit Price No. G-4 = ____________________Dollars ($__________).

E. Allowance No. G-5 : INSULATED SECURITY GLAZING

100 sq ft x Unit Price No. G-5 = ____________________Dollars ($__________).

F. Allowance No. G-6 : ADDITIONAL CORRIDOR TERRAZZO

500 sq ft x Unit Price No. G-6 = ____________________Dollars ($__________).

G. Allowance No. G-7 : INTERIOR CONCRETE SLAB

200 sq yd x Unit Price No. G-7 = ____________________Dollars ($__________).

H. Allowance No. G-8 : EXTERIOR CONCRETE SIDEWALK

200 sq yd x Unit Price No. G-8 = ____________________Dollars ($__________).

I. Allowance No. G-9 : GALVANIZED STEEL FABRICATION

3000 lbs x Unit Price No. G-9 = ____________________Dollars ($__________).

J. Allowance No. G-10 : MISCELLANEOUS STRUCTURAL STEEL

20 units x Unit Price No. G-10 = ____________________Dollars ($__________). K. Allowance No. G-11 : FIRESTOPPING

2500 sq in x Unit Price No. G-11 = ____________________Dollars ($__________). L. Allowance No. G-12 : FIRE RESISTIVE JOINTS

500 linear foot x Unit Price No. G-12 = ____________________Dollars ($__________).

M. Allowance No. G-13 : ADDITIONAL ROOM SIGNS

15 signs x Unit Price No. G-13 = ____________________Dollars ($__________).

Page 11: Renovations and Addition to Aronimink Elementary School ... · Response: See re-issued sheet CS2001 in this addendum. CHANGES TO THE BIDDING REQUIREMENTS, CONTRACT FORMS AND CONDITIONS

Renovations and Addition to Aronimink Elementary School

Upper Darby School District

2513.03 BID FORM – STIPULATED SUM – GENERAL CONSTRUCTION KCBA ArchitectsKCBA ArchitectsKCBA ArchitectsKCBA Architects

5.14.20 00 4116.13 - 6 Addendum 07

N. Allowance No. G-14 : FIRE EXTINGUISHER

2 units x Unit Price No. G-14 = ____________________Dollars ($__________).

O. Allowance No. G-15 : FIRE EXTINGUISHER CABINET

2 units x Unit Price No. G-15 = ____________________Dollars ($__________).

P. Allowance No. G-16 : GENERAL LABORER

100 man-hours x Unit Price No. G-16 = ____________________Dollars ($__________).

Q. Allowance No. G-17 : CARPENTER JOURNEYMAN LABOR

50 man-hours x Unit Price No. G-17 = ____________________Dollars ($__________).

R. Allowance No. G-18 : JOURNEYMAN PAINTER CLASS 2 LABOR

50 man-hours x Unit Price No. G-18 = ____________________Dollars ($__________). S. Allowance No. G-19 : CARPENTER JOURNEYMAN LABOR FOR REPLACING DAMAGED

CEILING TILE

40 man hours x Unit Price No. G-19 = ____________________Dollars ($__________).

T. Allowance No. G-20 : DOOR AND HARDWARE

10 doors x Unit Price No. G-20 = ____________________Dollars ($__________).

U. Allowance No. G-21 : STONE REPOINTING

1000 linear feet x Unit Price No. G-21 = ____________________Dollars ($__________).

V. Allowance No. G-22 : BULK ROCK EXCAVATION

100 cubic yd x Unit Price No. G-22 = ____________________Dollars ($__________).

W. Allowance No. G-23 : TRENCH ROCK REMOVAL

100 cubic yd x Unit Price No. G-23 = ____________________Dollars ($__________).

X. Allowance No. G-24 : AUTHORIZED SOIL EXCHANGE

50 cubic yd x Unit Price No. G-24 = ____________________Dollars ($__________).

Page 12: Renovations and Addition to Aronimink Elementary School ... · Response: See re-issued sheet CS2001 in this addendum. CHANGES TO THE BIDDING REQUIREMENTS, CONTRACT FORMS AND CONDITIONS

Renovations and Addition to Aronimink Elementary School

Upper Darby School District

2513.03 BID FORM – STIPULATED SUM – GENERAL CONSTRUCTION KCBA ArchitectsKCBA ArchitectsKCBA ArchitectsKCBA Architects

5.14.20 00 4116.13 - 7 Addendum 07

Y. Allowance No. G-25 : IMPORT AND PLACE 2A STONE

50 cubic yd x Unit Price No. G-25 = ____________________Dollars ($__________).

Z. Allowance No. G-26 : COMPACTED BACKFILL

200 cubic yd x Unit Price No. G-26 = ____________________Dollars ($__________).

AA. Allowance No. G-27 : LEAN CONCRETE FILL

5 cubic yd x Unit Price No. G-27 = ____________________Dollars ($__________).

BB. Allowance No. G-28 : SOD

200 sq yd x Unit Price No. G-28 = ____________________Dollars ($__________). UNIT PRICES OWNER shall make adjustments to the Contract based on the actual field conditions encountered using the Unit Prices included with the proposal. The BIDDER agrees that OWNER reserves the right to reject or otherwise not agree to use the Unit Prices submitted, if in the Owners opinion, the nature or quantity of the Work encountered is such that the unit price cost no longer applies to the Work. The Owner also reserves the right to solicit independent proposals as required by the Department of Education guidelines, under a separate contract to perform the services required. The responsiveness of the Bid and if the Bid is responsible, may be determined by the Owner on the basis of the Unit Prices proposed by the bidder. Unit Prices shall be consistent with verifiable average costs for the work to be performed. Bidder agrees that a proposal may be rejected if the Unit Prices submitted are inconsistent with the average cost. Unit Prices shall include costs for furnishing and installing all materials, labor, tools, equipment, and other incidentals necessary to complete the specified operation. A. Unit Price No. G-1 : ADDITIONAL CMU WALL Per Linear Foot.

________________________________________________ Dollars ($____________________).

B. Unit Price No. G-2 : GWB PARTITION Per Linear Foot.

________________________________________________ Dollars ($____________________).

C. Unit Price No. G-3 : GWB SOFFIT Per Linear Foot.

________________________________________________ Dollars ($____________________).

D. Unit Price No. G-4 : SECURITY GLAZING Per Square Foot.

________________________________________________ Dollars ($____________________).

E. Unit Price No. G-5 : INSULATED SECURITY GLAZING Per Square Foot.

________________________________________________ Dollars ($____________________).

Page 13: Renovations and Addition to Aronimink Elementary School ... · Response: See re-issued sheet CS2001 in this addendum. CHANGES TO THE BIDDING REQUIREMENTS, CONTRACT FORMS AND CONDITIONS

Renovations and Addition to Aronimink Elementary School

Upper Darby School District

2513.03 BID FORM – STIPULATED SUM – GENERAL CONSTRUCTION KCBA ArchitectsKCBA ArchitectsKCBA ArchitectsKCBA Architects

5.14.20 00 4116.13 - 8 Addendum 07

F. Unit Price No. G-6 : ADDITIONAL CORRIDOR TERRAZZO Per Square Foot.

________________________________________________ Dollars ($____________________).

G. Unit Price No. G-7 : INTERIOR CONCRETE SLAB Per Square Yard.

________________________________________________ Dollars ($____________________).

H. Unit Price No. G-8 : EXTERIOR CONCRETE SIDEWALK Per Square Yard.

________________________________________________ Dollars ($____________________).

I. Unit Price No. G-9 : GALVANIZED STEEL FABRICATION Per Pound.

________________________________________________ Dollars ($____________________).

J. Unit Price No. G-10 : MISCELLANEOUS STRUCTURAL STEEL. Per Unit of 10 feet of Type

IV.

________________________________________________ Dollars ($____________________).

K. Unit Price No. G-11 : FIRESTOPPING Per Square Inch

________________________________________________ Dollars ($____________________).

L. Unit Price No. G-12 : FIRE RESISTIVE JOINTS Per Linear Foot of joint.

________________________________________________ Dollars ($____________________).

M. Unit Price No. G-13 : ADDITIONAL ROOM SIGNS Per Sign.

________________________________________________ Dollars ($____________________).

N. Unit Price No. G-14 : FIRE EXTINGUISHER Per Unit.

________________________________________________ Dollars ($____________________).

O. Unit Price No. G-15 : FIRE EXTINGUISHER CABINET Per Unit.

________________________________________________ Dollars ($____________________).

P. Unit Price No. G-16 : GENERAL LABORER Per Man-hour.

________________________________________________ Dollars ($____________________).

Page 14: Renovations and Addition to Aronimink Elementary School ... · Response: See re-issued sheet CS2001 in this addendum. CHANGES TO THE BIDDING REQUIREMENTS, CONTRACT FORMS AND CONDITIONS

Renovations and Addition to Aronimink Elementary School

Upper Darby School District

2513.03 BID FORM – STIPULATED SUM – GENERAL CONSTRUCTION KCBA ArchitectsKCBA ArchitectsKCBA ArchitectsKCBA Architects

5.14.20 00 4116.13 - 9 Addendum 07

Q. Unit Price No. G-17 : CARPENTER JOURNEYMAN LABOR Per Man-hour.

________________________________________________ Dollars ($____________________).

R. Unit Price No. G-18 : JOURNEYMAN PAINTER CLASS 2 LABOR: Per Man-hour.

________________________________________________ Dollars ($____________________).

S. Unit Price No. G-19 : CARPENTER JOURNEYMAN LABOR FOR REPLACING DAMAGED CEILING TILE Per Man-hour.

________________________________________________ Dollars ($____________________).

T. Unit Price No. G-20 : DOOR AND HARDWARE Per Door.

________________________________________________ Dollars ($____________________).

U. Unit Price No. G-21 : STONE REPOINTING Per Linear Foot.

________________________________________________ Dollars ($____________________).

V. Unit Price No. G-22 : BULK ROCK EXCAVATION Per Cubic Yard.

________________________________________________ Dollars ($____________________).

W. Unit Price No. G-23 : TRENCH ROCK REMOVAL Per Cubic Yard.

________________________________________________ Dollars ($____________________).

X. Unit Price No. G-24 : AUTHORIZED SOIL EXCHANGE Per Cubic Yard.

________________________________________________ Dollars ($____________________).

Y. Unit Price No. G-25 : IMPORT AND PLACE 2A STONE: Per Cubic Yard.

________________________________________________ Dollars ($____________________).

Z. Unit Price No. G-26 : COMPACTED BACKFILL Per Cubic Yard.

________________________________________________ Dollars ($____________________).

AA. Unit Price No. G-27 : LEAN CONCRETE FILL Per Cubic Yard.

________________________________________________ Dollars ($____________________).

BB. Unit Price No. G-28 : SOD Per Square Yard.

________________________________________________ Dollars ($____________________).

Page 15: Renovations and Addition to Aronimink Elementary School ... · Response: See re-issued sheet CS2001 in this addendum. CHANGES TO THE BIDDING REQUIREMENTS, CONTRACT FORMS AND CONDITIONS

Renovations and Addition to Aronimink Elementary School

Upper Darby School District

2513.03 BID FORM – STIPULATED SUM – GENERAL CONSTRUCTION KCBA ArchitectsKCBA ArchitectsKCBA ArchitectsKCBA Architects

5.14.20 00 4116.13 - 10 Addendum 07

CC. Unit Price No. G-29 : ADDITIONAL STORMWATER CONSTRUCTION Per Linear Foot.

________________________________________________ Dollars ($____________________).

This Bid is submitted in accordance with and subject to all terms and conditions of the Bidding Documents which are incorporated herein by reference and shall be construed to be part hereof, with the same effect as if such were reported at length herein. When the bidder is an individual: WITNESS: _______________________________________ __________________________________(SEAL)

Signature of Individual

Trading and doing business as: ________________________________________ ________________________________________ Address ________________________________________ When the bidder is a partnership (Name of Partners): WITNESS: _______________________________________ Name of Partnership _______________________________________

Address _______________________________________ _______________________________________ By: __________________________________ (SEAL) Partner _______________________________________ By: __________________________________ (SEAL) Partner _______________________________________ By: __________________________________ (SEAL) Partner _______________________________________ By: __________________________________ (SEAL) Partner

Page 16: Renovations and Addition to Aronimink Elementary School ... · Response: See re-issued sheet CS2001 in this addendum. CHANGES TO THE BIDDING REQUIREMENTS, CONTRACT FORMS AND CONDITIONS

Renovations and Addition to Aronimink Elementary School

Upper Darby School District

2513.03 BID FORM – STIPULATED SUM – GENERAL CONSTRUCTION KCBA ArchitectsKCBA ArchitectsKCBA ArchitectsKCBA Architects

5.14.20 00 4116.13 - 11 Addendum 07

When the bidder is a corporation: ATTEST: ________________________________________ Name of Corporation ________________________________________ Address ________________________________________ _______________________________________ By: __________________________________ (SEAL) Secretary/Assistant Secretary President/Vice President (CORPORATE SEAL) ___________________________________ Is a corporation organized and existing under the laws of ______________________________ and has (has not) been granted a certificate of authority to do business in the State of Pennsylvania. NOTE: Include Bid Security and Non-Collusion Affidavit with Form of Proposal. If Bid Security in form of a certified or bank cashier’s check, include Agreement of Surety. END OF DOCUMENT 00 4116.13

Page 17: Renovations and Addition to Aronimink Elementary School ... · Response: See re-issued sheet CS2001 in this addendum. CHANGES TO THE BIDDING REQUIREMENTS, CONTRACT FORMS AND CONDITIONS

Renovations and Addition to Aronimink Elementary School

Upper Darby School District

2513.03 BID FORM – STIPULATED SUM – PLUMBING CONSTRUCTION KCBA ArchitectsKCBA ArchitectsKCBA ArchitectsKCBA Architects

5.14.20 00 4116.16 - 1 Addendum 07

DOCUMENT 00 4116.16 - BID FORM - STIPULATED SUM - PLUMBING CONSTRUCTION (INSTRUCTIONS): One copy of the Bid, the bid security and other required documentation shall be enclosed in an email to the party receiving bids at: [email protected] and [email protected]. The email shall be addressed to Mr. Joseph McGilvery and shall be identified as a sealed bid for Aronimink Elementary School, the bidders name and address, and the Contract for which the bid is submitted.

PROPOSAL FOR PLUMBING CONSTRUCTION

Renovations and Addition to Aronimink Elementary School

Upper Darby School District

PROPOSAL SUBMITTED BY

_____________________________________________ (Name of Bidding Firm)

_____________________________________________

(Address)

_____________________________________________ THIS BID FORM SHALL NOT BE ALTERED IN ANY MANNER. ANY ALTERED BID FORMS SHALL BE CONSIDERED NON-RESPONSIVE AND WILL BE REJECTED. Deliver unopened bids to place and person indicated in the Invitation to Bidders. Deliver this proposal on or before date and prevailing local time indicated in the Invitation to Bidders. Bids will be opened and read at time and place indicated in the Invitation to Bidders. To the [Owner]:

1. The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an Agreement with OWNER in the form included in the Contract Documents, to complete all Work for Plumbing Construction as specified or indicated in the Contract Documents for the Contract Sum and within the Contract Time indicated in this Bid and in accordance with the Contract Documents for Aronimink Elementary School, in strict accordance with the Bidding Documents as prepared by KCBA Architects and all Addenda (if any) as indicated below..

2. BIDDER accepts all of the terms and conditions of the Instructions to Bidders, including without limitation, those dealing with disposition of Bid Security. Bids shall be irrevocable for one hundred and twenty (120) days after the actual day of opening thereof unless delayed by the required approval of another governmental agency, the sale of bonds or the award of a grant, in which case, Bids shall be

Page 18: Renovations and Addition to Aronimink Elementary School ... · Response: See re-issued sheet CS2001 in this addendum. CHANGES TO THE BIDDING REQUIREMENTS, CONTRACT FORMS AND CONDITIONS

Renovations and Addition to Aronimink Elementary School

Upper Darby School District

2513.03 BID FORM – STIPULATED SUM – PLUMBING CONSTRUCTION KCBA ArchitectsKCBA ArchitectsKCBA ArchitectsKCBA Architects

5.14.20 00 4116.16 - 2 Addendum 07

irrevocable for 150 days after Bid opening. Extensions of the date for the award of contract may be made by the mutual written consent of Owner and the lowest responsible and responsive Bidder. BIDDER will sign the Agreement and submit the Contract Security and other documents required by the Contract Documents within ten (10) days after the date of OWNER'S Notice of Award.

3. In submitting this Bid, BIDDER represents, as more fully set forth in the Agreement, that: a. BIDDER has carefully examined copies of the Contract Documents, Advertisement or

Invitation to Bid, and the Instructions to Bidders. Additionally the Bidder hereby acknowledges receipt of the following addenda:

ADDENDUM NO._____ DATED ____________ ADDENDUM NO._____ DATED ____________

ADDENDUM NO._____ DATED ____________ ADDENDUM NO._____ DATED ____________

ADDENDUM NO._____ DATED ____________ ADDENDUM NO._____ DATED ____________

ADDENDUM NO._____ DATED ____________ ADDENDUM NO._____ DATED ____________

ADDENDUM NO._____ DATED ____________ ADDENDUM NO._____ DATED ____________

ADDENDUM NO._____ DATED ____________ ADDENDUM NO._____ DATED ____________

b. BIDDER has examined the site and locality where the Work is to be performed, the legal

requirements (federal, state, and local laws, ordinances, rules and regulations) and the conditions affecting cost, progress or performance of the Work and has made such independent investigations, as BIDDER deems necessary. Failure to visit the project site shall be no reason for future request for additional compensation or costs of any kind.

4. The BIDDER agrees to perform the various items of Work for Plumbing Construction for the following Lump Sum:

Base Bid:

________________________________________________________________________________Dollars. (Words)

($____________________________________________________________________________________)

(Figures)

ALTERNATES The Bidder agrees that the Owner shall have the right to accept or reject any or all of the following alternates, which acceptance or rejection shall enter into the determination of the low bidder. The bidder agrees that the Contract Time shall not be increased on account of the acceptance of any one or combination of alternates unless specifically stated in such Alternate descriptions. The Bidder agrees that the Owner shall have the right to accept

Page 19: Renovations and Addition to Aronimink Elementary School ... · Response: See re-issued sheet CS2001 in this addendum. CHANGES TO THE BIDDING REQUIREMENTS, CONTRACT FORMS AND CONDITIONS

Renovations and Addition to Aronimink Elementary School

Upper Darby School District

2513.03 BID FORM – STIPULATED SUM – PLUMBING CONSTRUCTION KCBA ArchitectsKCBA ArchitectsKCBA ArchitectsKCBA Architects

5.14.20 00 4116.16 - 3 Addendum 07

an alternate that is higher in price than the base bid or other alternate. Alternates Prices shall include the cost of furnishing, installing all materials, labor, tools, equipment and other incidentals necessary to complete the work in accordance with the design intent, manufacturers’ recommendations, building codes and the project specifications. Do not adjust material or quantity allowances under any alternate bid items. Strike out the inappropriate modifier (“Add” or “Deduct”) so that the correct one remains. If there is no change in contract sum enter “N.C.” in the appropriate fields A. Alternate No. 1 : Epoxy Resin Terrazzo in Corridors

Add /Deduct _____________________________________ Dollars ($____________________).

B. Alternate No. 2 : Quartz tile in Classrooms and SGI Rooms

Add /Deduct _____________________________________ Dollars ($____________________).

C. Alternate No. 3 : Corridor Paver Tile over Existing Glazed Block

Add /Deduct _____________________________________ Dollars ($____________________).

D. Alternate No. 4 : IG-4 Tempered Gymnasium Glazing

Add /Deduct _____________________________________ Dollars ($____________________).

E. Alternate No. 5A : Alternate EPDM Roofing System Manufacturer

Add /Deduct _____________________________________ Dollars ($____________________).

F. Alternate No. 5B : Alternate EPDM Roofing System Manufacturer

Add /Deduct _____________________________________ Dollars ($____________________).

G. Alternate No. 6 : Laminated Door Glazing Add /Deduct _____________________________________ Dollars ($____________________).

H. Alternate No. 7 : Security Glazing Add /Deduct _____________________________________ Dollars ($____________________).

I. Alternate No. 8 : Stage Operable Partition Add /Deduct _____________________________________ Dollars ($____________________).

J. Alternate No. 9 : Art Room Furniture

Add /Deduct _____________________________________ Dollars ($____________________).

K. Alternate No. 10 : Library Furniture

Add /Deduct _____________________________________ Dollars ($____________________).

Page 20: Renovations and Addition to Aronimink Elementary School ... · Response: See re-issued sheet CS2001 in this addendum. CHANGES TO THE BIDDING REQUIREMENTS, CONTRACT FORMS AND CONDITIONS

Renovations and Addition to Aronimink Elementary School

Upper Darby School District

2513.03 BID FORM – STIPULATED SUM – PLUMBING CONSTRUCTION KCBA ArchitectsKCBA ArchitectsKCBA ArchitectsKCBA Architects

5.14.20 00 4116.16 - 4 Addendum 07

L. Alternate No. 11 : Boiler Manufacturers

Add /Deduct _____________________________________ Dollars ($____________________).

M. Alternate No. 12 : Unit Ventilator Manufacturers

Add /Deduct _____________________________________ Dollars ($____________________).

N. Alternate No. 13 : Flush Valves and Faucets

Add /Deduct _____________________________________ Dollars ($____________________).

O. Alternate No. 14 : Lightning Protection

Add /Deduct _____________________________________ Dollars ($____________________).

P. Alternate No. 15 : Cellular Distributed Antenna System

Add /Deduct _____________________________________ Dollars ($____________________).

Q. Alternate No. 16 : Classroom Lay-In Lighting

Add /Deduct _____________________________________ Dollars ($____________________).

R. Alternate No. 17 : Unclassified site work

Add /Deduct _____________________________________ Dollars ($____________________). S. Alternate No. 18 : Access Control Manufacturer

Add /Deduct _____________________________________ Dollars ($____________________).

ALLOWANCES We the undersigned further certify that we have included the following quantity allowances in the above Base bid. Unused allowances shall be returned to the Owner using the remaining quantities and their respective unit prices. Unit price will govern for quantities exceeding the following allowances. The scope of an alternate shall not modify and shall be in addition to any of the Base Bid specified quantity allowances and costs. Do not adjust project quantity allowances based on an alternate whether accepted or rejected.

A. Allowance No. P-1 : UNDERGROUND SANITARY PIPE

50 linear feet x Unit Price No. P-1 = ____________________Dollars ($__________).

B. Allowance No. P-2 : 2” DOMESTIC WATER PIPE

25 linear feet x Unit Price No. P-2 = ____________________Dollars ($__________).

Page 21: Renovations and Addition to Aronimink Elementary School ... · Response: See re-issued sheet CS2001 in this addendum. CHANGES TO THE BIDDING REQUIREMENTS, CONTRACT FORMS AND CONDITIONS

Renovations and Addition to Aronimink Elementary School

Upper Darby School District

2513.03 BID FORM – STIPULATED SUM – PLUMBING CONSTRUCTION KCBA ArchitectsKCBA ArchitectsKCBA ArchitectsKCBA Architects

5.14.20 00 4116.16 - 5 Addendum 07

C. Allowance No. P-3 : 1” DOMESTIC WATER PIPE

15 linear feet x Unit Price No. P-3 = ____________________Dollars ($__________).

D. Allowance No. P-4 : ADDITIONAL 2” BALL VALVE

10 assemblies x Unit Price No. P-4 = ____________________Dollars ($__________).

E. Allowance No. P-5 : ADDITIONAL 1” BALL VALVE

5 assemblies x Unit Price No. P-5 = ____________________Dollars ($__________).

F. Allowance No. P-6 : TRENCH ROCK REMOVAL

40 cubic yd x Unit Price No. P-6 = ____________________Dollars ($__________).

G. Allowance No. P-7 : GAS PIPING

25 linear feet x Unit Price No. P-7 = ____________________Dollars ($__________).

H. Allowance No. P-8 : WALL HUNG LAVATORY

1 unit x Unit Price No. P-8 = ____________________Dollars ($__________).

I. Allowance No. P-9 : GROUND PENETRATING RADAR INVESTIGATION

4 half days x Unit Price No. P-9 = ____________________Dollars ($__________).

J. Allowance No. P-10 : JOURNEYMAN PLUMBER LABOR:

100 man-hours x Unit Price No. P-9 = ____________________Dollars ($__________). UNIT PRICES OWNER shall make adjustments to the Contract based on the actual field conditions encountered using the Unit Prices included with the proposal. The BIDDER agrees that OWNER reserves the right to reject or otherwise not agree to use the Unit Prices submitted, if in the Owners opinion, the nature or quantity of the Work encountered is such that the unit price cost no longer applies to the Work. The Owner also reserves the right to solicit independent proposals as required by the Department of Education guidelines, under a separate contract to perform the services required. The responsiveness of the Bid and if the Bid is responsible, may be determined by the Owner on the basis of the Unit Prices proposed by the bidder. Unit Prices shall be consistent with verifiable average costs for the work to be performed. Bidder agrees that a proposal may be rejected if the Unit Prices submitted are inconsistent with the average cost. Unit Prices shall include costs for furnishing and installing all materials, labor, tools, equipment, and other incidentals necessary to complete the specified operation.

Page 22: Renovations and Addition to Aronimink Elementary School ... · Response: See re-issued sheet CS2001 in this addendum. CHANGES TO THE BIDDING REQUIREMENTS, CONTRACT FORMS AND CONDITIONS

Renovations and Addition to Aronimink Elementary School

Upper Darby School District

2513.03 BID FORM – STIPULATED SUM – PLUMBING CONSTRUCTION KCBA ArchitectsKCBA ArchitectsKCBA ArchitectsKCBA Architects

5.14.20 00 4116.16 - 6 Addendum 07

A. Unit Price No. P-1 : UNDERGROUND SANITARY PIPE Per Linear Foot.

________________________________________________ Dollars ($____________________).

B. Unit Price No. P-2 : 2” DOMESTIC WATER PIPE Per Linear Foot.

________________________________________________ Dollars ($____________________).

C. Unit Price No. P-3 : 1” DOMESTIC WATER PIPE Per Linear Foot.

________________________________________________ Dollars ($____________________).

D. Unit Price No. P-4 : ADDITIONAL 2” BALL VALVE Per Assembly.

________________________________________________ Dollars ($____________________).

E. Unit Price No. P-5 : ADDITIONAL 1” BALL VALVE: Per Assembly.

________________________________________________ Dollars ($____________________).

F. Unit Price No. P-6 : TRENCH ROCK REMOVAL Per Cubic Yard.

________________________________________________ Dollars ($____________________).

G. Unit Price No. P-7 : GAS PIPING Per Linear Foot.

________________________________________________ Dollars ($____________________).

H. Unit Price No. P-8 : WALL HUNG LAVATORY Per Unit.

________________________________________________ Dollars ($____________________).

I. Unit Price No. P-9 : GROUND PENETRATING RADAR INVESTIGATION Per Half Day.

________________________________________________ Dollars ($____________________).

J. Unit Price No. P-10 : JOURNEYMAN PLUMBER LABOR Per Man-hour.

________________________________________________ Dollars ($____________________).

Page 23: Renovations and Addition to Aronimink Elementary School ... · Response: See re-issued sheet CS2001 in this addendum. CHANGES TO THE BIDDING REQUIREMENTS, CONTRACT FORMS AND CONDITIONS

Renovations and Addition to Aronimink Elementary School

Upper Darby School District

2513.03 BID FORM – STIPULATED SUM – PLUMBING CONSTRUCTION KCBA ArchitectsKCBA ArchitectsKCBA ArchitectsKCBA Architects

5.14.20 00 4116.16 - 7 Addendum 07

This Bid is submitted in accordance with and subject to all terms and conditions of the Bidding Documents which are incorporated herein by reference and shall be construed to be part hereof, with the same effect as if such were reported at length herein. When the bidder is an individual: WITNESS: _______________________________________ __________________________________(SEAL)

Signature of Individual

Trading and doing business as: ________________________________________ ________________________________________ Address ________________________________________ When the bidder is a partnership (Name of Partners): WITNESS: _______________________________________ Name of Partnership _______________________________________

Address _______________________________________ _______________________________________ By: __________________________________ (SEAL) Partner _______________________________________ By: __________________________________ (SEAL) Partner _______________________________________ By: __________________________________ (SEAL) Partner _______________________________________ By: __________________________________ (SEAL) Partner

Page 24: Renovations and Addition to Aronimink Elementary School ... · Response: See re-issued sheet CS2001 in this addendum. CHANGES TO THE BIDDING REQUIREMENTS, CONTRACT FORMS AND CONDITIONS

Renovations and Addition to Aronimink Elementary School

Upper Darby School District

2513.03 BID FORM – STIPULATED SUM – PLUMBING CONSTRUCTION KCBA ArchitectsKCBA ArchitectsKCBA ArchitectsKCBA Architects

5.14.20 00 4116.16 - 8 Addendum 07

When the bidder is a corporation: ATTEST: ________________________________________ Name of Corporation ________________________________________ Address ________________________________________ _______________________________________ By: __________________________________ (SEAL) Secretary/Assistant Secretary President/Vice President (CORPORATE SEAL) ___________________________________ Is a corporation organized and existing under the laws of ______________________________ and has (has not) been granted a certificate of authority to do business in the State of Pennsylvania. NOTE: Include Bid Security and Non-Collusion Affidavit with Form of Proposal. If Bid Security in form of a certified or bank cashier’s check, include Agreement of Surety. END OF DOCUMENT 00 4116.16

Page 25: Renovations and Addition to Aronimink Elementary School ... · Response: See re-issued sheet CS2001 in this addendum. CHANGES TO THE BIDDING REQUIREMENTS, CONTRACT FORMS AND CONDITIONS

Renovations and Addition to Aronimink Elementary School

Upper Darby School District

2513.03 BID FORM – STIPULATED SUM – MECHANICAL CONSTRUCTION KCBA ArchitectsKCBA ArchitectsKCBA ArchitectsKCBA Architects

5.14.20 00 4116.19 - 1 Addendum 07

DOCUMENT 00 4116.19 - BID FORM - STIPULATED SUM – MECHANICAL CONSTRUCTION (INSTRUCTIONS): One copy of the Bid, the bid security and other required documentation shall be enclosed in an email to the party receiving bids at: [email protected] and [email protected]. The email shall be addressed to Mr. Joseph McGilvery and shall be identified as a sealed bid for Aronimink Elementary School, the bidders name and address, and the Contract for which the bid is submitted.

PROPOSAL FOR MECHANICAL CONSTRUCTION

Renovations and Addition to Aronimink Elementary School

Upper Darby School District

PROPOSAL SUBMITTED BY

_____________________________________________ (Name of Bidding Firm)

_____________________________________________

(Address)

_____________________________________________ THIS BID FORM SHALL NOT BE ALTERED IN ANY MANNER. ANY ALTERED BID FORMS SHALL BE CONSIDERED NON-RESPONSIVE AND WILL BE REJECTED. Deliver unopened bids to place and person indicated in the Invitation to Bidders. Deliver this proposal on or before date and prevailing local time indicated in the Invitation to Bidders. Bids will be opened and read at time and place indicated in the Invitation to Bidders. To the [Owner]:

1. The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an Agreement with OWNER in the form included in the Contract Documents, to complete all Work for Mechanical Construction as specified or indicated in the Contract Documents for the Contract Sum and within the Contract Time indicated in this Bid and in accordance with the Contract Documents for Aronimink Elementary School, in strict accordance with the Bidding Documents as prepared by KCBA Architects and all Addenda (if any) as indicated below..

2. BIDDER accepts all of the terms and conditions of the Instructions to Bidders, including without limitation, those dealing with disposition of Bid Security. Bids shall be irrevocable for one hundred and twenty (120) days after the actual day of opening thereof unless delayed by the required approval of another governmental agency, the sale of bonds or the award of a grant, in which case, Bids shall be irrevocable for 150 days after Bid opening. Extensions of the date for the award of contract may be

Page 26: Renovations and Addition to Aronimink Elementary School ... · Response: See re-issued sheet CS2001 in this addendum. CHANGES TO THE BIDDING REQUIREMENTS, CONTRACT FORMS AND CONDITIONS

Renovations and Addition to Aronimink Elementary School

Upper Darby School District

2513.03 BID FORM – STIPULATED SUM – MECHANICAL CONSTRUCTION KCBA ArchitectsKCBA ArchitectsKCBA ArchitectsKCBA Architects

5.14.20 00 4116.19 - 2 Addendum 07

made by the mutual written consent of Owner and the lowest responsible and responsive Bidder. BIDDER will sign the Agreement and submit the Contract Security and other documents required by the Contract Documents within ten (10) days after the date of OWNER'S Notice of Award.

3. In submitting this Bid, BIDDER represents, as more fully set forth in the Agreement, that: a. BIDDER has carefully examined copies of the Contract Documents, Advertisement or

Invitation to Bid, and the Instructions to Bidders. Additionally the Bidder hereby acknowledges receipt of the following addenda:

ADDENDUM NO._____ DATED ____________ ADDENDUM NO._____ DATED ____________

ADDENDUM NO._____ DATED ____________ ADDENDUM NO._____ DATED ____________

ADDENDUM NO._____ DATED ____________ ADDENDUM NO._____ DATED ____________

ADDENDUM NO._____ DATED ____________ ADDENDUM NO._____ DATED ____________

ADDENDUM NO._____ DATED ____________ ADDENDUM NO._____ DATED ____________

ADDENDUM NO._____ DATED ____________ ADDENDUM NO._____ DATED ____________

b. BIDDER has examined the site and locality where the Work is to be performed, the legal

requirements (federal, state, and local laws, ordinances, rules and regulations) and the conditions affecting cost, progress or performance of the Work and has made such independent investigations, as BIDDER deems necessary. Failure to visit the project site shall be no reason for future request for additional compensation or costs of any kind.

4. The BIDDER agrees to perform the various items of Work for Mechanical Construction for the following Lump Sum:

Base Bid:

________________________________________________________________________________Dollars. (Words)

($____________________________________________________________________________________)

(Figures)

The Base Bid stated above INCLUDES a sum of:

_____________________________________ Dollars ($____________________)

For the ATC Work scope of work fulfilled by Johnson Controls, Inc. as specified on the Contract Drawings and Specifications.

Page 27: Renovations and Addition to Aronimink Elementary School ... · Response: See re-issued sheet CS2001 in this addendum. CHANGES TO THE BIDDING REQUIREMENTS, CONTRACT FORMS AND CONDITIONS

Renovations and Addition to Aronimink Elementary School

Upper Darby School District

2513.03 BID FORM – STIPULATED SUM – MECHANICAL CONSTRUCTION KCBA ArchitectsKCBA ArchitectsKCBA ArchitectsKCBA Architects

5.14.20 00 4116.19 - 3 Addendum 07

ALTERNATES The Bidder agrees that the Owner shall have the right to accept or reject any or all of the following alternates, which acceptance or rejection shall enter into the determination of the low bidder. The bidder agrees that the Contract Time shall not be increased on account of the acceptance of any one or combination of alternates unless specifically stated in such Alternate descriptions. The Bidder agrees that the Owner shall have the right to accept an alternate that is higher in price than the base bid or other alternate. Alternates Prices shall include the cost of furnishing, installing all materials, labor, tools, equipment and other incidentals necessary to complete the work in accordance with the design intent, manufacturers’ recommendations, building codes and the project specifications. Do not adjust material or quantity allowances under any alternate bid items. Strike out the inappropriate modifier (“Add” or “Deduct”) so that the correct one remains. If there is no change in contract sum enter “N.C.” in the appropriate fields. A. Alternate No. 1 : Epoxy Resin Terrazzo in Corridors

Add /Deduct _____________________________________ Dollars ($____________________).

B. Alternate No. 2 : Quartz tile in Classrooms and SGI Rooms

Add /Deduct _____________________________________ Dollars ($____________________).

C. Alternate No. 3 : Corridor Paver Tile over Existing Glazed Block

Add /Deduct _____________________________________ Dollars ($____________________).

D. Alternate No. 4 : IG-4 Tempered Gymnasium Glazing

Add /Deduct _____________________________________ Dollars ($____________________).

E. Alternate No. 5A : Alternate EPDM Roofing System Manufacturer

Add /Deduct _____________________________________ Dollars ($____________________).

F. Alternate No. 5B : Alternate EPDM Roofing System Manufacturer

Add /Deduct _____________________________________ Dollars ($____________________).

G. Alternate No. 6 : Laminated Door Glazing Add /Deduct _____________________________________ Dollars ($____________________).

H. Alternate No. 7 : Security Glazing Add /Deduct _____________________________________ Dollars ($____________________).

Page 28: Renovations and Addition to Aronimink Elementary School ... · Response: See re-issued sheet CS2001 in this addendum. CHANGES TO THE BIDDING REQUIREMENTS, CONTRACT FORMS AND CONDITIONS

Renovations and Addition to Aronimink Elementary School

Upper Darby School District

2513.03 BID FORM – STIPULATED SUM – MECHANICAL CONSTRUCTION KCBA ArchitectsKCBA ArchitectsKCBA ArchitectsKCBA Architects

5.14.20 00 4116.19 - 4 Addendum 07

I. Alternate No. 8 : Stage Operable Partition Add /Deduct _____________________________________ Dollars ($____________________).

J. Alternate No. 9 : Art Room Furniture

Add /Deduct _____________________________________ Dollars ($____________________).

K. Alternate No. 10 : Library Furniture

Add /Deduct _____________________________________ Dollars ($____________________).

L. Alternate No. 11 : Boiler Manufacturers

Add /Deduct _____________________________________ Dollars ($____________________).

M. Alternate No. 12 : Unit Ventilator Manufacturers

Add /Deduct _____________________________________ Dollars ($____________________).

N. Alternate No. 13 : Flush Valves and Faucets

Add /Deduct _____________________________________ Dollars ($____________________).

O. Alternate No. 14 : Lightning Protection

Add /Deduct _____________________________________ Dollars ($____________________).

P. Alternate No. 15 : Cellular Distributed Antenna System

Add /Deduct _____________________________________ Dollars ($____________________).

Q. Alternate No. 16 : B Classroom Lay-In Lighting

Add /Deduct _____________________________________ Dollars ($____________________).

R. Alternate No. 17 : Unclassified site work

Add /Deduct _____________________________________ Dollars ($____________________).

S. Alternate No. 18 : Access Control Manufacturer

Add /Deduct _____________________________________ Dollars ($____________________).

Page 29: Renovations and Addition to Aronimink Elementary School ... · Response: See re-issued sheet CS2001 in this addendum. CHANGES TO THE BIDDING REQUIREMENTS, CONTRACT FORMS AND CONDITIONS

Renovations and Addition to Aronimink Elementary School

Upper Darby School District

2513.03 BID FORM – STIPULATED SUM – MECHANICAL CONSTRUCTION KCBA ArchitectsKCBA ArchitectsKCBA ArchitectsKCBA Architects

5.14.20 00 4116.19 - 5 Addendum 07

ALLOWANCES We the undersigned further certify that we have included the following quantity allowances in the above Base bid. Unused allowances shall be returned to the Owner using the remaining quantities and their respective unit prices. Unit price will govern for quantities exceeding the following allowances. The scope of an alternate shall not modify and shall be in addition to any of the Base Bid specified quantity allowances and costs. Do not adjust project quantity allowances based on an alternate whether accepted or rejected.

A. Allowance No. H-1 : SHEET METAL

1000 pounds (lbs) x Unit Price No. H-1 = ____________________Dollars ($__________).

B. Allowance No. H-2 : HYDRONIC PIPING

100 linear feet x Unit Price No. H-2 = ____________________Dollars ($__________).

C. Allowance No. H-3 : ISOLATION VALVES

10 valves x Unit Price No. H-3 = ____________________Dollars ($__________).

D. Allowance No. H-4 : 2-WAY ATC VALVES

10 valves x Unit Price No. H-4 = ____________________Dollars ($__________).

E. Allowance No. H-5 : EXHAUST FANS

2 fans x Unit Price No. H-5 = ____________________Dollars ($__________).

F. Allowance No. H-6 : VAV BOXES

2 boxes x Unit Price No. H-6 = ____________________Dollars ($__________).

G. Allowance No. H-7 : TEMPERATURE/HUMIDITY SENSORS

10 sensors x Unit Price No. H-7 = ____________________Dollars ($__________).

H. Allowance No. H-8 : DIFFUSERS

5 diffusers x Unit Price No. H-8 = ____________________Dollars ($__________).

I. Allowance No. H-9 : FIRE DAMPERS

5 dampers x Unit Price No. H-9 = ____________________Dollars ($__________).

J. Allowance No. H-10 : SHEETMETAL WORKER

100 man-hours x Unit Price No. H-10 = ____________________Dollars ($__________).

Page 30: Renovations and Addition to Aronimink Elementary School ... · Response: See re-issued sheet CS2001 in this addendum. CHANGES TO THE BIDDING REQUIREMENTS, CONTRACT FORMS AND CONDITIONS

Renovations and Addition to Aronimink Elementary School

Upper Darby School District

2513.03 BID FORM – STIPULATED SUM – MECHANICAL CONSTRUCTION KCBA ArchitectsKCBA ArchitectsKCBA ArchitectsKCBA Architects

5.14.20 00 4116.19 - 6 Addendum 07

K. Allowance No. H-11 : PIPEFITTER

100 man-hours x Unit Price No. H-11 = ____________________Dollars ($__________).

L. Allowance No. H-12 : ATC PROGRAMMER

100 man-hours x Unit Price No. H-12 = ____________________Dollars ($__________). UNIT PRICES OWNER shall make adjustments to the Contract based on the actual field conditions encountered using the Unit Prices included with the proposal. The BIDDER agrees that OWNER reserves the right to reject or otherwise not agree to use the Unit Prices submitted, if in the Owners opinion, the nature or quantity of the Work encountered is such that the unit price cost no longer applies to the Work. The Owner also reserves the right to solicit independent proposals as required by the Department of Education guidelines, under a separate contract to perform the services required. The responsiveness of the Bid and if the Bid is responsible, may be determined by the Owner on the basis of the Unit Prices proposed by the bidder. Unit Prices shall be consistent with verifiable average costs for the work to be performed. Bidder agrees that a proposal may be rejected if the Unit Prices submitted are inconsistent with the average cost. Unit Prices shall include costs for furnishing and installing all materials, labor, tools, equipment, and other incidentals necessary to complete the specified operation.

A. Unit Price No. H-1 : SHEET METAL Per Pound (lb.). ________________________________________________ Dollars ($____________________).

B. Unit Price No. H-2 : HYDRONIC PIPING: Per Linear Foot. ________________________________________________ Dollars ($____________________).

C. Unit Price No. H-3 : ISOLATION VALVES Per Valve. ________________________________________________ Dollars ($____________________).

D. Unit Price No. H-4 : 2-WAY ATC VALVES Per Valve. ________________________________________________ Dollars ($____________________).

E. Unit Price No. H-5 : EXHAUST FANS Per Fan. ________________________________________________ Dollars ($____________________).

F. Unit Price No. H-6 : VAV BOXES Per Box. ________________________________________________ Dollars ($____________________).

Page 31: Renovations and Addition to Aronimink Elementary School ... · Response: See re-issued sheet CS2001 in this addendum. CHANGES TO THE BIDDING REQUIREMENTS, CONTRACT FORMS AND CONDITIONS

Renovations and Addition to Aronimink Elementary School

Upper Darby School District

2513.03 BID FORM – STIPULATED SUM – MECHANICAL CONSTRUCTION KCBA ArchitectsKCBA ArchitectsKCBA ArchitectsKCBA Architects

5.14.20 00 4116.19 - 7 Addendum 07

G. Unit Price No. H-7 : TEMPERATURE/HUMIDITY SENSORS Per Sensor. ________________________________________________ Dollars ($____________________).

H. Unit Price No. H-8 : DIFFUSERS Per Diffuser. ________________________________________________ Dollars ($____________________).

I. Unit Price No. H-9 : FIRE DAMPERS Per Damper. ________________________________________________ Dollars ($____________________).

J. Unit Price No. H-10 : SHEETMETAL WORKER Per Man-hour. ________________________________________________ Dollars ($____________________).

K. Unit Price No. H-11 : PIPEFITTER Per Man-hour. ________________________________________________ Dollars ($____________________).

L. Unit Price No. H-12 : ATC PROGRAMMER Per Man-hour. ________________________________________________ Dollars ($____________________).

Page 32: Renovations and Addition to Aronimink Elementary School ... · Response: See re-issued sheet CS2001 in this addendum. CHANGES TO THE BIDDING REQUIREMENTS, CONTRACT FORMS AND CONDITIONS

Renovations and Addition to Aronimink Elementary School

Upper Darby School District

2513.03 BID FORM – STIPULATED SUM – MECHANICAL CONSTRUCTION KCBA ArchitectsKCBA ArchitectsKCBA ArchitectsKCBA Architects

5.14.20 00 4116.19 - 8 Addendum 07

This Bid is submitted in accordance with and subject to all terms and conditions of the Bidding Documents which are incorporated herein by reference and shall be construed to be part hereof, with the same effect as if such were reported at length herein.

When the bidder is an individual: WITNESS: _______________________________________ __________________________________(SEAL)

Signature of Individual

Trading and doing business as: ________________________________________ ________________________________________ Address ________________________________________ When the bidder is a partnership (Name of Partners): WITNESS: _______________________________________ Name of Partnership _______________________________________

Address _______________________________________ _______________________________________ By: __________________________________ (SEAL) Partner _______________________________________ By: __________________________________ (SEAL) Partner _______________________________________ By: __________________________________ (SEAL) Partner _______________________________________ By: __________________________________ (SEAL) Partner

Page 33: Renovations and Addition to Aronimink Elementary School ... · Response: See re-issued sheet CS2001 in this addendum. CHANGES TO THE BIDDING REQUIREMENTS, CONTRACT FORMS AND CONDITIONS

Renovations and Addition to Aronimink Elementary School

Upper Darby School District

2513.03 BID FORM – STIPULATED SUM – MECHANICAL CONSTRUCTION KCBA ArchitectsKCBA ArchitectsKCBA ArchitectsKCBA Architects

5.14.20 00 4116.19 - 9 Addendum 07

When the bidder is a corporation: ATTEST: ________________________________________ Name of Corporation ________________________________________ Address ________________________________________ _______________________________________ By: __________________________________ (SEAL) Secretary/Assistant Secretary President/Vice President (CORPORATE SEAL) ___________________________________ Is a corporation organized and existing under the laws of ______________________________ and has (has not) been granted a certificate of authority to do business in the State of Pennsylvania. NOTE: Include Bid Security and Non-Collusion Affidavit with Form of Proposal. If Bid Security in form of a certified or bank cashier’s check, include Agreement of Surety. END OF DOCUMENT 00 4116.19

Page 34: Renovations and Addition to Aronimink Elementary School ... · Response: See re-issued sheet CS2001 in this addendum. CHANGES TO THE BIDDING REQUIREMENTS, CONTRACT FORMS AND CONDITIONS

Renovations and Addition to Aronimink Elementary School

Upper Darby School District

2513.03 BID FORM – STIPULATED SUM – ELECTRICAL CONSTRUCTION KCBA ArchiKCBA ArchiKCBA ArchiKCBA Architectstectstectstects

5.14.20 00 4116.23 - 1 Addendum 07

DOCUMENT 00 4116.23 - BID FORM - STIPULATED SUM – ELECTRICAL CONSTRUCTION (INSTRUCTIONS): One copy of the Bid, the bid security and other required documentation shall be enclosed in an email to the party receiving bids at: [email protected] and [email protected]. The email shall be addressed to Mr. Joseph McGilvery and shall be identified as a sealed bid for Aronimink Elementary School, the bidders name and address, and the Contract for which the bid is submitted.

PROPOSAL FOR ELECTRICAL CONSTRUCTION

Renovations and Addition to Aronimink Elementary School

Upper Darby School District

PROPOSAL SUBMITTED BY

_____________________________________________ (Name of Bidding Firm)

_____________________________________________

(Address)

_____________________________________________ THIS BID FORM SHALL NOT BE ALTERED IN ANY MANNER. ANY ALTERED BID FORMS SHALL BE CONSIDERED NON-RESPONSIVE AND WILL BE REJECTED. Deliver unopened bids to place and person indicated in the Invitation to Bidders. Deliver this proposal on or before date and prevailing local time indicated in the Invitation to Bidders. Bids will be opened and read at time and place indicated in the Invitation to Bidders. To the [Owner]:

1. The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an Agreement with OWNER in the form included in the Contract Documents, to complete all Work for Electrical Construction as specified or indicated in the Contract Documents for the Contract Sum and within the Contract Time indicated in this Bid and in accordance with the Contract Documents for Aronimink Elementary School, in strict accordance with the Bidding Documents as prepared by KCBA Architects and all Addenda (if any) as indicated below..

2. BIDDER accepts all of the terms and conditions of the Instructions to Bidders, including without limitation, those dealing with disposition of Bid Security. Bids shall be irrevocable for one hundred and twenty (120) days after the actual day of opening thereof unless delayed by the required approval of another governmental agency, the sale of bonds or the award of a grant, in which case, Bids shall be

Page 35: Renovations and Addition to Aronimink Elementary School ... · Response: See re-issued sheet CS2001 in this addendum. CHANGES TO THE BIDDING REQUIREMENTS, CONTRACT FORMS AND CONDITIONS

Renovations and Addition to Aronimink Elementary School

Upper Darby School District

2513.03 BID FORM – STIPULATED SUM – ELECTRICAL CONSTRUCTION KCBA ArchiKCBA ArchiKCBA ArchiKCBA Architectstectstectstects

5.14.20 00 4116.23 - 2 Addendum 07

irrevocable for 150 days after Bid opening. Extensions of the date for the award of contract may be made by the mutual written consent of Owner and the lowest responsible and responsive Bidder. BIDDER will sign the Agreement and submit the Contract Security and other documents required by the Contract Documents within ten (10) days after the date of OWNER'S Notice of Award.

3. In submitting this Bid, BIDDER represents, as more fully set forth in the Agreement, that: a. BIDDER has carefully examined copies of the Contract Documents, Advertisement or

Invitation to Bid, and the Instructions to Bidders. Additionally the Bidder hereby acknowledges receipt of the following addenda:

ADDENDUM NO._____ DATED ____________ ADDENDUM NO._____ DATED ____________

ADDENDUM NO._____ DATED ____________ ADDENDUM NO._____ DATED ____________

ADDENDUM NO._____ DATED ____________ ADDENDUM NO._____ DATED ____________

ADDENDUM NO._____ DATED ____________ ADDENDUM NO._____ DATED ____________

ADDENDUM NO._____ DATED ____________ ADDENDUM NO._____ DATED ____________

ADDENDUM NO._____ DATED ____________ ADDENDUM NO._____ DATED ____________

b. BIDDER has examined the site and locality where the Work is to be performed, the legal

requirements (federal, state, and local laws, ordinances, rules and regulations) and the conditions affecting cost, progress or performance of the Work and has made such independent investigations, as BIDDER deems necessary. Failure to visit the project site shall be no reason for future request for additional compensation or costs of any kind.

4. The BIDDER agrees to perform the various items of Work for Electrical Construction for the following Lump Sum:

Base Bid:

________________________________________________________________________________Dollars. (Words)

($____________________________________________________________________________________)

(Figures)

ALTERNATES The Bidder agrees that the Owner shall have the right to accept or reject any or all of the following alternates, which acceptance or rejection shall enter into the determination of the low bidder. The bidder agrees that the Contract Time shall not be increased on account of the acceptance of any one or combination of alternates unless

Page 36: Renovations and Addition to Aronimink Elementary School ... · Response: See re-issued sheet CS2001 in this addendum. CHANGES TO THE BIDDING REQUIREMENTS, CONTRACT FORMS AND CONDITIONS

Renovations and Addition to Aronimink Elementary School

Upper Darby School District

2513.03 BID FORM – STIPULATED SUM – ELECTRICAL CONSTRUCTION KCBA ArchiKCBA ArchiKCBA ArchiKCBA Architectstectstectstects

5.14.20 00 4116.23 - 3 Addendum 07

specifically stated in such Alternate descriptions. The Bidder agrees that the Owner shall have the right to accept an alternate that is higher in price than the base bid or other alternate. Alternates Prices shall include the cost of furnishing, installing all materials, labor, tools, equipment and other incidentals necessary to complete the work in accordance with the design intent, manufacturers’ recommendations, building codes and the project specifications. Do not adjust material or quantity allowances under any alternate bid items. Strike out the inappropriate modifier (“Add” or “Deduct”) so that the correct one remains. If there is no change in contract sum enter “N.C.” in the appropriate fields. A. Alternate No. 1 : Epoxy Resin Terrazzo in Corridors

Add /Deduct _____________________________________ Dollars ($____________________).

B. Alternate No. 2 : Quartz tile in Classrooms and SGI Rooms

Add /Deduct _____________________________________ Dollars ($____________________).

C. Alternate No. 3 : Corridor Paver Tile over Existing Glazed Block

Add /Deduct _____________________________________ Dollars ($____________________).

D. Alternate No. 4 : IG-4 Tempered Gymnasium Glazing

Add /Deduct _____________________________________ Dollars ($____________________).

E. Alternate No. 5A : Alternate EPDM Roofing System Manufacturer

Add /Deduct _____________________________________ Dollars ($____________________).

F. Alternate No. 5B : Alternate EPDM Roofing System Manufacturer

Add /Deduct _____________________________________ Dollars ($____________________).

G. Alternate No. 6 : Laminated Door Glazing Add /Deduct _____________________________________ Dollars ($____________________).

H. Alternate No. 7 : Security Glazing Add /Deduct _____________________________________ Dollars ($____________________).

I. Alternate No. 8 : Stage Operable Partition Add /Deduct _____________________________________ Dollars ($____________________).

J. Alternate No. 9 : Art Room Furniture

Add /Deduct _____________________________________ Dollars ($____________________).

Page 37: Renovations and Addition to Aronimink Elementary School ... · Response: See re-issued sheet CS2001 in this addendum. CHANGES TO THE BIDDING REQUIREMENTS, CONTRACT FORMS AND CONDITIONS

Renovations and Addition to Aronimink Elementary School

Upper Darby School District

2513.03 BID FORM – STIPULATED SUM – ELECTRICAL CONSTRUCTION KCBA ArchiKCBA ArchiKCBA ArchiKCBA Architectstectstectstects

5.14.20 00 4116.23 - 4 Addendum 07

K. Alternate No. 10 : Library Furniture

Add /Deduct _____________________________________ Dollars ($____________________).

L. Alternate No. 11 : Boiler Manufacturers

Add /Deduct _____________________________________ Dollars ($____________________).

M. Alternate No. 12 : Unit Ventilator Manufacturers

Add /Deduct _____________________________________ Dollars ($____________________).

N. Alternate No. 13 : Flush Valves and Faucets

Add /Deduct _____________________________________ Dollars ($____________________).

O. Alternate No. 14 : Lightning Protection

Add /Deduct _____________________________________ Dollars ($____________________).

P. Alternate No. 15 : Cellular Distributed Antenna System

Add /Deduct _____________________________________ Dollars ($____________________).

Q. Alternate No. 16 : Classroom Lay-In Lighting

Add /Deduct _____________________________________ Dollars ($____________________).

R. Alternate No. 17 : Unclassified site work

Add /Deduct _____________________________________ Dollars ($____________________).

S. Alternate No. 18 : Access Control Manufacturer

Add /Deduct _____________________________________ Dollars ($____________________).

ALLOWANCES We the undersigned further certify that we have included the following quantity allowances in the above Base bid. Unused allowances shall be returned to the Owner using the remaining quantities and their respective unit prices. Unit price will govern for quantities exceeding the following allowances. The scope of an alternate shall not modify and shall be in addition to any of the Base Bid specified quantity allowances and costs. Do not adjust project quantity allowances based on an alternate whether accepted or rejected.

A. Allowance No. E-1 : RECEPTACLES

20 units x Unit Price No. E-1 = ____________________Dollars ($__________).

Page 38: Renovations and Addition to Aronimink Elementary School ... · Response: See re-issued sheet CS2001 in this addendum. CHANGES TO THE BIDDING REQUIREMENTS, CONTRACT FORMS AND CONDITIONS

Renovations and Addition to Aronimink Elementary School

Upper Darby School District

2513.03 BID FORM – STIPULATED SUM – ELECTRICAL CONSTRUCTION KCBA ArchiKCBA ArchiKCBA ArchiKCBA Architectstectstectstects

5.14.20 00 4116.23 - 5 Addendum 07

B. Allowance No. E-2 : DISCONNECT SWITCHES

3 units x Unit Price No. E-2 = ____________________Dollars ($__________).

C. Allowance No. E-3 : CIRCUIT BREAKERS

3 units x Unit Price No. E-3 = ____________________Dollars ($__________).

D. Allowance No. E-4 : CIRCUIT PANEL BOARD

1 unit x Unit Price No. E-4 = ____________________Dollars ($__________).

E. Allowance No. E-5 : DATA JACKS

20 units x Unit Price No. E-5 = ____________________Dollars ($__________).

F. Allowance No. E-6 : SMOKE DETECTORS

10 units x Unit Price No. E-6 = ____________________Dollars ($__________).

G. Allowance No. E-7 : FIRE ALARM AUDIBLE/VISUAL DEVICE & WIRING

10 assemblies x Unit Price No. E-7 = ____________________Dollars ($__________).

H. Allowance No. E-8 : INTERCOM/ PA CEILING SPEAKER

10 assemblies x Unit Price No. E-8 = ____________________Dollars ($__________).

I. Allowance No. E-9 : EXIT SIGN & WIRING

5 assemblies x Unit Price No. E-9 = ____________________Dollars ($__________).

J. Allowance No. E-10 : LIGHT FIXTURE TYPE A8

5 assemblies x Unit Price No. E-10 = ____________________Dollars ($__________).

K. Allowance No. E-11 : LIGHT FIXTURE TYPE C2

10 assemblies x Unit Price No. E-11 = ____________________Dollars ($__________).

L. Allowance No. E-12 : LIGHT FIXTURE TYPE D2

4 assemblies x Unit Price No. E-12 = ____________________Dollars ($__________).

M. Allowance No. E-13 : LIGHT FIXTURE TYPE L

10 assemblies x Unit Price No. E-13 = ____________________Dollars ($__________).

Page 39: Renovations and Addition to Aronimink Elementary School ... · Response: See re-issued sheet CS2001 in this addendum. CHANGES TO THE BIDDING REQUIREMENTS, CONTRACT FORMS AND CONDITIONS

Renovations and Addition to Aronimink Elementary School

Upper Darby School District

2513.03 BID FORM – STIPULATED SUM – ELECTRICAL CONSTRUCTION KCBA ArchiKCBA ArchiKCBA ArchiKCBA Architectstectstectstects

5.14.20 00 4116.23 - 6 Addendum 07

N. Allowance No. E-14 : LIGHT FIXTURE TYPE X

20 assemblies x Unit Price No. E-14 = ____________________Dollars ($__________).

O. Allowance No. E-15 : LIGHT FIXTURE TYPE XA

20 assemblies x Unit Price No. E-15 = ____________________Dollars ($__________).

P. Allowance No. E-16 : TRENCH ROCK REMOVAL

46 cubic yd x Unit Price No. E-16 = ____________________Dollars ($__________).

Q. Allowance No. E-17 : JOURNEYMAN ELECTRICIAN LABOR

200 man-hours x Unit Price No. E-17 = ____________________Dollars ($__________). UNIT PRICES OWNER shall make adjustments to the Contract based on the actual field conditions encountered using the Unit Prices included with the proposal. The BIDDER agrees that OWNER reserves the right to reject or otherwise not agree to use the Unit Prices submitted, if in the Owners opinion, the nature or quantity of the Work encountered is such that the unit price cost no longer applies to the Work. The Owner also reserves the right to solicit independent proposals as required by the Department of Education guidelines, under a separate contract to perform the services required. The responsiveness of the Bid and if the Bid is responsible, may be determined by the Owner on the basis of the Unit Prices proposed by the bidder. Unit Prices shall be consistent with verifiable average costs for the work to be performed. Bidder agrees that a proposal may be rejected if the Unit Prices submitted are inconsistent with the average cost. Unit Prices shall include costs for furnishing and installing all materials, labor, tools, equipment, and other incidentals necessary to complete the specified operation.

A. Unit Price No. E-1 : RECEPTACLES Per Unit. ________________________________________________ Dollars ($____________________).

B. Unit Price No. E-2 : DISCONNECT SWITCHES Per Unit. ________________________________________________ Dollars ($____________________).

C. Unit Price No. E-3 : CIRCUIT BREAKERS Per Unit. ________________________________________________ Dollars ($____________________).

D. Unit Price No. E-4 : CIRCUIT PANEL BOARD Per Unit. ________________________________________________ Dollars ($____________________).

E. Unit Price No. E-5 : DATA JACKS Per Unit. ________________________________________________ Dollars ($____________________).

Page 40: Renovations and Addition to Aronimink Elementary School ... · Response: See re-issued sheet CS2001 in this addendum. CHANGES TO THE BIDDING REQUIREMENTS, CONTRACT FORMS AND CONDITIONS

Renovations and Addition to Aronimink Elementary School

Upper Darby School District

2513.03 BID FORM – STIPULATED SUM – ELECTRICAL CONSTRUCTION KCBA ArchiKCBA ArchiKCBA ArchiKCBA Architectstectstectstects

5.14.20 00 4116.23 - 7 Addendum 07

F. Unit Price No. E-6 : SMOKE DETECTORS Per Unit. ________________________________________________ Dollars ($____________________).

G. Unit Price No. E-7 : FIRE ALARM AUDIBLE/VISUAL DEVICE & WIRING: Per Assembly.

________________________________________________ Dollars ($____________________).

H. Unit Price No. E-8 : INTERCOM/ PA CEILING SPEAKER: Per Assembly. ________________________________________________ Dollars ($____________________).

I. Unit Price No. E-9 : EXIT SIGN & WIRING Per Assembly. ________________________________________________ Dollars ($____________________).

J. Unit Price No. E-10 : LIGHT FIXTURE TYPE A8 Per Assembly. ________________________________________________ Dollars ($____________________).

K. Unit Price No. E-11 : LIGHT FIXTURE TYPE C2 Per Assembly. ________________________________________________ Dollars ($____________________).

L. Unit Price No. E-12 : LIGHT FIXTURE TYPE D2 Per Assembly. ________________________________________________ Dollars ($____________________).

M. Unit Price No. E-13 : LIGHT FIXTURE TYPE L Per Assembly. ________________________________________________ Dollars ($____________________).

N. Unit Price No. E-14 : LIGHT FIXTURE TYPE X Per Assembly. ________________________________________________ Dollars ($____________________).

O. Unit Price No. E-15 : LIGHT FIXTURE TYPE XA Per Assembly. ________________________________________________ Dollars ($____________________).

P. Unit Price No. E-16 : TRENCH ROCK REMOVAL Per Cubic Yard. ________________________________________________ Dollars ($____________________).

Q. Unit Price No. E-17 : JOURNEYMAN ELECTRICIAN LABOR Per Man-hour. ________________________________________________ Dollars ($____________________).

Page 41: Renovations and Addition to Aronimink Elementary School ... · Response: See re-issued sheet CS2001 in this addendum. CHANGES TO THE BIDDING REQUIREMENTS, CONTRACT FORMS AND CONDITIONS

Renovations and Addition to Aronimink Elementary School

Upper Darby School District

2513.03 BID FORM – STIPULATED SUM – ELECTRICAL CONSTRUCTION KCBA ArchiKCBA ArchiKCBA ArchiKCBA Architectstectstectstects

5.14.20 00 4116.23 - 8 Addendum 07

This Bid is submitted in accordance with and subject to all terms and conditions of the Bidding Documents which are incorporated herein by reference and shall be construed to be part hereof, with the same effect as if such were reported at length herein.

When the bidder is an individual: WITNESS: _______________________________________ __________________________________(SEAL)

Signature of Individual

Trading and doing business as: ________________________________________ ________________________________________ Address ________________________________________ When the bidder is a partnership (Name of Partners): WITNESS: _______________________________________ Name of Partnership _______________________________________

Address _______________________________________ _______________________________________ By: __________________________________ (SEAL) Partner _______________________________________ By: __________________________________ (SEAL) Partner _______________________________________ By: __________________________________ (SEAL) Partner _______________________________________ By: __________________________________ (SEAL) Partner

Page 42: Renovations and Addition to Aronimink Elementary School ... · Response: See re-issued sheet CS2001 in this addendum. CHANGES TO THE BIDDING REQUIREMENTS, CONTRACT FORMS AND CONDITIONS

Renovations and Addition to Aronimink Elementary School

Upper Darby School District

2513.03 BID FORM – STIPULATED SUM – ELECTRICAL CONSTRUCTION KCBA ArchiKCBA ArchiKCBA ArchiKCBA Architectstectstectstects

5.14.20 00 4116.23 - 9 Addendum 07

When the bidder is a corporation: ATTEST: ________________________________________ Name of Corporation ________________________________________ Address ________________________________________ _______________________________________ By: __________________________________ (SEAL) Secretary/Assistant Secretary President/Vice President (CORPORATE SEAL) ___________________________________ Is a corporation organized and existing under the laws of ______________________________ and has (has not) been granted a certificate of authority to do business in the State of Pennsylvania. NOTE: Include Bid Security and Non-Collusion Affidavit with Form of Proposal. If Bid Security in form of a certified or bank cashier’s check, include Agreement of Surety. END OF DOCUMENT 00 4116.23

Page 43: Renovations and Addition to Aronimink Elementary School ... · Response: See re-issued sheet CS2001 in this addendum. CHANGES TO THE BIDDING REQUIREMENTS, CONTRACT FORMS AND CONDITIONS

aA

a8

a9

b1

REMOVE EX. UNIT

HEATER & ALL

ASSOC. CONTROLS

& PIPING

ST

T

REMOVE EX.

GENERATOR

INTAKE LOUVER &

DUCTWORK

REMOVE EX. UNIT

HEATER & ALL

ASSOC. CONTROLS

& PIPING

EX. ATC PANELS

REMOVE EX. 1 1/4"

FOS & FOR

REMOVE EX. ATC

DAMPER

EX. 1" HWS

& HWR

EX. 1 HWS

& HWR

REMOVE EX. 8x6

E/A DUCT UP

CONTRACTOR SHALL REMOVE

EX. UNDERGROUND FUEL OIL

STORAGE TANK, ALL ASSOC.

VENTS, FUEL OIL PIPING, &

ACCESSORIES. REFER TO

SPECIFICATION SECTION 23

0510 FOR ADDITIONAL DETAILS.

7

JO

B N

O.

DW

N. B

Y

DA

TE

SC

ALE

SH

EE

T N

O.

1/8

" =

1'-0

"

LS

H

2513.0

3A

DD

ITIO

N A

ND

RE

NO

VA

TIO

N F

OR

AR

ON

IMIN

K E

LE

ME

NT

AR

Y S

CH

OO

LT

OW

NS

HIP

OF

UP

PE

R D

AR

BY

DE

LA

WA

RE

CO

UN

TY

, P

A

RE

MO

VA

L O

F E

XIS

TIN

G F

UE

L O

IL S

TO

RA

GE

TA

NK

-H

VA

C

SK

M -

9

06/2

3/2

0

1/8" = 1'-0"SKM - 9

1 REMOVAL OF EXISTING OIL TANK - HVAC

Page 44: Renovations and Addition to Aronimink Elementary School ... · Response: See re-issued sheet CS2001 in this addendum. CHANGES TO THE BIDDING REQUIREMENTS, CONTRACT FORMS AND CONDITIONS

210

210

215

215

215

215

220

220

220

220

225

225

225

225

225225

230230230

230

230230

230

230

230

230

209

209

211

211

211

211

212

212

212

212

213

213

213

213

214

214

214

214

216

216

216

216

217

217

217

217

218

218

218

218

219

219

219

219

219

219

221

221

221

221

222

222

222

222

223

223

223

223

224

224

224

224

226

226

226 226

226

226

227

227

227

227

227

227

228

228

228

228

228

228

229

229

229

229

229

229

231 232 232

232

233

225

221

221

222

222

223

223

224

226

230

227

228

229

231

225

22622

7PROPOSED 16,762 SF

ADDITION3-STORY

(33,530 SF GFA)

PROPOSED ADACURB RAMPS ANDCROSSWALKS (TYP.)

PROPOSED ADACURB RAMPS AND

CROSSWALKS(TYP.)

PROPOSED 5' x 5'PASSING AREA

PROPOSED 5' x 5'PASSING AREA

PROPOSED 5' x 5'PASSING AREA

PROPOSED COOLINGTOWER 12'x 8.5'

PROPOSED TYPE 2ADA CURB RAMP

FH BURMONT ROAD

(50' WIDE ROW

)

(30' WIDE CARTW

AY)

MARVINE AVENUE

(40' WIDE ROW)

(30' WIDE CARTWAY)

MARVINE AVE(40' WIDE ROW)(25' WIDE CARTWAY)

RO

BE

RTS

AV

EN

UE

(40'

WID

E R

OW

)(3

0' W

IDE

CA

RTW

AY

)

ALEXANDER A

VE

(50'

WID

E ROW

)

(30'

WID

E CARTW

AY)

SMITHFIELD ROAD(40' WIDE ROW)

(25' WIDE CARTWAY)

BOND AVENUE(40' WIDE ROW)

(30' WIDE CARTWAY)

ALE

XA

ND

ER

AV

E(4

0' W

IDE

RO

W)

(25'

WID

E C

AR

TWA

Y)

AN

DE

RS

ON

AV

E(4

0' W

IDE

RO

W)

(25'

WID

E C

AR

TWA

Y)

BLY

THE

AV

E(4

0' W

IDE

RO

W)

(25'

WID

E C

AR

TWA

Y)

BLYTHE AVE

(50' WIDE ROW)

(25' WIDE CARTWAY)

8FT CHAINLINK FENCE

4FT

CHAI

N LI

NK F

ENCE

4FT CHAIN LINK FENCE

BOLLARDSWITH CHAINS(TYP)

TRAFFICSIGNAL

4FT

CH

AIN

LIN

K FE

NC

E

4FT CHAINLINK FENCE

CONC. CURBCONC. CURB

EXISTINGELEMENTARY SCHOOL

3-STORY54,500 GFA

CONC.MON

IRONPINFOUND

IRF

IPF

EXISTING1-STORYBUILDING

8' DI8' DI 8' DI

6' C

I

6' CI

6' C

I

12' CI

12' CI

12' CI

30" RCP

24" RCP

24" RCP PIPE

24" RCP

8" PVC

INLETGR:213.02

INV:209.72 (NE)INV:209.72 (SE)INV:209.62 (W)

INLETGR:218.82INV:214.62

INLETGR:208.29INV:201.29

INLETGR:209.28INV:202.38 (SE)INV:202.18 (NW)

INLETGR:210.18INV:205.28 (SE)INV:202.88 (NE)INV:202.78 (NW)

INLETGR:223.82INV (UNABLETO OPEN)

UP 711

UP 73408

INLETGR:223.41INV. 218.50

INLETGR:223.97

INV. 220.94

STORM MHRIM: 224.30(SEALED)

SAN MHRIM: 224.27

(SELAED)

8" SA

N

Ex. 3" Domestic Water Service

215

214

213

214

222

224

226

227

228

229

230226

225

224

223

225

223

FFE 215.06

214

224

223

224

225

227

216

214

223

223

223

224

224

220

219

217

223

213

212

213

223

222

223

223

222

223223

219

220

221

218

217

216215

220218

216

214

94 LF 24" HDPE@ 0.010 FT/FT

22 LF 12" HDPE@ 0.005 FT/FT

18 LF 18" HDPE@ 0.005 FT/FT

23 LF 12" HDPE@ 0.035 FT/FT

14 LF 15" HDPE@ 0.005 FT/FT

22 LF 12" HDPE@ 0.005 FT/FT

21 LF 12" HDPE@ 0.005 FT/FT

56 LF 12" HDPE@ 0.005 FT/FT

173 LF 18" HDPE@ 0.010 FT/FT

28 LF 12" HDPE@ 0.02 FT/FT

130 LF 12" HDPE@ 0.034 FT/FT (MIN)

RD-1INV. OUT 211.04

MRC-2121' L X 99' W X 4.3' D

11,757 SF FOOTPRINTTOP OF STONE 209.33

TOP OF CHAMBER 208.83BOTTOM OF CHAMBER 207.50

BOTTOM OF STONE 205.00

14 LF 12" HDPE@ 0.010 FT/FT

REPLACE STRUCTURE ANDCONNECT TO EXISTING PIPEI-13GR 216.94INV. IN 213.03 (24") (SE)INV. IN 212.94 (24") (SW)EX. INV OUT 211.84 (24")

MH-5 (WQ)RIM ELEV. 214.00

INV IN 210.28 (12") (INLET)INV IN 210.97 (12") (ROOF)

INV OUT 210.18 (18")SUMP 206.43

CONNECT TO EXISTINGINLET

EX IN-01GR 210.18

PROP. INV. IN 204.50 (18")PROP. INV. IN 205.52 (24")

208 LF 24" HDPE@ 0.010 FT/FT

PROPOSED CONNECTIONTO EXISTING INLETEX IN-02PROP. INV OUT 209.42 (24")

MH-8RIM ELEV. 212.20INV IN 207.34 (24")INV OUT 207.24 (24")

172 LF 24" HDPE@ 0.010 FT/FT (MIN)

43 LF 18" HDPE@ 0.011 FT/FT

OS-MRC-1RIM 223.73INV. OUT 213.50 (15")

OS-MRC-2RIM 211.00

INV. OUT 205.00

MRC-1127' L X 70' W X 6.0' D8,890 SF FOOTPRINTTOP OF STONE 219.00TOP OF CHAMBER 218.50BOTTOM OF CHAMBER 216.00BOTTOM OF STONE 213.50

154 LF 12" HDPE@ 0.006 FT/FT

MH-1RIM 222.57

INV. IN 216.91 (18")SUMP 212.91

AD-3 (IN-LINE)W/ PERMANENT INLET

PROTECTIONGR 211.90

INV. 207.50 (CHAMBER)

AD-4 (IN-LINE)W/ PERMANENT INLET

PROTECTIONGR 212.50

INV. 207.50 (CHAMBER)

85 LF 24" HDPE@ 0.027 FT/FT

170 LF 24" HDPE@ 0.020 FT/FT

MH-4RIM 223.00

INV. IN 215.32INV. OUT 215.26

PROPOSEDDOGHOUSE MANHOLEMH-3RIM 225.20INV. OUT 218.72

21 LF 30" HDPETO REPLACE

EXISTING 24" RCP(MATCH INVERTS)

HYDRODYNAMIC SEPARATORHS-1 (CONTECH CDS ORAPPROVED EQUAL)RIM: 222.00INV. IN (NW) 217.79 (12")INV IN (SW) 218.00 (15")INV. OUT 217.00 (18")

17 LF 18" HDPE@ 0.010 FT/FT

9 LF 15" HDPE@ 0.005 FT/FT

PROPOSED CLAYCUT OFF TRENCH

PROPOSED CLAYCUT OFF TRENCH

AD-1 (IN-LINE)W/ PERMANENT INLETPROTECTIONGR 224.31INV. 216.00 (CHAMBER)

AD-2 (IN-LINE)W/ PERMANENT INLETPROTECTIONGR 223.48INV. 216.00 (CHAMBER)

I-3 (WQ)GR 222.10

INV. 219.10 (12")SUMP 216.10

I-4 (WQ)GR 221.29

INV. IN 218.29 (12")INV. OUT 218.04 (15")

SUMP 215.04

I-5 (WQ)GR 221.40

INV. IN 218.00 (12" NW)INV. IN 218.11 (12" NE)INV. OUT 217.86 (15")

SUMP 214.73

I-6 (WQ)GR 221.40

INV. 218.11 (12")SUMP 215.11

I-8 (WQ)GR 222.25INV. IN 219.14 (12")INV. OUT 219.04 (12")SUMP 216.04

I-7 (WQ)GR 222.25

INV. 219.25 (12")SUMP 216.25

I-12 (WQ)GR 211.26INV. OUT 208.26 (12")SUMP 205.26

I-11 (WQ)GR 211.26INV. IN 208.15(12")INV IN 211.08 (12")INV. OUT 208.05 (12")SUMP 205.05

I-10 (WQ)GR 216.50

INV. IN 213.50 (12")INV. OUT 210.77 (12")

SUMP 207.77

I-9 (WQ)GR 220.95

INV. 211.40 (12")SUMP 208.40

HYDRODYNAMIC SEPARATORHS-2 (CONTECH CDS ORAPPROVED EQUAL)RIM: 213.00INV. IN (E) 207.76INV IN (W) 208.45INV OUT 207.66

CLEANOUT (TYP.)

C.O.

C.O.

139 LF 4" HDPEUNDERDRAIN

CLEANOUT (TYP.)

C.O.

119 LF 4" HDPEUNDERDRAIN

C.O.

12"x 12" HDPEWYE (4 TYP.)

16 LF 12" HDPE@ 0.010 FT/FT

RD-2INV. OUT 211.04

RD-4INV. OUT 211.04

RD-3INV. OUT 211.04

19 LF 12" HDPE@ 0.010 FT/FT

21 LF 12" HDPE@ 0.010 FT/FT

RD-5 INV. OUT 209.90;16 LF 12" HDPE @

0.010 FT/FT

RD-6 INV. OUT 209.52;19 LF 12" HDPE @

0.010 FT/FT

RD-7 INV. OUT 208.97;7 LF 12" HDPE @

0.010 FT/FT

C.O.

RD-8 INV. OUT 208.86;14 LF 12" HDPE @

0.010 FT/FT

RD-9 INV. OUT 208.96;9 LF 12" HDPE @0.010 FT/FT

RD-10 INV. OUT 209.41;9 LF 12" HDPE @ 0.010FT/FT

RD-11 INV. OUT 209.85;9 LF 12" HDPE @ 0.010FT/FT

RD-12 INV. OUT 210.20;20 LF 12" HDPE @0.010 FT/FT

143 LF 12" HDPE@ 0.010 FT/FT

18"x 12" HDPEREDUCING WYE (4 TYP.)

12"x 12" HDPEWYE (5 TYP.)

TRENCH DRAIN-1GR 214.86INV. OUT 212.53 (10")

TRENCH DRAIN-2

CONNECT TOEXIST. INTERNAL

DRAINAGE SYSTEM

PROPOSED 6"FIRE SERVICE

PROPOSED 8' x 13'WATER METER PIT

C.O.

C.O.

C.O.

C.O.

250 LF 6" PVC LATERAL@ 0.01 FT/FT MIN.

PROPOSED SEWERCONNECTION

(MATCH EXISTING INVERT)

INV: 211.06

UNDERGROUND DOUBLEWALL 1" FOS & FOR TOFUEL OIL TANK

2" VENT FROMFURL OIL TANK

PROP. 3,000 GALLONFUEL OIL TANK.REFER TO DETAILS.

UTILITY NOTES:1. ALL PIPE LENGTHS AND DISTANCES BETWEEN STRUCTURES ARE MEASURED FROM CENTER OF STRUCTURE TO CENTER

OF STRUCTURE ALONG A HORIZONTAL PLANE.

2. ALL STORM DRAINAGE PIPE SHALL BE LAID ON SMOOTH CONTINUOUS GRADES WITH NO VISIBLE BENDS AT JOINTS.

3. BEDDING REQUIREMENTS SPECIFIED HEREIN ARE TO BE CONSIDERED AS MINIMUMS FOR RELATIVELY DRY, STABLEEARTH CONDITIONS. ADDITIONAL BEDDING SHALL BE REQUIRED FOR ROCK TRENCHES AND WET AREAS. CONTRACTORSHALL HAVE THE RESPONSIBILITY TO PROVIDE SUCH ADDITIONAL BEDDING AS MAY BE REQUIRED TO PROPERLYCONSTRUCT THE WORK.

4. COMPACTION OF THE BACKFILL OF ALL TRENCHES SHALL BE COMPACTED TO THE DENSITY OF 95% OF THEORETICALMAXIMUM DRY DENSITY (ASTM D698). BACKFILL MATERIAL SHALL BE FREE FROM ROOTS, STUMPS, OR OTHER FOREIGNDEBRIS AND SHALL BE PLACED IN LIFTS NOT TO EXCEED 6 INCHES IN COMPACTED FILL THICKNESS. A REPORT FROM AGEOTECHNICAL ENGINEER MAY BE REQUIRED BY THE PUBLIC WORKS INSPECTOR. CORRECTION OF ANY TRENCHSETTLEMENT WITHIN A YEAR FROM THE DATE OF APPROVAL WILL BE THE RESPONSIBILITY OF THE CONTRACTOR.

5. THE CONTRACTOR WILL ENSURE THAT POSITIVE AND ADEQUATE DRAINAGE IS MAINTAINED AT ALL TIMES WITHIN THEPROJECT LIMITS. THIS MAY INCLUDE, BUT NOT BE LIMITED TO, REPLACEMENT OR RECONSTRUCTION OF EXISTINGDRAINAGE STRUCTURES THAT HAVE BEEN DAMAGED OR REMOVED OR REGRADING AS REQUIRED BY THE ENGINEER,EXCEPT FOR THOSE DRAINAGE ITEMS SHOWN AT SPECIFIC LOCATIONS AND HAVING SPECIFIC PAY ITEMS IN THEDETAILED ESTIMATE. NO SEPARATE PAYMENT WILL BE MADE FOR ANY COSTS INCURRED TO COMPLY WITH THISREQUIREMENT.

6. CONTRACTOR IS RESPONSIBLE FOR ALL UTILITY CONNECTION FEES.

7. IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO DETERMINE THE LOCATION OF ALL EXISTING UNDERGROUNDUTILITIES AND TO TAKE WHATEVER STEPS NECESSARY TO PROVIDE FOR THEIR PROTECTION. THE ENGINEER HASDILIGENTLY ATTEMPTED TO LOCATE AND INDICATE ALL EXISTING FACILITIES ON THESE PLANS; HOWEVER, THISINFORMATION IS SHOWN FOR THE CONTRACTOR'S CONVENIENCE ONLY. THE ENGINEER ASSUMES NO RESPONSIBILITYFOR THE LOCATIONS OF UTILITIES SHOWN OR NOT SHOWN. THE CONTRACTOR SHALL CONTACT THE UTILITY COMPANIESFOR EXACT LOCATION OF THEIR UTILITIES PRIOR TO STARTING CONSTRUCTION. IT SHALL BE THE SOLE RESPONSIBILITYOF THE CONTRACTOR TO REPAIR AND REPLACE ANY AND ALL DAMAGE MADE TO UTILITIES BY THE CONTRACTOR.

8. THE CONTRACTOR SHALL COORDINATE LOCATION AND INSTALLATION OF ALL UNDERGROUND UTILITIES ANDAPPURTENANCES TO MINIMIZE DISTURBANCE TO CURBING, PAVING, AND COMPACTED SUBGRADE.

9. CONTRACTOR SHALL EXCAVATE ONLY AS MUCH TRENCH WHICH PIPE CAN BE INSTALLED AND TRENCH BACKFILLED BYTHE END OF EACH WORK DAY.

10. ALL UNDERGROUND UTILITY TRENCHES SHALL BE BACKFILLED WITH SAFE CLEAN FILL.

11. FLOW PRESSURE TO ALL FIRE HYDRANTS SHALL HAVE MINIMUM 600 GALLONS PER MINUTE AT A MINIMUM RESIDUALPRESSURE OF 20 POUNDS PER SQUARE INCH.

12. ALL TRENCHES SHALL BE PROPERLY SECURED AND BRACED.

13. ALL EXISTING CASTING AND INLET TOPS OR GRATES MUST BE ADJUSTED TO THE PROPOSED GRADE, UNLESS OTHERWISEINDICATED.

14. CONTRACTOR TO PROVIDE THRUST BLOCKS AT EACH BEND OF DOMESTIC AND FIRE MAINS FROM METER PIT TO BUILDING.

15. ALL PROPOSED UTILITIES, INCLUDING ELECTRIC SERVICE, SHALL BE PLACED UNDERGROUND.

16. A BLANKET EASEMENT WITHIN THE SITE SHALL BE PROVIDED TO THE BOROUGH FOR ACCESS TO STORMWATERMANAGEMENT FACILITIES.

17. ALL BUILDINGS CONTAINING KITCHENS / RESTAURANTS REQUIRE GREASE TRAPS SIZED IN ACCORDANCE WITH THE EPAREGULATIONS WITHIN SANITARY LATERALS.

LEGEND

SANITARY SEWER MANHOLE

STORM SEWER MANHOLESANITARY SEWER

STORM SEWERSTORM SEWER INLET

LIGHT POLE

OVERHEAD COMMUNICATION LINE

UTILITY POLEPOWER MANHOLE

WATER PIPE

WATER VALVE

MONITORING WELL

HYDRANTGAS VALVE

UNIDENTIFIED MANHOLESIGNBOLLARD

EXISTING MAJOR CONTOUR

PROPERTY LINERIGHT OF WAY LINE

100

EXISTING MINOR CONTOUR101

EXISTING BUILDING OUTLINE

EXISTING TREES

TELECOMM MANHOLE

GUARD RAIL

WALLJUNCTION BOX

HVAC STRUCTUREFLAG POLE

ELECTRICAL EQUIPMENT

EXISTING CURB

EXISTING SIDEWALK

ADJACENT PROPERTY LINE

SETBACK LINE

SOILS BOUNDARY

UNDERGROUND POWER LINE

GUARD RAIL

CURB LINERETAINING WALLSIDEWALKBUILDING OUTLINEDEPRESSED CURBSIGN

BUILDING OVERHANG

PROPOSED LANDSCAPE AREAPROPOSED WALL

PROPOSED

PROPOSED CONTOUR

PROPOSED INDEX CONTOUR

244.82X PROPOSED SPOT ELEVATION

PROPOSED DRAINAGE MANHOLE

PROPOSED INLET

101100

EXISTING

PROPOSED SANITARY SERVICEPROPOSED GAS SERVICEPROPOSED OVERHEAD ELECTRICPROPOSED UNDERGROUND ELECTRIC

PROPOSED SURFACE DRAINAGE STRUCTURESPROPOSED STORM SEWER

FH PROPOSED FIRE HYDRANT

STEEP SLOPES 20%-25%

VERY STEEP SLOPES 25% OR GREATER

PROPOSED PAVEMENT RESTORATIONLINE OF SIGHT

U:\A

ccou

nts\U

DSDX

\UDS

DX19

001

- Aro

nimink

Elem

enta

ry S

choo

l\DES

IGN\

_SHE

ETS\

CS17

01.d

wg

PLOT

TED:

6/23

/202

0 9:

22 A

M, BY:

Jaso

n Sh

erida

n PL

OTST

YLE:

Penn

oni N

CS.st

b PR

OJEC

T ST

ATUS

: ----

NOT FOR CONSTRUCTION00 40' 80'

NORT

H

UPP

ER D

AR

BY

SC

HO

OL

DIS

TRIC

T

UPP

ER D

AR

BY

SCH

OO

L D

ISTR

ICT

AR

ON

IMIN

K E

LEM

ENTA

RY

SC

HO

OL

TOW

NSH

IP O

F U

PPER

DA

RB

YD

ELA

WA

RE

CO

UN

TY, P

A

ISSU

ED F

OR

: PR

ELIM

INA

RY

/ FI

NA

L LA

ND

DEV

ELO

PMEN

T SU

BM

ISSI

ON

PDE

#xxx

xK

CB

A A

rchi

tect

sE

ight

Eas

t Bro

ad S

treet

Hat

field

, PA

1944

0-24

01t

215.

368.

5806

kcba

-arc

hite

cts.

com

CONSULTANTS

JOB NO.

DWN. BY

DATE

SHEET NO.

HB

UDSDX19001

08.29.2019

RE

VIS

ION

S

MA

RK

DA

TED

ES

CR

IPTI

ON

OF 15

4611

BO

ND

AV

ENU

ED

REX

EL H

ILL,

PA

190

26PE

NN

ON

I ASS

OC

IATE

S IN

C.

1900

Mar

ket S

treet

, Sui

te 3

00Ph

ilade

lphi

a, P

A 19

103

T 21

5.22

2.30

00F

215.

222.

3588

REN

OV

ATI

ON

S A

ND

AD

DIT

ION

FOR

TH

E5

12/3

1/19

PE

R T

WP

/DC

CD

CO

MM

EN

TS

602

/26/

20P

ER

TO

WN

SH

IP C

OM

ME

NTS

703

/20/

20P

ER

TO

WN

SH

IP C

OM

ME

NTS

804

/08/

20P

ER

DC

CD

CO

MM

EN

TS

905

/06/

20P

ER

DC

CD

CO

MM

EN

TS

1006

/22/

20A

DD

EN

DU

M 7

CS1701

UTILITY PLAN

5

SCALE: 1" = 40'

Page 45: Renovations and Addition to Aronimink Elementary School ... · Response: See re-issued sheet CS2001 in this addendum. CHANGES TO THE BIDDING REQUIREMENTS, CONTRACT FORMS AND CONDITIONS

8' DI8' DI 8' DI

6' C

I

6' CI

6' C

I

12' CI

12' CI

12' CI

SAN MHRIM:224.58

SAN MHRIM:217.46

INV (UNABLETO OPEN)

SAN MHRIM:210.28

INV (UNABLE TOOPEN)

SAN MHRIM:208.97

INV (UNABLE TOOPEN)

SAN MHRIM:212.16INV:204.76

PIPE SIZE AND TYPE UNABLE

TO BE DETERMINED

PIPE SIZE AND TYPE UNABLE

TO BE DETERMINED

SAN MHRIM: 224.27

(SELAED)

8" SAN

Ex. 3" Domestic Water Service

TANK

CO

NC

RETE

STEPS

STEPS

STEPS

PLAYGROUND

ROCKS

ROCKS

ROCKS

ROCKS

ROCKS

ROCKS

ROCKS

ROCKS

WALL

WALL

WALL

WALLWALL

WALL

WALL

GATE

GAT

E

GATE

FH

GAS PIPES

STUMP

STEPSSTEPS

STUMP

BURMONT ROAD

(50' WIDE ROW)

(30' WIDE CARTWAY)

MARVINE AVENUE

(40' WIDE ROW)

(30' WIDE CARTWAY)

MARVINE AVE(40' WIDE ROW)(25' WIDE CARTWAY)

RO

BER

TS A

VEN

UE

(40'

WID

E R

OW

)(3

0' W

IDE

CAR

TWAY

)

ALEXANDER A

VE

(50' W

IDE R

OW)

(30' W

IDE C

ARTWAY)

SMITHFIELD ROAD(40' WIDE ROW)

(25' WIDE CARTWAY)

BOND AVENUE(40' WIDE ROW)

(30' WIDE CARTWAY)

ALEX

AND

ER A

VE(4

0' W

IDE

RO

W)

(25'

WID

E C

ARTW

AY)

AND

ERSO

N A

VE(4

0' W

IDE

RO

W)

(25'

WID

E C

ARTW

AY)

BLYT

HE

AVE

(40'

WID

E R

OW

)(2

5' W

IDE

CAR

TWAY

)

BLYTHE AVE

(50' WIDE ROW)

(25' WIDE CARTWAY)

FLAGPOLE

LANDSCAPETIES

TRASHCAN

STOPSIGN

BITUMINOUS PARKING LOT

BITU

MIN

OU

S D

RIV

EWAY

/PA

RKI

NG

LO

T

STOPSIGN

CURB DOGSIGN

STOPSIGN

SPEEDLIMITSIGN

TRASHCANSTOP

SIGN

PEDXINGSIGN

BENCH

BENCH

LANDSCAPETIES

TRASHCAN

STOPSIGN

TRASHCAN

LAND

SCAPE TIES

TRASHCAN

TRASHCAN

DRUG FREESCHOOL

ZONE SIGN

STOP /STREET NAME

SIGNS

SPEEDLIMITSIGN

X-WALKSIGN

SPEEDLIMITSIGN

STOPSIGN

PLAYGROUND / SCHOOLSIGNS

PLAYGROUNDEQUIPMENT

(TYP)

EDGE OF MULCHING

PLAYGROUND / SCHOOLSIGNS

LANDSCAPETIES

LANDSCAPETIES

NODOGSSIGN

LANDSCAPE

TIES

PAVERS

PICNICTABLE

BIKE RACK

WALL

PICNICTABLE

EDGE OF PAVING

CONCRETEWHEELSTOPSALONG EDGEOF PAVING(TYP)

EDGE OFPAVING

EDGE OF PAVING

PAVERS PAVERS

STOPSIGN

SPEEDLIMITSIGN

STREETSIGN

X-WALKSIGN

STREETSIGN

STOPSIGN

20'

REAR YARD

SETBACK

20'

REAR YARD

SETBACK

101.5' FR

ON

T YARD

SETBACK

6

5

9

18'

(TYP

.)9' (TYP.)

26'

9' (T

YP.)

8' (T

YP.)

16'

21'

EXISTINGELEMENTARY SCHOOL

3-STORY54,500 GFA

CONC.MON

IRONPINFOUND

IRF

IPF

25' SIDE YARD SETBACK

EXISTING1-STORYBUILDING

27'

24'

168' SIDE YARD SETBACK

278.1' FRONT YARD

SETBACK

20'

REAR YARD

SETBACK

N 58°02'17" E 645.63' (R.O.W.)

R=3

82 .

60

'L

=35

7 .7

9'

N 68°22'56" W

74.79'

(R.O.W.)

N 76°49'56" W 460.91' (R.O.W.)

N 70°46'56" W 126.27' (R.O.W

.)

S 68°22'56" E

72.94'

S 76°49'56" E 460.38' (TITLE)

S 70°46'56" E 129.70' (TITLE)

S 61°07'05" E 38.72'

(TITLE)

N 61°07'05" W

(R.O.W.)

37.24'

S 21°37'04" W 215.00'

S 31

°57'

43" E

304

.31'

N 3

1°57

'43"

W 1

33.6

1'

N 27°26'47" E 173.90'

S 58°02'17" W 645.63' (TITLE) P.O.B.

PROPOSED 16,762 SFADDITION3-STORY

(33,530 SF GFA)

154.8'

133.7

'

20'

8'

2.5'

(TYP.)

RELOCATEDTOT-LOT

PROPOSED PARKING LOT 1:53 SPACES=13 TREESTOTAL LOT AREA: 23,768 SFINTERIOR LANDSCAPE: 1,693 SF(7.1%)

PROPOSED PARKING LOT 2: 25 SPACES = 6 TREES

TOTAL LOT AREA: 12,096 SFINTERIOR LANDSCAPE: 741 SF

(6.1%)

PROPOSED ADACURB RAMPS AND

CROSSWALKS(TYP.)

20TM

20TM

15TM

13LC

1PA

2PP

1IO

2PA

2IO

1PP

1AR

2GT

2GT

2GT

2GT

1AR

2AR

1TT

1TT

2AR

1AR

3TT

5QB

2QB

3QB

2NS

2NS

1NS

2QB

2QB

2QB

9GB

1PX

6PX

1PX

2PX

1PX

1CF

4NS

4AR

3NS

3TT

2AR

3CC

LEGEND

SANITARY SEWER MANHOLE

STORM SEWER MANHOLESANITARY SEWER

STORM SEWERSTORM SEWER INLET

LIGHT POLE

OVERHEAD COMMUNICATION LINE

UTILITY POLEPOWER MANHOLE

WATER PIPE

WATER VALVE

MONITORING WELL

HYDRANTGAS VALVE

UNIDENTIFIED MANHOLESIGNBOLLARD

EXISTING MAJOR CONTOUR

PROPERTY LINERIGHT OF WAY LINE

100

EXISTING MINOR CONTOUR101

EXISTING BUILDING OUTLINE

EXISTING TREES

TELECOMM MANHOLE

GUARD RAIL

WALLJUNCTION BOX

HVAC STRUCTUREFLAG POLE

ELECTRICAL EQUIPMENT

EXISTING CURBEXISTING SIDEWALK

ADJACENT PROPERTY LINESETBACK LINESOILS BOUNDARY

UNDERGROUND POWER LINE

GUARD RAIL

CURB LINERETAINING WALLSIDEWALKBUILDING OUTLINEDEPRESSED CURBSIGN

BUILDING OVERHANG

PROPOSED LANDSCAPE AREAPROPOSED WALL

PROPOSED

PROPOSED CONTOUR

PROPOSED INDEX CONTOUR101100

EXISTING

STEEP SLOPES 20%-25%

VERY STEEP SLOPES 25% OR GREATER

U:\A

ccou

nts\U

DSDX

\UDS

DX19

001

- Aro

nimink

Elem

enta

ry S

choo

l\DES

IGN\

_SHE

ETS\

CS20

01.d

wg

PLOT

TED:

6/22

/202

0 5:

29 P

M, BY:

Sean

D. S

mith

PLO

TSTY

LE: Pe

nnon

i NCS

.stb

PROJ

ECT

STAT

US: ---

-

NOT FOR CONSTRUCTION00 40' 80'

NORT

H

UPP

ER D

ARB

Y S

CHO

OL

DIS

TRIC

T

UPP

ER D

ARB

YSC

HO

OL

DIS

TRIC

TA

RON

IMIN

K E

LEM

ENTA

RY S

CHO

OL

TOW

NSH

IP O

F U

PPER

DA

RBY

DEL

AW

ARE

CO

UN

TY, P

A

ISSU

ED F

OR:

PRE

LIM

INA

RY /

FIN

AL

LAN

D D

EVEL

OPM

ENT

SUBM

ISSI

ON

PDE

#xxx

xK

CB

A A

rchi

tect

sEi

ght E

ast B

road

Stre

etH

atfie

ld, P

A19

440-

2401

t21

5.36

8.58

06kc

ba-a

rchi

tect

s.co

m

CONSULTANTS

JOB NO.

DWN. BY

DATE

SHEET NO.

HB

UDSDX19001

08.29.2019

REV

ISIO

NS

MAR

KD

ATE

DES

CR

IPTI

ON

OF 15

4611

BO

ND

AV

ENU

ED

REX

EL H

ILL,

PA

190

26PE

NN

ON

I ASS

OC

IATE

S IN

C.

1900

Mar

ket S

treet

, Sui

te 3

00Ph

ilade

lphi

a, P

A 19

103

T 21

5.22

2.30

00F

215.

222.

3588

REN

OV

ATI

ON

S A

ND

AD

DIT

ION

FOR

THE

512

/31/

19PE

R T

WP/

DC

CD

CO

MM

ENTS

602

/26/

20PE

R T

OW

NSH

IP C

OM

MEN

TS

703

/20/

20PE

R T

OW

NSH

IP C

OM

MEN

TS

804

/08/

20PE

R D

CC

D C

OM

MEN

TS

905

/06/

20PE

R D

CC

D C

OM

MEN

TS

1006

/22/

20AD

DEN

DU

M 7

CS2001

LANDSCAPE ANDLIGHTING PLAN

6

SCALE: 1" = 40'

THIS PLAN FOR LANDSCAPE PURPOSES ONLY

PLANTING NOTES

1. EXISTING TOPSOIL ON SITE MAY NOT BE UNSUITABLE FOR REUSE.CONTRACTOR MUST PROVIDE IMPORTED TOPSOIL OR AMENDEXISTING TOPSOIL TO MEET REQUIREMENTS OUTLINED IN THESPECIFICATIONS. CONTRACTOR MUST SUBMIT SOIL TESTANALYSIS REPORT, INCLUDING AMENDMENT RECOMMENDATIONS,FOR EITHER IMPORTED TOPSOIL OR AMENDED EXISTING TOPSOIL.TOPSOIL MUST BE AMENDED AND RETESTED PRIOR TO PLANTINGOPERATIONS.

2. ALL PLANT LOCATIONS SHALL BE STAKED IN THE FIELD ANDLOCATIONS APPROVED BY THE LANDSCAPE ARCHITECT PRIOR TOPLANTING.

3. HOLES FOR TREES AND SHRUBS SHALL BE DUG A MINIMUM OF 3TIMES THE WIDTH OF THE ROOT BALL, AND BACKFILLED WITHAPPROVED SOIL AS OUTLINED IN THE SPECIFICATIONS.

4. TOPSOIL WITH A QUALITY ORGANIC SOIL AMENDMENT SHALL BEUSED FOR ALL PLANTING AND SEEDING OPERATIONS. SEESPECIFICATIONS FOR PLANTING SOIL MIX.

5. NOTIFY ALL UTILITY COMPANIES AND LOCATE ALL EXISTING ANDNEW UTILITIES PRIOR TO EXCAVATING PLANT PITS. PLANTLOCATIONS MAY BE ADJUSTED IN THE FIELD TO AVOIDINTERFERENCE WITH UNDERGROUND UTILITIES, WITH APPROVALOF THE LANDSCAPE ARCHITECT.

6. SHOULD ANY DISCREPANCY ARISE BETWEEN THE PLANTING PLANAND THE PLANTING SCHEDULE, THE PLAN SHALL GOVERN AS TOTHE QUANTITY OF PLANT MATERIAL TO BE INSTALLED.

7. ALL PLANT MATERIAL SHALL BE OF NURSERY STOCK QUALITY ASDEFINED BY THE AMERICAN NURSERY AND LANDSCAPEASSOCIATION. ALL PLANT MATERIAL TO BE GUARANTEED TO LIVEAT LEAST 18 MONTHS AFTER COMPLETION OF THE PROJECT.

8. ALL NON-BIODEGRADABLE ROOT WRAPPING TO BE REMOVEDCOMPLETELY BEFORE PLANTING. REMOVE WIRE BASKETS FROMTOP AND SIDES OF BALL.

STREET TREES

PARKING LOT and SITE TREES

B & B3 1/2"-4" caliper

COMMON NAMEBOTANICAL NAMEKEY QTY ROOTINITIAL SIZE NOTES

PLANT SCHEDULE

GinkgoGinkgo biloba* B & B9 Male OnlyGB

AR

Nyssa sylvatica* Sweetgum

11

9. ALL PLANT MATERIAL SHALL BE APPROVED UPON ARRIVAL TOTHE SITE. NOTIFY THE LANDSCAPE ARCHITECT A MINIMUM OFTHREE DAYS PRIOR TO DELIVERY.

10. PROPOSED PLANT MATERIAL MAY BE SUBSTITUTED BY SIMILARPLANTS, SUBJECT TO APPROVAL BY THE LANDSCAPEARCHITECT.

11. MULCH AROUND TREES AND SHRUBS SHALL BE AN AGED,DOUBLE SHREDDED HARDWOOD BARK MULCH OR COMPOSTEDLEAF MULCH. MULCH SHALL BE FREE OF WEEDS. GRASSCLIPPINGS ARE NOT ACCEPTABLE. MULCH SHALL BE PLACEDEVEN AND LEVEL TO A DEPTH OF 2". NO MULCH SHALL BE PILEDAGAINST TRUNKS, STEMS, CROWNS, OR ROOT FLARES AT BASEOF TREES AND SHRUBS.

12. SHADE TREES IN LAWN AREA SHALL BE PLACED IN A 4' DIAMETERMULCH BED, ORNAMENTAL TREES SHALL BE PLACED IN A 3'DIAMETER MULCH BED, CENTERED AROUND THE TREE TRUNK.SHRUBS SHALL BE PLACED IN A CONTINUOUS MULCHED BED.

SEEDING NOTES

1. APPLY LAWN SEED TO ALL AREAS INDICATED ON PLAN AND ALLAREAS DISTURBED BY CONSTRUCTION.

2. ALL NEW LAWN AREAS AND BASIN SIDE SLOPES TO RECEIVE 6"MINIMUM DEPTH OF TOPSOIL (DEPTH AFTER SETTLEMENT ANDWATERING).

3. EXISTING TOPSOIL ON SITE MAY NOT BE UNSUITABLE FOR REUSE.CONTRACTOR MUST PROVIDE IMPORTED TOPSOIL OR AMENDEXISTING TOPSOIL TO MEET REQUIREMENTS OUTLINED IN THESPECIFICATIONS. CONTRACTOR MUST SUBMIT SOIL TESTANALYSIS REPORT, INCLUDING AMENDMENT RECOMMENDATIONS,FOR EITHER IMPORTED TOPSOIL OR AMENDED EXISTING TOPSOIL.TOPSOIL MUST BE AMENDED AND RETESTED PRIOR TO PLANTINGOPERATIONS.

4. MULCH SEEDED AREAS WITH CLEAN STRAW.

5. WATER AND MAINTAIN ALL SEEDED AREAS PER SPECIFICATIONS.

6. RESEED BARE OR THIN AREAS AS DIRECTED BY THE LANDSCAPEARCHITECT.

7. LAWN SEED MIXTURE: 30% KENTUCKY BLUEGRASS20% CHEWINGS FESCUE20% PERENNIAL RYEGRASS100% APPLIED AT 5 LBS. PER 1,000 S.F.

8. SEE SPECIFICATIONS FOR MORE INFORMATION.

REQUIRED SITE LANDSCAPINGDELAWARE COUNTY SALDO

REQUIRED PROPOSED

ADJACENT TO ZONED RESIDENTIAL:5' WIDE x 6' HIGH LANDSCAPE SCREEN

OR OPAQUE FENCE

B & B9TT

Red MapleAcer rubrum 'October Glory'*2AR

GT 8

1 SHADE TREE PER 5 PARKING SPACES78 SPACES = 16 TREES

Gleditsia triacanthos f. inermis* 'Shademaster' Thornless Honeylocust

ORNAMENTAL TREES

B & BFlowering DogwoodCornus florida 'Cherokee Chief'1CF

AREA LIGHT FIXTURE:

MANUFACTURER: RABMODEL NO: ALEDFC52LAMP: 4 @ 13W LEDCOLOR: BRONZECUT OFF: FULL CUT OFF

AREA LIGHT POLE:

MANUFACTURER: RABSQUARE STEEL POLEMODEL NO: PS4-11-20D2HEIGHT: 20'COLOR: BRONZE

LIGHTING SCHEDULE

1 STREET TREE PER 30 LF OF ROW

MARVINE AVENUE:215 LF = 8 TREES (3" CALIPER)

ROBERTS AVENUE:661 LF = 22 TREES (3" CALIPER)

BOND AVENUE:645 LF = 22 TREES (3" CALIPER)

BURMONT ROAD:700 LF = 24 TREES (3" CALIPER)

8 TREES

1 DECIDUOUS SPECIMEN TREE PER 100 LF BUILDINGPERIMETER (BP)

361 LF = 4 TREES (3 12" CALIPER)

2 ORNAMENTAL OR EVERGREEN TREES PER 100 LF BP361 LF = 8 TREES (8' - 10' HEIGHT)

3 SHRUBS PER 20 LF OF BP1361 LF = 55 SHRUBS

4 TREES

9 EVERGREEN

55 SHRUBS

COMPLIES,EVERGREENTREE ROW

19 TREES

REQUIRED SITE LANDSCAPINGDELAWARE COUNTY SALDO

REQUIRED PROPOSED

FOR EACH TREE REMOVED:12" TO 18" CALIPER: ONE NEW TREE

6 TREES REMOVED = 6 TREES18" TO 24" CALIPER: TWO NEW TREES

0 TREES REMOVED = 0 TREES24" TO 36" CALIPER: THREE NEW TREES

10 TREES REMOVED = 30 TREESGREATER THAN 36" CALIPER: FOUR NEW TREES

1 TREES REMOVED = 4 TREESTOTAL NEW TREES: 40 TREES ( 3 12" CALIPER) 40 TREES

EXISTINGSTREET TREES

3 TREES +EXISTING

STREET TREES

11 TREES +EXISTING

STREET TREES

REQUIRED PROPOSED

4 ORNAMENTAL

Red MapleAcer rubrum 'October Glory'* B & B

B & B

B & B

B & BQuercus bicolor* Swamp White Oak

Tilia tomentosa* Silver Linden

London PlanetreePlatanus x acerifolia* B & B

B & B6'-8' ht.Eastern RedbudCeris canadensis 'Forest Pansy'*

6'-8' ht.

EVERGREEN TREES

Picea abiesNorway Spruce B & B6'-8' ht.

Blue SprucePicea pungens B & B6'-8' ht.

American HollyIlex opaca 'Miss Helen' B & B6'-8' ht.

3 1/2"-4" caliper

3 1/2"-4" caliper

3 1/2"-4" caliper

3 1/2"-4" caliper

3 1/2"-4" caliper

3 1/2"-4" caliper

3 1/2"-4" caliper

3 1/2"-4" caliper

Leyland CypresCupressus x leylandii B & B6'-8' ht.

5% OF INTERIOR PARKING LOTS SHALLBE LANDSCAPED COMPLIES

DECIDUOUSORNAMENTAL/SHADE TREE

EVERGREEN TREE

DECIDUOUS/EVERGREEN SHRUB

AREA LIGHTSINGLE HEAD /DOUBLE HEAD

CC

PA

PP

IO

CL

16QB

12NS

11PX

3

3

3

3

Space 10 O.C

SHRUBS

Taunton YewTaxus x media 'Tauntonii' #5 Cont.24" ht. min.TM 11 Space 4' O.C

Specimen quality

Specimen quality

13

Page 46: Renovations and Addition to Aronimink Elementary School ... · Response: See re-issued sheet CS2001 in this addendum. CHANGES TO THE BIDDING REQUIREMENTS, CONTRACT FORMS AND CONDITIONS

CONTAINER SHRUBS.

KEEP MULCH 3" AWAY FROM MAIN STEM

BALLS AS SPECIFIED.

FINISHED GRADE OR 1" TO 2"

PLANT TO PLACED ON UNDISTURBED SUBGRADE

PLANTING MIX, SEESPECIFICATIONS, WATERTHOROUGHLY TOELIMINATE AIR POCKETS.

PLANTS REMOVE POTS AND SPLITOF ROOT BALL, OR WITH CONTAINERREMOVE BURLAP FROM TOP 1/2

ABOVE IN POORLY DRAINED SOILS

3" MIN. SHREDDED HARDWOOD MULCH.

BURLAPPED SHRUBS.

PLANTING PIT TO BE 3 TO 5 TIMES

BALLED AND

THE WIDTH OF THE ROOT BALL

BARE ROOT OR

PRUNE ONLY TO REMOVE

SET PLANTS PLUMB AND FACE TO GIVEBEST APPEARANCE TO ADJACENT AREAS.

DEAD OR DAMAGED BRANCHES.

SET TOP OF ROOT BALL ATTOP OF ROOT BALL ANDREMOVE EXCESS SOIL FROM

NOTES:

BREAK DOWN SIDES OFPLANTING PIT WHENBACKFILLING.

REMOVE EXCESS SOIL FROM TOP OF ROOT BALLSET TOP OF ROOT BALL AT FINISHED GRADEOR 1" TO 2" ABOVE IN POORLY DRAINED SOILS

DO NOT USE TREE WRAP.

3" MIN. SHREDDED HARDWOOD MULCH.

KEEP MULCH 3" AWAY FROM TRUNK

FROM TOP 1/2 OF ROOT BALL.

FOLD DOWN AND/OR REMOVEBURLAP OR WIRE BASKET

PLANTING MIX, SEE SPECIFICATIONS,WATER THOROUGHLY TOELIMINATE AIR POCKETS.

THE WIDTH OF THE ROOT BALLPLANTING PIT TO BE 3 TO 5 TIMES

BREAK DOWN SIDESOF PLANTING PITWHEN BACKFILLING.

DEAD AND BROKEN BRANCHES.PRUNE ONLY TO REMOVE

USE DIGGING FORK NOT SPADE

TO ADJACENT AREAS.THE BEST APPEARANCE OR RELATIONSHIPSET PLANTS PLUMB AND FACE TO GIVE

TO PREVENT GLAZING OF PIT EDGES

STAKE TREES OVER 2" CAL.,SET STAKES VERTICAL AND AT SAME HEIGHT

STAYS TO BE SET 2/3 UP TREEOR ABOVE FIRST BRANCHES.

3/4" EXT. DIAM. REINFORCED RUBBER GARDEN HOSE.

PLANT TO BE PLACEDON UNDISTURBED SUBGRADE

HARDWOOD MULCH.3" MIN. SHREDDED

MIX AND DEPTH

BIORETENSION SOILSEE CIVIL PLANS FOR

UNDISTURBED SOIL PLANT CONTAINERIZED

ABOVE ADJACENT GRADEPERENNIAL 1"-2" PLANTING PIT TO

COMPACT BASE OF

PREVENT SETTLING

PROPOSEDGROUNDCOVER

(SPACING VARIES)

PLANTS (TYP)MIN. 2' FROM BASE FINISHED

NOTES:

REMOVE MULCH

GRADE

USE DIGGING FORK NOT SPADE TOPREVENT GLAZING OF PIT EDGES.

TYPICAL EDGE - MULCH TO LAWN

FINISHED GRADE OFMULCHED BED TO BE 2"HIGHER THAN FINISHEDGRADE OF LAWN.

3" MULCH

45 DEGREE STRAIGHT'SHOVEL CUT' AT EDGEOF PLANING BEDS.

3" DEEP SHOVEL CUT SOEDGE OF MULCH IS LEVELWITH EDGE OF LAWN.

FINISHED GRADE LAWN

3"-4"

2"3"

TYPICAL EDGE - MULCH TO PAVING

PAVING, SIDEWALK, CURB,OR PARKING AREA

3" MULCH

3"

3" DEEP SHOVEL CUT SOEDGE OF MULCH IS LEVELWITH EDGE OF PAVING

45 DEGREE STRAIGHT'SHOVEL CUT' AT EDGEOF PLANING BEDS.

24"DIA.

CONNECT TO GROUNDSTUD IN POLE

4'-0

"

CONCRETE SIDEWALK

8 #5 VERTICAL BARSWITH #4 TIES AT12" O.C. (MAX. SPACING)

CLASS A CEMENTCONCRETE

112" PVC CONDUIT

3" CLR 3/4" DIA. X 10' COPPERWELD GROUND ROD

GROUND WIRE

3" CLR TO TIE

FLUSH WITH GRADE IN SIDEWALK,3" ABOVE GRADE IN LAWN AREAS.

(MIN

.)

EXOTHERMICWELD

8"

+ -

8"

INSTALL EXPANSION JOINT/GROUTBETWEEN BASE AND SIDEWALK

PAVEMENT RESTORATION:SEE DETAIL 1/CS6001 FORRESTORATION IN SIDEWALK;SEE DETAIL 3/CS6001 FORROADWAY RESTORATION.

MAGNETIC MARKING TAPE

PADOT 2A STONE,COMPACTED TO 95%

COARSE SAND

CONDUIT NOTES:

1. PROVIDE SCHEDULE 40 PVC CONDUITUNDER ALL SIDEWALKS.

2. PROVIDE RIGID STEEL CONDUIT ATALL ROADWAY CROSSINGS.

CONDUIT, SEE NOTES

LIGHTING FOUNDATION NOTES:

1. SEE ELECTRICAL PLANS FOR ADDITIONAL INFORMATION FOR WIRING ANDCONNECTIONS.

2. POLE AND BASE WITH LUMINAIRES SHALL BE RATED FOR 120 MPH WINDLOADING WITH 1.3 GUST FACTOR PER AASHTO LTS-2.

24"DIA.

CONNECT TO GROUNDSTUD IN POLE

4'-0

"

8 #5 VERTICAL BARSWITH #4 TIES AT12" O.C. (MAX. SPACING)

CLASS A CEMENTCONCRETE

112" PVC CONDUIT

3" CLR 3/4" DIA. X 10' COPPERWELD GROUND ROD

GROUND WIRE

3" CLR TO TIE

(MIN

.)

EXOTHERMICWELD

SEAL JOINTS BETWEENFOUNDATION ANDASPHALT PAVING.INSTALL EXPANSION JOINTMATERIAL AND CAULKBETWEEN FOUNDATIONAND CONCRETE PAVING.

3'-0

"

LIGHT FIXTURE

12'-0

" PO

LE O

N R

AIS

ED

FO

UN

DA

TIO

N

FOUNDATION, FLUSH ORRAISED, SEE DETAILS THISSHEET

SQUARE STEEL POLE,SEE SCHEDULE ONDWG CS 2001

LIGHTING FOUNDATION NOTES:

1. SEE ELECTRICAL PLANS FOR ADDITIONAL INFORMATION FOR WIRING ANDCONNECTIONS.

2. POLE AND BASE WITH LUMINAIRES SHALL BE RATED FOR 120 MPH WINDLOADING WITH 1.3 GUST FACTOR PER AASHTO LTS-2.

INCLUDE ANCHOR BOLT KIT,POLE CAP, AND BASE COVERFOR ALL POLES.

DETAIL-N.T.S.

ELECTRIC CONDUIT

DETAIL-N.T.S.

AREA LIGHT FOUNDATION IN SIDEWALK OR GRASS AREA

DETAIL-N.T.S.

AREA LIGHT FOUNDATION IN PARKING AREA

DETAIL-N.T.S.

AREA LIGHT AND POLE

DETAIL-N.T.S.

MULCH EDGES

DETAIL-N.T.S.

PERENNIAL / ORNAMENTAL GRASS PLANTING

DETAIL-N.T.S.

SHRUB PLANTINGDETAIL-N.T.S.

DECIDUOUS TREE PLANTING

DETAIL-N.T.S.

RETAINING WALL

1" CHAMFER

DOWEL TOMATCHVERTICALREINFORCING

24" 12"8"

12"

3'-0

" MIN

.6'

±H

EIG

HT

(2)-#4 CONT.

#5@12"O.C.

2" C

LR

(4)- #5CONT.

#5@12" O.C.VERT.

#4@12" O.C. HORIZ.

3" CLR.

TYP.

EQ. EQ.

3" C

LR

SEEGRADINGPLAN

(2)-#3 CONT.FAIL

PROTECTION NOTES:

1. CONSTRUCT IN ACCORDANCE WITH THEREQUIREMENTS OF PUBLICATION 408,SECTION 605, FOR CAST-IN-PLACE UNITSAND SECTION 713.2(d) FOR PRECASTCEMENT CONCRETE UNITS. WELDSTRUCTURAL STEEL GRATES INACCORDANCE WITH THE REQUIREMENTSOF PUBLICATION 408, SECTION 1105.03(R).WELDING SHOPS ARE NOT REQUIRED TOBE AMERICAN INSTITUTE OF STEELCONSTRUCTION (AISC) CERTIFIED.

SECTION F-F

SE

CTI

ON

G-G

PLAN VIEWTYPE C INLET

TYPE M INLET

G

G

FF

1/4"MIN

SECTIONA-A

TYPICALCORNERDETAILS

SECTIONB-B

1/4"MIN

1/4"MIN1/4"MIN

1/4"MIN1/4"MIN

BAA

B

DETAIL-N.T.S.

PENNDOT TYPE C AND M INLET

CONFIGURATION DETAILTYPICAL INSTALLATION

DETAIL B

INSTALLATION NOTE:

POSITION HOOD SUCH THATBOTTOM FLANGE IS ADISTANCE OF 1/2 OUTLETPIPE DIAMETER (MIN.) BELOWTHE PIPE INVERT. MINUMUMDISTANCE FOR PIPES < 12"I.D. IS 6".

DETAIL A

INSTALLATION DETAILNOTES:

1. ALL HOODS AND TRAPS FOR CATCH BASINS AND WATER QUALITY STRUCTURES SHALL BE AS MANUFACTURED BY: BEST MANAGEMENT PRODUCTS, INC. 53 MT. ARCHER RD. LYME, CT 06371 (860) 434-0277, (860) 434-3195 FAX TOLL FREE: (800) 504-8008 OR (888) 354-7585 WEB SITE: www.bestmp.com OR PRE-APPROVED EQUAL2. ALL HOODS SHALL BE CONSTRUCTED OF A GLASS REINFORCED RESIN COMPOSITE WITH ISO GEL COAT EXTERIOR FINISH WITH A MINIMUM 0.125" LAMINATE THICKNESS.3. ALL HOODS SHALL BE EQUIPPED WITH A WATERTIGHT ACCESS PORT, A MOUNTING FLANGE, AND AN ANTI-SIPHON VENT AS DRAWN. (SEE CONFIGURATION DETAIL)4. THE SIZE AND POSITION OF THE HOOD SHALL BE DETERMINED BY OUTLET PIPE SIZE AS PER MANUFACTURER'S RECOMMENDATION. (SNOUT SIZE ALWAYS LARGER THAN PIPE SIZE).5. THE BOTTOM OF THE HOOD SHALL EXTEND DOWNWARD A DISTANCE EQUAL TO 1/2 THE OUTLET PIPE DIAMETER WITH A MINIMUM DISTANCE OF 6" FOR PIPES <12" I.D.6. THE ANTI-SIPHON VENT SHALL EXTEND ABOVE HOOD BY MINIMUM OF 3" AND A MAXIMUM OF 24" ACCORDING TO STRUCTURE CONFIGURATION.7. THE SURFACE OF THE STRUCTURE WHERE THE HOOD IS MOUNTED SHALL BE FINISHED SMOOTH AND FREE OF LOOSE MATERIAL AND PIPE SHALL BE FINISHED FLUSH TO THE WALL.8. THE HOOD SHALL BE SECURELY ATTACHED TO STRUCTURE WALL WITH 3/8" STAINLESS STEEL BOLTS AND OIL-RESISTANT GASKET AS SUPPLIED BY MANUFACTURER. (SEE INSTALLATION DETAIL)9. INSTALLATION INSTRUCTIONS SHALL BE FURNISHED WITH MANUFACTURER SUPPLIED INSTALLATION KIT. INSTALLATION KIT SHALL INCLUDE: A. INSTALLATION INSTRUCTIONS B. PVC ANTI-SIPHON VENT PIPE AND ADAPTER C. OIL-RESISTANT CRUSHED CELL FOAM GASKET WITH PSA BACKING D. 3/8" STAINLESS STEEL BOLTS E. ANCHOR SHIELDS

FRONT VIEW SIDE VIEW

SNOUT OIL-WATER-DEBRIS SEPARATOR*NOTE- SUMP DEPTH OF 36" MIN. FOR < OR= 12" DIAM. OUTLET. FOR OUTLETS >OR= 15", DEPTH = 2.5-3X DIAM.

GASKETT COMPRESSEDBETWEEN HOOD ANDSTRUCTURE (SEE DETAIL B)

ANTI-SIPHONDEVICE SNOUT

1/2 D

ANCHORSHIELD

SE

E N

OTE

*

NOTES:1. SNOUT TO BE BMP, INC. SOIL-DEBRIS HOOD OR APPROVED EQUAL.2. CONTRACTOR TO PROVIDE SHOP DRAWINGS TO ENGINEER PRIOR TO INSTALLATION OF THE SNOUT DEVICE IN THE

PROPOSED STRUCTURE.3. MANHOLES TO BE INSTALLED WITH HOODS WHERE INDICATED ON THE UTILITY PLAN (CS4.00).4. CONTRACTOR TO INSTALL WITH AIR-TIGHT SEAL, SEE INSTALLATION REQUIREMENTS FROM MANUFACTURER.5. SNOUT SIZE TO BE PROVIDED BASED ON THE OUTLET HOLE SIZE ACCORDING TO MANUFACTURER SIZING

RECOMMENDATIONS. SUMPS TO BE PROVIDED IN INLETS AND/OR MANHOLES BASED ON MANUFACTURERRECOMMENDATIONS.

1" PVC ANTI - SIPHON ADAPTER

REMOVEABLE WATER TIGHTACCESS PORT, 6" - 10"OEPNING

MOUNTING FLANGE

OUTLET PIPE (HIDDEN)

OUTLETPIPE

SNOUTOIL-DEBRISHOOD

SOLIDS SETTLEON BOTTOM

STAINLESSBOLT

EXPANSION CONE(NARROW END OUT)

DRILLED HOLE

ANCHOR W/BOLT (SEEDETAIL A)

MOUNTING FLANGE

FOAM GASKET W/ PSABACKING (TRIM TO

LENGTH)

OIL ANDDEBRIS

NOTES:1. EXISTING PIPE TO REMAIN UNTIL SATISFACTORY COMPLETION OF MANHOLE TESTING.2. REMOVE CROWN OF EXISTING PIPE FLUSH WITH CONCRETE SHELF.

DOG HOUSE INSTALLATION PROCEDURE:1. CONTRACTOR IS RESPONSIBLE FOR CONTROLLING THE FLOW

DURING THE CONNECTION.

2. THE CONTRACTOR IS TO OBTAIN INFORMATION ABOUT THE FLOWRATE PRIOR TO COMMENCING THE CONNECTION. THIS MAY BEOBTAINED BY OPENING A MANHOLE AND MEASURING THE FLOW(FLOW CAN VARY).

3. FOR HIGH FLOW RATE THE CONTRACTOR SHALL SUBMIT ABY-PASS METHOD FOR APPROVAL.

4. FOR LOW FLOW RATE THE CONTRACTOR MAY BE ABLE TODIRECT THE FLOW THROUGH THE OPENED SECTION.

5. EXCAVATE SAFELY TO EXPOSE THE EXISTING SEWER PIPEWITHOUT DAMAGING IT.

6. EXCAVATE A DITCH WIDE ENOUGH TO ACCOMMODATE THEMANHOLE.

7. CONTRACTORS SHOULD PERFORM THE CONNECTION IN A SAFEMANNER AND PER OSHA REGULATIONS.

8. SHORING SHALL BE INSTALLED IN DITCHES AND TRENCHES ASPER OSHA REGULATIONS OR AS REGULATED BY PWD. VIOLATIONOF THIS PROVISION WILL RESULT IN A STOP WORK ORDERAND/OR PENALTIES PRESCRIBED BY LAW. (REFER TOPHILADELPHIA PLUMBING CODE 2004 SECTION P- 1503.2SHORING).

9. PREVENT ANY DEBRIS FROM FALLING AND FLOWING INTO THESEWER.

10.CLEAN THE BOTTOM OF THE OPENED AREA FROM LOOSE ANDSOFT SOIL IF NO CRADLE, AND PLACE STONE IN THE MIDDLE.

11.PLACE #5 BARS @ 12" O.C. BOTH WAYS IMMEDIATELY BELOWMANHOLE AND EXTENDING BEYOND OUTSIDE PERIMETER.

12.SET MANHOLE RISER RESTING ON CINDER BLOCK ORCONCRETE BLOCK AT FOUR CORNERS PRIOR TO POURINGCONCRETE.

13.POUR CONCRETE BASE IN PLACE AFTER SETTING MANHOLE.CONCRETE TO BE POURED INSIDE AND OUTSIDE TO PROVIDESEAL AGAINST LEAKS.

14.CUT AND REMOVE THE TOP HALF OF EXISTING PIPE TO WITHIN6” OF THE MANHOLE WALLS AFTER THE INVERT AND SHELF HAVEBEEN FORMED. PARGE EXPOSED CUT EDGES OF THE PIPE WITHMORTAR.

15.ALLOW AT LEAST 24 HOURS FOR THE CONCRETE TO HARDENBEFORE BACKFILLING.

16.ANY OTHER PIPELINE EXPOSED AND UNDERMINED DURINGTHIS OPERATION MUST BE SUPPORTED IMMEDIATELY ANDBACKFILLED WITH CONTROLLED LOW STRENGTH MATERIAL(CLSM) AFTER THE COMPLETION OF THE CONNECTION.

SET MANHOLE ON 3 CINDER BLOCKOR CONCRETE BLOCK 8" HIGH

DOGHOUSE MANHOLE

OPENING BETWEENEXISTING PIPE ANDCUTOUT (TYP.) TOBE FILLED WITHCONCRETE

#5 BARS @ 12" O.C. BOTHWAYS PLACEDIMMEDIATELY BELOWMANHOLE AND EXTENDINGBEYOND OUTSIDEPERIMETER AS SHOWNMANHOLE RISER RESTINGON CINDER BLOCK ORCONCRETE BLOCK ATTHREE EVENLY SPACEDLOCATIONS PRIOR TOPOURING CONCRETE

3/4 " DIA. OFEXISTING PIPE

PRECAST REINFORCEDRISER SECTION

STANDARD PRECASTRISER WITH PRECASTOPENINGS

CONCRETE BASE POURED INPLACE AFTER SETTINGMANHOLE. CONCRETE TO BEPOURED INSIDE AND OUTSIDE TOPROVIDE SEAL AGAINST LEAKS

4000 P.S.I CONCRETE POUREDAGAINST UNDISTURBEDEARTH OR 8" OF 3/4 " STONE IFEARTH IS NOT STABLE

FORM CHANNEL TOMATCH INV AND

CURVATURE OF PIPE

A-LOK HOLE FOR ANEW PIPE CONNECTION

OR APPROVED EQUAL

EXISTING 2'3"x1'6" STORMPIPE

SHELF SLOPED1" PER FOOT

3"

3"

3" MIN. TYP.

6" MIN.

7' - 0" MIN.6" MIN.

7' - 0" MIN.

UNDISTURBED EARTH

3"

NOTE:

1. CONTRACTOR SHALL PROVIDESIGNED & SEALED SHOP DRAWINGSBY A PA PROFESSIONAL ENGINEERFOR REVIEW AND APPROVAL PRIORTO CONSTRUCTION.

U:\A

ccou

nts\U

DSDX

\UDS

DX19

001

- Aro

nimink

Elem

enta

ry S

choo

l\DES

IGN\

_SHE

ETS\

CS60

02.d

wg

PLOT

TED:

6/22

/202

0 5:

36 P

M, BY:

Jaso

n Sh

erida

n PL

OTST

YLE:

Penn

oni N

CS.st

b PR

OJEC

T ST

ATUS

: ----

CS6002

SITE DETAILS

10

UPP

ER D

AR

BY

SC

HO

OL

DIS

TRIC

T

UPP

ER D

AR

BY

SCH

OO

L D

ISTR

ICT

AR

ON

IMIN

K E

LEM

ENTA

RY

SC

HO

OL

TOW

NSH

IP O

F U

PPER

DA

RB

YD

ELA

WA

RE

CO

UN

TY, P

A

ISSU

ED F

OR

: PR

ELIM

INA

RY

/ FI

NA

L LA

ND

DEV

ELO

PMEN

T SU

BM

ISSI

ON

PDE

#xxx

xK

CB

A A

rchi

tect

sE

ight

Eas

t Bro

ad S

treet

Hat

field

, PA

1944

0-24

01t

215.

368.

5806

kcba

-arc

hite

cts.

com

CONSULTANTS

JOB NO.

DWN. BY

DATE

SHEET NO.

HB

UDSDX19001

08.29.2019

RE

VIS

ION

S

MA

RK

DA

TED

ES

CR

IPTI

ON

OF 15

4611

BO

ND

AV

ENU

ED

REX

EL H

ILL,

PA

190

26PE

NN

ON

I ASS

OC

IATE

S IN

C.

1900

Mar

ket S

treet

, Sui

te 3

00Ph

ilade

lphi

a, P

A 19

103

T 21

5.22

2.30

00F

215.

222.

3588

REN

OV

ATI

ON

S A

ND

AD

DIT

ION

FOR

TH

E5

12/3

1/19

PE

R T

WP

/DC

CD

CO

MM

EN

TS

602

/26/

20P

ER

TO

WN

SH

IP C

OM

ME

NTS

703

/20/

20P

ER

TO

WN

SH

IP C

OM

ME

NTS

804

/08/

20P

ER

DC

CD

CO

MM

EN

TS

905

/06/

20P

ER

DC

CD

CO

MM

EN

TS

1006

/22/

20A

DD

EN

DU

M 7DETAIL- SNOUT OIL AND DEBRIS SEPARATOR (BMP OR APPROVED EQUAL)

N.T.S.DETAIL-

DETAIL- DOGHOUSE MANHOLE BASEN.T.S.DETAIL-

DETAIL-N.T.S.

24" AREA DRAIN (INLINE)

Page 47: Renovations and Addition to Aronimink Elementary School ... · Response: See re-issued sheet CS2001 in this addendum. CHANGES TO THE BIDDING REQUIREMENTS, CONTRACT FORMS AND CONDITIONS

2.6%

3.1%

2.0%

3.4%

3.5%

4.5%

2.3%

2.0%3.3%

215

214

213

214

3.1%222

224

226

227

228

229

230226

225

224

223

2.4%

225

223

FFE 215.06

214

224

223

224

225

227

216

214

223

223

223

224

224

-7.0%

-5.7

%

220

219

217

223

213

212

213

3.0%

223

222

223

223

222

223223

219

220

221

218

217

216215

8.8%

220218

216

214

PROPOSED 16,762 SFADDITION3-STORY

(33,530 SF GFA)

R10'

24'

8'

8'

8'

5'

154.8'

133.7

'

8'

R5'

PROPOSED ADACURB RAMPS ANDCROSSWALKS (TYP.)

PROPOSED ADACURB RAMPS AND

CROSSWALKS(TYP.)

20'

8'

PROPOSED 5' x 5'PASSING AREA

PROPOSED 5' x 5'PASSING AREA

PROPOSED 5' x 5'PASSING AREA

PROPOSEDRETAINING

WALL

PROPOSEDRETAININGWALL

PROPOSED COOLINGTOWER 12'x 8.5'

RELOCATEDTOT-LOT

PROPOSED TYPE 2ADA CURB RAMP

FH BURMONT ROAD

(50' WIDE ROW

)

(30' WIDE CARTW

AY)

MARVINE AVENUE

(40' WIDE ROW)

(30' WIDE CARTWAY)

MARVINE AVE(40' WIDE ROW)(25' WIDE CARTWAY)

RO

BE

RTS

AV

EN

UE

(40'

WID

E R

OW

)(3

0' W

IDE

CA

RTW

AY

)

ALEXANDER A

VE

(50'

WID

E ROW

)

(30'

WID

E CARTW

AY)

SMITHFIELD ROAD(40' WIDE ROW)

(25' WIDE CARTWAY)

BOND AVENUE(40' WIDE ROW)

(30' WIDE CARTWAY)

ALE

XA

ND

ER

AV

E(4

0' W

IDE

RO

W)

(25'

WID

E C

AR

TWA

Y)

AN

DE

RS

ON

AV

E(4

0' W

IDE

RO

W)

(25'

WID

E C

AR

TWA

Y)

BLY

THE

AV

E(4

0' W

IDE

RO

W)

(25'

WID

E C

AR

TWA

Y)

BLYTHE AVE

(50' WIDE ROW)

(25' WIDE CARTWAY)

BOLLARDSWITH CHAINS(TYP)

TRAFFICSIGNAL

STEPS

STEPS

STEPSSTEPSRAILING

CONC. CURBCONC. CURB

EXISTINGELEMENTARY SCHOOL

3-STORY54,500 GFA

CONC.MON

IRONPINFOUND

IRF

IPF

EXISTING1-STORYBUILDING

188.4

'

PARCEL ID: 16110059700MAP #: 16-12-486:000

GROSS: 429,319 SF (9.857 AC)NET: 398,894 SF (9.157 AC)

LANDS N/FUPPER DARBY SCHOOL DISTRICT

BOND AVENUEZONING DISTRICT: R-1

UP 711

UP 73408

SAN MHRIM: 224.27

(SELAED)

8" SA

N

210

210

215

215

215

215

220

220

220

220

225

225

225

225

225225

230230230

230

230

230

230

230

230

230

209

209

211

211

211

211

212

212

212

212

213

213

213

213

214

214

214

214

216

216

216

216

217

217

217

217

218

218

218

218

219

219

219

219

219

219

221

221

221

221

222

222

222

222

223

22322

3

223

224

224

224

224

226

226

226 226

226

226

227

227

227

227

227

227

228

228

228

228

228

228

229

229

229

229

229

229

231 232 232

232

233

225

221

221

222

222

223

223

224

226

230

227

228

229

231

225

22622

7

C.O.

C.O.

C.O.

C.O.

C.O.

RCE

CWTOPSOIL

STOCKPILE

CONCRETEWASHOUT

INLET PROTECTION(TYP.)

EROSION CONTROLMATTING (TYP.)

COMPOSTFILTER SOCK

(TYP.)

CFS-1

CFS-2

CFS-3

CFS-4

CFS-9

CFS-8

CFS-7

CFS-6

CFS-5

CFS-7FLOW PATH

(111 LF @ 1.8%)

CFS-6-2FLOW PATH

(111 LF @ 1.8%)

CFS-6-1FLOW PATH

(72 LF @ 5.9%)

CFS-8FLOW PATH(81 LF @ 7.1%)

CFS-9-1FLOW PATH(122 LF @ 6.8%)

CFS-9-2FLOW PATH

(190 LF @ 1.7%)

CFS-1FLOW PATH(25 LF @ 21.2%)

CFS-5FLOW PATH

(43 LF @ 3.2%)

CFS-3-1FLOW PATH

(104 LF @ 6.4%)

CFS-3-2FLOW PATH

(207 LF @ 3.2%)

CFS-4FLOW PATH

(38 LF @ 9.0%)

CFS-2FLOW PATH

(16 LF @ 12.5%)

ROCKCONSTRUCTIONENTRANCELIMIT OF DISTURBANCE /

NPDES PERMIT BOUNDARY 168,086 SF (3.86 AC)

LIMIT OF DISTURBANCE /NPDES PERMIT BOUNDARY

168,086 SF (3.86 AC)

BASIN IB-1

BASIN MRC-2

Me

Me

LEGEND

SANITARY SEWER MANHOLE

STORM SEWER MANHOLESANITARY SEWER

STORM SEWERSTORM SEWER INLET

LIGHT POLE

OVERHEAD COMMUNICATION LINE

UTILITY POLEPOWER MANHOLE

WATER PIPE

WATER VALVE

MONITORING WELL

HYDRANTGAS VALVE

UNIDENTIFIED MANHOLESIGNBOLLARD

EXISTING MAJOR CONTOUR

PROPERTY LINERIGHT OF WAY LINE

100

EXISTING MINOR CONTOUR101

EXISTING BUILDING OUTLINE

EXISTING TREES

TELECOMM MANHOLE

GUARD RAIL

WALLJUNCTION BOX

HVAC STRUCTUREFLAG POLE

ELECTRICAL EQUIPMENT

EXISTING CURB

EXISTING SIDEWALK

ADJACENT PROPERTY LINE

SETBACK LINE

SOILS BOUNDARY

UNDERGROUND POWER LINE

GUARD RAIL

CURB LINERETAINING WALLSIDEWALKBUILDING OUTLINEDEPRESSED CURBSIGN

BUILDING OVERHANG

PROPOSED LANDSCAPE AREAPROPOSED WALL

PROPOSED

PROPOSED CONTOUR

PROPOSED INDEX CONTOUR

244.82X PROPOSED SPOT ELEVATION

PROPOSED DRAINAGE MANHOLE

PROPOSED INLET

101100

EXISTING

PROPOSED SANITARY SERVICE

STEEP SLOPES 20%-25%

VERY STEEP SLOPES 25% OR GREATER

COMPOST FILTER SOCK

PROPOSED CONSTRUCTION FENCE

PROPOSED TOPSOILSTOCKPILE

CFS SLOPE LENGTH

CONCRETE WASHOUTCW

COMPOST FILTER SOCK TRAP

PROPOSED E&S BMP DRAINAGE AREAPROPOSED TEMPORARY CONTOUR

PROPOSED ROCKCONSTRUCTION ENTRANCERCE

PROPOSED SWM BMPDRAINAGE AREAEROSION CONTROL MATTING

TEMPORARY INLETPROTECTION

LIMIT OF DISTURBANCE

U:\A

ccou

nts\U

DSDX

\UDS

DX19

001

- Aro

nimink

Elem

enta

ry S

choo

l\DES

IGN\

_SHE

ETS\

CS80

01.d

wg

PLOT

TED:

6/23

/202

0 9:

29 A

M, BY:

Jaso

n Sh

erida

n PL

OTST

YLE:

Penn

oni N

CS.st

b PR

OJEC

T ST

ATUS

: ----

NOT FOR CONSTRUCTION00 40' 80'

NORT

H

UPP

ER D

AR

BY

SC

HO

OL

DIS

TRIC

T

UPP

ER D

AR

BY

SCH

OO

L D

ISTR

ICT

AR

ON

IMIN

K E

LEM

ENTA

RY

SC

HO

OL

TOW

NSH

IP O

F U

PPER

DA

RB

YD

ELA

WA

RE

CO

UN

TY, P

A

ISSU

ED F

OR

: PR

ELIM

INA

RY

/ FI

NA

L LA

ND

DEV

ELO

PMEN

T SU

BM

ISSI

ON

PDE

#xxx

xK

CB

A A

rchi

tect

sE

ight

Eas

t Bro

ad S

treet

Hat

field

, PA

1944

0-24

01t

215.

368.

5806

kcba

-arc

hite

cts.

com

CONSULTANTS

JOB NO.

DWN. BY

DATE

SHEET NO.

HB

UDSDX19001

08.29.2019

RE

VIS

ION

S

MA

RK

DA

TED

ES

CR

IPTI

ON

OF 15

4611

BO

ND

AV

ENU

ED

REX

EL H

ILL,

PA

190

26PE

NN

ON

I ASS

OC

IATE

S IN

C.

1900

Mar

ket S

treet

, Sui

te 3

00Ph

ilade

lphi

a, P

A 19

103

T 21

5.22

2.30

00F

215.

222.

3588

REN

OV

ATI

ON

S A

ND

AD

DIT

ION

FOR

TH

E5

12/3

1/19

PE

R T

WP

/DC

CD

CO

MM

EN

TS

602

/26/

20P

ER

TO

WN

SH

IP C

OM

ME

NTS

703

/20/

20P

ER

TO

WN

SH

IP C

OM

ME

NTS

804

/08/

20P

ER

DC

CD

CO

MM

EN

TS

905

/06/

20P

ER

DC

CD

CO

MM

EN

TS

1006

/22/

20A

DD

EN

DU

M 7

CS8001

EROSION AND SEDIMENTCONTROL PLAN

12

USDA-SCS SOIL GROUP RATING FOR INFILTRATION AND ERODIBILITYGROUP A: LOWEST RUNOFF POTENTIAL WITH HIGH INFILTRATION RATES.GROUP B: LOW TO MODERATE RUNOFF POTENTIAL, WITH MODERATE INFILTRATION WHEN WET.GROUP C: MODERATE TO HIGH RUNOFF POTENTIAL, WITH SLOW INFILTRATION WHEN WETTED.GROUP D: HIGH RUNOFF POTENTIAL, WITH VERY SLOW INFILTATION RATES WHEN WETTED.

SOILS CHARACTERISTICS CHART

SOIL

DESCRIPTION TABLE 6 INFORMATION

TOPSOIL

SUITABILITY FOR

LOCAL ROADSAND STREETS

ROADFILL

BUILDINGS WITHBASEMENTS

BUILDINGS W/OBASEMENTS

DEPTH TOS.H.W.T.

DEPTH TORESTRICTIVE

FEATURE

PONDSRESERVOIR

EMBANKMENTS AGRICULTURALSOILS

CLASSIFICATION

USDA-SCS SOIL RATINGFOR NFILTRATIONAND ERODIBILITY

SAND ANDGRAVEL

FROSTACTION

SOIL USE LIMITATIONS AND RESOLUTIONS:1. IF GROUNDWATER IS ENCOUNTERED DURING FOUNDATION OR UTILITY

EXCAVATION, WATER SHALL BE PUMPED FROM TRENCH INTO FILTER BAG.

2. DUE TO FROST ACTION LIMITATIONS OF SOILS DURING WINTER MONTHS, THECONTRACTOR SHALL CEASE ALL EARTH MOVING ACTIVITIES DURING FROSTING ORICING CONDITIONS.

3. IF BEDROCK IS ENCOUNTERED DURING EXCAVATION, ROCK SHALL BE REMOVEDAND DISPOSED OF IN A LEGAL MANNER.

4. SOIL TESTS SHOULD BE PERFORMED TO DETERMINED SOIL SUITABILITY FORTOPSOIL. IF SOIL IS UNSUITABLE, TOPSOIL SHALL BE IMPORTED.

MADE LAND,SCHIST AND

GNEISS MATERIALS0%-8% SLOPES SOMEWHAT

LIMITEDSOMEWHAT

LIMITEDVERY

LIMITED POOR GOOD NOT PRIMEFARMLAND GROUP C

SOMEWHATLIMITED

SOMEWHATLIMITEDPOOR MODERATE60"

40"-72" TOPARALITHICBEDROCK

NO

RTH

LOCATION MAPUSGS QUADRANGLE: LANSDOWNE, PA

SCALE: 1" = 1000'

SITE

SYMBOL

Me

SCALE: 1" = 40'