33
ADDENDUM NO. 3 November 30, 2012 To: All Planholders From: ALT32 Architecture | Design 310 Old Vine Street, Suite 300 Lexington, KY 40507-1534 Re: ADDENDUM NO. 3 Magoffin County – Salyersville Grade School Tornado Damage Renovation 204 Hornet Drive, Salyersville, KY 41465 BG # 12-179 This addendum is (33) pages of 8-1/2 x 11 The purpose of this addendum is to clarify further the requirements of the plans. The contractors are governed by the information in the addendum as if included in the plans. The addendum is part of the contract documents. The bidders shall acknowledge receipt of the addendum in their form of proposal. 1. The Bid Date has been changed to Tuesday, December 11, 2012 at 2pm. 2. See attached Addendum #3 from Codell Construction. MEP Items: 3. See attached Addendum #3 items related to MEP. Structural Items: 4. See attached drawings AD-3.0, AD-3.1, AD-3.2 and AD-3.3 for modifications/clarifications related to drawing S-5.0. Architectural Items: 5. Reference Specification Section 047200 Cast Stone Masonry. Subject to compliance with the Contract Documents, add Midwest Cast Stone to the list of approved manufacturers. 6. Reference Specification Section 081416 Flush Wood Doors and Door Schedule on drawing A5.0. All new wood doors with glazing shall contain

ADDENDUM NO. 3agcwky.org/files/pl/1654841610_saladd.pdfLibrary – 201 Hornet Drive Salyersville, KY. Two copies of the Form of Proposal plus a 5% Bid Bond must be placed in a manila

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

  • ADDENDUM NO. 3 November 30, 2012 To: All Planholders From: ALT32 Architecture | Design 310 Old Vine Street, Suite 300 Lexington, KY 40507-1534 Re: ADDENDUM NO. 3 Magoffin County – Salyersville Grade School

    Tornado Damage Renovation 204 Hornet Drive, Salyersville, KY 41465 BG # 12-179 This addendum is (33) pages of 8-1/2 x 11 The purpose of this addendum is to clarify further the requirements of the plans. The contractors are governed by the information in the addendum as if included in the plans. The addendum is part of the contract documents. The bidders shall acknowledge receipt of the addendum in their form of proposal. 1. The Bid Date has been changed to Tuesday, December 11, 2012 at

    2pm.

    2. See attached Addendum #3 from Codell Construction.

    MEP Items: 3. See attached Addendum #3 items related to MEP.

    Structural Items: 4. See attached drawings AD-3.0, AD-3.1, AD-3.2 and AD-3.3 for

    modifications/clarifications related to drawing S-5.0. Architectural Items: 5. Reference Specification Section 047200 Cast Stone Masonry. Subject

    to compliance with the Contract Documents, add Midwest Cast Stone to the list of approved manufacturers.

    6. Reference Specification Section 081416 Flush Wood Doors and Door Schedule on drawing A5.0. All new wood doors with glazing shall contain

  • 2

    new glazing. Glazing shall not be reused from existing doors that are to be demolished.

    7. Reference Specification Section 084113 Aluminum-Framed

    Entrances and Storefronts. Subject to compliance with the Contract Documents, add Kawneer to the list of approved manufacturers.

    8. Reference Specification Section 088000 Aluminum-Framed

    Entrances and Storefronts. Subject to compliance with the Contract Documents, add AGC to the list of approved manufacturers.

    9. Reference Specification Section 101100 Visual Display Surfaces. All

    markerboards and tackboards are 4’-0” in height and 6’-0” in width.

    10. Reference Specification Section 116623 Gymnasium Equipment.

    a. Subject to compliance with the Contract Documents, add Draper, Inc. to the list of approved manufacturers.

    b. The design basis for the new scoreboards shall be: NEVCO 2700-NL wired scoreboard.

    11. Reference Specification Section 123200 Manufactured Wood

    Casework. Provide locks on all new Teacher Wardrobes. Provide a minimum of two keys per lock and six master keys.

    12. Reference Specification Section 123500 Media Center Casework.

    Subject to compliance with the Contract Documents, add Brodart Company to the list of approved manufacturers.

    13. Reference Sheet A1.9 Upper Level Enlarged Area Plan. a. On the MEDIA CENTER FURNITURE Legend, change

    Description for Item “I” to read “Student Chairs (18” Seat Height)”.

    b. The following furniture items shall be added to the Media Center: Two double Lounge Chairs (Design Basis: Community Seating, Item 6312D) and one rectangular Lounge Table (Design Basis: Community Seating, Item CA3020-16)

  • 1

    ADDENDUM #3 November 30, 2012 Salyersville Grade School – Tornado damage Salyersville, KY This addendum forms as part of the Contract Documents and modifies the original Contract Documents dated November 2012 as noted below. Failure to note this addendum on the Bid Proposal Form may result in disqualification of the bid. Pages: (13) 8 ½ x 11 sheets - Codell Construction Company Clarification:

    1. Bid date has been moved to Tuesday, December 11, 2012 at 2 pm. Bid opening location is the Magoffin County High School Library– 201 Hornet Drive, Salyersville, KY.

    2. Due to the lack of coverage at the Pre-bid meeting, the insurance carrier has waived the mandatory attendance at the Pre-bid and has opened the project to normal bidding procedures. So if you did not attend the Pre-bid you can still bid the prime bid packages like typical Codell projects.

    3. Attached find the Pre-bid minutes (2 pages) and sign in sheet (2 pages). 4. Attached is the revised Section 00203 – Unit Prices (4 pages). 5. Attached is the revised Section 01030 – Alternates (3 pages) 6. Apparent low bidders will be granted a two hour time period to fill out section

    00201 after the bid opening. 7. Please place a $0 cost in the alternate spaces provided if the work is at no cost. 8. Thyssenkrupp Elevator has the current service contracts with the school board on

    the elevator and wheelchair lift. 9. Bid Package #2 is responsible to disassemble the (2) basketball goals and load

    onto an Owner furnished truck. 10. Bid Package #2 is responsible to remove and load the scoreboards onto an Owner

    furnished truck.

  • 2

    11. Bid Package #2 is responsible to remove and load the athletic pads onto an Owner furnished truck.

    12. Bid Package #2 is responsible for new scoreboards. 13. Bid Package #6 is responsible for removal, storing and reinstalling all aluminum

    windows that call to be reused. 14. Bid Package #8 is responsible for installing the expoxy injector in the floor slabs

    indicated (Note T9 on sheet S-2.2). 15. Bid Package #14 is responsible for installing Owner furnished TV Brackets and

    TV’s. 16. Bid Package #14 is responsible to remove all existing lights in Gym, stage

    lighting and sound system and load onto an Owner furnished truck.

    End of report.

  • SALYERSVILLE GRADE SCHOOL PRE-BID MEETING MINUTES

    DATE OF MEETING: November 27, 2012 TIME: 1:00 PM Introduction: Magoffin County Board of Education Alt 32 and Consultants Young and Associates Codell Construction Company Overview of Project: Alt 32 and Consultants Review Volume 1 Project Manual Review:

    1. Section 00010 - Advertisement for Bids: Bids are due December 11, 2012 at 2:00 PM, at the Magoffin County High School

    Library – 201 Hornet Drive Salyersville, KY. Two copies of the Form of Proposal plus a 5% Bid Bond must be placed in a manila envelope with the Project and Bid Package number affixed. Bids are good for sixty (60) days.

    2. Questions: Questions regarding this Project must be sent to Kenny Davis/Codell Construction

    and/or Katrina Litteral/Alt 32 in writing no later than December 5, 2012 - 10:00 am. No exceptions! The last addendum will be issued on December 6, 2012.

    3. Section 00200 - Form of Proposal:

    The Form of Proposal is located in Volume One, Section 00200 of the Specifications. Be certain to insert all Addenda, Alternates (if any), and write out the dollar figure as well as insert the dollar figure of your bid. Base Bid must include all labor and materials necessary to perform the work, including break-out materials that you may list in Section 00201 – Supplemental Form of Proposal. Be certain to attach Section 00201 Material Breakout Items –with your bid. If Section 00201 is completed, the material listed should not include KY Sales Tax. In addition, be sure to attach Section 00202 (Conflict of Interest) with your bid.

    4. Section 00303 - Prevailing Wages: Prevailing wages will be utilized for this Project (reference Section 00303).

    5. Section 01000 - Site Conditions:

  • Bidders are responsible to examine the site for existing conditions. There will be a walk thru after the meeting. The building will also be open on November 29th and December 3rd from 10 am to 2 pm. All visitors must check in at Magoffin Board Office.

    6. Section 01010 - Project Schedule:

    7 month schedule with $1,000 daily liquidated damages. Bidders must bid the project according to the schedule (Addendum #1).

    7. Section 01030 – Alternates Reference Volume One Specifications

    8. Section 01400 Codes, Standards and Industry Specifications:

    Owner shall employ and pay for services of Independent Testing Laboratories to perform specified services and testing that is noted under the separate sections. Subcontractors to understand Special Inspection Agencies will bid this project per the schedule any delays within the schedule do to fault of the subcontractor; the subcontractor will be responsible for additional monies due the inspection agency.

    9. Section 01500 - Construction Facilities and Temporary Controls

    Bidders should review this section for additional requirements specific to bid packages. This section includes items that relate to barriers, enclosures, temporary signage, cleaning, temporary facilities, temporary water, heating and electric, etc.

    10. Section 01900 – Language Specific to Individual Bids: Bidders should review each bid package to familiarize yourself with the requirements

    of each bid package.

    11. Adjourned meeting

    12. Did a Walk thru of building

  • Salyersville Grade School

    SECTION 00203 - LIST OF UNIT PRICES Unit prices shall include the furnishing of all labor, materials, supplies, services and shall include all items of cost, overhead and profit for the Contractor and any Subcontractor involved, and shall be used uniformly without modification for either additions or deductions. The Unit Prices as established shall be used to determine the equitable adjustment of the Contract Price in connection with changes or extra work performed under the Contract and the "Rules of Measurement" set forth in the Special Conditions shall govern. Unit prices must be submitted with the Form of Proposal. ITEM UNIT PRICE SITE / STRUCTURAL / ARCHITECTURAL

    Exterior Concrete Walk (include subbase, prep and reinforcement) $____________/S.F. Asphalt Paving (sawcut, remove and replace) $____________/S.Y. Chainlink Fence (4’-0” tall) $____________/L.F. Chainlink Fence (6’-0” tall) $____________/L.F. Chainlink Fence (8’-0” tall) $____________/L.F. 12” CMU Assembly $____________/S.F. Drilled Shafts – Extending or Reducing length $____________/L.F. Interior Reinforced 4” Slab on Grade $____________/S.F. Metal Roof Deck $____________/S.F. Steel ‘K’ Series Joists $____________/L.F. Acoustical Ceiling (24” x 24”) including Grid $____________/S.F. Acoustical Ceiling (24” x 48”) including Grid $____________/S.F. Resilient Flooring $____________/S.F. Resilient Wall Base $____________/S.F. Quarry Tile $____________/S.Y. Paint – CMU Assembly (Include blockfill and all finish coats) $____________/S.F. Paint – Gypsum Board Assembly (include primer and all finish coats) $____________/S.F. Typical Classroom Wood Door (3’x7’, Door Type 3, reinstall existing hardware) $____________/unit MECHANICAL/PLUMBING: Diffusers/Grilles (24”x24”) lay-in; square cone, 6” neck with 10’-0” of 6” flex, 6” spin-in with damper; installed turnkey $___________/unit

  • Salyersville Grade School

    Diffusers/Grilles (24” x 24”) lay-in; square cone, 8” neck with 10’-0” of 8” flex, 8” spin-in with damper; installed turnkey $___________/unit Diffusers/Grilles (24” x 24”) lay-in; square cone, 10” neck with 10’-0” of 10” flex, 10” spin-in with damper; installed turnkey $___________/unit Programmable Wall Thermostat installed on existing wall box; patching included; installed turnkey $___________/unit FIRE SUPPRESSION: 7.5’ 1” arm over Schedule 40 or Schedule 30 steel; with fittings, hangers, sprinkler head; escutcheons, installed centered in 2’x2’ section of ceiling tile turnkey $____________/EA 1-1/4” Schedule 40 black steel fire suppression piping with Victaulic couplings installed turn-key with fittings, hangars, and escutcheons $____________L.F. Domestic Water Piping (Type L copper, including wrought copper or cast brass fittings), insulation, hangers, installation turnkey ½” pipe $___________/L.F. 3/4” pipe $__________/L.F.

    1” pipe $___________/L.F. 1 ½” pipe $__________/L.F. 2” pipe $__________/L.F.

    2 ½” pipe $___________/L.F. 3” pipe $___________/L.F. Sanitary Sewer and Vent

    4” Sanitary Sewer (Cast Iron No Hub) including fittings, hangers, installed turnkey $__________/L.F. HVAC piping (Schedule 40 Steel OR Type L CU per specs, including fittings, hangers, installation turnkey ¾” pipe $___________/L.F.

    1” pipe $___________/L.F. 1 ½” pipe $___________/L.F.

    2” pipe $___________/L.F.

    2 ½” pipe $___________/L.F.

  • Salyersville Grade School

    3” pipe $___________/L.F. 4” pipe $___________/L.F.

    5” pipe $___________/L.F. 3-Ton Heat pump HP-4 installed with thermostat, controls and connected to ductwork (ductwork to not be included in this price) $___________/L.F. 1” Schedule 40 PVC condensate piping installed turn-key with fittings and hangars $___________/L.F. 6” Schedule 40 black steel hydronic piping with Victaulic couplings installed turn-key inclusive of fittings and hangars $___________L.F.

    ELECTRICAL ¾ inch EMT conduit (installed) $____________/L.F. 1 inch EMT conduit (installed) $____________/L.F. 3#12 conductor in conduit (installed) $____________/L.F. GFI receptacle (installed) $____________/EA. Quad Receptacle (Installed) $____________/EA. 120V, 20 Amp, Single Pole Circuit Breaker (Installed) $____________/EA. Fire Alarm Pull Station (Installed with System Connection/Programming) $____________/EA. Category 6 UTP Cable (Installed and Terminated) $____________/L.F. 240V, 30 Amp, 3-Wire, Non-Fused Disconnect Switch (Installed) $____________EA. Smartboard outlet with jacks as described on the legend (Installed) $____________EA. Sound field outlet with jacks as described on the legend (Installed) $____________EA. Television outlet (Installed) $____________EA. RG-6 cable (Installed) $____________/L.F. Security camera interior (Installed with System Connection) $____________EA. Security camera exterior (Installed with System Connection) $____________EA. Duplex Receptacle Installed $____________/EA

    Fire Alarm A/V unit – Installed with system connection/programming $____________/EA Duct – mounted smoke detector – Installed with system connection / programming $____________/EA Exit sign (Type X) installed $____________/EA

  • Salyersville Grade School

    Wall Mounted Clock – installed with system connection/programming $____________/EA Intercom Speaker – Installed with system connection $____________/EA Data Outlet with one modular category 6 RJ-45 jack (Installed) $____________/EA

  • Salyersville Grade School

    SECTION 01030 - ALTERNATES AND ALLOWANCES An alternate is an amount proposed by Bidders and stated on the Form of Proposal for certain items that may be added or deducted from the Base Bid amount if the Owner decides to accept a corresponding change in either the amount of construction to be completed, or in the products, materials, equipment, systems or installation methods described in the Contract Documents. Coordination: Coordinate related Work and modify or adjust adjacent Work as necessary to ensure that Work affected by each accepted alternate is complete and fully integrated into the Project. Notification: Immediately following Contract award, prepare and distribute to each party involved, notification of the status of each alternate. Indicate whether alternates have been accepted, rejected or deferred for consideration at a later date. Include a complete description of negotiated modifications to alternates. Schedule: A "Schedule of Alternates" is included at the end of this Section. Specification Sections referenced in the Schedule contain requirements for materials and methods necessary to achieve the Work described under each alternate. Include as part of each alternate, miscellaneous devices, accessory objects and similar items incidental to or required for a complete installation whether or not mentioned as part of the alternate. SCHEDULE OF ALTERNATES: Alternate No. 1 Cat6 Data Cable

    Base Bid: The voice and data cabling and related components shall be category 5e. Alternate #1: Provide the cost to install category 6 voice and data cabling and related components.

    Alternate No. 2 Lighting Controls

    Base Bid: New lighting in the classrooms, gym and media center shall be installed without lighting controls. Provide line voltage switches as necessary to switch the light fixture zones as shown on the drawings. Alternate #2: Provide the cost for adding lighting controls for the classrooms, gym and media center as shown on the drawings.

    Alternate No. 3 Brace top of “Divider” / Not Load bearing Walls

    Base Bid: No work. Alternate #3: Brace top of CMU walls on second floor with installation of light gauge bent plate. Fasten to roof deck flutes ONLY, DO NOT fasten to CMU wall.

    Alternate No. 4 Grade Beam / Drill Shaft Upgrade

  • Salyersville Grade School

    Base Bid: No work. Alternate #4: For Gymnasium south wall (in Base Bid). Upgrade grade beam/drill shaft. See 1/S-2.0 for size and elevations. See S-3.0 for Reinforcement.

    Alternate No. 5 Grade Beam Upgrade – Cafeteria

    Base Bid: No work. Alternate #5: See 2/S-2.0 for size and location of new grade beams to brace the tops of existing drilled shafts.

    Alternate No. 6 Cane Detection Railing under stairs and handrail at exterior stair

    Base Bid: No work. Alternate #6: Provide and install 1 ½” dia. steel pipe cane detection railing as indicated on drawing A4.0. Provide and install 1 ½” dia. steel handrail at both sides of exterior stair at gymnasium door ‘1’ as indicated on drawing A1.8 and A3.2. Core drill and epoxy grout verticals into existing concrete. Paint steel.

    Alternate No. 7 Gym Expansion

    Base Bid: Rebuild south gymnasium wall in on the existing foundation as indicated in the drawings. Alternate #7: Relocate south gymnasium wall as indicated in the drawings. Provide new foundation. Extend the east and west walls, extend the floor, and the roof structure. Provide new fire suppression piping, duct extensions, exhaust fan, louvers, heaters, mechanical components and controls for alternate as indicated on the drawings. Add additional electrical components for this alternate as indicated on the drawings.

    Alternate No. 8 Uplift Bridging on All Roof Joists (additional row at first panel point at

    each end of span) Base Bid: No work. Alternate #8: Required at first panel point of all roof joists. Existing joists and new joists will require. See Sheet S-2.3

    Alternate No. 9 Deck fastening to meet Factory Mutual I-90 Specs (6” O.C. @ 6ft

    perimeter strips & 10ft squares in corners) Base Bid: No work. Alternate #9: Existing deck fastening must meet current code criteria of FM I-90

    - #12 TRAXX screws at 6” O.C. in 10’ x 10’ square at roof corner areas - #12 TRAXX Screws at 6” O.C. in 6’ strips around the perimeter - #12 TRAXX Screws at 12” O.C. everywhere else to supports - #10 TRAXX Screws at Third points of span at side laps

  • Salyersville Grade School

    Alternate No. 10 Add Angles and anchors to transfer diaphragm loads to Shear Walls Base Bid: No work. Alternate #10: Addition of angles at roof deck edges perpendicular to roof joist. Weld angle to joist and anchor to wall in grouted cells. See Sections on Sheets S-4.0, S-4.1, S-5.2, & S-5.3.

    Alternate No. 11 Caulking partition walls (non-load bearing) at interface with exterior walls

    (load bearing) Base Bid: No work. Alternate #11: Rake existing mortar or caulking from vertical joint and replace with caulking

    Alternate No. 12 Addition of a second bond beam (creating a double 16” deep Bond beam)

    at bearing locations to properly anchor bearing plates. Base Bid: No work. Alternate #12: See Sections on Sheets S-4.0, S-4.1, S-5.2, & S-5.3.

    Alternate No. 13 Replace slab in cafeteria after Grade Beam/drill shaft work complete

    (reference alternate #4) Base Bid: No work. Alternate #13: In order to add grade beams in Alternate #4 the slab will need to be replaced.

    Alternate No. 14 2x2 ceiling grid in lieu of 2x4 ceiling grid

    Base Bid: Provide and install 2x4 ceiling grid and tiles as indicated on reflected ceiling plans. Alternate #14: Provide and install 2x2 ceiling grid and tiles in lieu of 2x4.

    Alternate No. 15 Pricing is to include demolition and reinstallation of the fire suppression

    scope of work indicated as Alternate #15 by Addendum #3 Alternate No. 16 Pricing is to include demolition and reinstallation of the plumbing scope

    of work indicated as Alternate #16 by Addendum #3. Alternate No. 17 Pricing is to include demolition and reinstallation of the mechanical scope

    of work indicated as Alternate #17 by Addendum #3. Alternate No. 18 Pricing is to include demolition and reinstallation of the mechanical scope

    of work as indicated as Alternate #18 by Addendum #3.

  • 1 of 4

    MEP SALYERSVILLE GRADE SCHOOL

    ADDENDUM NUMBER 3 NOVEMBER 30, 2012

    FIRE SUPPRESSION ITEM 1 Refer to the revised fire suppression drawings FPD1.2B and FP1.2B. These

    drawings now correctly indicate that this scope of work is to be Alternate #15. PLUMBING ITEM 1 Refer to the revised plumbing drawings PD1.2B and P1.2B. These drawings

    now correctly indicate that this scope of work is to be Alternate #16. MECHANICAL ITEM 1 Refer to the revised mechanical drawings MD1.2B and M1.2B. These drawings

    indicate that this scope of work is to be Alternate #17. ITEM 2 Refer to the revised mechanical drawing M1.3B. This drawing indicates the

    scope of work that is to be bid as Alternate #18. ITEM 3 Refer to the specifications section 238146.13-1.6.A.3. Remove the requirement

    for one spare heat pump of each size and model furnished. ITEM 4 Refer to the specifications section 238146.13-2.1.A.10. Remove item c thru j.

    Provide a programmable thermostat with a night set-back and interface with electromechanical controls.

    ITEM 5 TAB - All existing mechanical equipment, piping, and ductwork is to be pre-

    tested to establish baseline flows and submitted to the engineer for review. A final test and balance iteration will be required for all equipment.

    ITEM 6 Mammoth shall be an acceptable bidder for HP-10 (20 Ton) units serving the

    gymnasium. ITEM 7 Refer to specifications section 233113-3.7.B. Remove the requirements for

    leakage testing of new ductwork. ITEM 8 Refer to specifications section 230510-1.4.A.2. Contractor is required to only

    test the Energy Recovery Ductwork. Existing low pressure ductwork that is fed from heat pumps is not required to be tested.

    ITEM 9 Refer to drawing M3.1A and M3.1B for details required structural support of HP-

    10 (20-Ton) heat pumps serving the gymnasium.

  • 2 of 4

    ELECTRICAL ITEM 1 General Notes:

    a. There is an existing multi-pair copper cable for the telephone service entrance extending from the High School to the Grade School MDF. It is routed along the same path as the fiber optic cable described on sheet SU2.1. It is unknown whether this cable was damaged during the storm. This cable shall be tested by the contactor. Report any faults to the CM/Engineer. If it is determined that the cable was damaged, repairs will be made through the standard change order process.

    b. There are no anticipated costs from the utility companies. If a situation arises during construction where this changes, it will be handled through the standard change order process.

    c. It is unknown whether separate neutrals were originally installed for single phase circuits. All new circuits shall be installed with separate neutrals. Any existing circuits that are being reworked and the rework requires installing conductors within a conduit back to the panel, a separate neutral shall be installed. If there are any unforeseen requirements to deviate from the above statements, all changes will be handled by the standard change order process.

    ITEM 2 Refer to the previous Electrical Addendum #2:

    a. Delete the revision to specification Section 271800, 2.2, B. The contractor shall provide “two” 25-pair category 5e backbone cables between the MDF and IDF closets.

    ITEM 3 Refer to specification section 271300, 271500 and the drawings: a. Any contractor installing the voice and data cabling, jacks, patch

    panels or other miscellaneous components associated with local area network distribution system shall be registered with Universal Service Administrative Company (USAC, a.k.a. E-Rate) and have a Service Provider Identification Number (SPIN).

    ITEM 4 Refer to Specification Section 271300; Communications Backbone Cabling:

    a. The two 25-pair, Category 5e backbone cables to be installed between the MDF and IDF shall be terminated in patch panel at both ends.

    b. In the MDF, install connecting blocks on the backboard behind the rack. Install two 25-pair, category 5e cables from the connecting blocks to the rack. Terminate cables in patch panels at the rack.

    c. The fiber optic backbone cable shall extend from the MDF to the IDF. Terminate in rack mounted hardware at both ends.

    d. Provide 6’ fiber optic cables for 100% of the fiber optic strands. Patch cables shall be duplex type. Patch cables shall be provided for both the MDF and IDF.

    ITEM 5 Refer to Specification Section 271500; Communications Horizontal Cabling:

    a. All horizontal cabling shall be terminated in rack mounted patch panels in the MDF or IDF.

  • 3 of 4

    b. Provide 10’ category 6 patch cables for 100% of the horizontal cables. The patch cables shall be provided for both ends of the permanent link, rack and workstation.

    ITEM 6 Refer to Specification Section 282300, Intrusion Detection Systems

    a. Additional information – the existing intrusion detection system is Ademco Vista 50P. The new control panel shall match the existing in kind and quality.

    ITEM 7 Refer to Sheet ED1.1:

    a. The low bay type gymnasium light fixtures shall be removed and turned over to the owner.

    ITEM 8 Refer to Sheet ED1.5: a. Install a receptacle with weatherproof cover adjacent to the cooler

    and freezer condensers. Connect to the circuit described in sheet note #5.

    b. Refer to sheet note #7: Install a new 240 volt, 30 amp, 3-wire non-fused disconnect switch in a NEMA 3R enclosure for connection to the compressor.

    ITEM 9 Refer to attached Sheet E2.1A for a revision to provide electrical connection to

    the unit heater. ITEM 10 Refer to Sheet E2.2:

    a. Refer to sheet note #5. The word “circuit” shall be inserted after the word “controls.”

    b. Refer to sheet note #6. Revise the word “good” to “hood.” c. Sheet note #10 is referencing the new circuits for the convection

    ovens in the kitchen.

    ITEM 11 Refer to Sheet E3.2: a. Refer to sheet note #10: The television media converter described

    will be Owner provided and contractor installed. The television service is provided via the fiber optic service entrance. The media converter will convert the signal medium from fiber to coaxial cable. The media converter is rack mounted. Extend the coaxial cable from the media converter to a wall mounted amplifier. Extend the coaxial cable to the television headend located adjacent Media Center. The television system shall operate as before.

    ITEM 12 Refer to Sheets E3.2 and E3.4:

    a. It is the contractor’s option whether they prefer to replace the existing two post racks in the MDF and IDF or clean and repair the existing.

    ITEM 13 Refer to Sheet E3.4:

    a. The multimedia outlet referenced in sheet note #5 shall have the associated VGA cable extend to the projector at the southwest corner of the Media Center only.

  • 4 of 4

    b. The sound field outlet referenced in sheet note #4 shall have the associated VGA cable extend to the projector at the northeast corner of the Media Center only.

    ITEM 14 Refer to Sheet E4.2:

    a. Revise the sound field amplification outlet detail to have one (1) 3.5mm computer audio connection. The “audio out to amp” connector shall be an F-type.

    ITEM 15 Refer to the Light Fixture Schedule on Sheet E4.3: a. Type C, CE, C1, C1E – Cooper equal; b. Type F, F1 – Barn door shutters are acceptable in lieu of the framing

    projectors. c. Type JE – Lumenton equal; d. Type K – Lumenton equal; e. Type P1 – Cooper equal;

    END OF ADDENDUM

  • C

    Magoffin County Salyersville Grade SchoolTornado Damage Renovation

    204 Hornet DriveSalyersville, KY 41465

    DATE:

    COPYRIGHT 2012

    ARCH PROJECT NO.BG NO.

    121912-179

    ADDENDUM #3

    11-30-12 AD-3.0

    BID ALTERNATE #7 CLARIFICATION NOTESA1 NEW 36" DIA. DRILLED SHAFT TO ROCK BEARING. SEE SECTION 8 & 9/S-5.1

    NEW 20" x 24" GRADE BEAM. SEE SECTION 6 & 7/S-5.1

    NEW 20" x 32" GRADE BEAM, SEE SECTION 4/S-5.1

    NEW 12" RECONSTRUCTED CMU WALL. FOR REINFORCEMENTSEE SECTION 7/S-5.1, 3 & 4/S-5.2, & S-1.0 GENERAL STRUCTURAL NOTES

    L2 x 2 x 3/16" 'X'-BRACE BRIDGING BETWEEN JOIST.SEE SECTION 1/S-5.2 & 1/S-5.3

    BID ALTERNATE #7 - COST DIFFERENCE BETWEEN WEIGHT & LENGTH OF JOISTS FOR16'-0" EXTENSION.

    8" CMU WALL TO ELEVATION OF 114'-0". FOR REINFORCEMENTSEE SECTION 6/S-5.1 & S-1.0 GENERAL STRUCTURAL NOTES

    NEW 4" CONCRETE SLAB REINFORCED W/ 6 x 6 - W2.9 x W2.9 WELDED WIRE MESH. POURSLAB OVER A 10 MIL VAPOR RETARDER ON 4" MIN. #57 CRUSHED STONE FILL. TSE =99'-8 3/4" ADDED DOWELS PER SECTION 5/S5.1

    (4) 3'-6" DOWELS INTO EXISTING GRADE BEAM. SEE DETAIL 1/S5.1

    A2

    A3

    A4

    A5

    A6

    A7

    A8

    A9

    AMEND NOTE T7 ON SHEET S-5.0 TO READ AS FOLLOWS

    CONTRACTOR TO SHORE EXISTING BEAM BEARING ON CMU WALL LOCATEDON CLASSROOM SIDE OF WALL. CONTRACTOR SHALL SUBMIT SHOP DRAWINGSSTAMPED BY AN ENGINEER LICENSED IN THE STATE OF KENTUCKY FOR THE SHORING.

    T7

    THE FOLLOWING TO REPLACE PLAN NOTES 1 THRU 5 ON SHEET S-5.0

  • 1

    D D

    B

    C

    22' -

    0"

    17' -

    0"

    GB

    20 x

    32

    GB

    20 x

    32

    GB 20 x 32 GB 20 x 32 GB 20 x 32 GB 20 x 32 GB 20 x 32

    GB

    12 x

    32

    GB

    12 x

    32

    GB 12 x 32

    GB 12 x 32

    GB

    12 x

    32

    GB

    12 x

    32

    GB

    12 x

    32

    GB

    16 x

    32

    = EXISTING TO REMAIN

    C2

    C2

    C2 C2

    C3C3

    C3

    GB2

    0 x

    24

    16' -

    0"

    1' -

    8"

    1' - 8" 97' - 11" 1' - 8" 1"

    GB 20 x 32 GB 20 x 32 GB 20 x 32 GB 20 x 32 GB 20 x 32

    GB

    20 x

    32

    16' -

    10"

    10"

    A1 A1

    A3C4A3C4A3 A2

    20' - 2 3/4" 20' - 2 3/4" 20' - 2 3/4" 20' - 2 3/4" 14' - 5 3/4" 5' - 9"

    10S-5.1

    4S-5.1

    4S-5.1

    EXISTING 30" ØGRADE BEAMS

    EXTERIOR FACE OFEXISTING GRADE BEAM

    8" 1' - 0"

    8"1'

    - 0"

    8"1'

    - 0"

    7S-5.1

    GB2

    0 x

    24

    A9

    A9

    A9 6S-5.1

    9' - 2" 1' - 8"

    LEGEND= NEW INTERIOR 8" CMU WALLS @ STORAGE AREA TO ELEVATION OF 114'-0"

    LEGEND

    = EXISTING TO REMAIN

    = REBUILD FULL HEIGHT WALL FROM GRADE BEAM UP

    2S-5.1

    1S-5.1

    3AS-5.1

    = REBUILD WALL FROM ELEVATION 116'-8" UP

    3BS-5.1

    11S-5.1

    12S-5.1

    4S-5.1

    C

    Magoffin County Salyersville Grade SchoolTornado Damage Renovation

    204 Hornet DriveSalyersville, KY 41465

    DATE:

    COPYRIGHT 2012

    ARCH PROJECT NO.BG NO.

    121912-179

    ADDENDUM #3

    11-30-12

    11/3

    0/20

    12 1

    0:45

    :00

    AM

    AD-3.1

    PLAN DETAIL 3/32" = 1'-0"AD-3.1

    1 (FROM DRAWING S-5.0)

  • STO

    RAG

    E

    GIR

    LS

    P.E

    . OFF

    ICE

    1

    D

    B

    C

    22' -

    0"

    T2

    EXISTING WALL TO BE DEMOLISHED TO TOP OF GRADE BEAM

    17' -

    0"

    1' -

    6"16

    ' - 0

    "2"1

    ' - 6

    "16

    ' - 0

    "

    LINE OF SPLIT FACE BLOCK BELOW

    2" 1' - 6" 99' - 5 3/8" 7 5/8" 1"

    101' - 8"

    A8

    3' -

    0"

    6"9'

    - 6"

    7 5/8"

    10'-0" SLAB BARS @ 2'-0" O.C. MAX. TYP

    LINE OF SLAB JOINT 5S-5.1

    TYPICAL

    7' -

    0"FFE: BUILDING = 100'-0" SURVEY = 864.03'

    S-1.17

    T2 A4

    A7

    4S-5.1

    4S-5.1

    6S-5.1

    7S-5.1

    CJ @ 16'0"O.C. TYP

    2S-1.1

    3S-1.1

    A4

    C

    Magoffin County Salyersville Grade SchoolTornado Damage Renovation

    204 Hornet DriveSalyersville, KY 41465

    DATE:

    COPYRIGHT 2012

    ARCH PROJECT NO.BG NO.

    121912-179

    ADDENDUM #3

    11-30-12

    11/3

    0/20

    12 1

    0:45

    :02

    AM

    AD-3.2

    PLAN DETAIL 3/32" = 1'-0"AD-3.2

    1 (FROM DRAWING S-5.0)

  • 1

    D

    B

    C

    22' -

    0"

    (20) 44LH12 TOP CHORD OFFSET DOUBLE PITCHED UNDERSLUNG JOISTS @ 5'-0" O.C.

    18' -

    6"

    NEW JOIST & METAL DECK WITH INTERMEDIATE BRACING

    SPAN

    T1T3

    C6 3"

    16' -

    0"

    EXISTING WALL TO BE REMOVED

    3S-5.2

    JBE = 124'-8"

    T5T5

    W16x31

    T7

    4S-5.2

    1S-5.3

    8S-5.2

    1S-5.3

    8S-5.2

    5S-5.2

    2S-5.2

    ROOF RIDGE SLO

    PES

    LOPE

    T8

    C7

    T3

    A5

    A6

    EQEQ

    EQEQ

    EQ

    T8

    C

    Magoffin County Salyersville Grade SchoolTornado Damage Renovation

    204 Hornet DriveSalyersville, KY 41465

    DATE:

    COPYRIGHT 2012

    ARCH PROJECT NO.BG NO.

    121912-179

    ADDENDUM #3

    11-30-12

    11/3

    0/20

    12 1

    0:45

    :04

    AM

    AD-3.3

    PLAN DETAIL 3/32" = 1'-0"AD-3.3

    1 (FROM DRAWING S-5.0)

    ALT32ADDENDUM #3 Salyersville Grade SchoolCODELL ALL.pdfCodell Addendum #3 11-28-12.pdfCodell Pre-Bid Meeting Minutes- 11-27-12.pdfCodell Sign in sheet - Pre-bid meeting 11-27-12.pdfCodell REVISED - 00203 List of Unit Prices.pdfCodell REVISED - 01030 - Alternates.pdf

    STW ALL.pdfSTW - Addendum 3.pdfSTW - Mechanical Alternates.pdfSTW - Gymnasium Structural Details.pdfSTW - E2.1A.pdf

    BFMJ ALL.pdfBFMJ.pdfBFMJ - Sheet - AD-3-1 - FOUNDATION.pdfBFMJ - Sheet - AD-3-2 - 1ST FLOOR.pdfBFMJ - Sheet - AD-3-3 - ROOF.pdf