You are on page 1of 8

December 8, 2020

A D D E N D U M N O. 3
PROJECT: Lowes Grove Middle School Brick Veneer Repairs
REI Project No. 20RAL-012
DPS Project No. 346-08
RFP-179-2021-587-VENEER_LG_REBID2

This addendum forms a part of the Contract Documents and modifies the Bidding Documents dated June 19,
2020 as noted below:

This addendum consists of 8 Pages

ADDENDUM NO. 3:
Changes/Clarifications:
1. The Prebid minutes from the third Pre-Bid meeting shall become part of the Bidding Documents,
attached at the end of ADDENDUM NO. 3. Please see new information highlighted in RED.

ALL OTHER REQUIREMENTS AND PROVISIONS OF THE BIDDING DOCUMENTS REMAIN UNCHANGED.
ACKNOWLEDGE RECEIPT OF THIS ADDENDUM ON THE BID FORM. FAILURE TO DO SO MAY BE
CAUSE FOR REJECTION OF THE BID.

Attachments:
Pre-Bid Meeting Minutes

Page 1
December 2, 2020

Pre-bid Minutes

Reference: Durham Public Schools


Lowes Grove Middle School Brick Veneer Repairs
RFP #179-2021-587-VENEER_LG_REBID2
REI Project No. 020RAL-012

• Sealed Bids from licensed contractors will be received by Durham Public Schools, Durham, North Carolina
on Thursday, December 10, 2020.
• Bids will be received up to 2:00 PM from Single Prime bidders at which time and place all bids will be publicly
opened and read aloud via Zoom
• Details for the Zoom connection will be sent to bidders that attended the Pre-bid meetings.
• Deliver Bids to the Durham Public Schools Purchasing Office located at 511 Cleveland St. Durham, North
Carolina 27702.
• No bids may be withdrawn for a period is sixty (60) calendar days.
• Bids delivered by a carrier (e.g. Fed-Ex, US Postal Service) are to be delivered at the same address above.
It is each bidder’s responsibility to ensure bids are received on time and at the correct location.
• Review and complete the Bid Proposal Form using Information Available to Bidders Section, 00 31 00
• The envelopes containing the bids must be sealed and addressed to Durham Public Schools, 511 Cleveland
St, Durham, North Carolina, 27702 and marked on the outside of the envelope "Bid Proposal for Lowes
Grove Middle School Brick Veneer Repair” with the name of the Bidder and his North Carolina State
Contractor's License Number.
• The bid proposal form enclosed in the specifications in Section 00 41 13 is to be used. All blanks must be
completed. The form is not to be modified.
• The Bidder agrees to execute the formal Contract within ten days from the date of Notice of Award.
• Good Faith effort to solicit Minority Business Enterprises is to be included with the bid. The Bidder will need
to be able to show DPS that good faith efforts to meet the points goal required to solicit MBE participation in
this project.
• Bid Security in the amount of not less than 5% of the bid is to be included with the bids.
• Addenda will be sent to each Bidder. Provide the email address of the individual to receive addenda on the
sign in sheet. Acknowledge all addendum issued on the Bid Proposal Form.
• 11 Unit Prices and Allowances are to be quoted on the bid form.
• One Alternate is to be quoted on the bid form.
• Any applicable building permit costs must be included in the bid.
• The owner reserves the right to reject any and all bids.
• Award of the contract will be made to the lowest responsible Bidder. Should the contractor default the next
lowest responsible Bidder may be awarded the contract.
• Successful bidder shall furnish a Performance Bond and Labor and Material Payment Bond in an amount
not less than one hundred percent of the Contract Sum.
• Anticipated project schedule:

o Notice of Intent to Award 12/14/2020


o Return of Executed Owner / Contractor Agreement 02/11/2021
o Issuance of Notice to Proceed Letter 03/01/2021
PAGE 1 OF 7
PROJECT # 20RAL-012

o Start Construction 03/02/2021


o Substantial Completion 07/01/2021
o Final Completion 08/02/2021
o Closeout Package/Final Pay App Completion 08/23/2021

• The anticipated construction schedule is 154 days from the date of issuing the Notice to Proceed until the
Final Completion.
• Liquidated damages are $500 per day after the Substantial Completion Date, and $250 per day after the
Final Completion Date.
• ALTERNATE NO. 1: In lieu of cleaning, priming and painting the rusted surface of the existing lintels, replace
the existing lintels with hot dip galvanized angle of equal size, shape and capacity.
• General scope of work:
o Submit documents for plan review and obtain construction permits. The notice to proceed will
come once the permits are issued, submittals are complete and materials are on site.
o Pre-construction field testing of helical anchor to confirm the proper length, diameter and spacing.
Helical tie manufacture is to provide test results to the Owner and Engineer. REI representative
is to be invited to witness the field testing.
o Provide and install stainless steel helical anchor ties to secure the existing brick veneer to the
CMU wall along the full extent of the exterior walls.
o Remove all existing ladder ties within the existing brick mortar joint. Point in new mortar.
o Expose, prepare and paint existing steel lintels and steel beams where indicated on the Drawings.
Install new through wall flashing system consisting of flexible flashing and stainless-steel sheet
metal drip edge. Reinstall undamaged whole bricks with new mortar. Provide new bricks when
necessary to complete installation.
o Remove and replace steel lintel and reinforce existing steel beams at locations shown in the
contract drawings as directed by the Engineer. Prepare and treat steel, install flexible flashing
and stainless-steel drip edge. Reinstall and reuse undamaged whole bricks with new mortar.
Provide new bricks when necessary to complete installation.
o Provide and install stainless steel flashing receiver and flexible flashing above the existing roofing
system where indicated. Reinstall and reuse undamaged whole bricks with new mortar. Provide
new bricks when necessary to complete installation.
o Replace broken, cracked, and damaged bricks along the full extent of the exterior walls.
o Repoint removed, damaged, and deteriorated mortar Joints. Complete repairs to the existing
brick veneer. See elevations for locations.
o Paint wood furring and trim prior to sealant replacement at glass block locations.
o Remove and replace sealants and baker rod at all brick locations.
o Clean all precast concrete and brick including removing all painted graffiti along the full extent of
the exterior wall and precast.
o Route and seal cracks in the existing precast concrete sills.
o Cut in expansion joints and install backer rod and sealant where indicated in the contract
drawings.
o Apply water repellent at precast and brick along the full extent of the exterior wall.
o When replacement of the steel lintel is prohibitive and when rust damage exceeds 25% of the
section cutting and welding may be used.
• To survey the existing conditions, schedule on-site inspections with the Owner. For exterior inspections
please notify Hakeem Purnell prior to your inspection. There is a courtyard area. To access the courtyard
an appointment will be needed for access.
o Email: hakeem.purnell@dpsnc.net
• Questions must be submitted in writing (e-mail is acceptable) to REI no later than December 4, 2020. The
last addendum will be sent out no later than December 7, 2020.
PAGE 2 OF 7
PROJECT # 20RAL-012

• Questions and answers from the first pre-bid meeting.


o Q: How deep do we cut the mortar joint to remove the existing ladder tie. A: Complete removal
of the wire reinforcing within the brick mortar bed is required. Portions of the connecting wire may
remain in the brick mortar. Anticipate 2/3’s of the mortar depth or more to be removed.
o Q: Will REI and DPS consider extending the contract time prior to the Bid? A: No additional time
will be added to the contract prior to the bid date. The contractor should be able to properly staff
this project to complete the work in the time allowed in the contract documents. The contractor
awarded the project may request and additional time as a change order. Consideration will be
made for delays in the supply chain, lead time on materials (galvanizing of lintels, brick suppliers,
helical ties) and issues with COVID-19.
o Comment: At this time the building will remain unoccupied by students until January 15 th.
Opening the building to students will depend on information related to COVID-19. Should
students return to school after January 15th, consideration to noise that is disruptive to learning
will be discussed. Changes to working hours and contract time will be part of that consideration.
These issues may be addressed by change order to the contractor.
o Comment: Good faith efforts documentation to hire MWBE contractors are to be included in the
bids. Meeting the State criteria for MWBE participation will be considered for awarding the
contract.
o Q: Is this a Capital Improvement Project and will DPS provide the tax exemption forms. A: This
project should qualify as a Capital Improvement Project. DPS will confirm this is a tax-exempt
project and provide the executed tax exemption forms. DPS Confirms this is not a Capital
Improvement Project.
o Dismiss to survey the existing conditions.
o Q: Will DPS cut back the landscaping away from the building to allow more room for construction
activity. A: DPI will not cut back the landscaping. The contractor must work around the
landscaping and must restore damaged landscaping to pre-construction conditions.
o Q: What is the tolerance for damage brick removal and replacement? Natural brick colors are
part of the brick color variation. A: The veneer substrate must be capable of receiving the water
repellent and the substrate must effectively repel water. Replace bricks that do not meet that
standard. There is a 300 brick allowance for replacing damaged bricks. There is a separate 5000
brick allowance for bricks damaged by the ladder tie removal work.
o Q: Is there a Unit Price or an Allowance for repointing. A: The 28,000 linear foot allowance to
“Replace All Damaged and Deteriorated Mortar Joints, Including All Mortar Joints Removed as
Required to Remove Existing Ladder Reinforcement” is intended to include all deteriorated mortar
joints at this facility and those joints removed by cutting and grinding ladder reinforcement.
• Open to questions.
• Dismiss to survey the existing conditions.

PAGE 3 OF 7
PROJECT # 20RAL-012

• Questions and answers from the second pre-bid meeting.


o Question: Will the recessed sealants be replaced at curtain wall assemblies? Yes. See SECTION
01 11 00 SUMMARY OF WORK, 1.1, WORK COVERED BY CONTRAT DOCUMENTS, E., 1., k.
“Remove and replace sealants and baker (backer) rod at all brick locations”. This work will include
replacing the recessed sealants at the curtain wall assemblies. Sealant must be removed
completely and reinstalled with new backer rod. Application of new sealants behind the beauty
cap is required. Application of sealant to the beauty cap is not acceptable. Also, to be added by
ADDENDUM #1 see Section 07 92 00 – ELASTOMERIC JOINT SEALANTS, PART 1 GENERAL,
1.1 SECTION INCLUDES B. 11. Aluminum curtain wall assembly to clay brick. See photo 47.

PHOTOGRAPH NO. 47

o Question: Will electrical conduit, downspouts, lighting, cameras, and other wall mounted
accessories need to be removed to perform the work? Yes, the contractor is responsible for
removing wall accessories to perform repairs. It is also the contractor’s responsibility to reinstall
the wall accessory. Install sealant for these wall accessories to provide a watertight installation.
See SECTION 02 41 19 - SELECTIVE STRUCTURE DEMOLITION, 3.5 REMOVALS, D. and E.

PAGE 4 OF 7
PROJECT # 20RAL-012

o Comment: Active leaks at gutter joints and downspout joints will need to be repaired. Clean, prime
and seal leaking gutter and downspouts with silicone sealant. The applied sealant will be installed
within the gutter and concealed. This new information will appear in Addendum No. 1

• Attendance from Second Pre-bid meeting:


o Contractors that attended the first Pre-Bid Meeting were not required to attend the entire second
Pre-Bid Meeting but were asked to show up and sign in. This was discussed with the contractors
that attended the first pre-bid meeting and the design consultant prior to releasing the
ADVERTISEMENT FOR BIDS. Bids provided by Contractors that did not attend the entire
meeting at either the first or second Pre-bid Meeting will have their bids rejected. Any disputes
to this statement should be made in writing to the design consultant prior to November 5, 2020.

Name Firm Firm Address Telephone E-mail Address End of


# Meeting
Roll Call
Ansel Southern P.O. Box 704-334- srm.incorp@gmail.com X
Broome Restoration 220833 7763
Maintenance, Charlotte,
Inc. N.C. 28222
Nicole G. WxProofing 919-500- nmurn2wxproofing.com X
Murn LLC 9014
Chase High Rock 119 336-575- jwelty@highrockwp.com X
Gorgan Waterproofing Brookstown 1973 cgrogan@highrockwp.com
Ave
Winston
Salem Suite
403
PAGE 5 OF 7
PROJECT # 20RAL-012

Nick Post EDS 817 Center 919-539- npost@edswp.com X


St, Apex NC 1249
27502
Cory Midwest 101 Fox Dr. 937-418- cory@midwestmaintenance.com X
Ross Maintenance Piqua Ohio 0400 jamie@midwestmaintenance.com
45352
Jon JT Murphy PO Box 919-323- jtmurphyconstruction@yahoo.com X
Carver Construction 46384 7496
Jason Raleigh NC 919-360-
Murphy 27602 9152
David Stone 2601 704-201- dcline@stoneres.com
Cline Restoration of Wilkinson 7909
America Blvd.
Charlotte NC
28208
Pat Structure pat@structuremasonry.com X
Donnelly Masonry
John WxProofing 5430 Wade 919-500- jmcdougall@wxproofing.com X
Mcdougal LLC Park, Ste 110 9041
l Raleigh NC
27607
Paul CRW. Inc. 919-528- pfarrell@crwonline.com X
Farrell 6400
X2213
Mark Baker 517 Mercury 919-630- mobrien@bakerrestore.com X
Obrien Restoration St. 7129
Raleigh NC
27603
Keigh Capital 2620 919-818- keigh@capitalrestorations.com X
Harrison Restoration Rowland Rd. 0018
and Ste.101
Waterproofing Raleigh Nc
17615
Miguel Miraje 109 Boulder 336-825- miguel@mirajerd.com X
Guevara Reconstructio Rd. 6699
n Greensboro
NC 27409
Barry L L.A. Downy 812 Ramseur 919-703- barryperry@ladowney.com X
Perry and Son Inc. Street 2797
Durham
Dave Pro-Tech 7429 ACC 919-427- dave2protechconstruction.net X
Wilkerson Construction, Blvd, Ste109, 0609
Inc. Raleigh, NC
27617
Jason HM Kern 160 Thatcher 336-668- jhyler@hmkern.com X
Kepley RD 3213
Greensboro,
NC
Troy Troy Hutchins 8311 Vrier 919-451- troy@troyhutchinsonconstruction.com X
Hutchins Construction Creek Pkwy 0812
Ste 105-226
PAGE 6 OF 7
PROJECT # 20RAL-012

If this correspondence fails to relay understandings or misrepresents any discussion, please notify the
undersigned within five (5) working days for a correction to be issued. Otherwise, this record will stand as
representative of the meeting. Please call should you have any questions regarding this project.

Respectfully submitted,
REI Engineers

Timothy Muller, RRO


Project Manager
tmuller@reiengineers.com Phone 919-210-8288

PAGE 7 OF 7

You might also like