Professional Documents
Culture Documents
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:
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
• 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• No bids may be withdrawn for a period is sixty (60) calendar days.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:
• 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
PAGE 3 OF 7
PROJECT # 20RAL-012
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
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
PAGE 7 OF 7