ADDENDUM NO. 3. Project: GREENE COUNTY FSMF DOT BID PACKAGE #1

Size: px
Start display at page:

Download "ADDENDUM NO. 3. Project: GREENE COUNTY FSMF DOT BID PACKAGE #1"

Transcription

1 ADDENDUM NO. 3 Project: GREENE COUNTY FSMF DOT BID PACKAGE #1 Index of Contents Addendum No Pages Pre-Bid Meeting Agenda... 4 Pages Pre-Bid Meeting EDGE Requirements... 2 Pages Pre-Bid Meeting Sign-in Sheets... 3 Pages Total Pages Pages A0.01 Index... 1 Sheet SEC1 Security System Site Plan... 1 Sheet SEC2 Security System Office Floor Plan... 1 Sheet SEC3 Security System Truck Storage Plan... 1 Sheet SEC4 Security System Maint./Wash Bay Plan... 1 Sheet SEC5 Security System Cold Storage Plan... 1 Sheet PD1 Plumbing Site Plan... 1 Sheet Total Sheets... 7 Sheets Date: January 31, 2018 ARCHITECT OF RECORD: ABBOT STUDIOS, architects + planners + designers, LLC. 130 E. Chestnut Street, Suite 302 Columbus, Ohio CIVIL ENGINEER: MEP ENGINEERS: Korda/Nemeth Engineering, Inc. Kramer Engineers 1650 Watermark Dr., Suite Oak Street Columbus, Ohio Columbus, Ohio STRUCTURAL ENGINEER: Kabil Associates, Inc Sharon Woods Blvd., Suite B Columbus, Ohio TO: ALL PLANHOLDERS OF RECORD Addendum No. 3 to the Project Manual and Drawings, dated January 31, 2018 for Greene County Full Service Maintenance Facility, Bid Package 1. This Addendum shall hereby become part of the Contract Documents the same as if originally bound thereto. The following clarifications, amendments, additions, revisions, changes, and modifications change the original Contract Documents only in the amount and to the extent hereinafter specified in this Addendum. Each Bidder shall acknowledge receipt of this Addendum on the bid form. Addendum No. 3 Page 1 of 3 DOT Greene County FSMF Bid Package #1

2 SPECIFICATIONS: TABLE OF CONTENTS 1. Delete from table of contents: a Above-Ground Fuel Storage Tanks TOILET COMPARTMENTS a. Revise specification Section Toilet Compartments, paragraph 2.1 Performance Requirements sentence B., 1. from Flame-Spread Index: 25 or less to Flame-Spread Index: 35 or less. DRAWINGS: A0.01 INDEX 1. Revise index as indicated on revised attached sheet A0.01 Index. SEC1 SECURITY SYSTEM SITE PLAN 1. Add entire sheet SEC1 Security System Site Plan to construction drawings. SEC2 SECURITY SYSTEM OFFICE FLOOR PLAN 1. Add entire sheet SEC2 Security System Office Floor Plan to construction drawings. SEC3 SECURITY SYSTEM TRUCK STORAGE PLAN 1. Add entire sheet SEC3 Security System Truck Storage Plan to construction drawings. SEC4 SECURITY SYSTEM MAINTENANCE / WASH BAY PLAN 1. Add entire sheet SEC4 Security System Maintenance / Wash Bay Plan to construction drawings. SEC5 SECURITY SYSTEM COLD STORAGE PLAN 1. Add entire sheet SEC5 Security System Cold Storage Plan to construction drawings. PD1 PLUMBING SITE PLAN 1. Add entire sheet PD1 Plumbing Site Plan to construction drawings. a. PD1 contains necessary information related to the fueling station on site. PRE-BID MEETING: PRE-BID MEETING AGENDA 1. Pre-bid meeting agenda is attached for reference. PRE-BID MEETING EDGE REQUIREMENTS 1. Pre-bid meeting EDGE requirements information is attached for reference. PRE-BID MEETING SIGN-IN SHEETS 1. Pre-bid meeting sign-in sheets are attached for reference. REQUESTS FOR INTERPRETATION: RFI-001 RFI-002 Q. I could not find the information on the above-ground fuel storage. Where can this information be found? A. Information / plans for the above-ground fuel storage are included in Addendum No. 3, sheet PD1. Q. Fence fabric material, we typically put in aluminized material for ODOT. Is this satisfactory for this job? Addendum No. 3 Page 2 of 3 DOT Greene County FSMF Bid Package #1

3 RFI-003 RFI-004 RFI-005 A. No. Fence fabric material shall follow the requirements of specification Section Chain Link Fences and Gates. The fence fabric material is indicated in paragraph 2.2 and is indicated to be Steel Wire Fabric with Zinc-coating. Q. Posts, we typically put in SS40 posts and pipe instead of SCH40 for ODOT. Is this satisfactory for this job? A. No. Posts shall follow the requirements of specification Section Chain Link Fences and Gates. The fence framing material is indicated in paragraph 2.3 and is indicated to be Heavy industrial strength, material group IA, round steel pipe, Schedule 40. Q. Posts dimensions, we typically put in 2-1/2 line posts and 3 terminal posts. Is this satisfactory for this job? A. Yes. Posts shall follow the requirements of specification Section Chain Link Fences and Gates. The fence framing size requirements are indicated in paragraph 2.3. As stated in sentence A. Provide members with minimum dimensions and wall thicknesses as indicated in the fence framing requirements of paragraph 2.3. Q. A flame spread index of 25 or less cannot be achieved for the phenolic-core toilet partitions. Can phenolic core still be specified? A. Yes, Solid color-thru phenolic core toilet partitions may still be used and is to remain the basis-ofdesign. Specification Section Toilet Compartments shall be revised to correct for this issue in Addendum No. 3. ATTACHMENTS: Specifications: None. Sheets: Other: A0.01 INDEX SEC1 SECURITY SYSTEM SITE PLAN SEC2 SECURITY SYSTEM OFFICE FLOOR PLAN SEC3 SECURITY SYSTEM TRUCK STORAGE PLAN SEC4 SECURITY SYSTEM MAINTENANCE / WASH BAY PLAN SEC5 SECURITY SYSTEM COLD STORAGE PLAN PD1 PLUMBING SITE PLAN PRE-BID MEETING AGENDA PRE-BID MEETING EDGE REQUIREMENTS PRE-BID MEETING SIGN-IN SHEETS END OF ADDENDUM NO. 3 Addendum No. 3 Page 3 of 3 DOT Greene County FSMF Bid Package #1

4 Pre-Bid Meeting Agenda Project No. DOT Project Name: Greene County FSMF :00 AM 505 S. SR 741 Lebanon, Oh Conf Room E, F, & G A. INTRODUCTIONS B. SIGN-IN SHEET C. PROJECT DESCRIPTION & SCOPE OF WORK (AE) D. DELIVERY METHOD (AE) General Contracting E. ALLOWANCES (AE) See individual specification sections for additional information. 1. Allowance No. 1 covers the extent of the work to be provided by ODOT s Security Consultant under the Contractor s contract. ODOT s Security Consultant shall furnish and install all equipment as required. It is the responsibility of the Contractor to provide all necessary connections as indicated in the Construction Drawings. 2. Allowance No. 2: Water Service Tap Fee. 3. Allowance No. 3: Sewer Service Tap Fee. 4. Allowance No. 4: Water / sewer inspection fees. 5. Allowance No. 5: Two-lane street opening permit. 6. Allowance No. 6: Electrical service extension. F. UNIT PRICES (AE) See individual specification sections for additional information. 1. Unit Price No. 1: Undercut of unsuitable grade. 2. Unit Price No. 2: Aggregate ODOT #304 fill replacement. 3. Unit Price No. 3: Cement subgrade stabilization. 4. Unit Price No. 4: Water service extension. 30 West Spring Street, Floor 4 Columbus, Ohio info@ofcc.ohio.gov

5 Page 2 of 4 G. ALTERNATES (AE) See individual specification sections for additional information. 1. Alternate No. 1: Site paving. 2. Alternate No. 2: Brick wainscot. 3. Alternate No. 3: Material storage steel column spacing. H. WORK OR SERVICES BY OTHERS (AE) Special inspections as mandated by permits provided under A/E contract (CTL Engineering). MultiVista Construction Photography provided under A/E contract. Quality Assurance provided by A/E contract (CTL Engineering). Scheduling Consultant. I. QUESTIONS DURING BID (AE) RFI & substitutions are required in writing to kcarpenter@abbotstudios.com no later than 5:00 PM on 2/3/ Request for Interpretation Basis of Design and Acceptable Components Substitutions Prior to Bid Opening J. BID ADDENDUM (AE) 1. Acknowledge receipt on Bid Form Addendums will be issued no later than 2/8/2018 at 2:00 PM. K. BID OPENING (AE) Bids will open 2/13/2018 at 2:00 PM L. COMPLETION TIME & PROJECT SCHEDULE (AE) Contract milestones include: 1. Substantial Completion 400 days from Notice to Proceed 2. Contract Completion 460 days from Notice to Proceed Refer to specification section Construction Project Schedule and general conditions for details and requirements. M. OBTAINING PLANS AND SPECIFICATIONS (AE) 1. BidExpress. a) BidExpress takes roughly 3 to 5 days for new registrations to gain full access to the website.

6 Page 3 of 4 N. REQUIRED BID SUBMITTALS (AE) 1. Completed Bid form 2. Bid Security Form 3. Valid Power of Attorney a) Attach Certificate of Insurance to Power of Attorney. 4. Ohio Department of Insurance Certificate of Compliance O. RECOMMENDED ADDITIONAL BID SUBMTTALS (AE) 1. Bidder s Qualifications 2. Completed EDGE Affidavit P. Permits/Inspections (AE) 1. Status of current permit applications as follows: a. Building A Partial Plan Approval, Final Plumbing Approval. b. Building B Partial Plan Approval, Final Plumbing Approval. c. Building C Partial Plan Approval. 2. Awarded contractor will be required to provide secondary permit submittals for metal buildings, fabric building, fire suppression, fire alarms, cranes, above ground fuel storage tanks, etc. 3. Contractor shall be listed as a Co-Permittee on the Ohio EPA SWPPP. Q. SAFETY (OFCC) 1. The contractor is responsible for safety on the project sites. R. DRUG FREE SAFETY PROGRAM (OFCC) 1. OBWC Drug-Free Safety Program Bidder must be enrolled in program prior to contract award Subcontractors must be enrolled prior to starting work on site S. EDGE PARTICIPATION (OFCC David Moore) 1. This project has a 5 % EDGE Participation goal. 2. EDGE is discussed in the Solicitation, Bid Form, Instructions to Bidders, & General Conditions. 3. If bidder does not commit to the published EDGE goal the Bidder will need to seek a waiver and demonstrate that good faith efforts were exhausted to reach that goal. 4. A Bidder s prior EDGE commitment (at bid), and EDGE participation during the Work (EDGE payments), will be considered when evaluating Bidder responsibleness for future awards. T. INSURANCE (AE) 1. Contractors are to provide and maintain Liability and Builders Risk coverage (Provided at bid). 2. Use of drones on site requires aviation liability insurance coverage and FCC operator s license. U. SUBCONTRACTOR FORM (AE) 1. For the General Contracting method, all Subcontracts shall be submitted to the A/E on the Subcontract form prescribed by OAC 153: (Refer to GC section 4.2) within 10 days of award 2. This form is posted on the Ohio Facilities Construction Commission forms website. V. PREVAILING WAGE (OFCC) 1. This is a State prevailing wage project with Contractor / Subcontractor compliance and reporting requirements.

7 Page 4 of 4 W. SUPPLEMENTARY CONDITIONS (OFCC) Please refer to these specially prepared sections tailored for this project X. OTHER ITEMS TO BRING TO CONTRACTOR S ATTENTION (OFCC) Please note the trailer requirements in section Bids are to include pre-approved manufacturers / equals, etc. only. It is the responsibility of the Contractor to coordinate all deviations from the basis-of-design products including, but not limited to, the impact on other areas of work, work of other trades, and compatibility with all other products / materials. Field reports documenting work progress and non-compliant items will be generated each week. It is the responsibility of the Contractor to respond to all fields reports within seven (7) days and discuss the Field Report at the following progress meeting. W. QUESTIONS X. SITE TOUR

8

9

10

11

12

13 PREPARED BY: ABBOT STUDIOS architects + planners + designers, L.L.C. 130 E. CHESTNUT ST., SUITE 302 COLUMBUS, OHIO PH: FX: Kramer Engineers BID DOCUMENTS DOT ODOT GREENE FSMF XENIA, OHIO / GREENE COUNTY DESIGNED BY: DRAWN BY: CHECKED BY: APPROVED BY: ABBREVIATIONS, DRAWING INDEX, MATERIAL LEGEND JOB NUMBER: SCALE: PERMIT DATE: DATE: AS NOTED 11/09/ /12/2018 EXPIRATION DATE: 12/31/19 SHEET NUMBER: A0.01

14 PREPARED BY: ASPHALT PAVEMENT OUTDOOR HORN SPEAKER. ATTACH TO PL2 POLE. AIM TOWARD PARKING LOT. CATCH BASIN TO OIL-WATER SEPARATOR. SEE SHEET C2.5 FOR DETAILS K 6'x6' TAN FILLING RM PLATFO L SE FUE DUAL U TANK E G A R STO E GASOLIN L A G DIESEL L 6000 GA FMU PL PL2 9.00Ø DIESEL SER DISPEN S) E S (2 HO 3.00 GAS SER DISPEN S) E S O H ( " BOLLARDS (TYP) SEE SPEC THIS SHEET. AS NOTED 11/09/ /12/2018 PERMIT DATE: DATE: CHECKED BY: APPROVED BY: XENIA, OHIO / GREENE COUNTY SCALE: 1" = 10' SCALE: FUEL ISLAND DETAIL DRAWN BY: N COLD STORAGE BUILDING JOB NUMBER: Kramer Engineers DESIGNED BY: CONCRETE PAVEMENT PLUMBING SITE PLAN OUTDOOR HORN SPEAKER. ATTACH TO PL2 POLE. AIM TOWARD SALT BARN. SEE SHEET EA1 FOR SCHEDULE CONCRETE PAD. SEE SHEET C1.2 FOR DETAILS. CATCH BASIN TO OIL-WATER SEPARATOR. SEE SHEET C2.5 FOR DETAILS. SHEET NUMBER: PD1

15

16

17

18

19