THE OHIO STATE UNIVERSITY Columbus, Ohio
January 10, 2012
Receipt for:
ADDENDUM NO. 1
Addendum to Plans and Specification for
PROJECT NO. OSU-109000
South High Rises Renovation and Addition Phase 3, Bid Package #8
SMITH-STEEB HALL ADDITION/RENOVATION & SIEBERT HALL RENOVATION for
THE OHIO STATE UNIVERSITY, Columbus, Ohio
ACKNOWLEDGMENT OF RECEIPT
The undersigned acknowledges that Addendum No. 1 for
The Ohio State University South High Rises Renovation and Addition Bid Package 8 – Smith-Steeb Hall Addition/Renovation & Siebert Hall Renovation
has been received by the undersigned and will be incorporated in all copies of said Plans and Specifications in possession of the undersigned. It is understood that all bids submitted in response to The Ohio State University will be presumed to be based upon full knowledge of the contents of Addendum No. 1. ___________________________________ Signature ___________________________________ Company Name ___________________________________ Title _______________________ Date URGENT NOTE: PLEASE SIGN AND DATE THIS “ACKNOWLEDGMENT OF RECEIPT”
AND RETURN VIA FAX TO (614) 297-1300 TO DC REPROGRAPHICS TO THE ATTENTION OF DAN CANNELL BY NO LATER THAN 9:00 a.m. ON THURSDAY, JANUARY 12, 2012.
Page 1 of 1
Addendum No. 1 1 U:\2009proj\09600\5\SPEC\ARCH\Bid Package 8\Addenda\Addendum 1\Addendum 1.doc
THE OHIO STATE UNIVERSITY Columbus, Ohio
January 10, 2012
ADDENDUM NO. # 1
RETURN RECEIPT REQUESTED
TO THE DRAWINGS AND SPECIFICATIONS FOR: PROJECT NO. OSU-109000
South High Rises Renovation and Addition
Phase 3, Bid Package #8 SMITH-STEEB HALL ADDITION/RENOVATION & SIEBERT HALL RENOVATION
for THE OHIO STATE UNIVERSITY
Columbus, Ohio TO ALL BIDDERS: This Addendum supplements and amends the original Plans and Specifications and shall be taken into account in preparing proposals and shall become a part of the contract documents.
General Revisions
Item 1 Included as part of the bid documents and attached hereto are the pre-bid meeting minutes, Power Point slide show presented at the pre-bid meeting and site tour attendance sheets.
Drawing Revisions
VOLUME 1A & VOLUME 4
Item 1 Drawing A0.1 (Volume 1A): Delete the following keynote under SECTION 07 21 29 SPRAYED INSULATION: Keynote 72P – OPEN – CELL FOAM IN PLACE INSULATION.
Item 2 Drawing A0.2: ERA-1 Built-up Coal Tar Roofing on Concrete Deck: Delete Keynote “75R1” and replace with “75R2”.
Item 3 Drawing A0.2: At Exterior Roof Assembly ERA-2, change Keynote 75R1 to 755R.
VOLUME 1A
Item 4 Drawings A1.4D through A1.13D (inclusive): Revise the quantity and locations of the existing access doors to remain and to be demolished per the attached Sheet A1.4D. Demolish the two walls behind the existing access door (to be demolished) at the south corridor of Smith Hall per the attached Sheet A1.4D.
Item 5 Drawings A1.4D through A1.13D (inclusive): Add the following demolition coded note: “III: EXISTING CORRIDOR ELECTRICAL PANEL TO REMAIN - REFER TO ELECTRICAL DRAWINGS.” Locate Coded Note III per the attached revised Sheet A1.4D.
Addendum No. 1 2 U:\2009proj\09600\5\SPEC\ARCH\Bid Package 8\Addenda\Addendum 1\Addendum 1.doc
Item 6 Drawing A1.1: At the south elevator shaft at Smith Hall, move Keynote 55L1 to the east side of the shaft.
Item 7 Drawing A1.2: Revise the two “PIT LADDER” keynotes at the Smith Hall Elevators X026E and X027E to be 55L1.
Item 8 Drawing A1.3: Revise the door number of the door entering into room 150A Equipment Storage to be “150AA.”
Item 9 Drawing A1.3: Revise the furring and wall configurations at the intersection of grids I.2 and 4 per the attached sketch SK-A1.
Item 10 Drawing A1.3: Revise the furring and wall configurations at the intersection of grids J.1 and 15 per the attached sketch SK-A2.
Item 11 Drawing A1.4 through A1.13 (inclusive): Revise the locations of the existing corridor electric panels (keynote 260E) per the attached revised Sheet A1.4.
Item 12 Drawing A1.4 through A1.13 (inclusive): In the plumbing/shaft space north and directly adjacent to the 21T bathrooms in Smith Hall, remove from the drawings the new type S2 wall bounding the existing access door to the corridor.
Item 13 Drawing A1.15: At Detail 1 – Level 14, change all detail reference tags from “10/A5.1.7” to “4/A5.1.7”
Item 14 Drawing A1.15: At Detail 2 – Level 13, remove all exterior roof assembly 1 references (ERA-1).
Item 15 Drawing A1.15: At Detail 2 – Level 13, Smith Hall low penthouse roof shall be exterior roof assembly 4 (ERA-4) in the area roughly bound by grids G, K, 3, and 4.
Item 16 Drawing A1.2A: At Level 4 – Connector, Floor Lounge (Rm 440), revise dimension from curtain wall to grid line 7.2 to read 2’-0½”.
Item 17 Drawing A1.3A: At Level 7 – Connector, Floor Lounge (Rm 740), revise dimension from curtain wall to grid line 7.2 to read 2’-0½” and revise dimension from curtain wall to grid line G to read 2’-0½”.
Item 18 Drawing A1.3A: At Level 7 – Connector, Floor Lounge (Rm 755), revise dimension from curtain wall to grid line 9.1 to read 2’-0½”.
Item 19 Drawing A1.4A: At Level 12/ Roof – Connector, revise dimension from centerline of roof drain to grid line 7 to read 2’-11”.
Item 20 Drawing A4.1.1: South Elevation – Precast Panels (North Elevation Sim), make the following dimension revisions:
At overall Reference Line dimension, revise dimension 66’-9 7/8” to read 66’-9 1/8”.
At dimension from grid line 9 (8 Sim @ North Elevation) to Reference Line, revise dimension 12’-11” to read 12’-10¼”.
At dimension from Reference Line to edge of panel at top of screen wall, revise dimension 3 1/8” to read 5 7/8”.
Addendum No. 1 3 U:\2009proj\09600\5\SPEC\ARCH\Bid Package 8\Addenda\Addendum 1\Addendum 1.doc
At dimension from Reference Line to edge of panel at Floor 10 and Floor 3, revise dimension 7/8” to read 1 5/8”.
Item 21 Drawing A4.2.2: At Elevations 1, 2, 3 and 4, revise dimension from outside face of curtain wall frame to Connector Floor 3 datum to read 2’-2½”.
Item 22 Drawing A5.2.1: At Details 1, 2, 3, 4, remove all Project North arrows.
Item 23 Drawing A5.2.1: At Detail 1, delete the unreferenced detail tag.
Item 24 Drawing A5.2.1: At Detail 7, the “HEAD” portion of this detail shall have the same Roll-Down Shade (Keynote 122R1), blocking, and gypsum as indicated at the “INTERMEDIATE FLOOR” portion of this detail.
Item 25 Drawing A5.2.3: Add Detail 12 to this sheet per the attached Sketch SK-3.
Item 26 Drawing A5.5.1: At Detail 12, revise vertical post spacing from 4’-0” maximum to 8’-0” maximum.
Item 27 Drawing A6.1.8: Revise Doors 150BA and 150EA to have no electrical hardware (delete the “X” in the electrical column).
VOLUME 1B
Item 28 Drawing A7.1.1: At Elevation 1, delete Keynote “88M: 18” x 60” MIRROR (TEMPERED) CENTERED ON BACK OF DOOR” and replace with “1028T7: CENTER ON DOOR”.
Item 29 Drawing A7.1.1: Reflected Ceiling Plan 6, at soffit area adjacent entry door, delete note “LIGHT FIXTURE CL” and replace with “SPRINKLER CL”.
Item 30 Drawing A7.1.6: At Details 1 & 5 change the access door to type 831F1. Remove the text below this keynote referencing “24”W x 48” H.”
Item 31 Drawing A7.1.6: At Details 1 & 3, change the access door to type 831F1. Remove the text below this keynote referencing “24”W x 48” H.”
Item 32 Drawing A7.1.9: Remove the unreferenced detail tags from Details 1 and 2.
Item 33 Drawing A7.1.12: At Detail 5, add keynote “180G” point toward grille type “E,” and locate the keynote above the text reading “REFER TO SHEET A6.3.1.”
Item 34 Drawing A7.4.3: At Detail 14, revise per the attached sketch SK-A7.
Item 35 Drawing A7.5.4: At Detail 1, revise the furring and wall configurations at the intersection of grids P.1 and 12 per the attached sketch SK-A6.
Item 36 Drawing A8.4.1: At Detail 4, revise per the attached sketch SK-A4. Revise the title of the detail to be “GUARDRAIL AT GRAND STAIR.”
Item 37 Drawing A8.4.1: At Detail 5, revise per the attached sketch SK-A5.
Item 38 Drawing A8.10.1: At Detail 12, revise per the attached sketch SK-A8. Delete the text note reference to Detail 9/A8.10.1
Addendum No. 1 4 U:\2009proj\09600\5\SPEC\ARCH\Bid Package 8\Addenda\Addendum 1\Addendum 1.doc
Item 39 Drawing A9.1A: Level 3 Reflected Ceiling Plan - Connector: At Double Room Type A Units (Rms 343 and 352), revise ceiling elevation at exterior wall soffit to read 8’-0”.
Item 40 Drawing A9.2A: Level 4, 5 and 6 Reflected Ceiling Plans - Connector: At Double Room Type A Units (Rms 443, 452, 543, 552, 643 and 652), revise ceiling elevation at exterior wall soffit to read 8’-0”.
Item 41 Drawing A9.3A: Level 7, 8 and 9 Reflected Ceiling Plans - Connector: At Double Room Type A Units (Rms 743, 752, 843, 852, 943 and 952), revise ceiling elevation at exterior wall soffit to read 8’-0”.
Item 42 Drawing A9.4A: Level 10 Reflected Ceiling Plan - Connector: At Double Room Type A Units (Rm 1041), revise ceiling elevation at exterior wall soffit to read 8’-0”.
Item 43 Drawing A10.2: Revise the finish symbol in Room 85 Break Room as follows:
Wall Finish: 99N1 Floor Finish: 965T2 Base Finish: 965B1
VOLUME 2
Item 44 Drawing RS1.02: Remove reference to infilling slab at Smith Hall between grids B, C, 2, and 3.
Item 45 Drawing RS1.03: Note that all area well locations/quantities are not correct on this sheet – see Drawing RS1.02 for correct well locations/quantities.
Item 46 Drawing RS1.03: Remove the concrete aprons outside the stair doors at Smith Hall roughly between grids O, P, 5, and 6, and at Steeb Hall roughly between grids R.1, S, 15, and 16.
VOLUME 3
Item 47 Drawing H3.04: Add the following information to note 2: Pipe supports that run in the racks indicated on this sheet shall be roller type. Roller support shall be provided by the contractor installing the associated piping. Division 23 shall coordinate spacing of supports that they will be installing with the other contractors.
Item 48 Drawing H3.05: Add the following information to note 2: Pipe supports that run in the racks indicated on this sheet shall be roller type. Roller support shall be provided by the contractor installing the associated piping. Division 23 shall coordinate spacing of supports that they will be installing with the other contractors.
Item 49 Drawing E0.01: Add General Notes CC and DD as follows:
CC. The location of the card reader panel and power supply for the Buck ID/Blackboard shall be located in the IDF as described below. All wiring for the Buck ID systems as shown in Division 28, Appendix A details shall be provided by the Division 28 contractor, wired back to the respective closet via conduit and cable tray. When located on in IDF on different floor than location of door to be controlled, utilize the vertical cabling paths within the IDF closets. Provide 10’ feet of slack at the IDF closet for the final terminations by the OSU Buck ID staff. Location of the card reader panels shall be –
1) Doors located in the Lower Level, First Floor and Second Floor, the card reader shall be placed in the 2nd Floor IDF closet
Addendum No. 1 5 U:\2009proj\09600\5\SPEC\ARCH\Bid Package 8\Addenda\Addendum 1\Addendum 1.doc
2) Doors located in the Third Floor and Fourth Floor, the card reader control cabinet shall be placed in the 4th Floor IDF closet
3) Doors located in the Fifth Floor and Sixth Floor, the card reader shall be placed in the 6th Floor IDF closet
4) Doors located in the Seventh Floor and Eighth Floor, the card reader shall be placed in the 8th Floor IDF closet
5) Doors located in the Ninth Floor, Tenth Floor, Eleventh Floor and the Penthouse, the card reader shall be placed in the 10th Floor IDF closet
DD. Sequence of Work – Temporary/Permanent Electric Service to Smith Steeb
Once the Electrical Contractor is on site, the first order of work is to install new feeders from the exterior pad mounted transformer to the existing Switchboard in the existing electric rooms within Smith Hall and Steeb Hall. For Steeb, conduit and conductors shall be run within the subbasement of Steeb Hall to the Steeb’s electric room. For Smith, feeders shall be run through Steeb sub-basement, through the sub-basement utility connector, through Smith’s sub-basement and into Smith’s electric room. Feeders shall be planned to be used at the beginning as temporary feeders for construction power, and in later phase of this project, will function as the permanent feeders to the new switchboards “MSB-SMITH” and “MSB-STEEB”. Work shall be planned to provide the proper slack at each end of the conduit and wiring paths so in the existing electric rooms the conduits and wiring can be extended to the new switchboard locations and at the new main switchboard “MS-SS1” pullboxes shall be included so the feeders can be spliced once the new main switchboard is in place to maximize the amount of feeder re-use. Switchover from the existing switchboards in Smith Hall and in Steeb Hall to “MSB-SMITH” and “MSB-STEEB” shall be considered as outage #1.
After the temporary feeders are in place, the electrical work shall be planned for the installation of the “MS-SS1” switchboard. When the “MS-SS1” is in place and ready for the switchover, the cabling for connection from “MS-SS1” circuit breakers to “MSB-SMITH” and “MSB-STEEB” shall be installed, intercepting the temporary feeders to “MSB-SMITH” and “MSB-STEEB” and extending the feeder to the designated switches in “MS-SS1”. At the same time of the interception of the temporary feeders, the installation the new main feeder from the exterior pad mounted transformer to “MS-SS1” shall be planned. All work included in this phase of work shall be considered outage #2.
Outages shall be planned well in advance of the work and a plan of work shall be provided to OSU, Smoot Construction and Heapy Engineering for review and approval before the work commences. During the two outages, temporary power shall be provided via a portable generator to keep the power to the job site up and running.
The location of the feeder for “MSB-SMITH” in the sub-basement utility connector shall be coordinated with the HVAC Contractor’s and Plumbing Contractor’s piping and racking systems indicated on sheet H2.01 so the feeder will not affect the racking installation at a later date. Refer to the section A and note #12 for the dedicated electric conduit/feeder space.
Item 50 Drawing ES.01: Change Note #3 – “…Abandoned Ductbank shall be removed by the Division 26 Contractor.”
Item 51 Drawing E2.10: Change the Connector Room number is rooms 880, 881 and 882 to 850, 851 and 852 respectively.
Addendum No. 1 6 U:\2009proj\09600\5\SPEC\ARCH\Bid Package 8\Addenda\Addendum 1\Addendum 1.doc
Item 52 Drawing E2.12: On the roof of the East and West Connector Floor Lounge, relocate the “W2” fixture and all noting from the E2.13 plan for the power and control of the “W2” lighting fixture.
Item 53 Drawing E2.13: On the roof of the East and West Connector Floor Lounge, delete the “W2” fixture and all noting from the E2.13 plan. Lighting fixtures and noting moved to the E2.12 plan.
Item 54 Drawing E3.02: Delete the card swipe (CS) or electric door locks (DL) at door X008CA, the corridor door separating the north and south corridors at the Steeb Lower level.
Item 55 Drawings E3.04, E3.05, E3.06, E3.07, E3.08, E3.09, E3.10, E3.11, E3.12 and E3.13: Change coded note 4 to coded note 3 at Rooms _23 and _71. Change coded note 3 to coded note 4 at Rooms _30 and _64.
Item 56 Drawing E3.10: Change the Connector Room number is rooms 880, 881 and 882 to 850, 851 and 852 respectively.
Item 57 Drawing E4.03: Revise Detail B as follows:
TYPICAL 04 ROOMS – RESIDENT ADV. ROOMS TYPICAL MIRROR 30 & 64 ROOMS – SINGLE ROOM ENLARGED ROOM PLAN
Item 58 Drawing E4.03: Revise Detail F as follows:
TYPICAL 90 ROOMS ENLARGED RESIDENT ADV. ROOM PLAN
Item 59 Drawing P2.11: Secondary roof drain for connector lounge roofs shall be OD3, equal to Zurn Z100-W2-C, dome type roof drain with internal water dam. Install drain with drain body at concrete roof slab and dome enclosed by surrounding insulation. Refer to attached Sketch SK-P1.
VOLUME 4
Item 60 Drawing L4.1: Replace sheet with attached revised sheet.
Item 61 Drawing L4.3: Revise Detail 8 as shown on attached sketch SK-L1
Item 62 Drawing A11.2D: Detail 2 – Level 2 Demolition Plan: There is no square penetration in the roof directly west of the elevator shafts. Delete the arrow from coded note “U” to the square.
Item 63 Drawing A11.2: Revise New Work Coded Note “F” as follows: “EXTERIOR ROOF SCREEN SYSTEM (KEYNOTE 1082A). SUPPORT WITH GALVANIZED HSS 4x4x5/16" POSTS 66" TALL AND ANCHOR TO ROOF STRUCTURE ACCORDING TO DETAIL 8/A15.2.3. PROVIDE SHOP WELDED CAP AT TOP OF POSTS. SPACE POSTS AS INDICATED ON DRAWINGS.”
Item 64 Drawing A11.6: Add Coded Note “G” to the New Work Coded Notes, with the following description: “REINSTALL SALVAGED LIMESTONE COPING WITH MORTAR ON A ZINC COATED COPPER SHEET FLASHING (KEYNOTE 762C). REPLACE EXISTING ANCHORS WITH STAINLESS STEEL ANCHORS (KEYNOTE 401R1). TYPICAL AT ROOF PARAPETS, SEE DETAIL 13/A15.2.3, SIMILAR.”
Item 65 Drawing A11.6: Detail 1: Add Coded Note “G” to all parapet copings at the roof perimeter.
Addendum No. 1 7 U:\2009proj\09600\5\SPEC\ARCH\Bid Package 8\Addenda\Addendum 1\Addendum 1.doc
Item 66 Drawing A15.2.3: Details 10 & 13: Replace Keynote 75L with Keynote 762C.
Item 67 Drawing A17.2.1: Detail 2: Remove the unreferenced detail callout.
Item 68 Drawing A19.2: Detail 1 – Level 01 Ceiling Plan: Remove the unreferenced detail callout. Add lighting at the west ramp canopy per the attached Sketch SK-A9.
Item 69 Drawings RS11.01 through RS11.06 (inclusive): Rotate all Project North Arrows 180 degrees.
Item 70 Drawing RS11.05: Note that Coded Notes 9, 10, 11, and 12 apply and are the same as those indicated on Sheet RS11.04.
Item 71 Drawing RS11.06: Detail 1 – Level 11 Plan: At the following two locations, change Coded Note 4 to Coded Note 5: the square opening along grid 2, and the square opening along grid 14.
VOLUME 5
Item 72 Drawing H12.01: Add the following information to note 25: “Pipe supports that run in the racks indicated on this sheet shall be roller type. Roller support shall be provided by the contractor installing the associated piping. Division 23 shall coordinate spacing of supports that they will be installing with the other contractors.”
Item 73 Drawing H13.03: Add the following information to note 2: “Pipe supports that run in the racks indicated on this sheet shall be roller type. Roller support shall be provided by the contractor installing the associated piping. Division 23 shall coordinate spacing of supports that they will be installing with the other contractors.”
Specification Revisions
Item 1 Section 00 10 00: Delete indication of Contract 309 from site tour time of 3:00 p.m. to 4:00 p.m. on January 6, 2012. Additionally, remove Contract 309 from the 10:15 a.m. bid opening slot indicated at the end of the solicitation. Contract 309 will be opened at 9:15 a.m. as indicated.
Item 2 Section 01 12 13, 4.01 L.4.m.5: Change reference from “Contract 202” to “Contract 302”
Item 3 Section 01 12 13, 4.01 O.1.c (Contract 305): Delete reference to Section 01 22 00.Item 4 Section.
Item 4 Section 01 12 13, 4.01 P.4.f1.d. (Contract 306): Change reference from Contract 207 to Contract 310.
Item 5 Section 01 12 13, 4.01 S.4.c.5 (Contract 309): Add to end of paragraph, “Note that the lounge spaces as well as the sealant work of the connector are work activities that other means of access shall be planned for in lieu of the self climbing scaffold system.”
Item 6 Section 01 12 13, 4.01 S.4.h.7 (Contract 309): Delete paragraph and include in its place, “Include new work at existing aluminum entrances to buildings to include doors, hardware as well as frame modification to be able to receive new doors and hardware. Work includes all patching of old hardware preparation, reinforcement for new work, etc. Include all door hardware, including auto operators at these doors. Contract 309 shall provide immediate protection at all buildings (Siebert, Smith-Steeb) front entry and interior vestibule aluminum entrances and storefront to protect against demolition activities. Contract 309 shall either install temporary doors or utilize existing doors to assure that protection measures are in place for
Addendum No. 1 8 U:\2009proj\09600\5\SPEC\ARCH\Bid Package 8\Addenda\Addendum 1\Addendum 1.doc
items to remain. Doors shall be lockable, self closing. Provide 20 keys to locking hardware on doors to CM for distribution.”
Item 7 Section 01 12 13, 4.01. X.4.a. (Contract 314): Change reference from, “Contract 215” to “Contract 315”.
Item 8 Section 01 12 13, 4.01 AA.4.p (Contract 317): Add subparagraph, “9. Contract 317 shall maintain Siebert Elevators throughout the course of construction. Elevator maintenance shall cover any need, including but not limited to, entrapment, door dislodgement or any other cause. This work will not fall under any existing maintenance agreement that is published by the University.”
Item 9 Section 01 12 13, 4.01 AA.4.p. (Contract 317): Add subparagraph, “10. Contract 317 shall include elevator constructor time to perform work associated with selector switch installation, position indicator work and installation, Elevator machine room access to perform schedule work by others. Life safety inspection, Code Authority inspection for renewed certificate of operation, etc.”
Item 10 Section 01 12 13, 4.01 AA.4.p. (Contract 317): Add subparagraph, “11. At the end of construction Contract 317 shall perform a thorough cleaning of all machine rooms, elevator shafts, door tracks, etc.”
Item 11 Section 01 50 00, 3.13 A: Change a portion of the paragraph to read, “…….Contract 206 shall maintain the elevators in Smith-Steeb during construction. Contract 317 shall maintain and keep operational the elevators in Siebert Hall…..”
Item 12 Section 05 50 00, 1.04 E and E1: In both locations where it says “handrails,” change to “handrails and guardrails.”
Item 13 Section 07 42 00, 2.01 C: Change “Basis of Design” from Alucobond FR to Alucobond Plus.
Item 14 Section 07 42 00, 2.01: Add Item I “Fire Resistance: Must comply with ASTM 285.”
Item 15 Section 08 14 16, 2.01 A1: Add Lambton Doors as an available manufacturer.
Item 16 Section 08 31 00, 2.02 B: Add item 2 as follows: “2. Babcock-Davis “B-XTM insulated exterior access panel for weather resistant application, with mortise prep. Prep must accommodate a Best 7-pin cylinder per University standards.”
Item 17 Section 22 11 16, 2.1 F: Revise Paragraph to read as follows: “Pipe and fittings concealed in walls, above ceilings, soffits, etc., within the typical tower bathrooms only, may be at the Contractor’s option, CPVC Type 4 plastic pipe, Schedule 40 in 2" and smaller, Schedule 80 in larger pipe with plastic socket type fittings and chemical weld joining. Piping may also be SDR 11 in sizes 2” and smaller. Connections to metal pipe shall be with mating flanges. Piping shall be listed to ASTM D 2846 or ASTM F441. Pipe fittings shall be listed to ASTM 439. Piping cell classification shall be 23447 per ASTM 1784. Pipe hanger installation shall be per manufacturer requirements. Chrome plated nipples are required as indicated in the fixture schedule for supply penetrations through walls.”
Item 18 Section 22 11 16, 2.2 F: Revise Paragraph to read as follows: “Valves installed in plastic supply piping systems shall comply with section 2.2 of specification section 22 11 16 and specification 22 05 23. Provide required material transition flanges or unions as required to integrate specified valves into plastic system piping.”
Addendum No. 1 9 U:\2009proj\09600\5\SPEC\ARCH\Bid Package 8\Addenda\Addendum 1\Addendum 1.doc
Item 19 Section 22 07 19, 1.4: Add Note to read as follows: “(5) Domestic water systems including: copper, CPVC, PEX and Aquatherm construction, shall be insulated in compliance with this specification.”
Item 20 Section 23 82 16, 2.2: Add RAE Coils to the list of acceptable manufacturers.
Item 21 Section 26 05 19, Paragraph 2.12: Add “Metal-Clad Cable: Type MC may be used for lighting and receptacle circuits in hollow interior walls shall be acceptable. The Type MC Cable must contain green insulated ground conductor and installation must use UL approved connectors.” Per Value Engineering with OSU, use of Type MC Cable in the locations as described.
Item 22 Section 26 05 33, 2.1 B. 1): Delete “All applications over 2” conduit size.” Per Value Engineering with OSU, conduit above 2” shall be Thinwall EMT.
Item 23 Section 26 05 33, 2.1 D 1) – Delete “Minimum size - .75”.” Per Value Engineering with OSU, conduit shall be code minimum size.
Item 24 Section 26 05 33, 2.2 A. – Change to read, “Conduits shall be code minimum size.” Per Value Engineering with OSU, conduit shall be code minimum size.
CLARIFICATIONS
Item 1 Fire Alarm Wiring Style: The fire alarm wiring is a Modified Class A wiring system.
Item 2 Camera Wiring: The wiring for the CCTV cameras shall be included in the Division 28 Contractor work.
Attachments
1. Pre-Bid Meeting Minutes dated January 6, 2012 2. Power Point presentation as shown in pre-bid meeting dated January 6, 2012 3. Site Tour Attendance Sheets 4. Sketch SK-A1 5. Sketch SK-A2 6. Sketch SK-A3 7. Sketch SK-A4 8. Sketch SK-A5 9. Sketch SK-A6 10. Sketch SK-A7 11. Sketch SK-A8 12. Sketch SK-A9 13. Sketch SK-L1 14. Sketch SK-P1 15. Drawing A1.4D (Revised) 16. Drawing A1.4 (Revised) 17. Drawing L4.1 (Revised)
END OF ADDENDUM
Meeting Minutes
Phase 3, BP#8 Pre Bid Meeting 1Project # OH09020OSU South Campus High Rises Renovation and
AdditionTel: 614-247-4955 Fax: 614-247-58831618 Highland Street
Columbus, Ohio 43201-2035
Date Start End Next Meeting Next Time Prepared By Company1/6/12 09:00 AM 10:30 AM Greg Palmer Smoot Construction
Purpose Location General NotesTo convey to prospective bidders, bidding procedures, project site logistics and a general review of bid package scope responsibilities.
The Ohio State UniversityYounkins Success Center, Classroom 1501640 Neil AvenueColumbus, Ohio 43201
See attached Sign In Sheet for list of bidders attending.
Non-AttendeesJobes Henderson & Associates - Ken StewartKinzelman/Kline - Kristyn MalinowskiSchooley Caldwell Associates - Brian KigginsSchooley Caldwell Associates - Wayne BartholomewSmoot Construction - Edward MedleySmoot Construction - Vince UnangstThe Ohio State University - Daren LehmanThe Ohio State University - Major BissettThe Ohio State University - Michelle MillerThe Ohio State University - Thyrone Henderson
Attended ByHeapy Engineering - Bill ThomasHeapy Engineering - Jason BrownSchooley Caldwell Associates - Tom MathenySmoot Construction - Greg PalmerSmoot Construction - Rick KramerThe Ohio State University - Cihangir CalisThe Ohio State University - Pat Purtee
cc:
CompletedDue DateResponsibilityMeeting Item DescriptionItem Cls'd
1. Introduction
New Business
001-001 NoTeam Members
The following team members were introduced:
The Ohio State University - OwnerOSU Student Life -End User - Not RepresentedMr. Cihangir Calis - FDC Project Manager Ms. Pat Purtee - Construction ManagerMs. Michelle Miller - Project Coordinator (Not in Attendance)
Schooley Caldwell Associates- Associate ArchitectMr. Tom Matheny - Project ManagerMr. Wayne Bartholomew - Contract Administrator (Not in Attendance)
Smoot Construction - Construction ManagersMr. Greg Palmer- Project ManagerMr. Jim Ruffing - Assistant Project ManagerMr. Rick Kramer - Project EngineerMr. Vince Unangst - Project Superintendent (Not in Attendance)
All communications should be directed to the Construction Manager (CM) for distribution and response. Please address written correspondence to either Mr. Greg Palmer or Mr. Rick Kramer at the following location:
614-247-4955614-247-5883 Main Fax
Smoot Management Systems Page 1 of 10Printed on: 1/8/2012
SRS Grped by Topic and by 'Old-New Business'
Item Meeting Item Description Responsibility Due Date Completed Cls'd
1618 Highland StreetColumbus, Ohio 43201
Deadline for material substitutions/questions to be entertained without extending the bid date is January 13, 2012.
2. Bidding Procedures/ Information
New Business
001-002 NoInstructions to Bidders
Bidder is instructed to pay particular attention to the Instruction Bidders, IB in Division 1 of the bidding documents.Specific areas of concern were addressed to raise bidder awareness.
Bids will be received on January 20, 2012 at 9:00 a.m. at:The Ohio State UniversityOffice of Facilities Planning and Development4th Floor Central Classroom Building2009 Millikin RoadColumbus, Ohio 43210
Required Submittals with Bid Submission:
Bid Envelope - Envelope should be clearly marked with the following information:Project Number: 109000 Project Name OSU South High Rises Renovation and AdditionDate and Time of BidPhase being bidBid Package Number and Contract # that is being bid and/or Bid Package CombinationName of BidderThe company name on the bid form, and throughout all documents, must be the same name as is registered with the Secretary of State.
Signed Bid Guaranty and Contract Bond or Certified Check, Cashiers Check or Letter of Credit (leave the field on the bond blank or fill in the correct dollar amount - DO NOT PUT IN 100%, THIS WILL VOID THE BIDBonding Company Certificate of ComplianceValid Power of Attorney for Surety AgentBidder Qualification Form (not required but strongly requested):EEO Certificate of Compliance (Certificate Valid for only 6 months)Certified Financial Statement Current Workers' Compensation CertificateApplicable Licensing from the Department of Commerce, Industrial Compliance Division, Ohio Contractors Industry Examining Board(OCIEB). - MEP Contractors
All bidders entering into a contract on a state administered project and their subcontractors are required to be enrolled, and in good standing in a Drug-Free Safety Program approved by the Ohio Bureau of Workers' Compensation.
As of January 1, 2004, Ohio Revised Code (ORC) 9.24 prohibits the State of Ohio from awarding a contract to any individual or organization against whom the Auditor of State has issued a findings for recovery if the findings for recovery is unresolved at the time of award of contract.
Allowances and Alternates are identified on the bid form. Bidders are to be familiar with allowance and alternate requirements.
The EDGE goal is 5%, must have 5% participation or provide "good faith effort".
All in attendance were informed of the intent to hold post bid scope reviews and sense of urgency to go from bid to award. Various Contracts and their associated paper work submissions were emphasized upon and requested to expedited and were suggested to be included with bid submission.
001-003 NoBid Guaranty and Contract Bond
Bid Guaranty and Contract Bond MUST be for the full amount of the bid, including ADD alternates ( do not include deduct alternates). A percentage is not acceptable and the bid will be rejected.If the bidder wishes, a certified cashier's check in the amount of 10% of the bid plus Add alternates would be acceptable. However, if that bidder is the apparent low, the cashier's check will be returned upon receipt of a performance bond. Should the company supplying the cashier's check be second or third low, the check will be held until an actual contract is signed with the low bidder.
001-004 NoChanges in the Bid Amount
Para 2.11.1 Any change to a previously submitted bid shall be made in writing and must be received by the Department before the time scheduled for the bid opening, as determined by the employee of the Department designated to open the bids.
2.11.2 Changes shall not reveal the bid amount, but shall provide an amount to be added or subtracted from the bid amount, so that the final bid amount can be determined only after the sealed envelope is opened.
Smoot Management Systems Page 2 of 10Printed on: 1/8/2012
SRS Grped by Topic and by 'Old-New Business'
Item Meeting Item Description Responsibility Due Date Completed Cls'd
2.11.3 If the Bidder's written instruction reveals the bid amount in any way prior to the bid opening, the bid shall be rejected.
001-005 NoPrevailing Wage
The project is a prevailing wage project and prevailing wage sheets can be found in the bid documents.
001-006 NoDelivery of Bid/Opening of Bid/Review of Bids
Delivery of BidIf bidders do not hand deliver the bid, please do not use the U. S. Postal Service, even priority, overnight as it is not delivered to the room, only the building. Suggest that they use a courier service - Fed Ex, UPS, Airborne or even a local taxi, and designate that the service deliver to the room. In that way, if there is a problem, the bidder has evidence that they relied on the courier. If they are going to hand carry the bid, be certain to allow enough time since parking is usually nonexistent. Parking is available in the Tuttle Park Garage.
Bids are publicly opened and read and the bidders are more than welcome to attend.
To review another bidders bid. A letterhead request is to be submitted to the University and a time will be scheduled to review.
001-007 NoFront-End Documents
Bidders are encouraged to read the "front-end" section of the specifications not only to familiarize themselves with the administrative rules, but if there are any questions or problems during construction, the "front-end" stipulates how discrepancies are handled.
001-008 NoTax Exempt Status
The Ohio State University is tax exempt. (Refer to Article 1.5 of the General Conditions)
001-009 NoProject Insurance Requirements
Bidder's attention is directed towards Article 11 of the General Conditions of the bid documents for specific insurance requirements.
Heightened areas of concern should be directed towards the following areas as these specific issues relating to insurance are a reoccurring problem on University projects.
Form or Certificate Holder should be listed as:
The Ohio State UniversityOffice of Facilities Planning and Development4th Floor Central Classroom Building2009 Millikin RoadColumbus, Ohio 43210
General Liability and Automotive LimitsForm ModificationsAdditional Insureds required to be listed: The Ohio State University, its Board of Trustees and Smoot Construction.Project Name and Number should be listed in the description of operations section.Cancellation section should be amended to read as follows:" Should any of the above described policies be cancelled before the expiration date thereof, the issuing company will mail 30 days written notice to the Certificate Holder named to the left.
A Builders Risk Policy will be provided by the CM for all Bid Packages. Contractors are responsible for the deductible of any claimed loss in the amount of $50,000.00 for earthquake and flood damage and all other perils the deductible of $5,000.00.
Note that the Medical Insurance is required at $10K limit. The bottom right side MUST be modified per OSU standards, and the additional insureds must be endorsed by the carrier. See the Pre Bid slide presentation for a sample of the ACORD form.
001-010 NoBid Documents
The Contract Documents are available for purchase from DC Reprographics, 1254 Courtland Avenue, Columbus, Ohio, 43201, (614) 297-1200, www.dcreprographics.com/BidManagement.
Those that that are only interested in bidding Contracts 317 through 321 will only be required to obtain Volume Sets 4 & 5 and specifications at a cost of $350.00. Those that are only interested in bidding Contracts 307 & 313-316 will only be required to obtain Volumes 1-3 and specifications of the entire set at a cost of $525.00. All other contracts will be required to obtain all Volumes of drawings of the entire set. At a cost of $695.00. Bid Documents are available for review at the CM Field Office and also can be reviewed at Schooley Caldwell’s office.
Shipping is in addition to the above stated cost.
001-011 NoProposed Equals/Product Approvals
Instruction to Bidders 2.5.1 & 2.5.2
If the Bidder proposes to use an article, device, material, equipment, form of construction, fixture or other item other than those
Smoot Management Systems Page 3 of 10Printed on: 1/8/2012
SRS Grped by Topic and by 'Old-New Business'
Item Meeting Item Description Responsibility Due Date Completed Cls'd
Standards named, the Bidder shall certify that the item is equal in quality, and all aspects of performance and appearance, to the Standards specified. The form included in Section 01 25 00 must be filled out for consideration of any substitution.
Deadline for submission is today 1/6/2012. Substitution request must be submitted on proper form included in the contract documents for consideration.
There will be no exception to the listed manufacturers after bids have been received.
001-036 NoLEED Certification
This project is pursuing LEED "Silver" Certification. See 01 81 13 for the requirements. Construction Waste Management will need to be handled by the individual contractor.Regional Material credit impacts and VOC limitations to be followed.
001-037 NoQualification Letters
For those not familiar with bidding public work, you must bid the complete scope for a bid package, submitting qualification letters with the bid may disqualify the bid.
001-045 NoPost Bid Scope Reviews
Attendees were made aware of that post bid scope reviews will be as quickly as possible after the bid with the successful bidders. Bidders are expected to have all their paperwork in for contract execution at this time. It was noted in order to expedite contracts to meet required mill orders and fabrication as well as imposed schedule timelines that this needed to be an emphasis.
3. Site Logistics
New Business
001-012 NoCampus Environment
Bidder's attention is directed towards Specification Section 01 12 13 in order to develop a better understanding of the requirements of each bid package and the impact of the surrounding environment upon the work of this project.
Campus EnvironmentContractors are to be aware of current projects on going and are to anticipate construction on going around the site for the duration of the project. Construction congestion coupled with normal University processes are to be taken into consideration when preparing bid for work. The academic school year shall be taken into account when submitting a bid on this project.
Key Elements to bidder and project success for bidders to be aware of were noted as:
Smith-Steeb: Existence of Rooftop Cellular Equipment: AT&T and Sprint
Early work with Smith-Steeb prior to student move out – subbasement temporary electrical work and connector foundation work.
Submittals, fabrication and procurement of materials to meet project schedule and immediate mobilization and commencement of work relating to bid default schedule. Emphasis on structural steel, structural precast, MEP equipment/gear, etc.
Development of temporary electrical power plan, shut downs, start up, etc. to allow for construction work and elevator usage to be maintained throughout.
Interface with previous and concurrent bid package components to include, but not limited to, Asbestos Abatement, Smith-Steeb Elevator work as part of Contract 206, Site work, geothermal work and Streetscape improvements.
Drawer E work associated with Siebert (321), Smith-Steeb (316)
Understanding of air barrier details
Mobilization of crane for first week of student vacancy steel erection.
001-013 NoParking/Deliveries/Site Lay down
ParkingRecent changes have been made by The Ohio State University Transportation & Parking Services and the bidder's attention is directed to Specification Section 01 50 00 for complete details. In general there is no construction personnel parking allowed on site. Even job site vehicles will be limited due to the extreme nature of congestion and site specific issues associated with this project. Those vehicles that have been approved by the CM to park within the site boundaries and fencing will require a parking permit in accordance with the guidelines listed in Specification Section 01 50 00. University deliveries and normal vehicular and pedestrian traffic flow are to be maintained at all times. No temporary parking or staging of vehicles will be allowed on the roads around this project without prior approval of the University. Those in attendance were also informed of the University's intention to privatize the operation of campus parking and as such all parking rules, regulations and cost are subject to change and bidders must take this into account within their bid submission.
DeliveriesDeliveries to the project will be very congested. Deliveries are to be made at the South entrance of the project. Traffic officer/flag
Smoot Management Systems Page 4 of 10Printed on: 1/8/2012
SRS Grped by Topic and by 'Old-New Business'
Item Meeting Item Description Responsibility Due Date Completed Cls'd
man will be the contractor's responsibility to coordinate and provide along with additional traffic barricades as needed.
Site Lay downDue to site geometry and project requirements available lay down space is virtually nonexistent. Bidders shall anticipate and include just in time deliveries within their bid. BP 4 Geothermal schedule was reviewed with attendees and attendees were informed that work would be going on in the Hale lot during the time frame of this work. Therefore site lay down is virtually non existent.No material that will not be installed within two (2) days will be permitted to be on site unless approved by the CM in advance. Placement of on site stored material shall have prior approval of the CM. Contractors, for bidding purposes, are to assume all material will have to be stored at an off site location prior to its placement.
Utility TunnelThere is an existing utility tunnel running the full length of the site just north of the residence halls. All material and equipment shall avoid this area. Documents address load limitations and bidders shall include in their bid methods, procedures to protect tunnel from imposed loads of construction.
Work HoursBP #8 is under standard work hours unless noise attributing work is being done outside with adjacencies to occupied structures. Bidders should acquaint themselves to work hour restrictions as identified in Section 01 12 13, 2.01 Summary of Contracts. Work hours are also further defined by the bid default schedule as it pertains to extended work shifts as well as second shift.
001-014 NoTree Protection
Mature trees on the site are very important to the University for the required campus vision. Each Contractor of this Bid Package shall protect the trees in the respective areas of their work.
001-015 NoHazardous Material
Insulation, vinyl tile, vinyl tile mastic and insulation within the buildings have tested positive for ACM. Additionally lead based paint exist in the structures. It is not anticipated that this Contractor will disturb the insulation to perform their work. The Contractor shall be responsible to follow OSHA guidelines as it relates to lead based paint.
001-016 NoWork Phases/Sequences
The work for this project will be bid and constructed in three phases:
Phase 1 consists of Utility Relocation, Chiller Bunker and Geothermal Work and Hazardous Material Abatement.
Phase 2 consists of the renovation of Parks, Stradley and the infill addition between the two. Sitework is included in this Phase for Phases 2&3
Phase 3 consists of the renovation of Steeb, Smith and Siebert along with an infill addition between Steeb and Smith. In addition to building construction work will also include a streetscape improvement component.
All the work that is planned to be going on this June was conveyed to bidders. The entire block of College to Neil and eleventh to 12th will be very congested and no laydown shall be anticipated. Congestion should be anticipated.
Existing cell tower arrays were noted to be located on the roof of Steeb Hall. Contractors are responsible to train their employees in the awareness of the hazards associated with working in and around these equipment. AT&T provided a brief presentation on the associated hazards and also informed those present of the personnel monitoring equipment that can be obtained. It was noted that the work in and around these arrays is scheduled to be performed incrementally and as such the cell service providers are aware and prepared to turn this equipment off at one to two day intervals to allow the work to be performed.
001-017 NoOffice Trailer Compound
The project borders both the City of Columbus property as well as the Ohio State University property. Bidder shall become fully familiar with property lines and associated jurisdiction governances and shall take these into account when submitting a bid.
Tool Trailers and Material TrailersAs previously noted project space is very confined and utilization of the space will be limited for job tool and material trailers. Prior approval of the CM is required prior to any placement of referenced trailer. Bidder should anticipate limited space for this type of storage.
Contractor Field Offices are provided for in this Bid Package. Contractors will only be allowed to utilize offices while they have work. Contract 307 shall be responsible for the rental and electric consumption charges for these trailers.
4. Work Scopes
New Business
001-018 NoSpecification 01 12 13
Refer to Specification Section 01 12 13 for more detailed information on work scopes. All bidders are to be familiar with not only the work scopes they are bidding but also those of the other bid packages.
The project will be utilizing a project collaboration software for the processing of RFI's, Daily Reports and Submittals. Contractor's
Smoot Management Systems Page 5 of 10Printed on: 1/8/2012
SRS Grped by Topic and by 'Old-New Business'
Item Meeting Item Description Responsibility Due Date Completed Cls'd
shall include in their bid the cost associated with the inclusion of this software at a per contract price of $1100.00. Should combination bids be pursued it is still a per contract price. Reference sections 01 12 13 and 01 50 00 for further clarification.
001-019 NoContract 301 Concrete Work
Allowances and Unit Price WorkAlternate WorkLimited Selective DemolitionExisting Structure Modification Work – Generally work associated with RS series drawingsExcavation and backfill associated with work scopeFoundation InsulationNew Concrete Structure WorkSpecial Layout Responsibilities – Reference Section 01 50 00Grouting of base plates and dry packing of steel beams.New CIP color concrete stairsReference Scopes for additional detail
001-040 NoContract 302 Architectural Precast Work
Revit fabrication drawingsGuarantee of window opening sizesInserts for attachment connection of other workBenchmark of new workAll Stainless Steel & Non Stainless Steel connection hardware, embeds, etc.Spray foam insulation at precast connectionsScheduled steel components whether required for attachment of precast work or not.Architectural precast at new Smith-Steeb connector as well as cladding of exiting walls at Smith and Steeb.
001-041 NoContract 303 Masonry & Masonry Restoration W
Allowances and Alternate WorkIndicated selective demolitionGranite, Limestone and Masonry work both new and restoration work.Scheduled sealant work.Salvaged item reinstallationGranite Stair Treads and LandingsMasonry work at Hale Utility Tunnel Maintenance of decorative metal at Siebert/Elsewhere per Section 05 01 70.
001-046 NoContract 304 - Structural Steel & Precast Work
AllowancesFabrication drawings in RevitSelective demolition for beam seat connections Structural Steel and Structural Precast work.Certain components furnished to others for installationPerimeter pour stop tight tolerances.Perimeter safety protection.Temporary scaffold tower.Leave out and re mobilization work.Erection commencement immediately upon student move out
001-047 NoContract 305- Miscellaneous Metal Work
Allowances.Alternate.Fabrication drawings in Revit.Certain selective demolition.Miscellaneous metal work in general.Hale Utility Tunnel scheduled work.Stairwell restoration work.New stair work.Masonry wall lateral restraint angles.Existing Structure support steel – RS series drawings.Roof level guard rail system.
001-048 NoContract 306 - Carpentry & Millwork Work
Certain Selective Demolition items as scheduled.Wardrobe units, Solid Surface Sills and Shelving in resident rooms.Solid Surface bathroom shower receptors and wall panels, counters and window sills.Include Main Desk work including, but not limited to, sliding grille, solid surface material, translucent acrylic, miscellaneous metal supports, etc.Include custom casework and architectural casework.
001-049 NoContract 307 - General Trades Work (Smith-Stee
AllowancesConstruction Facilities and Temporary Controls – Dumpsters, Trash Chutes, Temporary Partitions and Doors, Trailer rentals, Security, Temporary Toilets, Self Climbing Scaffold installation and rental, etc.
Smoot Management Systems Page 6 of 10Printed on: 1/8/2012
SRS Grped by Topic and by 'Old-New Business'
Item Meeting Item Description Responsibility Due Date Completed Cls'd
Predominant Selective Demolition and removals as scheduled.GFRC wall panels.Waterproofing.Decorative railings. Fireproofing.Sealants.Expansion Joints in Floor.HM Doors, Frames and Hardware.Interior architectural grilles.Signage (limited).Final Cleaning.
001-050 NoContract 308 - Roofing & Metal Siding Work
Scheduled Selective DemolitionNew roof assemblies as required.Setting of roof curbs to be provided by others.Temporary patching of new penetrations into existing roofs prior to new roof work.Metal Siding work.All Exterior Expansion Joints
001-051 NoContract 309 - Curtainwall, Composite Panel, Gla
Construction Facilities and Temporary ControlsCertain Selective Demolition Items.Benchmark of Exterior wall system at connector.Curtainwall, Aluminum Window, Metal Panning, Composite Panel and Architectural Louver work.Select spray foam work.Existing Exterior Strip Window/Curtainwall work.Interior Glass and unframed mirror work.Sealant Work.Aluminum Lettering.Window/Curtainwall Testing.Final Cleaning and Protection Requirements.
001-052 NoContract 310 - Drywall/Acoustical and Painting W
Allowances.Certain Selective Demolition Items.CFMF work.Cavity Wall Insulation.Gypsum Systems – Interior and Exterior.Air Barrier Work.Drywall, Acoustical and Firestopping Work.Access Doors.All interior wall blocking and exterior wall blocking construction.Wall patching, Plaster patching and Stucco patching.Vinyl Wall Covering, Tackable Surfaces, Acoustical Components.Wall and Ceiling Expansion Joints.Interior/Exterior Painting & Sealant work.
001-053 NoContract 311 - Ceramic Tile, Terrazzo, Vinyl & Wo
AllowancesCeramic Tile WorkTerrazzo WorkVinyl Flooring work (Flooring furnished by Owner) Vinyl Base F&I by Contract 311Wood Flooring Work. Wood Base by Contract 306Floor Fill base bid and allowance work.
001-054 NoContract 312 - Specialty Trades Work
Includes wall protectionInclude toilet accessory installation. Certain accessories are to be furnished by the University for installation by this Contract.Includes metal lockers and mail boxesInclude fall protection.Includes residential appliances.Includes roller window shades.Includes interior bike racks.Include projection screen.Fire Control Plan Racks.
001-055 NoContract 313 - Plumbing Work (Smith-Steeb)
Coordination drawings performed in REVITConstruction Facilities and Temporary ControlsInstallation and maintenance of temporary water riser.Scheduled Selective Demolition
Smoot Management Systems Page 7 of 10Printed on: 1/8/2012
SRS Grped by Topic and by 'Old-New Business'
Item Meeting Item Description Responsibility Due Date Completed Cls'd
Associated work in Utility TunnelNew Scheduled Plumbing workExpedited Procurement of Equipment.
001-056 NoContract 314 - Fire Protection Work (Smith-Steeb
Coordination drawings in RevitConstruction Facilities and Temporary Controls – Fire Stand PipeScheduled Selective DemolitionFire Protection work
001-057 NoContract 315 - HVAC Work (Smith-Steeb)
AllowancesAlternateLead MEP coordination effort. Coordination drawings to be performed in Revit.DDC work affiliate with Smith-Steeb & SiebertScheduled Selective DemolitionAll new HVAC work. Expedited Equipment Delivery. Coordination of installation with that of Contract 301.Mechanical louvers denoted on H-Series drawings, inclusive of installation. Reference architectural details.Miscellaneous metal supports of roof top ductwork as well as chase risers.Generator Exhaust work.
001-058 NoContract 316 - Electrical Work (Smith-Steeb)
Allowances.Coordination Documents in Revit.Construction Facilities and Temporary Controls.Decommissioning of Trailer Compound.Temporary Power & Lighting.Site Lighting and Drawer E electrical work at Smith-Steeb. Work includes that of 9th Avenue for City lighting circuit rerouting.Scheduled Selective Demolition.Early work in subbasement of Smith-Steeb.All new scheduled electrical, Fire Alarm, Data and Communication work..Owner furnished material installation.
001-059 NoContract 317 - General Trades Work (Siebert)
AllowancesAlternatesConstruction Facilities and Temporary Controls –Building Security, Trash Chute, Dumpsters, Temporary Toilets, Protection of existing entries, etc.Selective Demolition including salvaged items to be turned over to others.Scheduled Elevator work.Waterproofing work.Fireproofing work.HM Doors, Frames and Hardware, Interior Grilles, Exterior Screen Wall, Select Interior Signage, Building Sign at Morrison, etc.
001-060 NoContract 318 - Plumbing Work (Siebert)
Coordination Documents in RevitConstruction Facilities and Temporary ControlsSelective Demolition.All new building plumbing work, Scheduled Utility Tunnel work –reference work at Hale Hall.Generator Vent work.
001-061 NoContract 319 - Fire Protection Work (Siebert)
Coordination Documents in RevitSelective Demolition work.Utility Tunnel Fire Line Extension work.Fire Protection work including existing hose cabinet patching.
001-062 NoContract 320 HVAC Work (Siebert)
Lead MEP coordination effort. Coordination drawings to be performed in Revit.Coordinate DDC work with that of Contract 315Scheduled Selective DemolitionAll new HVAC work. Expedited Equipment Delivery. Coordination of installation with that of Contract 301/317.Mechanical louvers denoted on H-Series drawings, inclusive of installation. Reference architectural details.Miscellaneous metal for duct supports as well as pipe racks and riser work. Maintenance and Protection of Existing Equipment to remain.Generator Exhaust work.
001-063 NoContract 321 Electrical Work (Siebert)
Allowances/Unit Prices.Coordination Documents in Revit.Construction Facilities and Temporary Controls.Temporary Power & Lighting.Site Lighting and Drawer E electrical work at Siebert and Hale Green.
Smoot Management Systems Page 8 of 10Printed on: 1/8/2012
SRS Grped by Topic and by 'Old-New Business'
Item Meeting Item Description Responsibility Due Date Completed Cls'd
Scheduled Selective Demolition.All new scheduled electrical, Fire Alarm, Data and Communication work.Utility Tunnel Lighting as Scheduled. Generator WorkOwner furnished material installation
001-064 NoOwner Furnished ITems
Wireless Access Points – furnished by the University and installed by Contract 316 & 321.Key Watcher – furnished by the University and installed by Contract 307, 316, 317 & 321.Buck Id Equipment – furnished by the University and installed by Contract 316 & 321.Toilet Accessories – Soap, Paper Towel and Toilet Paper Dispenser – furnished by University and installed by Contract 312.Vinyl flooring will be furnished to Contract 311 to install.Carpeting will be installed by a contractor engaged by the University. All contractors in the Phase 3 portion of work shall coordinate their work with that of the carpeting contractor.A University “Knox” box will be provided to Contract 307 for installation. Contract 317 to remove existing and reinstall.
5. Questions
New Business
001-038 NoQ1: Who is responsible for electric consumption charges?A1: The University is paying the consumption charges associated with the project. Trailer electric utility consumption charges are part of an allowance to be included as part of Contract 307's work. Water utilities obtained from an outside fire hydrant are the responsibility of the entity utilizing.
Q2:Can Phase 3 bidders have access to Park-Stradley?A2: If the bidder schedules with Smoot, signs a waiver and brings the proper PPE protection then they can be escorted.
Q3: Who provides temporary heat?A3: Contract 307 for Smith-Steeb and Contract 317 for Siebert
Q4:Will a crane be able to access the north side of Smith-Steeb to install architectural precast?A4: Yes, but the contractor is required to review the capacities listed in section 01 50 00 for the tunnels and should size their crane/cribbing accordingly.
Q5: Will the bid time be extended?A5: No, as indicated earlier in this meeting the project has a limited time by which to complete the work and an extension could put the available work duration in jeopardy.
Q6: Will there be more than one addendum?A6: Yes, the project team expects multiple.
Q7:Who is responsible cleaning the precast?A7: Contract 302 is responsible for initial cleaning. If subsequent work, such as Contract 309 water testing causes a need to clean further then they will be responsible to clean at that time.
Q8: Is wrapping of precast required for shipment? Specifications seem to indicate this.A8: The project team do not believe that it is required to be wrapped. A review of the documents will be made as it relates to this item and any clarification required will be issued in an addendum.
Q9: How is site security to be handled?A9: Contract 307 and 317 are responsible to include Tattle Tale security systems for Smith-Steeb and Siebert respectively. Field office security is the responsibility of each contractor. Contract 307 is responsible for security monitoring of the triple wide and house at 1618 (two accounts).
C: Unframed mirors will be eliminated and changed to framed mirrors.
C: Elevator work will be added to Contract 317.
6. Schedule
New Business
001-043 NoProject Schedule
The bidder is to fully acquaint themselves with the scheduling and sequencing of work associated with each phase of construction and is to take into account all labor and material escalation when compiling their bid for the work to be performed. Furthermore the bid default schedule has been compiled based upon holidays and ODOT weather impacted days . The Contractor is to base their bid upon these work periods. Bid Default Schedule included at the end of Specification Section 01 12 13
Smoot Management Systems Page 9 of 10Printed on: 1/8/2012
SRS Grped by Topic and by 'Old-New Business'
Item Meeting Item Description Responsibility Due Date Completed Cls'd
Bidders are to pay particular attention to Specification Sections 01 12 13 and 01 32 16 as requirements vary from typical projects.All Contractual Milestone Dates Must Be MetKey Milestone Dates (Reference 01 12 13):See Specific Bid Package responsibilities for individual milestones.
Bidders were informed of the importance to complete the coordination requirements timely and per the milestone requirement.
Early work items in April of 2012 include foundation and electrical work at Smith-Steeb.
7. Addendum Items
New Business
001-044 NoAddendum Items
Pre Bid Meeting Minutes and Sign In SheetPower Point Slide ShowQuestions from Pre Bid MeetingScope clarificationsElevator Maintenance and scope additions to Contract 317.Miscellaneous Scope ClarificationsTemporary Electrical Clarification of work requirement for Smith-Steeb & Siebert
These meeting minutes are made part of Addendum #1 to Project OSU-109000 Phase 3, BP#8.
Smoot Management Systems Page 10 of 10Printed on: 1/8/2012
SRS Grped by Topic and by 'Old-New Business'
The
Ohi
o St
ate
Uni
vers
ity
So
uth
Hig
h R
ises
Ren
ovat
ion
and
Add
itio
n
OSU
Pro
ject
# 1
0900
0
Ph
ase
3,
BP
#8
S
mit
h-S
teeb
Hal
l Ad
dit
ion
/R
eno
vati
on
an
d S
ieb
ert
Hal
l Ren
ova
tio
n
P
re-B
id M
eeti
ng
Frid
ay,
Jan
uar
y 6
, 2
01
2
9:0
0 a
.m.
Sout
h H
igh
Ris
es R
enov
atio
n an
d A
ddit
ion,
Pha
se 3
, BP
#8
Gen
eral
Inf
orm
atio
n
Sign
-In
Att
enda
nce
Shee
t
Ple
ase
turn
cel
l pho
nes
off
or t
o vi
brat
e m
ode
Plea
se w
rite
legi
bly
and
doub
le c
heck
!
Sout
h H
igh
Ris
es R
enov
atio
n an
d A
ddit
ion,
Pha
se 3
, BP
#8
Man
agem
ent
Team
Int
rodu
ctio
n •
O
SU S
tude
nt L
ife
•
OSU
Fac
ilitie
s O
pera
tion
& D
evel
opm
ent
•
Smoo
t Co
nstr
uctio
n –
Cons
truc
tion
Man
ager
•
Scho
oley
Cal
dwel
l Ass
ocia
tes
– Ar
chite
ct
•
Sasa
ki A
ssoc
iate
s –
Des
ign
Arch
itect
•
She
lley,
Met
z, B
aum
ann,
Haw
k –
Str
uctu
ral E
ngin
eer
(New
Str
uctu
res)
•
Kabi
l Ass
ocia
tes
– Str
uctu
ral E
ngin
eer
(Exi
stin
g Str
uctu
res)
•
Hea
py E
ngin
eerin
g –
MEP
Eng
inee
r
•
Jobe
s H
ende
rson
& A
ssoc
iate
s –
Civi
l Eng
inee
r
•
Chry
atec
h, I
nc.
- En
viro
nmen
tal C
onsu
ltant
•
Kinz
elm
an K
line
– La
ndsc
ape
Arch
itect
Gen
eral
Inf
orm
atio
n
OSU
Sou
th H
igh
Ris
es R
enov
atio
n an
d A
dditi
on
Scho
oley
Cal
dwel
l A
ssoc
iate
s
I I
H
B
uild
ing
Stra
tegi
es
Addi
tion
BU
ILD
ING
SE
CTI
ON
Sout
h H
igh
Ris
es R
enov
atio
n an
d A
ddit
ion,
Pha
se 3
, BP
#8
Pro
ject
Ove
rvie
w/D
escr
ipti
on
•Th
ree
Phas
es o
f Co
nstr
uctio
n •
Phas
e 1:
Util
ity R
eloc
atio
n/Ch
iller
Bun
ker
Wor
k •
Wor
k Co
mpl
ete
•Ph
ase
2: P
ark
–Str
adle
y Re
nova
tion/
Infil
l •
BP #
6 -
Str
uctu
ral S
teel
& P
reca
st, A
rchi
tect
ural
Pre
cast
and
Cu
rtai
nwal
l Wor
k at
Par
k an
d St
radl
ey
•BP
# 7
– S
mith
-Ste
eb I
nfill
Fou
ndat
ions
, Rem
aind
er o
f N
ew
Cons
truc
tion
as w
ell a
s Re
nova
tion
at P
ark-
Stra
dley
•
Pha
se 3
: St
eeb-
Smit
h In
fill
& R
enov
atio
n, S
eibe
rt
Ren
ovat
ion
•B
P #
8 –
Rem
aind
er o
f N
ew C
onst
ruct
ion
as w
ell a
s R
enov
atio
n at
Sm
ith
-Ste
eb a
nd S
iebe
rt
•BP
# 9
– S
tree
tsca
pe I
mpr
ovem
ents
Sout
h H
igh
Ris
es R
enov
atio
n an
d A
ddit
ion,
Pha
se 3
, BP
#8
Pro
ject
Ove
rvie
w/D
escr
ipti
on
•Th
ree
Phas
es o
f Co
nstr
uctio
n •
Phas
e 1:
Util
ity R
eloc
atio
n/Ch
iller
Bun
ker
Wor
k •
Wor
k Co
mpl
ete
•Ph
ase
2: P
ark
–Str
adle
y Re
nova
tion/
Infil
l •
BP #
6 -
Str
uctu
ral S
teel
& P
reca
st, A
rchi
tect
ural
Pre
cast
and
Cu
rtai
nwal
l Wor
k at
Par
k an
d St
radl
ey
•BP
# 7
– S
mith
-Ste
eb I
nfill
Fou
ndat
ions
, Rem
aind
er o
f N
ew
Cons
truc
tion
as w
ell a
s Re
nova
tion
at P
ark-
Stra
dley
•
Pha
se 3
: St
eeb-
Smit
h In
fill
& R
enov
atio
n, S
eibe
rt
Ren
ovat
ion
•B
P #
8 –
Rem
aind
er o
f N
ew C
onst
ruct
ion
as w
ell a
s R
enov
atio
n at
Sm
ith
-Ste
eb a
nd S
iebe
rt
•BP
# 9
– S
tree
tsca
pe I
mpr
ovem
ents
Sout
h H
igh
Ris
es R
enov
atio
n an
d A
ddit
ion,
Pha
se 3
, BP
#8
P
roje
ct R
elev
ance
•
Aggr
essi
ve S
ched
ule
Tim
elin
e –
Roug
hly
12 m
onth
s fo
r M
ajor
ity o
f
Wor
k •
Ro
ughl
y 35
0,00
0 Sq
uare
Fee
t, 5
0,00
0 SF
new
and
300
,000
SF
Re
nova
ted
•
Imm
edia
te M
obili
zati
on u
pon
stud
ent
vaca
ncy
•
H
igh
Prio
ritiz
atio
n on
Equ
ipm
ent
Subm
ittal
s/Pr
ocur
emen
t to
allo
w
w
ork
of p
revi
ous
bid
pack
ages
to
cont
inue
for
over
all s
ucce
ss o
f
proj
ect.
•
U
pon
rece
ipt
of N
otic
e to
Pro
ceed
– H
orse
s at
the
Gat
e an
d re
ady
to
ra
ce.
This
is n
ot a
nor
mal
pro
ject
and
you
mus
t be
pr
epar
ed!
Sout
h H
igh
Ris
es R
enov
atio
n an
d A
ddit
ion,
Pha
se 3
, BP
#8
K
ey e
lem
ents
for
bid
und
erst
andi
ng t
o le
ad t
o pr
ojec
t su
cces
ses
as w
ell a
s co
ntra
ctor
pro
fit
•
Ele
ctric
al (
Cont
ract
316
) –
Early
sub
mitt
als
for
elec
tric
al w
ork
at S
mith
-Ste
eb
• C
oncr
ete
Wor
k Co
ntra
ct (
Cont
ract
301
) –
Smith
-Ste
eb c
onne
ctor
tun
nel
ex
tens
ion
wor
k.
• S
truc
tura
l Ste
el &
Pre
cast
Wor
k (C
ontr
act
304)
– S
teel
Mill
Ord
er,
Subm
ittal
s
& F
abric
atio
n fo
r be
ginn
ing
of J
une
2012
Ere
ctio
n St
art
• A
rchi
tect
ural
Pre
cast
(Co
ntra
ct 3
02)
– Su
bmitt
als,
Fab
ricat
ion,
Del
iver
y of
prec
ast
for
Conn
ecto
r Fa
cade
•
Cur
tain
wal
l, Co
mpo
site
Pan
els,
Gla
ss &
Gla
zing
Wor
k (C
ontr
act
309)
–
Su
bmitt
als,
Fab
ricat
ion,
Del
iver
y –
long
lead
item
s.
• G
ener
al T
rade
s W
ork
(Con
trac
t 30
7) –
Sm
ith-S
teeb
Tun
nel C
onne
ctor
Exte
nsio
n W
ater
proo
fing
wor
k.
• M
EP T
rade
s Lo
ng L
ead
Item
s
Oth
er it
ems
but
the
poin
t is
to
plan
and
to
be p
repa
red!
Sout
h H
igh
Ris
es R
enov
atio
n an
d A
ddit
ion,
Pha
se 3
, BP
#8
Pro
ject
Com
mun
icat
ion
•Al
l Com
mun
icat
ion
is t
o be
rou
ted
thro
ugh
Smoo
t Co
nstr
uctio
n (S
C)
•SC
will
doc
umen
t al
l que
stio
ns a
nd r
espo
nses
(Q
uest
ions
to
be p
rese
nted
in w
ritin
g an
d pr
efer
red
met
hod
is e
-mai
l)
D
eadl
ine
for
prop
osed
sub
stit
utio
ns/
ques
tion
s, in
ord
er t
o no
t ex
tend
bid
dat
e 1/
6/20
12.
•Co
ntac
t In
form
atio
n
•Sm
oot
Cons
truc
tion
Mr.
Gre
g Pa
lmer
, Pro
ject
Man
ager
, gpa
lmer
@sr
smoo
t.co
m
Mr.
Rick
Kra
mer
, Pro
ject
Eng
inee
r, rk
ram
er@
srsm
oot.
com
61
4-24
7-49
55 T
el
614-
247-
5883
Fax
Sout
h H
igh
Ris
es R
enov
atio
n an
d A
ddit
ion,
Pha
se 3
, BP
#8
Bid
ding
Inf
orm
atio
n/A
dmin
istr
ativ
e P
roce
dure
s
•Bi
dder
s ar
e en
cour
aged
to
Read
the
Ins
truc
tion
to B
idde
rs in
D
ivis
ion
1. T
he 2
011
Editi
on (
Sep.
201
1)
•Bi
ds w
ill b
e re
ceiv
ed o
n 1/
20/1
2 @
9:0
0 a.
m. a
t:
Th
e O
hio
Stat
e U
nive
rsity
O
ffic
e of
Fac
ilitie
s O
pera
tion
& D
evel
opm
ent
4t
h Fl
oor,
400
Cent
ral C
lass
room
Bui
ldin
g
20
09 M
illik
in R
oad
Co
lum
bus,
Ohi
o 43
210
Sout
h H
igh
Ris
es R
enov
atio
n an
d A
ddit
ion,
Pha
se 3
, BP
#8
P
re B
id B
uild
ing
Tour
s on
Jan
uary
6, 2
012
Th
ree
Dis
tinct
Gro
ups
• G
roup
1 –
Con
trac
ts 3
01, 3
02,
303,
304
, 305
, 307
, 30
8, 3
09 &
317
:
1:00
p.m
. – 2
:30
p.m
. •
Gro
up 2
– C
ontr
acts
306
, 31
0, 3
11 &
312
:
3:
00 p
.m. –
4:0
0 p.
m.
• G
roup
3 –
Con
trac
ts 3
13, 3
14,
315,
316
, 31
8, 3
19,
320
& 3
21:
4:00
p.m
. – 5
:30
p.m
.
Day
of
Bid
Ope
ning
Jan
uary
20,
201
2 Bi
ds w
ill b
e op
ened
in s
ame
grou
ping
s an
d or
der
of P
re B
id T
ours
. Thi
s is
to
avoi
d co
nges
tion
in t
he a
vaila
ble
faci
lity
spac
e.
ALL
BID
S A
RE
DU
E A
T 9:
00 a
.m.
Gro
up 1
Bid
s to
be
open
ed a
nd r
ead
alou
d –
9:15
a.m
. G
roup
2 B
ids
to b
e op
ened
and
rea
d al
oud
– 10
:15
a.m
. G
roup
3 B
ids
to b
e op
ened
and
rea
d al
oud
– 11
:15
a.m
.
Sout
h H
igh
Ris
es R
enov
atio
n an
d A
ddit
ion,
Pha
se 3
, BP
#8
Bid
ding
Inf
orm
atio
n/A
dmin
istr
ativ
e P
roce
dure
s
•Bi
d D
ocum
ent
Proc
urem
ent:
•Th
ose
that
tha
t ar
e on
ly in
tere
sted
in b
iddi
ng C
ontr
acts
317
thr
ough
32
1 w
ill o
nly
be r
equi
red
to o
btai
n Vo
lum
e Se
ts 4
& 5
and
spe
cific
atio
ns
at a
cos
t of
$35
0.00
. Th
ose
that
are
onl
y in
tere
sted
in b
iddi
ng
Cont
ract
s 30
7 &
313
-316
will
onl
y be
req
uire
d to
obt
ain
Volu
mes
1-3
an
d sp
ecifi
catio
ns o
f th
e en
tire
set
at a
cos
t of
$52
5.00
. A
ll ot
her
cont
ract
s w
ill b
e re
quire
d to
obt
ain
all V
olum
es o
f dr
awin
gs o
f th
e en
tire
set.
At
a co
st o
f $6
95.0
0. B
id D
ocum
ents
are
ava
ilabl
e fo
r re
view
at
the
CM F
ield
Offi
ce a
nd a
lso
can
be r
evie
wed
at
Scho
oley
Ca
ldw
ell’s
offi
ce.
•D
ocum
ents
are
ava
ilabl
e fr
om:
DC
Repr
ogra
phic
s
1254
Cou
rtla
nd A
venu
e
Colu
mbu
s, O
hio,
432
01
Te
l: (6
14)
297-
1200
Ord
er o
n lin
e at
: w
ww
.dcp
lanr
oom
.com
clic
k on
“Pu
blic
Job
s” li
nk
Sout
h H
igh
Ris
es R
enov
atio
n an
d A
ddit
ion,
Pha
se 3
, BP
#8
Bid
ding
Inf
orm
atio
n/A
dmin
istr
ativ
e P
roce
dure
s
•R
equi
red
Subm
itta
ls w
ith
Bid
:
B
id E
nvel
ope
Encl
osur
es:
•Si
gned
Bid
Gua
rant
y an
d Co
ntra
ct B
ond
or C
ertif
ied
Chec
k Bi
d G
uara
nty
and
Bond
is t
o be
in t
he fu
ll am
ount
of t
he b
id in
clud
ing
add
alte
rnat
es (
Do
not
incl
ude
dedu
ct a
ltern
ates
) -
% e
ntr
y is
not
acc
epta
ble
and
the
bid
will
be
reje
cted
-
Cash
ier’s
Che
ck in
the
am
ount
of 1
0% o
f th
e bi
d pl
us a
dd A
ltern
ates
. If
bidd
er is
app
aren
t lo
w b
idde
r, ch
eck
will
be
retu
rned
upo
n re
ceip
t of
pe
rfor
man
ce b
ond.
Sec
ond
and
Third
bid
ders
che
ck w
ill b
e he
ld u
ntil
cont
ract
is
sig
ned
with
low
bid
der.
•Va
lid P
ower
of A
ttor
ney
for
Sure
ty A
gent
•
A pr
oper
ly fi
lled
out
Bid
Form
•
Allo
wan
ces
are
iden
tifie
d on
the
bid
form
and
the
y ar
e to
be in
clud
ed in
the
bas
e bi
d am
ount
•
Uni
t Pric
es a
re in
clud
ed o
n th
e bi
d fo
rm a
nd a
re t
o be
ext
ende
d ou
t an
d in
clud
ed in
the
bas
e bi
d am
ount
•
Whe
n su
bmitt
ing
a co
mbi
ned
bid
it is
und
erst
ood
that
the
allo
wan
ces
and
unit
pric
es in
clud
ed u
nder
the
indi
vidu
al b
id it
ems,
tha
t ar
e in
clud
ed in
the
co
mbi
natio
n bi
d, a
re in
clud
ed.
OSU South High Rises Renovation and Addition Project, Phase 3, BP #8
Back DO Not Fill IN @ 100%
OSU South High Rises Renovation and Addition Project, Phase 3, BP #8
Back Allowances & Unit Prices listed in individual packages understood to be included in bid proposal of combined bids
Sout
h H
igh
Ris
es R
enov
atio
n an
d A
ddit
ion,
Pha
se 3
, BP
#8
Bid
ding
Inf
orm
atio
n/A
dmin
istr
ativ
e P
roce
dure
s
•R
equi
red
Subm
itta
ls w
ith
Bid
:
Bi
d En
velo
pe E
nclo
sure
s (C
ontin
ued)
:
-
Bidd
ers
are
enco
urag
ed t
o Su
bmit
the
Bidd
er’s
Qua
lific
atio
ns
with
the
ir bi
d. T
his
will
exp
edite
eva
luat
ion
of y
our
bid
for
awar
d. I
f
not
sub
mitt
ed it
will
be
requ
ired
to b
e su
bmitt
ed w
ithin
72
hour
s of
n
otifi
catio
n (I
.B. 2
.10.
3).
-
Bidd
ers
are
enco
urag
ed t
o su
bmit
with
the
ir bi
d th
e EE
O C
ertif
icat
e o
f Co
mpl
ianc
e &
Cur
rent
Wor
kers
Com
pens
atio
n C
ertif
icat
e
- Bi
dder
s ar
e re
quire
d to
indi
cate
the
ir co
mm
itmen
t to
p
artic
ipat
e in
the
ED
GE
Busi
ness
Ass
ista
nce
Prog
ram
– G
oal
5%
. -
Bidd
ers
are
requ
ired
to b
e en
rolle
d an
d to
be
in g
ood
sta
ndin
g in
, prio
r to
sub
mitt
ing
a bi
d, D
rug
Free
Wor
k Pl
ace
Pro
gram
(D
FSP,
Ohi
o BW
C). R
equi
rem
ent
incl
usiv
e of
S
ubco
ntra
ctor
s.
Sout
h H
igh
Ris
es R
enov
atio
n an
d A
ddit
ion,
Pha
se 3
, BP
#8
Bid
ding
Inf
orm
atio
n/A
dmin
istr
ativ
e P
roce
dure
s
•B
id D
eliv
ery
:
-
If b
ids
are
not
hand
del
iver
ed, p
leas
e do
not
util
ize
US
Post
al
Se
rvic
e, o
r ov
erni
ght
deliv
ery
as it
is n
ot d
eliv
ered
to
the
requ
ired
ro
om.
- Al
tern
ativ
e su
gges
ted
deliv
ery
met
hods
: Fe
d Ex
, UPS
, Airb
orne
, etc
.
-
Park
ing
avai
labl
e in
Tut
tle P
arki
ng G
arag
e
•C
hang
es in
Bid
Am
ount
:
-
Any
chan
ge t
o a
prev
ious
ly s
ubm
itted
bid
sha
ll be
mad
e in
writ
ing
an
d m
ust
be r
ecei
ved
by t
he U
nive
rsity
bef
ore
the
time
sche
dule
d
for
the
bid
open
ing.
-
Chan
ges
shal
l not
rev
eal t
he b
id a
mou
nt,
but
shal
l pro
vide
an
am
ount
to
be a
dded
or
subt
ract
ed f
rom
the
bid
am
ount
, so
tha
t
the
final
bid
am
ount
can
be
dete
rmin
ed o
nly
afte
r th
e se
aled
enve
lope
is o
pene
d.
Sout
h H
igh
Ris
es R
enov
atio
n an
d A
ddit
ion,
Pha
se 3
, BP
#8
Bid
ding
Inf
orm
atio
n/A
dmin
istr
ativ
e P
roce
dure
s
•Ta
x Ex
empt
– T
he p
roje
ct is
tax
exe
mpt
. Ref
er t
o Ar
ticle
1.5
of
the
Gen
eral
Co
nditi
ons
of t
he C
ontr
act
Doc
umen
ts.
•In
sura
nce
Req
uire
men
ts
•P
roje
ct I
nsur
ance
Req
uire
men
ts –
Bid
der’s
att
entio
n is
dire
cted
to
war
ds A
rtic
le 1
1 of
the
Gen
eral
Con
ditio
ns o
f th
e bi
d do
cum
ents
for
sp
ecifi
c in
sura
nce
requ
irem
ents
.
•B
uild
ers
Ris
k –
A Bu
ilder
s Ri
sk P
olic
y w
ill b
e pr
ovid
ed f
or b
y th
e Co
nstr
uctio
n M
anag
er. C
ontr
acto
rs m
akin
g cl
aim
are
res
pons
ible
for
de
duct
ible
. Ref
eren
ce S
ectio
n 01
12
13 fo
r fu
rthe
r cl
arifi
catio
n.
•G
ener
al L
iabi
lity/
Aut
omot
ive
Insu
ranc
e
•P
ropo
sed
Equa
ls/P
rodu
ct A
ppro
vals
– b
idde
r is
to
refe
r to
Ins
truc
tion
to B
idde
rs 2
.5 fo
r re
quire
men
ts f
or a
pro
duct
to
be d
eter
min
ed a
s an
ap
prov
ed e
qual
.
•P
roje
ct C
olla
bora
tion
/Ele
ctro
nic
Req
uire
men
ts –
pro
ject
req
uire
s co
ntra
ctor
inte
rfac
e w
ith P
rolo
g an
d Sm
oot
Cons
truc
tion
FTP
Site
. The
re a
re
asso
ciat
ed c
harg
es t
hat
each
Con
trac
t ne
eds
to in
clud
e in
bid
- $
1100
.00
OSU South High Rises Renovation and Addition Project, Phase 3, BP #8
Agenda – Bidding Information/Administrative Procedures
OSU South High Rises Renovation and Addition Project, Phase 3, BP #8
Agenda – Bidding Information/Administrative Procedures
Back
Sout
h H
igh
Ris
es R
enov
atio
n an
d A
ddit
ion,
Pha
se 3
, BP
#8
Bid
ding
Inf
orm
atio
n/P
roce
dure
s
•C
ondi
tion
s P
rece
dent
of
Exec
utio
n of
Con
trac
t W
ith
in T
hre
e D
ays
of N
OI
•Bi
d Es
crow
Inf
orm
atio
n -
If $
Am
ount
>=
$2M
(Co
ntra
cts
304,
306,
307,
309,
310,
313,
315,
316,
320
& 3
21)
Wit
hin
Ten
Day
s of
NO
I (W
ante
d du
rin
g P
ost
Bid
Sco
pe R
evie
w)
•Co
ntra
ct B
ond
I.B.
6.1
.2
•Su
rety
Cer
tific
ate
of C
ompl
ianc
e (I
f Ap
plic
able
), I
.B. 6
.1.2
•O
hio’
s W
orke
rs C
ompe
nsat
ion
Cert
ifica
te I
.B. 6
.1.3
•EE
O C
ertif
icat
e of
Com
plia
nce,
I.B
. 6.1
.4
•Ce
rtifi
cate
of
Goo
d St
andi
ng,
I.B.
6.1
.6
•Ce
rtifi
cate
of
Insu
ranc
e, I
.B. 6
.1.5
•Va
lid C
ontr
acto
r Li
cens
e fr
om O
BC, I
.B. 6
.1.8
•D
FSP
Part
icip
atio
n, I
.B. 6
.1.9
•N
otic
e of
Unr
esol
ved
Find
ings
, I.B
. 6.1
.11
•ED
GE
Prog
ram
, I.B
. 6.1
.12
•D
ecla
ratio
n Re
gard
ing
Mat
eria
l Ass
ista
nce,
I.B
. 6.1
.13
(with
in 7
2 ho
urs
of N
otifi
catio
n)
•Re
gist
ered
App
rent
ices
6.1
.14
whe
n av
aila
ble
but
no le
ss t
han
72 h
ours
form
req
uest
Sout
h H
igh
Ris
es R
enov
atio
n an
d A
ddit
ion,
Pha
se 3
, BP
#8
Pro
ject
Spe
cial
Not
es
•
LEE
D –
Lea
ders
hip
in E
nerg
y an
d En
viro
nmen
tal D
esig
n
•
The
Sout
h H
igh
Rise
s Re
nova
tion
and
Addi
tion
Proj
ect
is s
eeki
ng a
cert
ifica
tion
in t
he L
eade
rshi
p in
Ene
rgy
and
Envi
ronm
enta
l Des
ign
initi
ativ
e.
Sp
ecifi
c Le
vel b
eing
sou
ght
is “
Silv
er”.
As s
uch
Bidd
ers
shal
l be
awar
e of
the
adm
inis
trat
ive
impa
cts
and
cons
truc
tion
impa
cts
it ha
s up
on t
heir
wor
k
whe
n de
velo
ping
the
ir bi
d. B
idde
rs s
hall
refe
renc
e Se
ctio
n 01
81
13 fo
r
furt
her
info
rmat
ion.
•
Haz
ardo
us M
ater
ial
•
Insu
latio
n, v
inyl
tile
, vin
yl t
ile m
astic
and
insu
latio
n w
ithin
the
build
ings
hav
e te
sted
pos
itive
for
ACM
. Ad
ditio
nally
lead
bas
ed p
aint
exi
st in
the
stru
ctur
es.
The
Cont
ract
or s
hall
be r
espo
nsib
le t
o fo
llow
OSH
A gu
idel
ines
as it
rel
ates
to
all w
ork.
Sout
h H
igh
Ris
es R
enov
atio
n an
d A
ddit
ion,
Pha
se 3
, BP
#8
Pro
ject
Est
imat
es
•Ph
ase
3, B
id P
acka
ge 8
Sm
ith-S
teeb
and
Sie
bert
Hal
l Ren
ovat
ion
and
Addi
tion
Wor
k B
id P
acka
ge E
stim
ates
: •
Cont
ract
301
Con
cret
e W
ork
(Sm
ith-S
teeb
& S
iebe
rt)
- $
1,53
5,59
4.00
•
Cont
ract
302
Arc
hite
ctur
al P
reca
st W
ork
(Sm
ith-S
teeb
) -
$ 1,
569,
666.
00
•Co
ntra
ct 3
03 M
ason
ry a
nd M
ason
ry R
esto
ratio
n W
ork
(Sm
ith-S
teeb
&Si
eber
t) -
$ 1,
288,
366.
00
•Co
ntra
ct 3
04 S
truc
tura
l Ste
el a
nd P
reca
st W
ork
(Sm
ith-S
teeb
) -
$ 2,
161,
066.
00
•Co
ntra
ct 3
05 M
isce
llane
ous
Met
al W
ork
(Sm
ith-S
teeb
& S
iebe
rt)
- $
716,
349.
00
•Co
ntra
ct 3
06 C
arpe
ntry
& M
illw
ork
Wor
k (S
mith
-Ste
eb &
Sie
bert
) -
$ 3,
019,
568.
00
•Co
ntra
ct 3
07 G
ener
al T
rade
s W
ork
(Sm
ith-S
teeb
) -
$ 4,
160,
121.
00
•Co
ntra
ct 3
08 R
oofin
g &
Met
al S
idin
g W
ork
(Sm
ith-S
teeb
& S
iebe
rt)
-
$ 84
3,06
4.00
•
Cont
ract
309
Cur
tain
wal
l, Co
mpo
site
Pan
el, G
lass
& G
lazi
ng W
ork
(Sm
ith-S
teeb
&
Sieb
ert)
- $
2,6
71,0
70.0
0 •
Cont
ract
310
Dry
wal
l/Aco
ustic
al a
nd P
aint
ing
Wor
k (S
mith
-Ste
eb &
Sie
bert
) -
$
5,26
2,66
2.00
Sout
h H
igh
Ris
es R
enov
atio
n an
d A
ddit
ion,
Pha
se 3
, BP
#8
Pro
ject
Est
imat
es
•Ph
ase
3, B
id P
acka
ge 8
Sm
ith-S
teeb
and
Sie
bert
Hal
l Ren
ovat
ion
and
Addi
tion
Wor
k –
cont
inue
d.
Bid
Pac
kage
Est
imat
es:
•Co
ntra
ct 3
11 C
eram
ic T
ile, T
erra
zzo,
Vin
yl &
Woo
d Fl
oorin
g W
ork
(Sm
ith-S
teeb
&
Sieb
ert)
- $
1,6
54,4
50.0
0 •
Cont
ract
312
Spe
cial
ty T
rade
Wor
k (S
mith
-Ste
eb &
Sie
bert
) -
$ 95
5,86
6.00
•
Cont
ract
313
Plu
mbi
ng W
ork
(Sm
ith-S
teeb
) -
$ 3,
073,
147.
00
•Co
ntra
ct 3
14 F
ire P
rote
ctio
n W
ork
(Sm
ith-S
teeb
) -
$ 72
2,86
7.00
•
Cont
ract
315
HVA
C W
ork
(Sm
ith-S
teeb
) -
$ 10
,566
,823
.00
•Co
ntra
ct 3
16 E
lect
rical
Wor
k (S
mith
-Ste
eb)-
$ 7
,056
,325
.00
•Co
ntra
ct 3
17 G
ener
al T
rade
s W
ork
(Sie
bert
) -
$ 1,
397,
923.
00
•Co
ntra
ct 3
18 P
lum
bing
Wor
k (S
iebe
rt)
- $
950,
062.
00
•Co
ntra
ct 3
19 F
ire P
rote
ctio
n W
ork
(Sie
bert
) -
$ 22
5,59
9.00
•
Cont
ract
320
HVA
C W
ork
(Sie
bert
) -
$ 3,
229,
963.
00
•Co
ntra
ct 3
21 E
lect
rical
Wor
k (S
iebe
rt)
- $
2,30
2,62
0.00
Sout
h H
igh
Ris
es R
enov
atio
n an
d A
ddit
ion,
Pha
se 3
, BP
#8
Site
Log
isti
cs
•C
ampu
s En
viro
nmen
t
• C
ontr
acto
rs a
re t
o be
aw
are
of c
urre
nt p
roje
cts
on g
oing
and
are
to
ant
icip
ate
cons
truc
tion
on g
oing
aro
und
the
site
for
the
dur
atio
n of
th
is
Phas
e of
Con
stru
ctio
n.
•P
roje
ct W
ork
Hou
rs
•BP
#8
is g
ener
ally
und
er s
tand
ard
wor
k ho
urs
unle
ss n
oise
att
ribut
ing
wor
k is
bei
ng d
one
outs
ide
with
adj
acen
cies
to
occu
pied
str
uctu
res.
Po
rtio
ns o
f w
ork
are
rest
rictiv
e to
spe
cific
hou
rs f
or n
oise
con
trib
utin
g w
ork.
Bid
ders
sho
uld
acqu
aint
the
mse
lves
to
wor
k ho
ur r
estr
ictio
ns
as id
entif
ied
in S
ectio
n 01
12
13, 2
.01
Sum
mar
y of
Con
trac
ts.
Wor
k ho
urs
are
also
fur
ther
def
ined
by
the
bid
defa
ult
sche
dule
as
it pe
rtai
ns t
o ex
tend
ed w
ork
shift
s as
wel
l as
seco
nd s
hift
.
Sout
h H
igh
Ris
es R
enov
atio
n an
d A
ddit
ion,
Pha
se 3
, BP
#8
Site
Log
isti
cs
•P
arki
ng/D
eliv
erie
s/Si
te L
ay d
own
•
Bidd
ers
are
to r
efer
to
Cont
ract
Doc
umen
ts –
Par
king
is
avai
labl
e on
Wes
t Ca
mpu
s. E
mpl
oyee
s m
ust
purc
hase
the
appr
opria
te p
ass
from
OSU
Tra
ffic
& P
arki
ng. T
he
Uni
vers
ity B
us S
ervi
ces
may
be
utili
zed
as in
dica
ted.
Con
trac
tor
empl
oyee
par
king
in O
SU G
arag
es is
pro
hibi
ted
by O
SU. S
outh
Cam
pus
G
atew
ay G
arag
e ha
s of
fere
d pa
rkin
g in
the
pas
t. B
idde
r sh
all c
onta
ct
Pa
rkin
g So
lutio
ns f
or p
arki
ng a
vaila
bilit
y.
•
On
site
par
king
will
onl
y be
allo
wed
with
prio
r au
thor
izat
ion
from
th
e Co
nstr
uctio
n M
anag
er. T
hose
tha
t re
ceiv
e
auth
oriz
atio
n w
ill b
e re
quire
d to
hav
e an
OSU
Tra
ffic
& P
arki
ng
Pa
ss (
CVA)
as
wel
l as
the
appr
opria
te v
ehic
le id
entif
icat
ion
perm
it
syst
em is
sued
from
the
Con
stru
ctio
n M
anag
er.
•
Del
iver
ies
– al
l del
iver
ies
are
to b
e sc
hedu
led
with
the
Cons
truc
tion
Man
ager
. Del
iver
ies
are
to a
rriv
e of
f of
Ele
vent
h Av
enue
onto
site
.
Sout
h H
igh
Ris
es R
enov
atio
n an
d A
ddit
ion,
Pha
se 3
, BP
#8
Site
Log
isti
cs
•P
arki
ng/D
eliv
erie
s/Si
te L
ay d
own
•
Site
Lay
Dow
n
-
Lay
dow
n re
stric
tions
will
be
enfo
rced
. Si
te la
y do
wn
will
be
limite
d.
Stor
age
or T
ool T
raile
rs m
ay b
e pe
rmitt
ed w
ith a
ppro
val.
Rem
obili
zatio
n of
tra
ilers
sha
ll be
ant
icip
ated
and
per
form
ed u
pon
re
ques
t of
CM
.
-
Cont
ract
307
/317
will
be
resp
onsi
ble
for
was
te c
onta
iner
rem
oval
for
w
ork
affil
iate
d w
ith t
his
bid
pack
age.
Was
te r
emov
al s
hall
be
perf
orm
ed in
acc
orda
nce
with
LEE
D r
equi
rem
ents
.
-
An e
xist
ing
unde
rgro
und
Util
ity T
unne
l exi
sts
to t
he N
orth
of
th
e Re
side
nce
Hal
ls.
All m
ater
ial,
equi
pmen
t sh
all a
void
thi
s ar
ea.
Prot
ectio
n sh
all b
e pr
ovid
ed,
if re
quire
d, t
o pe
rfor
m t
he w
ork
of t
his
bid
pack
age
by t
he c
ontr
act
requ
iring
.
Sout
h H
igh
Ris
es R
enov
atio
n an
d A
ddit
ion,
Pha
se 3
, BP
#8
Con
trac
tor
Trai
ler
Are
a Re
ntal
to
be a
ssum
ed b
y Co
ntra
ct 3
07
Sout
h H
igh
Ris
es R
enov
atio
n an
d A
ddit
ion,
Pha
se 3
, BP
#8
Site
Log
isti
cs
•Tr
ee P
rote
ctio
n
•
The
Uni
vers
ity is
ver
y co
ncer
ned
abou
t th
e pr
eser
vatio
n of
tree
s. A
ll Co
ntra
ctor
s ar
e to
tak
e ex
trem
e ca
utio
n ar
ound
the
ex
istin
g tr
ees.
Tre
e pr
eser
vatio
n is
the
res
pons
ibili
ty o
f ea
ch C
ontr
act
unde
r th
is B
id P
acka
ge.
•C
ontr
acto
r Fi
eld
Off
ice
•Co
ntra
ctor
Fie
ld O
ffice
s ar
e pr
ovid
ed f
or in
thi
s Bi
d Pa
ckag
e.
Cont
ract
ors
will
onl
y al
low
ed t
o ut
ilize
offi
ces
whi
le t
hey
have
wor
k. N
ot
all c
ontr
acts
will
be
affo
rded
offi
ce s
pace
. Ref
eren
ce S
ectio
n 01
50
00
for
requ
irem
ents
.
•B
uild
ing/
Tun
nel A
cces
s
•
Tunn
el A
cces
s ha
s be
en r
estr
icte
d fr
om b
oth
the
Site
as
wel
l as
from
surr
ound
ing
Cam
pus
acce
ss p
oint
s. O
nly
thos
e w
ith a
utho
rizat
ion
will
be a
llow
ed t
o ac
cess
.
•
Build
ing
acce
ss w
ill o
nly
be g
rant
ed t
o th
ose
with
pro
per
cont
ract
or
Bu
ck I
d ca
rds
and
appr
opria
te a
cces
s pl
an. A
cces
s pl
an is
dev
elop
ed b
y
CM. C
ards
can
be
obta
ined
at
a fe
e as
stip
ulat
ed in
Sec
tion
01 5
0 00
.
Sout
h H
igh
Ris
es R
enov
atio
n an
d A
ddit
ion,
Pha
se 3
, BP
#8
Traf
fic
Flow
/Del
iver
ies
– W
hile
BP
#9
wor
k is
und
erw
ay
Sout
h H
igh
Ris
es R
enov
atio
n an
d A
ddit
ion,
Pha
se 3
, BP
#8
Traf
fic
Flow
/Del
iver
ies
– W
hile
BP
#9
wor
k is
not
und
erw
ay
Sout
h H
igh
Ris
es R
enov
atio
n an
d A
ddit
ion,
Pha
se 3
, BP
#8
Age
nda
– Si
te L
ogis
tics
Exis
tin
g U
tilit
y Tu
nn
el
Tun
nel
an
d P
laza
Dec
k Lo
ad
Lim
itat
ion
s lis
ted
in S
ecti
on
01 5
0 00
Sout
h H
igh
Ris
es R
enov
atio
n an
d A
ddit
ion,
Pha
se 3
, BP
#8
Site
Log
isti
cs –
Com
men
cem
ent
of B
P 7
Sout
h H
igh
Ris
es R
enov
atio
n an
d A
ddit
ion,
Pha
se 3
, BP
#8
Site
Log
isti
cs –
Nea
r C
ompl
etio
n of
BP
7, C
omm
ence
men
t of
BP
8
Sout
h H
igh
Ris
es R
enov
atio
n an
d A
ddit
ion,
Pha
se 3
, BP
#8
Not
able
BP
# 2
Wor
k It
ems
•H
azar
dous
Was
te R
emov
als
and
Sele
ctiv
e D
emol
ition
to
occu
r ov
er a
thr
ee S
umm
ers
com
men
cing
with
the
Sum
mer
of
2010
an
d co
ntin
uing
thr
ough
the
Sum
mer
of
2012
.
•20
12 –
Sm
ith, S
teeb
and
Sie
bert
rem
aind
er o
f ab
atem
ent
wor
k.
Sout
h H
igh
Ris
es R
enov
atio
n an
d A
ddit
ion,
Pha
se 3
, BP
#8
BP
#4
Not
able
Wor
k It
ems
Cont
ract
108
& 1
10 W
ork
Cont
ract
109
& 1
10 W
ork
Sout
h H
igh
Ris
es R
enov
atio
n an
d A
ddit
ion,
Pha
se 3
, BP
#8
BP
#4
Not
able
Wor
k It
ems
Sout
h H
igh
Ris
es R
enov
atio
n an
d A
ddit
ion,
Pha
se 3
, BP
#8
BP
8 K
ey E
lem
ents
-S
mit
h-S
teeb
Sit
e El
ectr
ic P
ower
Wor
k
Sout
h H
igh
Ris
es R
enov
atio
n an
d A
ddit
ion,
Pha
se 3
, BP
#8
BP
8 K
ey E
lem
ents
–S
ieb
ert
Elec
tric
Pow
er W
ork
Sout
h H
igh
Ris
es R
enov
atio
n an
d A
ddit
ion,
Pha
se 3
, BP
#8
BP
8 K
ey E
lem
ents
–S
ieb
ert
Elec
tric
Pow
er W
ork
Sout
h H
igh
Ris
es R
enov
atio
n an
d A
ddit
ion,
Pha
se 3
, BP
#8
BP
8 K
ey E
lem
ents
–S
mit
h-S
teeb
Pow
er S
wit
ch O
ver
DPN
/DPS
Pan
els
to b
e ba
ck fe
d w
ith g
ener
ator
po
wer
whi
le p
ower
sw
itch
over
is b
eing
m
ade.
DPS
/DPN
pan
els
will
be
utili
zed
for
pow
er
dist
ribut
ion
durin
g co
nstr
uctio
n.
Sieb
ert
sim
ilar
but
pane
l de
mar
catio
n is
DPE
&
DPW
Sout
h H
igh
Ris
es R
enov
atio
n an
d A
ddit
ion,
Pha
se 3
, BP
#8
BP
8 K
ey E
lem
ents
–S
mit
h-S
teeb
Pow
er S
wit
ch O
ver
Sout
h H
igh
Ris
es R
enov
atio
n an
d A
ddit
ion,
Pha
se 3
, BP
#8
BP
8 K
ey E
lem
ents
– S
mit
h-S
teeb
Eq
uip
men
t A
cces
s
Sout
h H
igh
Ris
es R
enov
atio
n an
d A
ddit
ion,
Pha
se 3
, BP
#8
BP
8 K
ey E
lem
ents
–S
ieb
ert
Equ
ipm
ent
Acc
ess
Sout
h H
igh
Ris
es R
enov
atio
n an
d A
ddit
ion,
Pha
se 3
, BP
#8
BP
8 K
ey E
lem
ents
-
• Sm
ith-S
teeb
: Ex
iste
nce
of R
ooft
op C
ellu
lar
Equi
pmen
t: A
T&T
and
Sprin
t •
Early
wor
k w
ith S
mith
-Ste
eb p
rior
to s
tude
nt m
ove
out
– su
bbas
emen
t
tem
pora
ry e
lect
rical
wor
k an
d co
nnec
tor
foun
datio
n w
ork.
•
Subm
ittal
s, fa
bric
atio
n an
d pr
ocur
emen
t of
mat
eria
ls t
o m
eet
proj
ect
sc
hedu
le a
nd im
med
iate
mob
iliza
tion
and
com
men
cem
ent
of w
ork
re
latin
g to
bid
def
ault
sche
dule
. Em
phas
is o
n st
ruct
ural
ste
el, s
truc
tura
l
prec
ast,
MEP
equ
ipm
ent/
gear
, et
c.
• D
evel
opm
ent
of t
empo
rary
ele
ctric
al p
ower
pla
n, s
hut
dow
ns, s
tart
up,
etc.
to
allo
w f
or c
onst
ruct
ion
wor
k an
d el
evat
or u
sage
to
be m
aint
aine
d
thro
ugho
ut.
• In
terf
ace
with
pre
viou
s an
d co
ncur
rent
bid
pac
kage
com
pone
nts
to
in
clud
e, b
ut n
ot li
mite
d to
, Asb
esto
s Ab
atem
ent,
Sm
ith-S
teeb
Ele
vato
r
wor
k as
par
t of
Con
trac
t 20
6, S
ite w
ork,
geo
ther
mal
wor
k an
d
Stre
etsc
ape
impr
ovem
ents
. •
Dra
wer
E w
ork
asso
ciat
ed w
ith S
iebe
rt (
321)
, Sm
ith-S
teeb
(31
6)
Sout
h H
igh
Ris
es R
enov
atio
n an
d A
ddit
ion,
Pha
se 3
, BP
#8
Pro
ject
Sco
pe (
Des
crip
tion
is G
ener
al t
o Re
spon
sibi
litie
s)
Pha
se 3
Bid
Pac
kage
#9
Scop
es
Con
trac
t 30
1 C
oncr
ete
Wor
k (S
mit
h-S
teeb
& S
iebe
rt)
• A
llow
ance
s an
d U
nit
Pric
e W
ork
• A
ltern
ate
Wor
k •
Lim
ited
Sele
ctiv
e D
emol
ition
•
Exi
stin
g St
ruct
ure
Mod
ifica
tion
Wor
k –
Gen
eral
ly w
ork
asso
ciat
ed w
ith R
S se
ries
dra
win
gs
• E
xcav
atio
n an
d ba
ckfil
l ass
ocia
ted
with
wor
k sc
ope
• F
ound
atio
n In
sula
tion
• N
ew C
oncr
ete
Stru
ctur
e W
ork
• S
peci
al L
ayou
t Re
spon
sibi
litie
s –
Refe
renc
e Se
ctio
n 01
50
00
• G
rout
ing
of b
ase
plat
es a
nd d
ry p
acki
ng o
f ste
el b
eam
s.
• N
ew C
IP c
olor
con
cret
e st
airs
•
Ref
eren
ce S
cope
s fo
r ad
ditio
nal d
etai
l
Sout
h H
igh
Ris
es R
enov
atio
n an
d A
ddit
ion,
Pha
se 3
, BP
#8
Pro
ject
Sco
pe (
Des
crip
tion
is G
ener
al t
o Re
spon
sibi
litie
s)
Pha
se 3
Bid
Pac
kage
#8
Scop
es
Con
trac
t 30
2 A
rch
itec
tura
l Pre
cast
Wor
k (S
mit
h-S
teeb
)
• R
evit
fabr
icat
ion
draw
ings
•
Gua
rant
ee o
f w
indo
w o
peni
ng s
izes
•
Ins
erts
for
atta
chm
ent c
onne
ctio
n of
oth
er w
ork
• B
ench
mar
k of
new
wor
k •
All
Stai
nles
s St
eel
& N
on S
tain
less
Ste
el c
onne
ctio
n ha
rdw
are,
em
beds
, etc
. •
Spr
ay fo
am in
sula
tion
at p
reca
st c
onne
ctio
ns
• S
ched
uled
ste
el c
ompo
nent
s w
heth
er r
equi
red
for
atta
chm
ent
of p
reca
st w
ork
or n
ot.
• A
rchi
tect
ural
pre
cast
at
new
Sm
ith-S
teeb
con
nect
or a
s w
ell a
s cl
addi
ng o
f ex
iting
wal
ls
a
t Sm
ith a
nd S
teeb
.
Sout
h H
igh
Ris
es R
enov
atio
n an
d A
ddit
ion,
Pha
se 3
, BP
#8
Pro
ject
Sco
pe (
Des
crip
tion
is G
ener
al t
o Re
spon
sibi
litie
s)
Pha
se 3
Bid
Pac
kage
#8
Scop
es
Con
trac
t 30
3 M
ason
ry a
nd
Mas
onry
Res
tora
tion
Wor
k (S
mit
h-S
teeb
& S
iebe
rt)
• A
llow
ance
s an
d Al
tern
ate
Wor
k
• I
ndic
ated
sel
ectiv
e de
mol
ition
• G
rani
te, L
imes
tone
and
Mas
onry
wor
k bo
th n
ew a
nd r
esto
ratio
n w
ork.
• S
ched
uled
sea
lant
wor
k.
• S
alva
ged
item
rei
nsta
llatio
n
• G
rani
te S
tair
Trea
ds a
nd L
andi
ngs
• M
ason
ry w
ork
at H
ale
Util
ity T
unne
l
• M
aint
enan
ce o
f dec
orat
ive
met
al a
t Si
eber
t/El
sew
here
per
Sec
tion
05 0
1 70
.
Sout
h H
igh
Ris
es R
enov
atio
n an
d A
ddit
ion,
Pha
se 3
, BP
#8
Pro
ject
Sco
pe (
Des
crip
tion
is G
ener
al t
o Re
spon
sibi
litie
s)
Pha
se 3
Bid
Pac
kage
#8
Scop
es
Con
trac
t 30
4 St
ruct
ura
l Ste
el a
nd
Pre
cast
Wor
k (S
mit
h-S
teeb
)
• A
llow
ance
s •
Fab
ricat
ion
draw
ings
in R
evit
• S
elec
tive
dem
oliti
on fo
r be
am s
eat
conn
ectio
ns
• S
truc
tura
l Ste
el a
nd S
truc
tura
l Pre
cast
wor
k.
• C
erta
in c
ompo
nent
s fu
rnis
hed
to o
ther
s fo
r in
stal
latio
n •
Per
imet
er p
our
stop
tig
ht t
oler
ance
s.
• P
erim
eter
saf
ety
prot
ectio
n.
• T
empo
rary
sca
ffold
tow
er.
• L
eave
out
and
re
mob
iliza
tion
wor
k.
• E
rect
ion
com
men
cem
ent i
mm
edia
tely
upo
n st
uden
t mov
e ou
t
Sout
h H
igh
Ris
es R
enov
atio
n an
d A
ddit
ion,
Pha
se 3
, BP
#8
Pro
ject
Sco
pe (
Des
crip
tion
is G
ener
al t
o Re
spon
sibi
litie
s)
Pha
se 3
Bid
Pac
kage
#8
Scop
es
Con
trac
t 30
5 M
isce
llan
eou
s M
etal
Wor
k (S
mit
h-S
teeb
& S
iebe
rt)
•
Allo
wan
ces.
•
Alte
rnat
e.
• F
abric
atio
n dr
awin
gs in
Rev
it.
• C
erta
in s
elec
tive
dem
oliti
on.
• M
isce
llane
ous
met
al w
ork
in g
ener
al.
• H
ale
Util
ity T
unne
l sch
edul
ed w
ork.
•
Sta
irwel
l res
tora
tion
wor
k.
• N
ew s
tair
wor
k.
• M
ason
ry w
all l
ater
al r
estr
aint
ang
les.
•
Exi
stin
g St
ruct
ure
supp
ort
stee
l – R
S se
ries
draw
ings
. •
Roo
f lev
el g
uard
rail
syst
em.
Sout
h H
igh
Ris
es R
enov
atio
n an
d A
ddit
ion,
Pha
se 3
, BP
#8
Pro
ject
Sco
pe (
Des
crip
tion
is G
ener
al t
o Re
spon
sibi
litie
s)
Pha
se 3
Bid
Pac
kage
#8
Scop
es
Con
trac
t 30
6 C
arpe
ntr
y an
d M
illw
ork
Wor
k (S
mit
h-S
teeb
& S
iebe
rt)
• C
erta
in S
elec
tive
Dem
oliti
on it
ems
as s
ched
uled
. •
War
drob
e un
its, S
olid
Sur
face
Sill
s an
d Sh
elvi
ng in
res
iden
t ro
oms.
•
Sol
id S
urfa
ce b
athr
oom
sho
wer
rec
epto
rs a
nd w
all p
anel
s, c
ount
ers
and
win
dow
sill
s.
• I
nclu
de M
ain
Des
k w
ork
incl
udin
g, b
ut n
ot li
mite
d to
, slid
ing
grill
e, s
olid
sur
face
mat
eria
l, tr
ansl
ucen
t acr
ylic
, mis
cella
neou
s m
etal
sup
port
s, e
tc.
• I
nclu
de c
usto
m c
asew
ork
and
arch
itect
ural
cas
ewor
k.
Sout
h H
igh
Ris
es R
enov
atio
n an
d A
ddit
ion,
Pha
se 3
, BP
#8
Pro
ject
Sco
pe (
Des
crip
tion
is G
ener
al t
o Re
spon
sibi
litie
s)
Pha
se 3
Bid
Pac
kage
#8
Scop
es
Con
trac
t 30
7 G
ener
al T
rade
s W
ork
(Sm
ith
-Ste
eb)
• A
llow
ance
s •
Cons
truc
tion
Faci
litie
s an
d Te
mpo
rary
Con
trol
s –
Dum
pste
rs, T
rash
Chu
tes,
Tem
pora
ry
Part
ition
s an
d D
oors
, Tra
iler
rent
als,
Sec
urity
, Tem
pora
ry T
oile
ts, S
elf C
limbi
ng S
caffo
ld
inst
alla
tion
and
rent
al, e
tc.
• P
redo
min
ant
Sele
ctiv
e D
emol
ition
and
rem
oval
s as
sch
edul
ed.
• G
FRC
wal
l pan
els.
•
Wat
erpr
oofin
g.
• D
ecor
ativ
e ra
iling
s.
• F
irepr
oofin
g.
• S
eala
nts.
•
Exp
ansi
on J
oint
s in
Flo
or.
• H
M D
oors
, Fra
mes
and
Har
dwar
e.
• I
nter
ior
arch
itect
ural
gril
les.
•
Sig
nage
(lim
ited)
. •
Fin
al C
lean
ing.
Sout
h H
igh
Ris
es R
enov
atio
n an
d A
ddit
ion,
Pha
se 3
, BP
#8
Pro
ject
Sco
pe (
Des
crip
tion
is G
ener
al t
o Re
spon
sibi
litie
s)
Pha
se 3
Bid
Pac
kage
#8
Scop
es
Con
trac
t 30
8 R
oofi
ng
& M
etal
Sid
ing
Wor
k (S
mit
h-S
teeb
& S
iebe
rt)
• S
ched
uled
Sel
ectiv
e D
emol
ition
•
New
roo
f ass
embl
ies
as r
equi
red.
•
Set
ting
of r
oof c
urbs
to
be p
rovi
ded
by o
ther
s.
• T
empo
rary
pat
chin
g of
new
pen
etra
tions
into
exi
stin
g ro
ofs
prio
r to
new
roo
f wor
k.
• M
etal
Sid
ing
wor
k.
• A
ll Ex
terio
r Ex
pans
ion
Join
ts
Sout
h H
igh
Ris
es R
enov
atio
n an
d A
ddit
ion,
Pha
se 3
, BP
#8
Pro
ject
Sco
pe (
Des
crip
tion
is G
ener
al t
o Re
spon
sibi
litie
s)
Pha
se 3
Bid
Pac
kage
#8
Scop
es
Con
trac
t 30
9 C
urt
ain
wal
l, C
ompo
site
Pan
el, G
lass
& G
lazi
ng
Wor
k (S
mit
h-S
teeb
&
Sie
bert
) •
Con
stru
ctio
n Fa
cilit
ies
and
Tem
pora
ry C
ontr
ols
• C
erta
in S
elec
tive
Dem
oliti
on I
tem
s.
• B
ench
mar
k of
Ext
erio
r w
all s
yste
m a
t co
nnec
tor.
• C
urta
inw
all,
Alum
inum
Win
dow
, Met
al P
anni
ng, C
ompo
site
Pan
el a
nd A
rchi
tect
ural
L
ouve
r w
ork.
•
Sel
ect
spra
y fo
am w
ork.
•
Exi
stin
g Ex
terio
r St
rip W
indo
w/C
urta
inw
all w
ork.
•
Int
erio
r G
lass
and
unf
ram
ed m
irror
wor
k.
• S
eala
nt W
ork.
•
Alu
min
um L
ette
ring.
•
Win
dow
/Cur
tain
wal
l Tes
ting.
•
Fin
al C
lean
ing
and
Prot
ectio
n Re
quire
men
ts.
Sout
h H
igh
Ris
es R
enov
atio
n an
d A
ddit
ion,
Pha
se 3
, BP
#8
Pro
ject
Sco
pe (
Des
crip
tion
is G
ener
al t
o Re
spon
sibi
litie
s)
Pha
se 3
Bid
Pac
kage
#8
Scop
es
Con
trac
t 31
0 D
ryw
all/
Aco
ust
ical
an
d P
ain
tin
g W
ork
(Sm
ith
-Ste
eb &
Sie
bert
) •
Allo
wan
ces.
•
Cer
tain
Sel
ectiv
e D
emol
ition
Ite
ms.
•
CFM
F w
ork.
•
Cav
ity W
all I
nsul
atio
n.
• G
ypsu
m S
yste
ms
– In
terio
r an
d Ex
terio
r. •
Air
Barr
ier
Wor
k.
• D
ryw
all,
Acou
stic
al a
nd F
irest
oppi
ng W
ork.
•
Acc
ess
Doo
rs.
• A
ll in
terio
r w
all b
lock
ing
and
exte
rior
wal
l blo
ckin
g co
nstr
uctio
n.
• W
all p
atch
ing,
Pla
ster
pat
chin
g an
d St
ucco
pat
chin
g.
• V
inyl
Wal
l Cov
erin
g, T
acka
ble
Surf
aces
, Aco
ustic
al C
ompo
nent
s.
• W
all a
nd C
eilin
g Ex
pans
ion
Join
ts.
• I
nter
ior/
Exte
rior
Pain
ting
& S
eala
nt w
ork.
Sout
h H
igh
Ris
es R
enov
atio
n an
d A
ddit
ion,
Pha
se 3
, BP
#8
Pro
ject
Sco
pe (
Des
crip
tion
is G
ener
al t
o Re
spon
sibi
litie
s)
Pha
se 3
Bid
Pac
kage
#8
Scop
es
Con
trac
t 31
1 C
eram
ic T
ile, T
erra
zzo,
Vin
yl &
Woo
d Fl
oori
ng
Wor
k (S
mit
h-S
teeb
&
Sie
bert
) •
Allo
wan
ces
• C
eram
ic T
ile W
ork
• T
erra
zzo
Wor
k •
Vin
yl F
loor
ing
wor
k (F
loor
ing
furn
ishe
d by
Ow
ner)
Vin
yl B
ase
F&I
by C
ontr
act
311
• W
ood
Floo
ring
Wor
k. W
ood
Base
by
Cont
ract
306
•
Flo
or F
ill b
ase
bid
and
allo
wan
ce w
ork.
Sout
h H
igh
Ris
es R
enov
atio
n an
d A
ddit
ion,
Pha
se 3
, BP
#8
Pro
ject
Sco
pe (
Des
crip
tion
is G
ener
al t
o Re
spon
sibi
litie
s)
Pha
se 3
Bid
Pac
kage
#8
Scop
es
Con
trac
t 31
2 Sp
ecia
lty
Trad
es W
ork
(Sm
ith
-Ste
eb &
Sie
bert
) •
Incl
udes
wal
l pro
tect
ion
• I
nclu
de t
oile
t acc
esso
ry in
stal
latio
n. C
erta
in a
cces
sorie
s ar
e to
be
furn
ishe
d by
the
U
nive
rsity
for
inst
alla
tion
by t
his
Cont
ract
. •
Inc
lude
s m
etal
lock
ers
and
mai
l box
es
• I
nclu
de fa
ll pr
otec
tion.
•
Inc
lude
s re
side
ntia
l app
lianc
es.
• I
nclu
des
rolle
r w
indo
w s
hade
s.
• I
nclu
des
inte
rior
bike
rac
ks.
• I
nclu
de p
roje
ctio
n sc
reen
. •
Fire
Con
trol
Pla
n Ra
cks.
Sout
h H
igh
Ris
es R
enov
atio
n an
d A
ddit
ion,
Pha
se 3
, BP
#8
Pro
ject
Sco
pe (
Des
crip
tion
is G
ener
al t
o Re
spon
sibi
litie
s)
Pha
se 3
Bid
Pac
kage
#8
Scop
es
Con
trac
t 31
3 P
lum
bin
g W
ork
(Sm
ith
-Ste
eb)
• C
oord
inat
ion
draw
ings
per
form
ed in
REV
IT
• C
onst
ruct
ion
Faci
litie
s an
d Te
mpo
rary
Con
trol
s •
Ins
talla
tion
and
mai
nten
ance
of
tem
pora
ry w
ater
ris
er.
• S
ched
uled
Sel
ectiv
e D
emol
ition
•
Ass
ocia
ted
wor
k in
Util
ity T
unne
l •
New
Sch
edul
ed P
lum
bing
wor
k •
Exp
edite
d Pr
ocur
emen
t of
Equ
ipm
ent.
Sout
h H
igh
Ris
es R
enov
atio
n an
d A
ddit
ion,
Pha
se 3
, BP
#8
Pro
ject
Sco
pe (
Des
crip
tion
is G
ener
al t
o Re
spon
sibi
litie
s)
Pha
se 3
Bid
Pac
kage
#8
Scop
es
Con
trac
t 31
4 Fi
re P
rote
ctio
n W
ork
(Sm
ith
-Ste
eb)
• C
oord
inat
ion
draw
ings
in R
evit
• C
onst
ruct
ion
Faci
litie
s an
d Te
mpo
rary
Con
trol
s –
Fire
Sta
nd P
ipe
• S
ched
uled
Sel
ectiv
e D
emol
ition
•
Fire
Pro
tect
ion
wor
k
Sout
h H
igh
Ris
es R
enov
atio
n an
d A
ddit
ion,
Pha
se 3
, BP
#8
Pro
ject
Sco
pe (
Des
crip
tion
is G
ener
al t
o Re
spon
sibi
litie
s)
Pha
se 3
Bid
Pac
kage
#8
Scop
es
Con
trac
t 31
5 H
VA
C W
ork
(Sm
ith
-Ste
eb)
• A
llow
ance
s •
Alte
rnat
e •
Lea
d M
EP c
oord
inat
ion
effo
rt. C
oord
inat
ion
draw
ings
to
be p
erfo
rmed
in R
evit.
•
DD
C w
ork
affil
iate
with
Sm
ith-S
teeb
& S
iebe
rt
• S
ched
uled
Sel
ectiv
e D
emol
ition
•
All
new
HVA
C w
ork.
Exp
edite
d Eq
uipm
ent D
eliv
ery.
Coo
rdin
atio
n of
inst
alla
tion
with
tha
t o
f Con
trac
t 30
1.
• M
echa
nica
l lou
vers
den
oted
on
H-S
erie
s dr
awin
gs, i
nclu
sive
of
inst
alla
tion.
Ref
eren
ce
arc
hite
ctur
al d
etai
ls.
• M
isce
llane
ous
met
al s
uppo
rts
of r
oof t
op d
uctw
ork
as w
ell a
s ch
ase
riser
s.
• G
ener
ator
Exh
aust
wor
k.
Sout
h H
igh
Ris
es R
enov
atio
n an
d A
ddit
ion,
Pha
se 3
, BP
#8
Pro
ject
Sco
pe (
Des
crip
tion
is G
ener
al t
o Re
spon
sibi
litie
s)
Pha
se 3
Bid
Pac
kage
#8
Scop
es
Con
trac
t 31
6 El
ectr
ical
Wor
k (S
mit
h-S
teeb
) •
Allo
wan
ces.
•
Coo
rdin
atio
n D
ocum
ents
in R
evit.
•
Con
stru
ctio
n Fa
cilit
ies
and
Tem
pora
ry C
ontr
ols.
•
Dec
omm
issi
onin
g of
Tra
iler
Com
poun
d.
• T
empo
rary
Pow
er &
Lig
htin
g.
• S
ite L
ight
ing
and
Dra
wer
E e
lect
rical
wor
k at
Sm
ith-S
teeb
. Wor
k in
clud
es t
hat
of 9
th
Ave
nue
for
City
ligh
ting
circ
uit
rero
utin
g.
• S
ched
uled
Sel
ectiv
e D
emol
ition
. •
Ear
ly w
ork
in s
ubba
sem
ent o
f Sm
ith-S
teeb
. •
All
new
sch
edul
ed e
lect
rical
, Fire
Ala
rm, D
ata
and
Com
mun
icat
ion
wor
k..
• O
wne
r fu
rnis
hed
mat
eria
l ins
talla
tion.
Sout
h H
igh
Ris
es R
enov
atio
n an
d A
ddit
ion,
Pha
se 3
, BP
#8
Pro
ject
Sco
pe (
Des
crip
tion
is G
ener
al t
o Re
spon
sibi
litie
s)
Pha
se 3
Bid
Pac
kage
#8
Scop
es
Con
trac
t 31
7 G
ener
al T
rade
s W
ork
(Sie
bert
) •
Allo
wan
ces
• A
ltern
ates
•
Con
stru
ctio
n Fa
cilit
ies
and
Tem
pora
ry C
ontr
ols
–Bui
ldin
g Se
curit
y, T
rash
Chu
te,
Dum
pste
rs, T
empo
rary
Toi
lets
, Pro
tect
ion
of e
xist
ing
entr
ies,
etc
. •
Sel
ectiv
e D
emol
ition
incl
udin
g sa
lvag
ed it
ems
to b
e tu
rned
ove
r to
oth
ers.
•
Sch
edul
ed E
leva
tor
wor
k.
• W
ater
proo
fing
wor
k.
• F
irepr
oofin
g w
ork.
•
HM
Doo
rs, F
ram
es a
nd H
ardw
are,
Int
erio
r G
rille
s, E
xter
ior
Scre
en W
all,
Sele
ct I
nter
ior
Sign
age,
Bui
ldin
g Si
gn a
t M
orris
on, e
tc.
Sout
h H
igh
Ris
es R
enov
atio
n an
d A
ddit
ion,
Pha
se 3
, BP
#8
Pro
ject
Sco
pe (
Des
crip
tion
is G
ener
al t
o Re
spon
sibi
litie
s)
Pha
se 3
Bid
Pac
kage
#8
Scop
es
Con
trac
t 31
8 P
lum
bin
g W
ork
(Sie
bert
) •
Coor
dina
tion
Doc
umen
ts in
Rev
it •
Con
stru
ctio
n Fa
cilit
ies
and
Tem
pora
ry C
ontr
ols
• S
elec
tive
Dem
oliti
on.
• A
ll ne
w b
uild
ing
plum
bing
wor
k, S
ched
uled
Util
ity T
unne
l wor
k –r
efer
ence
wor
k at
Hal
e
Hal
l. •
Gen
erat
or V
ent
wor
k.
Sout
h H
igh
Ris
es R
enov
atio
n an
d A
ddit
ion,
Pha
se 3
, BP
#8
Pro
ject
Sco
pe (
Des
crip
tion
is G
ener
al t
o Re
spon
sibi
litie
s)
Pha
se 3
Bid
Pac
kage
#8
Scop
es
Con
trac
t 31
9 Fi
re P
rote
ctio
n W
ork
(Sie
bert
) •
Coor
dina
tion
Doc
umen
ts in
Rev
it •
Sel
ectiv
e D
emol
ition
wor
k.
• U
tility
Tun
nel F
ire L
ine
Exte
nsio
n w
ork.
•
Fire
Pro
tect
ion
wor
k in
clud
ing
exis
ting
hose
cab
inet
pat
chin
g.
Sout
h H
igh
Ris
es R
enov
atio
n an
d A
ddit
ion,
Pha
se 3
, BP
#8
Pro
ject
Sco
pe (
Des
crip
tion
is G
ener
al t
o Re
spon
sibi
litie
s)
Pha
se 3
Bid
Pac
kage
#8
Scop
es
Con
trac
t 32
0 H
VA
C W
ork
(Sie
bert
)
•Le
ad M
EP c
oord
inat
ion
effo
rt. C
oord
inat
ion
draw
ings
to
be p
erfo
rmed
in R
evit.
•
Coo
rdin
ate
DD
C w
ork
with
tha
t of
Con
trac
t 31
5 •
Sch
edul
ed S
elec
tive
Dem
oliti
on
• A
ll ne
w H
VAC
wor
k. E
xped
ited
Equi
pmen
t Del
iver
y. C
oord
inat
ion
of in
stal
latio
n w
ith t
hat
of C
ontr
act
301/
317.
•
Mec
hani
cal l
ouve
rs d
enot
ed o
n H
-Ser
ies
draw
ings
, inc
lusi
ve o
f in
stal
latio
n. R
efer
ence
a
rchi
tect
ural
det
ails
. •
Mis
cella
neou
s m
etal
for
duct
sup
port
s as
wel
l as
pipe
rac
ks a
nd r
iser
wor
k.
•M
aint
enan
ce a
nd P
rote
ctio
n of
Exi
stin
g Eq
uipm
ent t
o re
mai
n.
• G
ener
ator
Exh
aust
wor
k.
Sout
h H
igh
Ris
es R
enov
atio
n an
d A
ddit
ion,
Pha
se 3
, BP
#8
Pro
ject
Sco
pe (
Des
crip
tion
is G
ener
al t
o Re
spon
sibi
litie
s)
Pha
se 3
Bid
Pac
kage
#8
Scop
es
Con
trac
t 32
1 El
ectr
ical
Wor
k (S
iebe
rt)
•Al
low
ance
s/U
nit P
rices
. •
Coo
rdin
atio
n D
ocum
ents
in R
evit.
•
Con
stru
ctio
n Fa
cilit
ies
and
Tem
pora
ry C
ontr
ols.
•
Tem
pora
ry P
ower
& L
ight
ing.
•
Site
Lig
htin
g an
d D
raw
er E
ele
ctric
al w
ork
at S
iebe
rt a
nd H
ale
Gre
en.
• S
ched
uled
Sel
ectiv
e D
emol
ition
. •
All
new
sch
edul
ed e
lect
rical
, Fire
Ala
rm, D
ata
and
Com
mun
icat
ion
wor
k.
•U
tility
Tun
nel L
ight
ing
as S
ched
uled
. •
Gen
erat
or W
ork
•O
wne
r fu
rnis
hed
mat
eria
l ins
talla
tion
Sout
h H
igh
Ris
es R
enov
atio
n an
d A
ddit
ion,
Pha
se 3
, BP
#8
Pro
ject
Sco
pe (
Des
crip
tion
is G
ener
al t
o Re
spon
sibi
litie
s)
Pha
se 3
Bid
Pac
kage
#8
Scop
e O
wn
er F
urn
ish
ed a
nd
Con
trac
ted
Item
s
•
Wire
less
Acc
ess
Poin
ts –
furn
ishe
d by
the
Uni
vers
ity a
nd in
stal
led
by C
ontr
act
31
6 &
321
. •
Key
Wat
cher
– fu
rnis
hed
by t
he U
nive
rsity
and
inst
alle
d by
Con
trac
t 30
7, 3
16, 3
17
& 3
21.
•
Buck
Id
Equi
pmen
t – fu
rnis
hed
by t
he U
nive
rsity
and
inst
alle
d by
Con
trac
t 31
6 &
321.
•
To
ilet A
cces
sorie
s –
Soap
, Pap
er T
owel
and
Toi
let
Pape
r D
ispe
nser
– fu
rnis
hed
by
U
nive
rsity
and
inst
alle
d by
Con
trac
t 31
2.
•
Viny
l flo
orin
g w
ill b
e fu
rnis
hed
to C
ontr
act
311
to in
stal
l. •
Ca
rpet
ing
will
be
inst
alle
d by
a c
ontr
acto
r en
gage
d by
the
Uni
vers
ity. A
ll
cont
ract
ors
in t
he P
hase
3 p
ortio
n of
wor
k sh
all c
oord
inat
e th
eir
wor
k w
ith t
hat
of
th
e ca
rpet
ing
cont
ract
or.
•
A U
nive
rsity
“Kn
ox”
box
will
be
prov
ided
to
Cont
ract
307
for
inst
alla
tion.
Con
trac
t
317
to r
emov
e ex
istin
g an
d re
inst
all.
Sout
h H
igh
Ris
es R
enov
atio
n an
d A
ddit
ion,
Pha
se 3
, BP
#8
Age
nda
– P
roje
ct S
ched
ule
Proj
ect
Sche
dule
•
The
bidd
er is
to
fully
acq
uain
t th
emse
lves
with
the
sch
edul
ing
and
sequ
enci
ng o
f w
ork
as
soci
ated
with
eac
h ph
ase
of c
onst
ruct
ion
and
is t
o ta
ke in
to a
ccou
nt a
ll la
bor
and
mat
eria
l
esca
latio
n w
hen
com
pilin
g th
eir
bid
for
the
wor
k to
be
perf
orm
ed.
Furt
herm
ore
the
bid
defa
ult
sc
hedu
le h
as b
een
com
pile
d ba
sed
upon
hol
iday
s an
d O
DO
T w
eath
er im
pact
ed d
ays
. The
Cont
ract
or is
to
base
the
ir bi
d up
on t
hese
wor
k pe
riods
.
•
Bid
Def
ault
Sche
dule
incl
uded
at
the
end
of S
peci
ficat
ion
Sect
ion
01 1
2 13
•
Bidd
ers
are
to p
ay p
artic
ular
att
entio
n to
Spe
cific
atio
n Se
ctio
ns 0
1 12
13
and
01 3
2 16
as
re
quire
men
ts v
ary
from
typ
ical
pro
ject
s.
•
All C
ontr
actu
al M
ilest
one
Dat
es M
ust
Be M
et
•
Key
Mile
ston
e D
ates
(Re
fere
nce
01 1
2 13
):
•
See
Spec
ific
Bid
Pack
age
resp
onsi
bilit
ies
for
indi
vidu
al m
ilest
ones
with
in S
ectio
n 01
12
13.
•
Coor
dina
tion
docu
men
t co
mpl
etio
n m
ilest
one,
bid
ders
are
to
pay
part
icul
ar a
tten
tion
to.
Sout
h H
igh
Ris
es R
enov
atio
n an
d A
ddit
ion,
Pha
se 3
, BP
#8
Ant
icip
ated
Add
endu
m I
tem
s (I
tem
s no
ted
will
be
gove
rned
by
Adde
ndum
)
•
Pr
e Bi
d M
eetin
g M
inut
es a
nd S
ign
In S
heet
•
Que
stio
ns fr
om t
his
Mee
ting
•
Subm
itted
bid
ders
que
stio
ns r
equi
ring
clar
ifica
tion.
•
Elev
ator
Mai
nten
ance
and
sco
pe a
dditi
ons
to C
ontr
act 3
17.
•
Mis
cella
neou
s Sc
ope
Clar
ifica
tions
•
Tem
pora
ry E
lect
rical
Cla
rific
atio
n of
wor
k re
quire
men
t for
Sm
ith-S
teeb
& S
iebe
rt
Sout
h H
igh
Ris
es R
enov
atio
n an
d A
ddit
ion,
Pha
se 3
, BP
#8
Que
stio
ns?
Sout
h H
igh
Ris
es R
enov
atio
n an
d A
ddit
ion,
Pha
se 3
, BP
#8
Than
k Y
ou
4
3
5
6
G H I.2 I.8I.1
A7.4.310
11
12
13
114A
X105CA
128AA 128AB
X106CA
125A
125
FIRE COMMANDCENTER
X105CELEVATOR LOBBY
114GROUP STUDY
128A
ELEV.X126E
ELEV.X125E
ELEV.X127E
STORAGE113
113A
104C2
2S4
2S4
22C
2
ALIGN
ALIGN
1V0TYP.
2 S4
1C1
8' - 0" 66C
1026C2
220P
A 1 2CR2
8' -
0"
125B
C
T 1D0
13"
Date
Job #
Drawing #
Drawing Name
Issued With
Referenced Drawing No.
614-628-0311FT 614-628-0300300 Marconi Boulevard Columbus, Ohio 43215Schooley Caldwell Associates
Enter address here
01/09/12
09600
SK-A1
SOUTH HIGH RISESRENOVATION AND ADDITION
LEVEL 1 SMITH-STEEB (ENLARGED)
1/8" = 1'-0"1 NEW WORK FLOOR PLAN - LEVEL 1 SMITH-STEEB (ENLARGED AREA)
BID PACKAGE 8: ADDENDUM 1
A1.3
15
K.8K.3J.7J.1
16
K.9
A7.4.1
7
9
8
10
170
ASST. HALLDIRECTOR
174A
172A
ASSISTANT HALLDIRECTOR
176
HALL DIRECTOR174
HALL DIRECTOR172
176A
170A
55G1
T 0 1C0
A 1C1
A 1C1
5' -
0"
5' - 0"
6' -
6"
A 1C1
A1C
1
A 1C1
ALIGN2' - 7"
T 0 1C0
A 1C15' - 0"
5' -
0"
5' - 0"
WAITING AREA175
AB
T 0 1C0 11"
24"
Date
Job #
Drawing #
Drawing Name
Issued With
Referenced Drawing No.
614-628-0311FT 614-628-0300300 Marconi Boulevard Columbus, Ohio 43215Schooley Caldwell Associates
Enter address here
01/09/12
09600
SK-A2
SOUTH HIGH RISESRENOVATION AND ADDITION
LEVEL 1 SMITH-STEEB (ENLARGED)
1/8" = 1'-0"1 NEW WORK FLOOR PLAN - LEVEL 1 SMITH-STEEB (ENLARGED AREA)
BID PACKAGE 8: ADDENDUM 1
A1.3
STAINLESS STEELSCREWS - TYPICAL
MASONRY ANCHOR
EXISTING MASONRY
61B1
20 GA. STAINLESSSTEEL SHEET - BENDTO FIT - WRAPENTIRE OPENING
EXTERIOR ACCESSDOOR - OPENING AT8" W BY 10" H -COORDINATEELEVATION HEIGHTWITH EXTERIORJOINTS, +/- 3'-0" A.F.F.
IC0 T
929G
72C
929F
EXTERIOR ACCESSDOOR - OPENING AT8" W BY 10" H -COORDINATEELEVATION HEIGHTWITH EXTERIORJOINTS, +/- 3'-0" A.F.F.
Date
Job #
Drawing #
Drawing Name
Issued With
Referenced Drawing No.
614-628-0311FT 614-628-0300300 Marconi Boulevard Columbus, Ohio 43215Schooley Caldwell Associates
Enter address here
01/09/12
09600
SK-A3
SOUTH HIGH RISESRENOVATION AND ADDITION
EXTERIOR INSULATED ACCESS PANEL
1 1/2" = 1'-0"12 PLAN DETAIL - EXTERIOR INSULATED ACCESS PANEL
BID PACKAGE 8: ADDENDUM 1
A5.2.3
OF
FS
ET
NE
W S
TE
PS
6"
AW
AY
FR
OM
EX
IST
ING
CO
NC
RE
TE
FLO
OR
CU
T
FIR
ST
FLO
OR
SM
ITH
/ST
EE
B75
0' -
7"
8"
1 3/4" 5 1/2" 3/4"
MAX.
4"
3' - 6"
2" 4"
SE
E D
ET
AIL
17/
A8.
4.6
FO
RH
AN
DR
AIL
TO
P D
ET
AIL
1 1/
4" S
ST
PIP
E F
AS
TE
NE
DT
O S
ST
BR
AC
KE
T
2"
55F
57G
R
929G
929F
33C
5/8"
DIA
. HIL
TI H
IT-T
Z R
OD
-E
MB
ED
AT
4"
INT
O C
ON
CR
ET
EW
ITH
HIL
TI H
IT-H
Y15
0 M
AX
AD
HE
SIV
E
2-1/
2" x
1-1
/2"
x 1/
4" S
ST
CLI
P A
NG
LEE
AC
H S
IDE
- W
ELD
TO
1/2
"x 2
1/2
" S
.S.
PO
ST
WIT
H C
ON
TIN
UO
US
3/1
6" F
ILLE
TW
ELD
S O
N A
LL T
HR
EE
SID
ES
ST
AIR
2 1/
4"
3' - 0"
SE
E D
ET
AIL
19/
A8.
4.6
FO
RG
LAS
S A
TT
AC
HM
EN
T D
ET
AIL
AN
D T
YP
ICA
L P
OS
TC
ON
ST
RU
CT
ION
57H
R
0' -
3 5
/8"
0' -
0 5
/8"
3" 3"1 1/4"
4"
0' -
1 1
/2"
ST
AIN
LES
S S
TE
EL
CO
VE
R -
TY
P. A
T A
LLE
XP
OS
ED
NU
TS
/RO
DS
6"
Date
Job #
Drawing #
Drawing Name
Issued With
Referenced Drawing No.
Schooley Caldwell Associates 614-628-0311F614-628-0300T300 Marconi Boulevard Columbus, Ohio 43215
Enter address here
01/09/12
SK-A4
GUARDRAIL AT GRAND STAIRSOUTH HIGH RISESRENOVATION AND ADDITION
1 1
/2"
= 1
'-0"
4G
UR
AD
RA
IL A
T G
RA
ND
ST
AIR
BID PACKAGE 8: ADDENDUM 1
A7.5.4
09600
EX
IST
ING
CO
LUM
NB
EY
ON
D
BE
NT
PLA
TE
, SE
E S
TR
UC
TU
RA
LD
RA
WIN
GS
2-1/
2" S
TU
DS
BE
AM
EN
CLO
SU
RE
TO
HA
VE
2-H
R R
AT
ING
SIM
. TO
UL
501
SE
E D
ET
AIL
14/
A8.
4.4
FO
RG
LAS
S A
TT
AC
HM
EN
T D
ET
AIL
AN
D T
YP
ICA
L P
OS
TC
ON
ST
RU
CT
ION
SE
E D
ET
AIL
13/
A8.
4.4
FO
RH
AN
DR
AIL
TO
P D
ET
AIL
3' - 10"
2 / 1
5
929F
929G
51S
33C
55F
57G
R
4"2"
FIR
ST
FLO
OR
SM
ITH
/ST
EE
B75
0' -
7"
2-1/
2" x
1-1
/2"
x 1/
4" S
ST
CLI
P A
NG
LEE
AC
H S
IDE
- W
ELD
TO
1/2
"x 2
1/2
" S
.S.
PO
ST
AN
D W
ELD
TO
BE
NT
PLA
TE
WIT
H C
ON
TIN
UO
US
3/1
6" F
ILLE
TW
ELD
S O
N A
LL 6
SID
ES
SE
E S
TR
UC
TU
RA
L
CE
ME
NT
ITIO
US
PA
TC
HIN
GR
EP
AIR
CH
ISE
L O
UT
CO
NC
RE
TE
AT
EA
CH
PLA
TE
LO
CA
TIO
N
EX
IST
ING
55F
3/8"
5 1/2"
3/8"
MAX.
4"9
1/4"
Date
Job #
Drawing #
Drawing Name
Issued With
Referenced Drawing No.
Schooley Caldwell Associates 614-628-0311F614-628-0300T300 Marconi Boulevard Columbus, Ohio 43215
Enter address here
01/09/12
SK-A5
GUARDRAIL AT LOUNGESOUTH HIGH RISESRENOVATION AND ADDITION
1 1
/2"
= 1
'-0"
5G
UA
RD
RA
IL A
T L
OU
NG
E
BID PACKAGE 8: ADDENDUM 1
A8.4.1
09600
12
13
P.1O.1
N.1
A7.5.4 4
A7.5.410
3
6
5
7
8
9
2' - 4" 11' - 4" 1' - 6" 10' - 8"
V.I.F.
10 1/4"
1' - 10 3/4"
104C1
5' -
0"
CLE
AR
4' - 8" CLEAR
2' -
7 1
/2"
2' -
7 3
/4"
2' -
11"
1' -
5 3
/4"
4' - 8" CLEAR
1' - 2" 3' - 2 1/2" 7' - 3" 1' - 2"
230M
OPEN TOROOM 067(BELOW)
230M230M
230M
66T
81D1
1V0
1B0
2 2C2
1 S2
1S2
A 1C12 S4
1028T1
1028T91028T9
1028T1
1028T8
1028T8
1028T6
1028T8
66C
1028T6
220P
1028T8
220P
1028T31028T3
1028T2
1028T5
1028T5
1028T2
102T102T
66C
220P
220P
167TA165TA
1026C21026C21026C2
1026C2
1026C2
ALIGN
929F
SIZES ASREQUIRED
230M
24"
929F
Date
Job #
Drawing #
Drawing Name
Issued With
Referenced Drawing No.
Schooley Caldwell Associates 614-628-0311F614-628-0300T300 Marconi Boulevard Columbus, Ohio 43215
Enter address here
01/09/12
SK-A6
STEEB HALL PUBLIC TOILETROOMSSOUTH HIGH RISES
RENOVATION AND ADDITION
1/2" = 1'-0"1 STEEB HALL PUBLIC TOILET ROOMS
BID PACKAGE 8: ADDENDUM 1
A7.5.4
09600
4
5
6
G H
A7.4.310
11
12
13
FIRE COMMAND CENTER125
WALL MOUNTEDPLAN RACK
ELEVATORCONTROLS
4'x8' SHEETPAINTED TOMATCH WALL
ELEVATORSTATUS4'x8' SHEET
PAINTED TOMATCH WALL
4'x8' SHEETPAINTED TOMATCH WALL
FIRE CONTROLPUMP PANEL
AUTOMATIC XFR.CONTROL PANEL
FACP
HVAC SYSTEMCONTROLPANEL
FCC PANEL
4'x8' SHEETPAINTED TOMATCH WALL
GENERATORCONTROL REMOTEANNUN. PANEL
EXTERIORACCESS DOOR
125B
EQ
EQ
61P3
61P3
VARIESCORRIDOR
61P3
61P3
61P3
T0
1C0
1V0
2S4
2 2C2
EQ
EQ
A5.2.312
Date
Job #
Drawing #
Drawing Name
Issued With
Referenced Drawing No.
614-628-0311FT 614-628-0300300 Marconi Boulevard Columbus, Ohio 43215Schooley Caldwell Associates
Enter address here
01/09/12
09600
SK-A7
SOUTH HIGH RISESRENOVATION AND ADDITION
ENLARGED PLAN - FIRE COMMAND CENTER
1/4" = 1'-0"12 ENLARGED PLAN - FIRE COMMAND CENTER
BID PACKAGE 8: ADDENDUM 1
A7.4.3
2 1/2" 2 1/2"
3 5/8"
3 5/
8"
3 5/8"
1' - 0 1/4"
0' - 9 3/4"
WALL TYPE 2BB2-1-A
1' - 10"
EXISTING COLUMN
1C0
1C0
929F
TYP.
929G
TYP.
929A1
TYP.
MAINTAIN 1 HOUR FIRESEPARATIONBETWEEN SLEEPINGUNITS AND CORRIDOR- TYP.
929G2 LAYERS
EXISTING CORRIDOR WALL
A8.10.210
CLOSE CAVITYWITH JOINTCOMPOUND -FINISHSMOOTH WITHADJACENTWALL
230M230M
230M
VA
LAN
CE
SO
FF
ITA
BO
VE
Date
Job #
Drawing #
Drawing Name
Issued With
Referenced Drawing No.
614-628-0311FT 614-628-0300300 Marconi Boulevard Columbus, Ohio 43215Schooley Caldwell Associates
Enter address here
01/09/12
09600
SK-A8
SOUTH HIGH RISESRENOVATION AND ADDITION
WALL TRANSITION AT STUDENT LOUNGE
1 1/2" = 1'-0"12 PLAN DETAIL - WALL TRANSITION AT STUDENT LOUNGE - ROOM 06 (FLOORS 9 & 10)
BID PACKAGE 8: ADDENDUM 1
A8.10.1
5 5.5 6.5 7 8 9
A
B
134RESOURCE ROOM 129M
GENERATORROOM
4' - 6"
EQ
EQ
4" VENTS
901A
901A
9
A15.2.3
10
A15.2.3
5' -
0"
5' -
0"
EQ
EQ
EQ EQ EQ EQV.I.F.
6' - 3 3/8" 6' - 0" 6' - 0" 6' - 0" 6' - 0" 6' - 0"
Date
Job #
Drawing #
Drawing Name
Issued With
Referenced Drawing No.
614-628-0311FT 614-628-0300300 Marconi Boulevard Columbus, Ohio 43215Schooley Caldwell Associates
184 West 11th Avenue, Columbus, Ohio43210
01/09/12
09600
SK-A9
SOUTH HIGH RISESRENOVATION AND ADDITION
CEILING PLAN - LEVEL 01 (ENLARGED)
BID PACKAGE 8: ADDENDUM 1
A19.2
1/8" = 1'-0"1 CEILING PLAN - LEVEL 01 (ENLARGED AREA)
UP UP
DN DN
UPDN DNUP
4
3
2
5
6
A B C D E F G H I.2 I.5 I.8 J K M N O P Q R
11
12
13
14
15
TSR.1Q.1P.1O.1N.1M.1K.8K.3J.7J.1I.7H.1G.1F.1E.1D.1C.1
HH
V
HHHH
BBB
HH
HH
V
HHHH
B B B
HH G GTYPICAL FOR ALLRESIDENT ROOMDOORS U.N.O.
EE
III
JJ
I
I
E
JJII
BB
I
B
G
EE
TYPICAL FOR ALLRESIDENT ROOMDOORS U.N.O.
G
G
EE
GTYPICAL FOR ALLRESIDENT ROOMDOORS U.N.O.
III
B
JJ
III
E
JJ
I
BB
I
EG
TYPICAL FOR ALLRESIDENT ROOMDOORS U.N.O.
EE
G
ZZ ZZ
ZZ ZZ
I QQ
HH
HH
Y
J
Y
Y Y
DDD
DDD
DDD
DDD
DDD
DDD DDD
LL
LL
GG
GG
CCC
CCC
II
II
1
1
III
III
III
III
DEMOLITION - GENERAL NOTES
1. THE INTENT OF THESE DEMOLITION DRAWINGS IS NOT TOSHOW EVERY SINGLE ITEM TO BE REMOVED FROM THEBUILDING. THE MAJORITY OF DEMOLITION SCOPE IS SHOWNHERE, HOWEVER THE INTENT IS TO REMOVE ALL ITEMS THATARE NOT A PART OF THE FINISHED BUILDING.
2. ALL DASHED LINES INDICATE ITEMS TO BE REMOVED.
3. REFER TO BID PACKAGE 2, HAZARDOUS MATERIAL REMOVALSAND SELECTIVE DEMOLITION FOR ITEMS TO BE REMOVEDUNDER THAT CONTRACT. ITEMS TO BE REMOVED UNDERTHAT CONTRACT SUCH AS TOILET PARTITIONS,CHASE WALLS, ETCARE NOT SHOWN ON THESE DEMOLITION DRAWINGS.
4. REFER TO TO PLUMBING, HVAC, AND ELECTRICAL DRAWINGSFOR DEMOLITION OF THESE SYSTEMS.
5. REFER TO STRUCTURAL DRAWINGS FOR STRUCTURALDEMOLITION.
6. REFER TO BID PACKAGE 7 LANDSCAPE DRAWINGS FOR ALLSITE DEMOLITION.
7. REMOVE ALL EXISTING CEILINGS, SOFFITS, AND SUPPORTSYSTEMS IN THEIR ENTIRETY UP TO THE UNDERSIDE OF THECONCRETE SLAB. IF MORE THAN ONE CEILING EXISTS,REMOVE THEM ALL.
8. ALL DOORS SHOWN DASHED ARE TO BE REMOVED. WHEREDOORS OCCUR IN WALLS TO BE DEMOLISHED, REMOVE THEFRAME. WHERE DOORS OCCUR IN WALLS TO REMAIN, THEFRAME IS TO REMAIN, U.N.O. IN EITHER CASE, ALL HARDWAREIS TO BE REMOVED, UNLESS NOTED OTHERWISE.
9. REMOVE ALL BUILT-IN MILLWORK WHERE SHOWN DASHED.WHERE UPPER MILLWORK ONLY EXISTS IN RESIDENT ROOMS,THERE IS FURRING AND GYPSUM BOARD ON WALL BELOW.REMOVE FURRING AND GYPSUM BOARD.
10. REMOVE ANY REMAINING CARPET FROM EXISTING FLOORSWHICH WAS NOT PREVIOUSLY REMOVED AS PART OF BIDPACKAGE 2 OR BID PACKAGE 7.
11. RESILIENT FLOORING IS TYPICALLY TO BE REMOVED BYBID PACKAGE 2 CONTRACTOR. THE EXCEPTIONS ARE (1)IN THE SMITH HALL NORTH CORRIDOR ON FLOORS 2-10,AND (2) THE SMITH HALL ELEVATOR LOBBY AND ALLCORRIDORS ON FLOOR 11.
12. REMOVE ANY MISCELLANEOUS FLOORING DOWN TO THECONCRETE SLAB (EXCEPT SMITH HALL ELEVATORLOBBIES AND CORRIDORS AS NOTE IN GENERALDEMOLITION NOTE 11).
13. PARTITIONS TO BE DEMOLISHED ARE TYPICALLY 4"MASONRY. A FEW ARE HOLLOW METAL OR ALUMINUMWINDOW WALLS. NEWER WALLS MAY BE METAL STUDWITH GYPSUM BOARD OR PLASTER.
14. REMOVE ALL EXISTING WINDOW COVERINGS FROM ALLWINDOWS. INCLUDE ANY CURTAIN RODS, TRACKS,SUPPORT DEVICES, OR OTHER HARDWARE.
15. REMOVE ALL TIES, CONNECTIONS, SUPPORTS, ORHANGERS OF DEMOLISHED ITEMS FROM ELEMENTS TOREMAIN.
16. REMOVE ALL MISCELLANEOUS ITEMS ATTACHED TOELEMENTS TO REMAIN. REMOVE ALL TACK BOARDS ANDSIMILAR ITEMS FROM WALLS. REMOVE CHEMICALDISPENSERS FROM JANITOR CLOSETS. DO NOTREMOVE SHELVING AND PEGBOARDS FROM JANITORCLOSETS.
17. RESTROOMS AND ALL FIXTURES, ACCESSORIES, ETC NOTPREVIOUSLY DEMOLISHED AS PART OF BID PACKAGE 2ARE TO BE REMOVED.
18. WHEREVER CONCRETE OR MASONRY CONSTRUCTION ISTO BE REMOVED FROM CONSTRUCTION TO REMAIN,SEPARATION OF THE TWO MUST BE BY SAW-CUT.
19. REMOVE ALL INTERIOR BUILDING SIGNAGE. THISINCLUDES ALL ROOM NUMBERS ON, ABOVE, OR BESIDEDOORS.
20. REMOVE ALL FLOOR MOUNTED DOOR STOPS.
21. EACH FLOOR TYPICALLY HAS TWO FLOOR MOUNTEDCENTRAL VACUUM PORTS. REFER TO PLUMBINGDRAWINGS FOR PORT REMOVAL. INFILL HOLES WHEREPORTS ARE REMOVED (INFILL BY CONCRETECONTRACTOR).
22. A "HOT WORK PERMIT" IS REQUIRED IF THECONTRACTORS PERFORM ANY WELDING, CUTTING, ORSPARK GENERATING ACTIVITY. THE HOT WORK PERMITCAN BE OBTAINED FROM THE OFFICE OFENVIRONMENTAL HEALTH AND SAFETY'S WEB SITEWWW.EHS.OHIO-STATE.EDU. CLICK ON "OCCUPATIONALHEALTH SAFETY AND EDUCATION"; THENCLICK ON "PUBLICATIONS DOCUMENTS AND FORMS";SCROLL DOWN AND CLICK ON "HOW WORK PERMIT".THE COMPLETED HOT WORK PERMIT FORM NEEDS TOBE APPROVED BY THE UNIVERSITY REPRESENTATIVE.
DEMOLITION - CODED NOTESA. REMOVE EXISTING CONCRETE WINDOW WELL. SAW-CUT FROM CONCRETE
FOUNDATION WALL.
B. REMOVE EXISTING WINDOW. REMOVE EXTERIOR SILL AND INTERIOR STOOLWHERE OCCURS. REMOVE PLASTER RETURNS AT JAMBS AND ANY OTHERCONSTRUCTION TO ALLOW FOR NEW WORK.
C. REMOVE STAIR AND RAILINGS IN THEIR ENTIRETY.
D. REMOVE CONCRETE PAD.
E. CUT OPENING IN EXISTING WALL AS REQUIRED TO INSTALL NEW DOOR ANDFRAME.
F. CUT OPENING IN EXISTING WALL. REFER TO NEW WORK DRAWINGS.
G. REMOVE DOOR AND ALL HARDWARE. DO NOT REMOVE DOOR FRAME.
H. REMOVE TOILET PARTITIONS.
I. REMOVE DOOR AND FRAME.
J. REMOVE ANY WALLS REMAINING AFTER ABATEMENT CONTRACTOR REMOVESCHASE WALLS.
K. REMOVE MILLWORK.
L. REMOVE PORTION OF CONCRETE FOUNDATION WALL. REFER TO NEW WORKFOR LIMITS.
M. REMOVE LIMESTONE FACING FROM WALL.
N. REMOVE CANOPY IN ITS ENTIRETY.
O. REMOVE ALUMINUM STORE FRONT FROM WALL INCLUDING DOOR, SIDE LITES,AND ALL FRAMING.
P. REMOVE RAMP.
Q. REMOVE RAILING SYSTEM.
R. REAR DOOR OF ELEVATOR TO BE REMOVED. REFER TO SPECIFICATIONS
S. REMOVE ALL EXISTING ELEVATOR FIXTURE AND FINISHES AS REQUIRED TOINSTALL NEW.
T. REMOVE STAIRS, RAILINGS, AND FLOOR STRUCTURE AS REQUIRED TO MAKESTAIR MODIFICATIONS. REFER TO NEW WORK DRAWINGS.
U. REMOVE TEMPORARY BARRIER.
V. REMOVE ALL BRICK AND LIMESTONE FACING FROM WALL IN THIS AREA. DO NOTREMOVE BACK-UP MASONRY U.N.O. THIS LIMESTONE AND BRICK IS TO BE USEDIN THE NEW WORK WHERE SALVAGED BRICK AND LIMESTONE IS CALLED FOR.
W. REMOVE TEMPORARY DOOR AND OPENING INFILL.
X. REMOVE TEMPORARY WOOD STAIR AND OR RAMP INCLUDING ALL LIGHTFIXTURES, FOUNDATIONS, ETC.
Y. REMOVE RAISED CONCRETE PAD AND TERRAZZO SHOWER STALLS.
Z. REMOVE CAST IN PLACE CONCRETE FLOOR SINK.
AA. REMOVE MAIL BOXES.
BB. REMOVE MASONRY CHIMNEY AND LINEN CHUTE WALLS INCLUDING THE METALCHUTE INSIDE. EXPOSED REMAINING WALL SHALL BE DEBURRED & PARGED.
CC. REMOVE RECESSED FLOOR MAT
DD. REMOVE ALL OF THE FLOORING IN LOUNGE AREA DOWN TO THE ORIGINALTERRAZZO. ORIGINAL TERRAZZO TO REMAIN.
EE. TYPICAL RESIDENT ROOM MILLWORK TO BE REMOVED
FF. CUT HOLE THROUGH ROOF SLAB FOR HVAC EQUIPMENT. REFER TOSTRUCTURAL DRAWINGS FOR REINFORCING.
GG. REMOVE METAL FASCIA AROUND PERIMETER OF ROOF. REMOVE ANYBLOCKING BEHIND FASCIA.
HH. REMOVE PORTION OF EXTERIOR WALL. REFER TO NEW WORK DRAWINGS FORDETAILS. WHERE THE EXISTING SHELF ANGLE IS REMOVED AS REQUIRED FORNEW OPENINGS, THE REMAING ANGLE MUST CANTILEVER NO MORE THAN 1'-0"FROM THE EXISTING ANCHORAGE. WHERE THE ANGLE CANTILEVERS FURTHERTHAN 1'-0" PROVIDE A NEW 5/8" DIAMETER ANCHOR WITH A MINIMUM OF 4"EMBEDMENT.
II. REMOVE ACCESS DOOR AND FRAME.
JJ. REMOVE FLOOR CLOSER WHERE OCCURS.
KK. REMOVE EXISTING LOUVER.
LL. REMOVE EXITING MODIFIED BITUMEN ROOFING ASSEMBLY IN IT'S ENTIRETYDOWN TO THE CONCRETE ROOF SLAB. REMOVE ALL INSULATION, FLASHINGS,METAL EDGE TRIM, GUTTERS AND DOWN SPOUTS, ACCESSORIES,ETC. CLEAN AND PREPARE CONCRETE DECK FOR NEW ROOFING.
MM. REMOVE TANK SUPPORT FRAMING AND CATWALKS. COORDINATE WITH HVACCONTRACTOR.
NN. REMOVE LIMESTONE COPING. AND THROUGH-WALL FLASHING. SALVAGECOPING STONE FOR REINSTALLATION AS SHOWN IN NEW WORK.
OO. REMOVE ROOF CURBS.
PP. REMOVE ALL ELEVATOR EQUIPMENT SPECIFIED TO BE REPLACED.
QQ. REMOVE CONCRETE FLOOR SLAB IN THIS AREA. REFER TO STRUCTURALDRAWINGS.
RR. REMOVE BRICK CHIMNEY IN IT'S ENTIRETY.
SS. REMOVE CONCRETE EQUIPMENT PAD
TT. REMOVE STEEL PIPE SUPPORTS AND CATWALK.
UU. REMOVE ROOF MOUNTED HANDLE.
VV. REMOVE IGU'S FROM WINDOW. PROTECT FRAME TO REMAIN
WW. REMOVE EXISTING BIKE RACKS
XX. REMOVE EXISTING STEEL BEAMS AND PLATFORMS ABOVE AND ANYASSOCIATED STEEL SUPPORT COLUMNS.
YY. REMOVE EXISTING LADDER
ZZ. PROTECT EXISTING HOSE CABINET ENCLOSURE TO REMAIN.
AAA. REMOVE THE EXISTING TRANSFORMER VAULT ROOF SLAB. WHEREAPPLICABLE, REINFORCE THE EXISTING SLAB (REMAINING PORTION) PRIOR TOREMOVAL. REFER TO STRUCTURAL DRAWINGS.
BBB. REMOVE TOP PORTION OF EXISTING TRANSFORMER VAULT WALLS TO MEETTHE UNDERSIDE OF THE NEW VAULT STRUCTURAL ROOF SLAB. COORDINATEWALL REMOVAL ELEVATION WITH STRUCTURAL ELEVATIONS AND BID PACKAGE 7SITE DRAWING GRADE ELEVATIONS.
CCC. REMOVE REMAINING PORTION OF EXISTING LOADING DOCK SLAB, DOCKCANOPY SLAB, AND ASSOCIATED CONCRETE WALLS. CUT SLABS & WALLSBACK TO FACE OF EXISTING BEAM AT COLUMN LINE 6 (SMITH) AND COLUMNLINE 11 (STEEB).
DDD. EXISTING LIGHT FIXTURE TO BE REMOVED AND REPLACED WITH NEW. PATCHANY HOLES LEFT BY THE OLD FIXTURE. REFER TO ELECTRICAL.
EEE. REMOVE PORTION OF EXISTING BRICK CLADDING AND CMU BACKUP WALLTO ACCOMMODATE LOUVER OPENINGS AS INDICATED IN THE NEW WORKDRAWINGS. REFER TO HVAC FOR ADDITIONAL INFORMATION.
FFF. REMOVE ENTIRE CMU BACKUP WALL SYSTEM BETWEEN COLUMNSG6 AND H6 FROM THE TOP OF THE 12TH FLOOR STRUCTURAL FLOORSLAB TO THE BEAM ABOVE. OPENING IS TO BE USED TO INSTALL NEWGENERATOR AND MISCELLANEOUS LARGE EQUIPMENT.
GGG. REMOVE CONCRETE FOUNDATION WALLS AND SLABS.
HHH. DEMOLISH CONCRETE WALK BETWEEN SMITH AND STEEB
III. EXISTING CORRIDOR ELECTRICAL PANEL TO REMAIN - REFER TO ELECTRICALDRAWINGS
PREPARED FOR
PREPARED BY
OSU PROJECT NUMBER:
REVISIONS
NO. DATE DESCRIPTION
COMM NO. DRAWN BY DATEO.S.U. PROJ. NO.
SHEET
SCHOOLEY CALDWELL ASSOCIATES300 MARCONI BOULEVARD COLUMBUS, OHIO 43215
OF
THE OHIO STATE UNIVERSITYFACILITIES OPERATIONS AND DEVELOPMENT
COLUMBUS, OHIO
SOUTH HIGH RISES RENOVATION AND ADDITIONBP8: SMITH-STEEB HALL RENOVATION/ADDITION
09600
SCA 12/20/11
A1.4DDEMOLITION PLAN - LEVEL 2
09600 0960018 199
1/8" = 1'-0"1 DEMOLITION PLAN - LEVEL 2 SMITH-STEEB
N
1 01/10/12 ADDENDUM 1
UP UP
DN DN
UPDN DNUPUPUPUP
DN
4
3
2
5
6
A B C D E F G H I.2 I.5 I.8 J K M N O P Q R
11
12
13
14
15
TSR.1Q.1P.1O.1N.1M.1K.8K.3J.7J.1I.7H.1G.1F.1E.1D.1C.1
201DOUBLE ROOM
202DOUBLE ROOM
X241SSTAIR
204
RESIDENT ADVISORROOM
205DOUBLE ROOM
206DOUBLE ROOM
207DOUBLE ROOM
208DOUBLE ROOM
209DOUBLE ROOM
210DOUBLE ROOM
212DOUBLE ROOM
214DOUBLE ROOM
216DOUBLE ROOM
218DOUBLE ROOM
220DOUBLE ROOM
222DOUBLE ROOM
223
RESIDENT ADVISORROOM
224DOUBLE ROOM
225DOUBLE ROOM
226DOUBLE ROOM
227DOUBLE ROOM
228DOUBLE ROOM
229DOUBLE ROOM
230SINGLE ROOM
X242SSTAIR
232DOUBLE ROOM
233DOUBLE ROOM
261DOUBLE ROOM
262DOUBLE ROOM
X243SSTAIR
264SINGLE ROOM
265DOUBLE ROOM
266DOUBLE ROOM
267DOUBLE ROOM
268DOUBLE ROOM
269DOUBLE ROOM
270DOUBLE ROOM
272DOUBLE ROOM
274DOUBLE ROOM
276DOUBLE ROOM
278DOUBLE ROOM
280DOUBLE ROOM
282DOUBLE ROOM
284DOUBLE ROOM
285DOUBLE ROOM
286DOUBLE ROOM
287DOUBLE ROOM
288DOUBLE ROOM
289DOUBLE ROOM
290
RESIDENT ADVISORROOM
X244SSTAIR
292DOUBLE ROOM
293DOUBLE ROOM
7
8
9
10
K.9
K.9
232A 230A 228A
229A
227A
226A
225A
224A
233A
X242SA
223A
222A
221TA
220A
218A
219JA
216A
214A
213TA
212A
210A
292A
290A
293A
X244SA 289A
288A
287A
286A
285A
284A
282A
281TA
280A
278A
277JA
276A
274A
273TA
272A
270A
269A
268A
267A
266A
265A
264A
X243SA
261A
262A
208A
206A
204A
X241SA
205A
207A
209A 20
1A202A
221TBATHROOM
221A
221B
221C
221D
X207CECORRIDOR
277JJANITOR
X205CECORRIDOR
X205CCORRIDOR
219JJANITOR
3.20MEZZANINE LOUNGE
250
2.10CORRIDOR
X206C
271
RESIDENT ADVISORROOM
275MDATA
273TBATHROOM273A
273B
273C
273D
I.1
I.1
281A
281E 281D
281B
281C
BATHROOM281T
213A213D 213E
213B
213C
BATHROOM213T
CORRIDORX207C
271A
X205CA
X207CA
A5.2.11
A5.2.11
A5.2.11
A5.2.11
A7.5.31
----2
A1.1A
DATA217M
217M
A
275M
AA7.5.2
1
A7.5.11
ELEV.X226E
ELEV.X225E
ELEV.X227E
ELEV.X231E
ELEV.X230E
ELEV.X228E
10
A5.5.1
7
A5.5.1
213AA
213BA
213CA
213D
A
213EA
281EA
281D
A
281AA
281BA
281CA
112L
ERA-4
ERA-4
12
A3.2.1
12
A3.2.1
12A
A3.2.1
12A
A3.2.1
12A
A3.2.1
12A
A3.2.1
220P
220P
112L
R.D. R.D. R.D.
R.D.
R.D.
10
A5.5.1
10
A5.5.1
10
A5.5.17
A5.5.1
R.D. R.D. R.D.
HH
H H
221CA
221BA
221AA
221D
A
273D
A
273BA
273AA
273CA
220P 220P 220P 220P
220P220P220P
220P
220P 220P 220P
220P220P
220P
260E 260E
260E 260E
111
1 1
NEW WORK - GENERAL NOTES1. REFER TO DOOR AND FRAME SCHEDULE FOR ALL DOOR
REQUIREMENTS AND OPENING DETAILS.
2. REFER TO FINISH PLANS FOR ALL FLOOR TRANSITIONDETAILS.
3. ALL DIMENSIONS ARE TO FACE OF FINISH OR TOCENTERLINE OF COLUMNS, U.N.O.
4. IN THE EXISTING STUDENT ROOMS, FILL ALL PICTUREHANGING SLOTS WITH DRYWALL COMPOUND. SLOTTYPICALLY IS ON ONE WALL OF EACH ROOM OPPOSITEWHERE THE EXISTING MILLWORK IS.
5. ALL EXISTING ELEVATORS ARE TO BE MODERNIZED.REFER TO SPECIFICATIONS FOR SCOPE OF WORK.
6. REFER TO SHEET A8.5.1 FOR SCOPE OF WORK FORELEVATOR CAR FINISHES. TYP FOR ALL ELEVATORS
7. REFER TO SHEETS A7.1.1 THROUGH A7.1.12 FORENLARGED PLANS OF TYPICAL RESIDENCE ROOMS ANDFLOOR LOUNGES.
8. REFER TO SHEETS A7.2.1 FOR ENLARGED PLANS OFFIRST FLOOR APARTMENTS.
9. ALL ABANDONED HOLES IN CONCRETE FLOOR SLABSARE TO BE FILLED. REFER TO STRUCTURAL DRAWINGSFOR REPAIR METHOD. THIS APPLIES TO ALL HOLESWHERE EXISTING HVAC, PLUMBING, AND ELECTRICALSYSTEMS ARE REMOVED.
10 PATCH ALL HOLES WHERE EXISTING CENTRALVACUUM PORTS WERE REMOVED FROM THE FLOOR.
11. WHEREVER EXISTING CONCRETE FLOORS ARE TOREMAIN EXPOSED,CLEAN, RESTORE AND SEALCONCRETE.
12. WHEREVER THE UNDERSIDE OF EXISTING CONCRETEFLOOR SLABS ARE TO REMAIN EXPOSED, PATCHAND RESTORE ALL HOLES, CRACKS, SPALLING, OROTHER DAMAGE PRIOR TO PAINTING.
13. PATCH ALL HOLES, CRACKS, VOIDS OR OTHER DAMAGETO ALL EXISTING WALLS TO REMAIN EXPOSED. THISINCLUDES WHERE ALL HVAC, PLUMBING, ANDELECTRICAL SYSTEMS WERE REMOVED.
14. PROVIDE BLOCKING IN ALL NEW METAL STUD ORFURRED WALLS AS REQUIRED FOR WALL MOUNTEDEQUIPMENT. THIS INCLUDES OWNER INSTALLEDEQUIPMENT.
15. ALL EXISTING EXTERIOR WALLS THAT HAVE METAL STUDFRAMING AGAINST THEM AND NEW INTERIOR FINISHESARE TO RECIEVE 3" OF CLOSED CELL SPRAY FOAMINSULATION (KEYNOTE 72C) BETWEEN THE THE STUDS.WHERE CHASES OR BOX-OUTS OCCUR, THE INSULATIONSHALL CONTINUE ALONG THE EXTERIOR WALL BEHINDTHE BOX-OUT.
16. ALL EXISTING METAL COMPONENTS IN STAIRS 1, 2, 3,AND 4 ARE TO BE RESTORED PRIOR TO PAINTING.THIS ALSO INCLUDES EXISTING STAIRS UP TO THEPENTHOUSES AND UP TO THE ELEVATOR MACHINEROOMS.
PARTITION TYPE NOTESPROVIDE PARTITION TYPES PER DRAWINGS A0.4 AND A0.5AND AS FOLLOWS
1. ALL DRYWALL PARTITIONS SHALL BE PARTITION TYPE2C2, U.N.O. PROVIDE FIRE RESISTIVE RATEDPARTITIONS AS REQUIRED.
2. MASONRY PARTITIONS SHALL BE PARTITION TYPE M8,U.N.O. PROVIDE FIRE RESISTIVE RATED PARTITIONS ASREQUIRED.
3. ALL DRYWALL COLUMN ENCLOSURES SHALL BE TYPE1C0, U.N.O.
4. ALL DRYWALL FURRING OVER MASONRY PARTITIONSSHALL BE PARTITION TYPE 1C0, U.N.O.
5. ALL MASONRY COLUMN ENCLOSURES AND FURRINGSHALL BE PARTITION TYPE M4, U.N.O.
6. ALL SHAFT ENCLOSURES SHALL BE PARTITION TYPE S4,2-HR FIRE SEPARATION RATING, U.N.O
7. MAINTAIN WALL ALIGNMENTS REGARDLESS OFVARYING PARTITION TYPES.
8. PROVIDE THE FOLLOWING FIRE RATED PARTITIONSWHERE REQUIRED:
A) PROVIDE 1-HR RATING AT ALL CORRIDOR PARTITIONS.
B) PROVIDE 1-HR RATING AT ALL STUDENT ROOM DEMISING PARTITIONS.
C) PROVIDE 2-HR RATING AT ALL SHAFTPARTITIONS.
NEW WORK - CODED NOTESA. NOT USED
B. REPAIR CONCRETE WALL CAP WITH CONCRETEPATCHING MORTAR.
C. INFILL DEPRESSION IN FLOOR WHERE RECESSED MATTWAS REMOVED.
D. AT CEILING OF SUB-BASEMENT, PROVIDE HORIZONTAL ENCLOSURE AT FUEL-OIL RISER AND RETURN, CONSTRUCTED USING PARTITION TYPE S2. MAINTAIN A 2-HOUR RATING FROM TANK-STORAGE TO THE ENTRY INTO THE VERTICAL SHAFT ENCLOSURE ABOVE.
E. FILL EXISTING ABANDONED SUMP PIT WITH CONCRETETO PROVIDE A CONSISTENT TRANSITION TO THE EXISTINGADJACENT SLAB.
F. APPLY EXTRUDED ALUMINUM TO BORDER EXISTINGSTOREFRONT FRAMING (TO REMAIN) WHERE HOLES,CRACKS, VOIDS OR OTHER DAMAGE IS EXPOSED. THISINCLUDES WHERE ALL HVAC, PLUMBING, AND ELECTRICALSYSTEMS WERE REMOVED. ALL EDGES ARE TO BESMOOTH AND FLUSH WITH ADJACENT FRAMING FACES.
G. RESTORE CONCRETE WITH SELF-LEVELING TOPPING.
H. EXISTING FIRE HOSE CABINET TO REMAIN. REPLACEGLASS W/ COMPOSITE PANEL & PATCH EXISTINGHOLES IN BACK BOX WITH SHEET METAL. PAINTINTERIOR AND DOOR 99N1 TO MATCH WALL.EXISTING FIRE EXTINGUISHER TO REMAIN.
I. REMOVE 12" OF SOIL AND GRAVEL FROM BOTTOM OFWINDOW WELL AND REPLACE WITH 12" OF CLEAN #57GRAVEL. DO NOT UNDERMINE BOTTOM OF WALLS.
J. EXISTING CELLULAR EQUIPMENT TO BE RELOCATED BYTHE CELLULAR PROVIDER DURING ROOF CONSTRUCTIONAND RE-INSTALLED AFTER NEW ROOF WORK IS COMPLETE. EXISTING SUPPORT POSTS SHALL REMAIN AND BEWATERPROOFED AS DETAILED.
K. NOT USED
L. DEEPEN EXISTING FOUNDATIONS - REFER TO STRUCTURAL
PREPARED FOR
PREPARED BY
OSU PROJECT NUMBER:
REVISIONS
NO. DATE DESCRIPTION
COMM NO. DRAWN BY DATEO.S.U. PROJ. NO.
SHEET
SCHOOLEY CALDWELL ASSOCIATES300 MARCONI BOULEVARD COLUMBUS, OHIO 43215
OF
THE OHIO STATE UNIVERSITYFACILITIES OPERATIONS AND DEVELOPMENT
COLUMBUS, OHIO
SOUTH HIGH RISES RENOVATION AND ADDITIONBP8: SMITH-STEEB HALL RENOVATION/ADDITION
09600
SCA 12/20/11
A1.4FLOOR PLAN - LEVEL 2
09600 0960033 199
1/8" = 1'-0"1 NEW WORK FLOOR PLAN - LEVEL 2 SMITH-STEEB
KEYNOTE LEGEND
112L STEEL CABLE LIFELINE SYSTEM220P PLUMBING - SEE PLUMBING DRAWINGS260E ELECTRICAL - SEE ELECTRICAL DRAWINGS
N
1 01/10/12 ADDENDUM 1