fairfield county jail plans document
DESCRIPTION
Details of plans for the new Fairfield County Jail likely to be built starting later this year.TRANSCRIPT
FAIRFIELD COUNTY NEW PUBLIC SAFETY & JAIL FACILITY
Exhibit D - GMP Amendment Proposal
August 25, 2015
August 25, 2015 Mr. Steve Davis County Commisioner Fairfield County Commissioners 210 E. Main Street, 3
rd Floor
Lancaster, OH 43130 Re: Exhibit D – GMP Amendment New Public Safety & Jail Facility Dear Mr. Davis: We are pleased to submit to the Board of Commissioners for approval a Guaranteed Maximum Price (GMP) Amendment for the New Public Safety & Jail Facility. During the past few weeks, Granger Construction has been working closely with your county staff and the project architects and engineers to prequalify subcontractors and obtain bids for the construction of the project. We feel that we have proposed a strong construction team for the construction of your new facility. Thank you for selecting Granger Construction as your Construction Manager at Risk. If you have any questions regarding the information we have submitted to you, please don’t hesitate to give me a call. Sincerely, Granger Construction Company
Rob Train, LEED GA Director – Preconstruction Services CC: Carri Brown, Fairfield County
Dennis Keller, Fairfield County Jerry Perrigo, Fairfield County Sheriff’s Office Garry McAnally, Wachtel & McAnally Architects/Planner Inc.
TABLE OF CONTENTS
EXHIBIT D - GMP AMENDMENT 1
EXHIBIT A. BASIS DOCUMENTS 5 EXHIBIT B. ASSUMPTIONS & CLARIFICATIONS 21
EXHIBIT C. PROJECT ESTIMATE 25 EXHIBIT D. PROJECT SCHEDULE 57
EXHIBIT E. CONSTRUCTION PROGRESS SCHEDULE 62 EXHIBIT F. STAFFING PLAN 64 EXHIBIT G. SUBCONTRACTOR WORK SCOPES 66
EXHIBIT H. SCOPE OF CM’S SELF-PERFORMED WORK 122
EXHIBIT I. SCHEDULE OF ALLOWANCES 124
EXHIBIT J. SCHEDULE OF UNIT PRICES 126
EXHIBIT K. SCHEDULE OF ALTERNATES 128
EXHIBIT L. SCHEDULE OF INCENTIVES & SHARED SAVINGS 138
EXHIBIT D –GMP AMENDMENT
Exhibit D – GMP Amendment Fairfield County, Ohio
v. 05/2015 Page 1 of 4
The Owner and the CM enter into this Amendment as of the date set forth below to amend the Contract they entered into as of June 16, 2015, in connection with the Project known as:
Project Name: New Public Safety & Jail Facility
Owner: Fairfield County Commissioners
Construction Manager (“CM”): Granger Construction Company
- CONTRACT SUM AND RELATED ITEMS FOR THIS AMENDMENT
The Contract Sum is $ 34,499,097, which is the sum of the estimated Cost of the Work, plus the CM’s
Contingency, plus the CM’s Fee as follows:
The estimated Cost of the Work is $ 32,600,790, which includes all Allowances (if any) and Unit Prices
(if any) defined through this Amendment, and is the sum of:
CM’s Construction Stage Personnel Costs in the amount of $ 565,655, which amount shall not
exceed $ 565,655;
General Conditions Costs in the amount of $ 735,450, which shall not exceed $ 735,450;
Since the date of the Agreement, the scope of the General Conditions Work has been changed as follows: The Permit Fee Allowance has been reduced from $60,000 to $25,000. The cost of the Bond provided by Granger Construction has increased from $155,000 to $172,064.
On account of the changed in the scope of the General Conditions Work, the General Conditions Costs cap stated in the Agreement is hereby changed to $ 717,514.
all Work the CM proposes to provide through Subcontractors in the amount of $ 31,030,182;
all Work the CM proposes to self-perform directly or through a CM Affiliated Entity in the amount of $ 287,439, which amount does not include any costs accounted for under the CM’s Construction Stage Personnel Costs or General Conditions Costs.
The CM’s Contingency in the amount of $ 657,439, which shall not exceed 2%, Two percent of the above-identified Cost of the Work.
Notwithstanding Article 9 of the General Conditions, the Contingency Review Dates will be the dates on which the CM achieves the following activities identified in the Construction Progress Schedule
attached as GMP Exhibit E:
110, Auger Cast Piles Office Wing (Area A)
82, MEP Rough-In South Housing Wing (Area C)
123, MEP Terminations / Devices / Fixtures Office Wing (Area A)
The CM’s Fee in the amount of $ 1,240,868, which shall not exceed 3%, Three Original CM Fee plus 0.72% Seventy Two One Hundredths of percent Sub Bond Risk Fee of the sum of the Cost of the Work plus
the CM’s Contingency plus, all as identified above.
Exhibit D - GMP AmendmentPage 1 of 138
Exhibit D – GMP Amendment
Fairfield County, Ohio
v. 05/2015 Page 2 of 4
Recap of Contract Sum and Related Items:
Compensation
Component Description
refer to complete description in the Section
of this GMP Amendment referenced below
Current Amount before execution of
this GMP Amendment
Increase (Decrease) amount added to or
(deducted from) Current Amount
Amended Amount after execution of this
GMP Amendment
Contract Sum $0 $34,499,097 $34,499,097
Estimated Cost of the Work
$0 $32,600,790 $32,600,790
Personnel Costs $0 $565,655 $565,655
General Conditions Costs $0 $717,514 $717,514
Subcontracted Work $0 $31,030,182 $31,030,182
Self-performed Work $0 $287,439 $287,439
CM’s Contingency $0 $657,439 $657,439
CM’s Fee $0 $1,240,868 $1,240,868
- CONTRACT TIMES
The Contract Times are the periods established in the following table for the achievement of the associated
Milestones:
Construction Stage Milestone(s)
to which Liquidated Damages apply Contract Time
Projected Date
(as of the date of this GMP Amendment)
Substantial Completion of all Work 730 days 8/24/17
The projected dates listed under “Projected Date (as of the date of this GMP Amendment)” are provided only for convenient reference during the consideration and negotiation of this GMP Amendment. The durations
listed under “Contract Time” define the Contract Time and take precedence over the projected dates.
- LIST OF EXHIBITS
This Amendment is based upon the following documents:
Basis Documents attached as GMP Exhibit A; (This exhibit includes the A/E-prepared Design Intent Statement (if applicable) and a list, which identifies
by number, title, and date, all of the Drawings, Specifications, and other documents, upon which the CM
relied to prepare this Amendment.)
Assumptions and Clarifications attached as GMP Exhibit B; (This exhibit includes a complete list of the assumptions and clarifications made by the CM in the
preparation of this Amendment, which list is intended to clarify the information contained in the Basis
Documents, but is not intended to otherwise modify the Contract.)
Project Estimate attached as GMP Exhibit C; (This exhibit includes a detailed estimate of the Cost of the Work which (1) allocates the cost of each of
item of the Work to labor and materials/equipment organized by trade categories and (2) does not contain
a lump-sum estimate for any item other than the CM’s Fee and the CM’s Contingency. This exhibit is
informational only. It is included to provide a tool to evaluate, analyze, and discuss the proposed Contract
Exhibit D - GMP AmendmentPage 2 of 138
Exhibit D – GMP Amendment
Fairfield County, Ohio
v. 05/2015 Page 3 of 4
Sum.)
Project Schedule attached as GMP Exhibit D;
Construction Progress Schedule attached as GMP Exhibit E;
Staffing Plan attached as GMP Exhibit F; (This exhibit includes the CM’s detailed plan for staffing the Project during the Construction Stage and an
outline of the qualifications and experience of the CM’s proposed project manager and proposed
superintendent, including references, unless the CM previously submitted that information and the CM’s
project manager and superintendent were approved.)
Subcontractor Work Scopes attached as GMP Exhibit G;
(This exhibit includes a detailed scope-of-Work description for each anticipated Subcontract.)
Scope of CM’s Self-Performed Work attached as GMP Exhibit H; (This exhibit includes a detailed scope-of-Work description for all trade Work the CM proposes to
perform itself or through a CM Affiliated Entity if the requirements in the Contract are met; otherwise this
scope of Work will be performed by a Subcontractor.)
Schedule of Allowances attached as GMP Exhibit I (if applicable); (This exhibit includes a complete list and detailed description of all Allowance Items with related
measurement and payment terms.)
Schedule of Unit Prices attached as GMP Exhibit J (if applicable); (This exhibit includes a complete list and detailed description of all Unit Price items with related
measurement and payment terms.)
Schedule of Alternates attached as GMP Exhibit K (if applicable); and (This exhibit includes a complete list and detailed description of all Alternates with related measurement
and payment terms.)
Schedule of Incentives and Shared Savings attached as GMP Exhibit L (if applicable). (This exhibit includes a detailed description of all performance incentives/bonuses applicable to the Work
including related measurement/entitlement and payment terms.)
SIGNATURES
IN WITNESS WHEREOF, the parties hereto have executed this Amendment as of the date set forth below:
BOARD OF COUNTY COMMISSIONERS GRANGER CONSTRUCTION COMPANY
Exhibit D - GMP AmendmentPage 3 of 138
Exhibit D – GMP Amendment
Fairfield County, Ohio
v. 05/2015 Page 4 of 4
FAIRFIELD COUNTY, OHIO
________________________ ________________________ Steve Davis, Fairfield County Commissioner
Rob Train, Director – Preconstruction Services
________________________
Mike Kiger, Fairfield County Commissioner
_________________________ David L. Levacy, Fairfield County Commissioner
APPROVED AS TO FORM ONLY:
_________________________ ________________________
Jason M. Dolin, Fairfield County Assistant Prosecuting Attorney
Date
Fiscal Officer’s Certificate
I, the undersigned Auditor of Fairfield County, Ohio, hereby certify that I am the qualified and acting fiscal officer of Fairfield County, Ohio, and that the Contract Sum under the foregoing Amendment has been lawfully appropriated for the purposes of the Contract and is on deposit or in the process of collection to the credit of the appropriate fund free from previous encumbrances.
________________________ ________________________ Jon A Slater, Jr., Fairfield County Auditor
Date
END OF DOCUMENT
4834-6935-2995, v. 3
Exhibit D - GMP AmendmentPage 4 of 138
EXHIBIT A:BASIS DOCUMENTS
Fairfield County New Public Safety & Jail Facility GMP Proposal
Exhibit A – Basis Documents
Exhibit A
Page 1 of 15
Exhibit A – Basis Documents
SPECIFICATION SECTIONS DIVISION 00 - PROCUREMENT AND CONTRACTING
REQUIREMENTS
ISSUER DATED
00 00 01 TITLE PAGE Watchel & McAnally 7/15/2015
00 01 10 TABLE OF CONTENTS Watchel & McAnally 7/15/2015
00 11 16 NOTICE TO BIDDERS Watchel & McAnally 7/15/2015
00 11 53 BIDDER PREQUALIFICATION Watchel & McAnally 7/15/2015
00 21 13 INSTRUCTIONS TO BIDDERS - SCOPE OF WORK DESCRIPTIONS
Watchel & McAnally 7/15/2015
00 31 26 EXISTING HAZARDOUS MATERIALS INFORMATION
Watchel & McAnally 7/15/2015
00 31 32 INFORMATION AVAILABLE TO BIDDERS APPENDICES ATTACHED BY REFERENCE SAFETY WORK INSTRUCTION CLOSE-OUT WORK INSTRUCTION
Watchel & McAnally 7/15/2015
00 31 32 GEOTECHNICAL DATA Watchel & McAnally 7/15/2015
00 41 00 BID PROPOSAL FORM Watchel & McAnally 7/15/2015
00 43 24 PRODUCT APPROVAL PROCEDURES Watchel & McAnally 7/15/2015
00 43 25 SUBSTITUTION REQUEST FORM Watchel & McAnally 7/15/2015
00 43 43 WAGE RATE FORM Watchel & McAnally 7/15/2015
00 45 53 DRUG FREE SAFETY PROGRAM CERTIFICATION
Watchel & McAnally 7/15/2015
00 51 00 CONTRACT AGREEMENT FORM Watchel & McAnally 7/15/2015
00 62 16 CERTIFICATE OF INSURANCE Watchel & McAnally 7/15/2015
00 72 00 GENERAL CONDITIONS (CM AT RISK) Watchel & McAnally 7/15/2015
00 73 43 WAGE RATE REQUIREMENTS Watchel & McAnally 7/15/2015
DIVISION 01 - GENERAL REQUIREMENTS Watchel & McAnally 7/15/2015
01 11 00 SUMMARY OF WORK Watchel & McAnally 7/15/2015
01 14 00 WORK RESTRICTIONS Watchel & McAnally 7/15/2015
01 21 00 ALLOWANCES Watchel & McAnally 7/15/2015
01 22 00 UNIT PRICES Watchel & McAnally 7/15/2015
01 23 00 ALTERNATES Watchel & McAnally 7/15/2015
01 29 00 PAYMENT PROCEDURES Watchel & McAnally 7/15/2015
01 30 00 ADMINISTRATIVE REQUIREMENTS Watchel & McAnally 7/15/2015
01 31 00 PROJECT MANAGEMENT Watchel & McAnally 7/15/2015
01 31 33 AGREEMENT AND WAIVER FOR USE OF COMPUTER AIDED DESIGN FILES
Watchel & McAnally 7/15/2015
01 32 00 CONSTRUCTION PROGRESS DOCUMENTATION
Watchel & McAnally 7/15/2015
01 32 16 PROJECT SCHEDULING Watchel & McAnally 7/15/2015
01 32 33 PHOTOGRAPHIC DOCUMENTATION Watchel & McAnally 7/15/2015
01 33 00 SUBMITTALS Watchel & McAnally 7/15/2015
01 35 13.16 SPECIAL PROJECT PROCEDURES FOR DETENTION FACILITIES
Watchel & McAnally 7/15/2015
Exhibit D - GMP AmendmentPage 5 of 138
Fairfield County New Public Safety & Jail Facility GMP Proposal
Exhibit A – Basis Documents
Exhibit A
Page 2 of 15
01 35 43 ENVIRONMENTAL PROCEDURES Watchel & McAnally 7/15/2015
01 35 46 NOISE & ACOUSTICS MANAGEMENT Watchel & McAnally 7/15/2015
01 40 00 QUALITY REQUIREMENTS Watchel & McAnally 7/15/2015
01 41 00 REGULATORY REQUIREMENTS Watchel & McAnally 7/15/2015
01 41 20 AIR BARRIER SYSTEM Watchel & McAnally 7/15/2015
01 42 00 REFERENCES Watchel & McAnally 7/15/2015
01 45 33 CODE REQUIRED STRUCTURAL TESTING AND SPECIAL INSPECTIONS
Watchel & McAnally 7/15/2015
01 45 33.01 STATEMENT OF SPECIAL INSPECTIONS Watchel & McAnally 7/15/2015
01 50 00 TEMPORARY CONSTRUCTION AND UTILITIES Watchel & McAnally 7/15/2015
01 60 00 PRODUCT REQUIREMENTS Watchel & McAnally 7/15/2015
01 61 00 ENVIRONMENTAL PRODUCT REQUIREMENTS Watchel & McAnally 7/15/2015
01 73 00 EXECUTION REQUIREMENTS Watchel & McAnally 7/15/2015
01 73 29 CUTTING AND PATCHING Watchel & McAnally 7/15/2015
01 74 13 PROGRESS CLEANING Watchel & McAnally 7/15/2015
01 74 19 CONSTRUCTION WASTE MANAGEMENT Watchel & McAnally 7/15/2015
01 77 00 CONTRACT CLOSEOUT Watchel & McAnally 7/15/2015
01 78 23 OPERATION AND MAINTENANCE MANUALS Watchel & McAnally 7/15/2015
01 78 36 WARRANTIES Watchel & McAnally 7/15/2015
01 78 39 PROJECT RECORD DOCUMENTS Watchel & McAnally 7/15/2015
01 78 43 SPARE PARTS AND MATERIALS Watchel & McAnally 7/15/2015
01 79 00 DEMONSTRATION AND TRAINING Watchel & McAnally 7/15/2015
01 81 19 INDOOR AIR QUALITY REQUIREMENTS Watchel & McAnally 7/15/2015
01 91 13 GENERAL COMMISSIONING REQUIREMENTS Watchel & McAnally 7/15/2015
DIVISION 02 - EXISTING CONDITIONS Watchel & McAnally 7/15/2015
02 00 00 EXISTING CONDITIONS Watchel & McAnally 7/15/2015
02 41 16 STRUCTURE DEMOLITION Watchel & McAnally 7/15/2015
02 41 19 SELECTIVE DEMOLITION Watchel & McAnally 7/15/2015
DIVISION 03 - CONCRETE Watchel & McAnally 7/15/2015
03 20 00 CONCRETE REINFORCEMENT Watchel & McAnally 7/15/2015
03 30 00 CAST-IN-PLACE CONCRETE Watchel & McAnally 7/15/2015
03 31 00 CONCRETE TOPPING Watchel & McAnally 7/15/2015
03 41 00 PRECAST STRUCTURAL CONCRETE Watchel & McAnally 7/15/2015
DIVISION 04 - MASONRY Watchel & McAnally 7/15/2015
04 21 13 BRICK MASONRY Watchel & McAnally 7/15/2015
04 22 00 CONCRETE MASONRY UNITS Watchel & McAnally 7/15/2015
04 72 00 CAST STONE MASONRY Watchel & McAnally 7/15/2015
DIVISION 05 - METALS Watchel & McAnally 7/15/2015
05 12 00 STRUCTURAL STEEL Watchel & McAnally 7/15/2015
05 21 00 STEEL JOIST FRAMING Watchel & McAnally 7/15/2015
05 31 00 STEEL DECKING Watchel & McAnally 7/15/2015
05 40 00 COLD FORMED METAL FRAMING Watchel & McAnally 7/15/2015
05 50 00 METAL FABRICATIONS Watchel & McAnally 7/15/2015
05 51 00 METAL STAIRS Watchel & McAnally 7/15/2015
05 52 13 PIPE AND TUBE RAILINGS Watchel & McAnally 7/15/2015
Exhibit D - GMP AmendmentPage 6 of 138
Fairfield County New Public Safety & Jail Facility GMP Proposal
Exhibit A – Basis Documents
Exhibit A
Page 3 of 15
DIVISION 06 - WOOD AND PLASTICS Watchel & McAnally 7/15/2015
06 10 00 ROUGH CARPENTRY Watchel & McAnally 7/15/2015
06 16 00 SHEATHING Watchel & McAnally 7/15/2015
06 20 23 INTERIOR FINISH CARPENTRY Watchel & McAnally 7/15/2015
06 40 23 INTERIOR ARCHITECTURAL WOODWORK Watchel & McAnally 7/15/2015
DIVISION 07 - THERMAL AND MOISTURE PROTECTION Watchel & McAnally 7/15/2015
07 13 53 ELASTOMERIC SHEET WATERPROOFING Watchel & McAnally 7/15/2015
07 13 53 ELASTOMERIC SHEET WATERPROOFING Watchel & McAnally 7/15/2015
07 24 13 POLYMER BASED EXTERIOR FINISH SYSTEM Watchel & McAnally 7/15/2015
07 53 23 EPDM ROOFING Watchel & McAnally 7/15/2015
07 60 00 FLASHING AND SHEET METAL Watchel & McAnally 7/15/2015
07 65 00 FLEXIBLE FLASHING Watchel & McAnally 7/15/2015
07 71 00 PREFABRICATED ROOF SPECIALTIES Watchel & McAnally 7/15/2015
07 72 00 ROOF ACCESSORIES Watchel & McAnally 7/15/2015
07 81 23 INTUMESCENT MASTIC FIREPROOFING Watchel & McAnally 7/15/2015
07 84 00 PENETRATION FIRESTOPPING Watchel & McAnally 7/15/2015
07 92 00 JOINT SEALANTS Watchel & McAnally 7/15/2015
07 95 00 EXPANSION CONTROL Watchel & McAnally 7/15/2015
DIVISION 08 - DOORS AND WINDOWS Watchel & McAnally 7/15/2015
08 11 13 HOLLOW METAL DOORS AND FRAMES Watchel & McAnally 7/15/2015
08 14 00 WOOD DOORS Watchel & McAnally 7/15/2015
08 31 00 ACCESS DOORS AND FRAMES Watchel & McAnally 7/15/2015
08 31 13.53 SECURITY ACCESS DOORS AND FRAMES Watchel & McAnally 7/15/2015
08 33 23 OVERHEAD COILING DOORS Watchel & McAnally 7/15/2015
08 34 63 DETENTION DOORS AND FRAMES Watchel & McAnally 7/15/2015
08 36 13 SECTIONAL DOORS Watchel & McAnally 7/15/2015
08 41 00 STOREFRONTS AND ENTRANCES Watchel & McAnally 7/15/2015
08 51 13 ARCHITECTURAL ALUMINUM WINDOWS Watchel & McAnally 7/15/2015
08 56 59 SERVICE AND PASS-THRU WINDOWS Watchel & McAnally 7/15/2015
08 56 63 DETENTION WINDOWS Watchel & McAnally 7/15/2015
08 71 00 DOOR HARDWARE Watchel & McAnally 7/15/2015
08 71 13 AUTOMATIC DOOR OPERATORS Watchel & McAnally 7/15/2015
08 71 63 DETENTION DOOR HARDWARE Watchel & McAnally 7/15/2015
08 80 00 GLAZING Watchel & McAnally 7/15/2015
08 87 00 GLAZING SURFACE FILMS Watchel & McAnally 7/15/2015
08 88 53 SECURITY GLAZING Watchel & McAnally 7/15/2015
08 90 00 LOUVERS AND VENTS Watchel & McAnally 7/15/2015
DIVISION 09 - FINISHES Watchel & McAnally 7/15/2015
09 21 16 GYPSUM BOARD Watchel & McAnally 7/15/2015
09 22 16 NON-STRUCTURAL METAL FRAMING Watchel & McAnally 7/15/2015
09 30 00 TILING Watchel & McAnally 7/15/2015
09 51 00 ACOUSTICAL PANEL CEILINGS Watchel & McAnally 7/15/2015
09 51 23 ACOUSTICAL TILE CEILINGS Watchel & McAnally 7/15/2015
09 65 13 RESILIENT BASE AND ACCESSORIES Watchel & McAnally 7/15/2015
09 65 19 RESILIENT TILE FLOORING Watchel & McAnally 7/15/2015
Exhibit D - GMP AmendmentPage 7 of 138
Fairfield County New Public Safety & Jail Facility GMP Proposal
Exhibit A – Basis Documents
Exhibit A
Page 4 of 15
09 65 80 INDOOR RUBBER RESILIENT WEIGHT ROOM FLOORING
Watchel & McAnally 7/15/2015
09 67 23 RESINOUS FLOORING Watchel & McAnally 7/15/2015
09 68 13 TILE CARPET Watchel & McAnally 7/15/2015
09 68 16 SHEET CARPET Watchel & McAnally 7/15/2015
09 69 00 ACCESS FLOORING Watchel & McAnally 7/15/2015
09 80 00 ACOUSTICAL TREATMENT Watchel & McAnally 7/15/2015
09 90 00 PAINTING Watchel & McAnally 7/15/2015
09 96 56 EPOXY COATINGS Watchel & McAnally 7/15/2015
DIVISION 10 - SPECIALTIES Watchel & McAnally 7/15/2015
10 14 00 SIGNAGE Watchel & McAnally 7/15/2015
10 21 00 TOILET COMPARTMENTS AND CUBICLES Watchel & McAnally 7/15/2015
10 22 26 OPERABLE PARTITIONS Watchel & McAnally 7/15/2015
10 28 00 TOILET, BATH AND LAUNDRY ACCESSORIES Watchel & McAnally 7/15/2015
10 28 13 DETENTION TOILET ACCESSORIES Watchel & McAnally 7/15/2015
10 44 13 FIRE EXTINGUISHER CABINETS Watchel & McAnally 7/15/2015
10 44 16 FIRE EXTINGUISHERS Watchel & McAnally 7/15/2015
10 51 13 METAL LOCKERS Watchel & McAnally 7/15/2015
10 55 00 POSTAL SPECIALTIES Watchel & McAnally 7/15/2015
10 75 00 FLAGPOLES Watchel & McAnally 7/15/2015
DIVISION 11 - EQUIPMENT Watchel & McAnally 7/15/2015
11 19 00 BASIC DETENTION EQUIPMENT REQUIREMENTS
Watchel & McAnally 7/15/2015
11 19 31 SECURITY BARRIERS Watchel & McAnally 7/15/2015
11 23 00 COMMERCIAL LAUNDRY EQUIPMENT Watchel & McAnally 7/15/2015
11 40 00 FOOD SERVICE EQUIPMENT Watchel & McAnally 7/15/2015
11 52 13 PROJECTION SCREENS Watchel & McAnally 7/15/2015
DIVISION 12 - FURNISHINGS Watchel & McAnally 7/15/2015
12 36 61 SIMULATED STONE COUNTERTOPS Watchel & McAnally 7/15/2015
12 55 00 DETENTION FURNISHINGS Watchel & McAnally 7/15/2015
DIVISION 13 - SPECIAL CONSTRUCTION Watchel & McAnally 7/15/2015
DIVISION 14 - CONVEYING SYSTEMS Watchel & McAnally 7/15/2015
DIVISION 21 - FIRE PROTECTION Watchel & McAnally 7/15/2015
21 00 00 FIRE SUPPRESSION – GENERAL Watchel & McAnally 7/15/2015
21 05 00 FIRE SUPPRESSION GENERAL PROVISIONS Watchel & McAnally 7/15/2015
21 05 13 ELECTRICAL WORK Watchel & McAnally 7/15/2015
21 05 16 SLEEVES AND COLLARS Watchel & McAnally 7/15/2015
21 05 17 FIRESTOPPING Watchel & McAnally 7/15/2015
21 05 19 PIPING SPECIALTIES Watchel & McAnally 7/15/2015
21 05 20 PAINTING Watchel & McAnally 7/15/2015
21 05 21 CUTTING AND PATCHING Watchel & McAnally 7/15/2015
21 05 22 FOUNDATIONS AND SUPPORTS Watchel & McAnally 7/15/2015
21 05 23 VALVES Watchel & McAnally 7/15/2015
21 05 29 INSERTS, PIPE HANGERS AND SUPPORTS Watchel & McAnally 7/15/2015
21 05 30 INSTALLATION OF PIPING Watchel & McAnally 7/15/2015
21 05 48 SEISMIC CONTROLS Watchel & McAnally 7/15/2015
Exhibit D - GMP AmendmentPage 8 of 138
Fairfield County New Public Safety & Jail Facility GMP Proposal
Exhibit A – Basis Documents
Exhibit A
Page 5 of 15
21 05 53 TAGGING AND CODING Watchel & McAnally 7/15/2015
21 05 54 EQUIPMENT IDENTIFICATION Watchel & McAnally 7/15/2015
21 05 93 TESTS AND ADJUSTMENTS Watchel & McAnally 7/15/2015
21 05 94 PROTECTION AND CLEANING Watchel & McAnally 7/15/2015
21 06 00 MANUFACTURERˇS DRAWINGS Watchel & McAnally 7/15/2015
21 11 00 FACILITY FIRE-SUPPRESSION WATER- SERVICE PIPING
Watchel & McAnally 7/15/2015
21 12 00 FIRE SUPPRESSION STANDPIPES Watchel & McAnally 7/15/2015
21 13 13 WET-PIPE SPRINKLER SYSTEMS Watchel & McAnally 7/15/2015
DIVISION 22 - PLUMBING Watchel & McAnally 7/15/2015
22 00 00 PLUMBING - GENERAL Watchel & McAnally 7/15/2015
22 05 10 MANUFACTURER'S DRAWINGS Watchel & McAnally 7/15/2015
22 05 13 ELECTRICAL WORK Watchel & McAnally 7/15/2015
22 05 16 SLEEVES AND COLLARS Watchel & McAnally 7/15/2015
22 05 17 FIRESTOPPING Watchel & McAnally 7/15/2015
22 05 21 CUTTING AND PATCHING Watchel & McAnally 7/15/2015
22 05 22 FOUNDATIONS AND SUPPORTS Watchel & McAnally 7/15/2015
22 05 23 VALVES Watchel & McAnally 7/15/2015
22 05 29 INSERTS, PIPE HANGERS AND SUPPORTS Watchel & McAnally 7/15/2015
22 05 30 INSTALLATION OF PIPING Watchel & McAnally 7/15/2015
22 05 48 SEISMIC CONTROLS Watchel & McAnally 7/15/2015
22 05 53 TAGGING AND CODING Watchel & McAnally 7/15/2015
22 05 54 EQUIPMENT IDENTIFICATION Watchel & McAnally 7/15/2015
22 05 93 TESTS AND ADJUSTMENTS Watchel & McAnally 7/15/2015
22 05 94 PROTECTION AND CLEANING Watchel & McAnally 7/15/2015
22 05 95 FLUSHING AND STERILIZATION Watchel & McAnally 7/15/2015
22 07 00 PLUMBING INSULATION Watchel & McAnally 7/15/2015
22 11 13 FACILITY DOMESTIC WATER DISTRIBUTION PIPING
Watchel & McAnally 7/15/2015
22 13 16 FACILITY SANITARY WASTE AND VENT PIPING SYSTEM
Watchel & McAnally 7/15/2015
22 13 19 SANITARY WASTE PIPING SPECIALITIES Watchel & McAnally 7/15/2015
22 14 13 INTERIOR STORM DRAINAGE PIPING SYSTEM Watchel & McAnally 7/15/2015
22 42 00 PLUMBING FIXTURES Watchel & McAnally 7/15/2015
22 99 00 PLUMBING ALTERNATES Watchel & McAnally 7/15/2015
DIVISION 23 - HEATING, VENTILATING & AIR CONDITIONING Watchel & McAnally 7/15/2015
23 01 05 HVAC GENERAL PROVISIONS Watchel & McAnally 7/15/2015
23 01 10 MANUFACTURER'S DRAWINGS Watchel & McAnally 7/15/2015
23 05 00 COMMON WORK RESULTS FOR HVAC Watchel & McAnally 7/15/2015
23 05 13 ELECTRICAL WORK Watchel & McAnally 7/15/2015
23 05 17 FIRESTOPPING Watchel & McAnally 7/15/2015
23 05 19 METERS AND GAGES FOR HVAC PIPING Watchel & McAnally 7/15/2015
23 05 20 PAINTING Watchel & McAnally 7/15/2015
23 05 23 GENERAL DUTY VALVES FOR HVAC PIPING Watchel & McAnally 7/15/2015
23 05 29 HANGERS & SUPPORTS FOR HVAC PIPING & EQUIPMENT
Watchel & McAnally 7/15/2015
Exhibit D - GMP AmendmentPage 9 of 138
Fairfield County New Public Safety & Jail Facility GMP Proposal
Exhibit A – Basis Documents
Exhibit A
Page 6 of 15
23 05 30 INSTALLATION OF PIPING Watchel & McAnally 7/15/2015
23 05 48 VIBRATION CONTROLS FOR HVAC PIPING AND EQUIPMENT
Watchel & McAnally 7/15/2015
23 05 49 SEISMIC CONTROLS Watchel & McAnally 7/15/2015
23 05 53 IDENTIFICATION FOR HVAC PIPING & EQUIPMENT
Watchel & McAnally 7/15/2015
23 05 54 EQUIPMENT IDENTIFICATION Watchel & McAnally 7/15/2015
23 05 93 TESTING, ADJUSTMENT AND BALANCING FOR HVAC
Watchel & McAnally 7/15/2015
23 05 94 PROTECTION AND CLEANING Watchel & McAnally 7/15/2015
23 07 00 HVAC INSULATION Watchel & McAnally 7/15/2015
23 10 00 CLEANING AND FLUSHING OF PIPING SYSTEMS
Watchel & McAnally 7/15/2015
23 21 13 HYDRONIC PIPING Watchel & McAnally 7/15/2015
23 21 13.15 CONDENSATION DRAIN & DRAIN PIPING Watchel & McAnally 7/15/2015
23 21 13.53 EXPANSION TANKS Watchel & McAnally 7/15/2015
23 21 23 HYDRONIC PUMPS Watchel & McAnally 7/15/2015
23 25 13 HVAC WATER TREATMENT SYSTEM Watchel & McAnally 7/15/2015
23 31 13.13 LOW PRESSURE DUCTWORK Watchel & McAnally 7/15/2015
23 31 13.14 HIGH PRESSURE DUCTWORK Watchel & McAnally 7/15/2015
23 32 00 MEDIUM VELOCITY VAV-CV BOXES Watchel & McAnally 7/15/2015
23 33 13 LOUVERS & DAMPERS Watchel & McAnally 7/15/2015
23 34 16 POWERED ROOF EXHAUSTERS Watchel & McAnally 7/15/2015
23 37 00 REGISTERS, GRILLES AND DIFFUSERS Watchel & McAnally 7/15/2015
23 51 13.13 MECHANICAL DRYER VENTING SYSTEMS Watchel & McAnally 7/15/2015
23 52 16 CONDENSING BOILERS Watchel & McAnally 7/15/2015
23 73 9 KITCHEN HOOD MAKEUP AIR UNITS Watchel & McAnally 7/15/2015
23 75 00 AIR HANDLING UNIT Watchel & McAnally 7/15/2015
23 86 00 AIR COOLED CHILLER Watchel & McAnally 7/15/2015
23 90 00 VARIABLE FREQUENCY DRIVES Watchel & McAnally 7/15/2015
23 99 00 HVAC COMMISSIONING Watchel & McAnally 7/15/2015
25 00 00 INSTRUMENTATION AND CONTROL FOR HVAC Watchel & McAnally 7/15/2015
25 01 00 SEQUENCE OF OPERATION FOR HVAC CONTROLS
Watchel & McAnally 7/15/2015
DIVISION 26 - ELECTRICAL Watchel & McAnally 7/15/2015
26 00 00 GENERAL PROVISIONS Watchel & McAnally 7/15/2015
26 00 15 WORK INCLUDED Watchel & McAnally 7/15/2015
26 00 16 FIRESTOPPING Watchel & McAnally 7/15/2015
26 00 20 CODES AND FEES Watchel & McAnally 7/15/2015
26 00 25 TESTS AND INSPECTIONS Watchel & McAnally 7/15/2015
26 01 20 OPERATION AND MAINTENANCE MANUALS Watchel & McAnally 7/15/2015
26 04 02 UNDERGROUND ELECTRICAL SERVICE Watchel & McAnally 7/15/2015
26 05 19 LOW VOLTAGE ELECTRICAL POWER CONDUCTORS & CABLES
Watchel & McAnally 7/15/2015
26 05 20 ELECTRIC HEAT TRACING SYSTEM Watchel & McAnally 7/15/2015
26 05 23 MOTOR AND EQUIPMENT WIRING Watchel & McAnally 7/15/2015
Exhibit D - GMP AmendmentPage 10 of 138
Fairfield County New Public Safety & Jail Facility GMP Proposal
Exhibit A – Basis Documents
Exhibit A
Page 7 of 15
26 05 26 GROUNDING & BONDING OF ELECTRICAL SYSTEMS
Watchel & McAnally 7/15/2015
26 05 33 RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS
Watchel & McAnally 7/15/2015
26 05 34 BOXES AND PLATES Watchel & McAnally 7/15/2015
26 05 38 VOICE DATA CONDUIT SYSTEM Watchel & McAnally 7/15/2015
26 05 48 SEISMIC FOR ELECTRICAL SYSTEMS Watchel & McAnally 7/15/2015
26 05 53 IDENTIFICATION Watchel & McAnally 7/15/2015
26 09 23 LIGHTING CONTROL DEVICES Watchel & McAnally 7/15/2015
26 24 16 PANELBOARDS Watchel & McAnally 7/15/2015
26 24 20 MAIN SWITCHBOARD Watchel & McAnally 7/15/2015
26 24 60 DRY TYPE TRANSFORMERS Watchel & McAnally 7/15/2015
26 27 26 WIRING DEVICES Watchel & McAnally 7/15/2015
26 28 13 FUSES Watchel & McAnally 7/15/2015
26 28 16 ENCLOSED SWITCHES & CIRCUIT BREAKERS Watchel & McAnally 7/15/2015
26 29 13 ACROSS THE LINE MOTOR STARTERS Watchel & McAnally 7/15/2015
26 29 42 BAS CONTROLS AND INSTALLATION Watchel & McAnally 7/15/2015
26 32 13 ENGINE GENERATORS Watchel & McAnally 7/15/2015
26 33 53 UNINTERRUPTIBLE POWER SUPPLY (UPS) Watchel & McAnally 7/15/2015
26 36 00 TRANSFER SWITCHES Watchel & McAnally 7/15/2015
26 41 13 LIGHTNING PROTECTION SYSTEM Watchel & McAnally 7/15/2015
26 43 13 TRANSIENT VOLTAGE SURGE SUPPRESSION Watchel & McAnally 7/15/2015
26 51 00 INTERIOR & EXTERIOR LIGHTING Watchel & McAnally 7/15/2015
26 99 00 ELECTRICAL ALTERNATES Watchel & McAnally 7/15/2015
DIVISION 28 - ELECTRONIC SAFETY AND SECURITY Watchel & McAnally 7/15/2015
28 02 00 GENERAL PROVISIONS (CONDITIONS) Watchel & McAnally 7/15/2015
28 05 13 CONDUCTORS & CABLES FOR ELECTRICAL SECURITY
Watchel & McAnally 7/15/2015
28 05 44 SLEEVES & SLEEVE SEALS FOR ELECTRICAL SECURITY
Watchel & McAnally 7/15/2015
28 21 01 TOUCHSCREEN CONTROL SYSTEM Watchel & McAnally 7/15/2015
28 23 00 VIDEO SURVEILLANCE SYSTEM Watchel & McAnally 7/15/2015
28 28 00 VIDEO VISITATION SYSTEM Watchel & McAnally 7/15/2015
28 33 00 FIRE ALARM SYSTEM Watchel & McAnally 7/15/2015
28 46 20 DOOR CONTROL SYSTEM Watchel & McAnally 7/15/2015
28 51 24 INTERCOM AND PAGING Watchel & McAnally 7/15/2015
DIVISION 31 - EARTHWORK Watchel & McAnally 7/15/2015
31 05 00 COMMON WORK RESULTS FOR EARTHWORK Watchel & McAnally 7/15/2015
31 10 00 SITE CLEARING Watchel & McAnally 7/15/2015
31 20 00 EARTHMOVING Watchel & McAnally 7/15/2015
31 23 19 DEWATERING Watchel & McAnally 7/15/2015
31 63 16 AUGER CAST PILES Watchel & McAnally 7/15/2015
31 63 26 DRILLED CONCRETE PIERS AND SHAFTS Watchel & McAnally 7/15/2015
DIVISION 32 - EXTERIOR IMPROVEMENTS Watchel & McAnally 7/15/2015
32 12 16 ASPHALT PAVING Watchel & McAnally 7/15/2015
32 13 13 CONCRETE PAVING Watchel & McAnally 7/15/2015
Exhibit D - GMP AmendmentPage 11 of 138
Fairfield County New Public Safety & Jail Facility GMP Proposal
Exhibit A – Basis Documents
Exhibit A
Page 8 of 15
32 31 13 CHAIN LINK FENCES Watchel & McAnally 7/15/2015
32 92 00 TURF AND GRASSES Watchel & McAnally 7/15/2015
32 93 00 PLANTS Watchel & McAnally 7/15/2015
DIVISION 33 - UTILITIES Watchel & McAnally 7/15/2015
33 05 00 COMMON WORK RESULTS FOR UTILITIES Watchel & McAnally 7/15/2015
33 10 00 WATER UTILITIES Watchel & McAnally 7/15/2015
33 30 00 SANITARY SEWER UTILITIES Watchel & McAnally 7/15/2015
33 40 00 STORM UTILITY DRAINAGE PIPING Watchel & McAnally 7/15/2015
33 46 00 SUBDRAINAGE SYSTEMS Watchel & McAnally 7/15/2015
CONSTRUCTION DRAWINGS NO. TITLE ISSUER DATED
C100 SITE LAYOUT PLAN Watchel & McAnally 07/15/15
C105 SITE DETAILS Watchel & McAnally 07/15/15
C106 SITE DETAILS Watchel & McAnally 07/15/15
C.1 TITLE SHEET Watchel & McAnally 07/15/15
C.2 GENERAL NOTES / DETAILS Watchel & McAnally 07/15/15
C.3 GENERAL NOTES / DETAILS Watchel & McAnally 07/15/15
C.4 DEMOLITION PLAN Watchel & McAnally 07/15/15
C.5 SITE DIMENSION PLAN Watchel & McAnally 07/15/15
C.6 GRADING PLAN Watchel & McAnally 07/15/15
C.7 STORM SEWER / UTILITY PLAN Watchel & McAnally 07/15/15
C.8 STORM SEWER / UTILITY PROFILES Watchel & McAnally 07/15/15
C.9 STORM WATER POLLUTION PREVENTION PLAN Watchel & McAnally 07/15/15
C.10 STORM WATER POLLUTION PREVENTION PLAN Watchel & McAnally 07/15/15
C.11 STORM WATER POLLUTION PREVENTION PLAN Watchel & McAnally 07/15/15
I001 LEGEND Watchel & McAnally 07/15/15
I001b PARTITION TYPES SCHEDULE Watchel & McAnally 07/15/15
I002 OVERALL 1ST
FLOOR FIRE RATED ASSEMBLIES Watchel & McAnally 07/15/15
I002a 1ST
FLOOR FIRE RATED ASSEMBLIES – AREA A Watchel & McAnally 07/15/15
I002b 1ST
FLOOR FIRE RATED ASSEMBLIES – AREA B Watchel & McAnally 07/15/15
I002c 1ST
FLOOR FIRE RATED ASSEMBLIES – AREA C Watchel & McAnally 07/15/15
I002d 1ST
FLOOR FIRE RATED ASSEMBLIES – AREA D Watchel & McAnally 07/15/15
I003 OVERALL 2ND
FLOOR FIRE RATED ASSEMBLIES PLAN Watchel & McAnally 07/15/15
I003c 2ND
FLOOR FIRE RATED ASSEMBLIES PLAN – AREA C Watchel & McAnally 07/15/15
I003d 2ND
FLOOR FIRE RATED ASSEMBLIES PLAN – AREA D Watchel & McAnally 07/15/15
I004 OVERALL 1ST
FLOOR SECURITY WALL PLAN Watchel & McAnally 07/15/15
I004a 1ST
FLOOR SECURITY WALL PLAN – AREA A Watchel & McAnally 07/15/15
I004b 1ST
FLOOR SECURITY WALL PLAN – AREA B Watchel & McAnally 07/15/15
I004c 1ST
FLOOR SECURITY WALL PLAN – AREA C Watchel & McAnally 07/15/15
I004d 1ST
FLOOR SECURITY WALL PLAN – AREA D Watchel & McAnally 07/15/15
I005 OVERALL 2ND
FLOOR SECURITY WALL PLAN Watchel & McAnally 07/15/15
I005c 2ND
FLOOR SECURITY WALL PLAN – AREA C Watchel & McAnally 07/15/15
I005d 2ND
FLOOR SECURITY WALL PLAN – AREA D Watchel & McAnally 07/15/15
I006 1ST
FLOOR EGRESS AND OCCUPANCY PLAN – AREA A Watchel & McAnally 07/15/15
I007 1ST
FLOOR EGRESS AND OCCUPANCY PLAN – AREA B Watchel & McAnally 07/15/15
I008 1ST
FLOOR EGRESS AND OCCUPANCY PLAN – AREA C Watchel & McAnally 07/15/15
Exhibit D - GMP AmendmentPage 12 of 138
Fairfield County New Public Safety & Jail Facility GMP Proposal
Exhibit A – Basis Documents
Exhibit A
Page 9 of 15
I009 1ST
FLOOR EGRESS AND OCCUPANCY PLAN – AREA D Watchel & McAnally 07/15/15
I010 2ND
FLOOR EGRESS AND OCCUPANCY PLAN – AREA C Watchel & McAnally 07/15/15
I011 2ND
FLOOR EGRESS AND OCCUPANCY PLAN – AREA D Watchel & McAnally 07/15/15
A101 OVERALL 1ST
FLOOR PLAN Watchel & McAnally 07/15/15
A102 PARTIAL 1ST
FLOOR PLANS Watchel & McAnally 07/15/15
A103 PARTIAL 1ST
FLOOR PLANS Watchel & McAnally 07/15/15
A104 PARTIAL 1ST
FLOOR PLANS Watchel & McAnally 07/15/15
A105 PARTIAL 1ST
FLOOR PLANS Watchel & McAnally 07/15/15
A106 ENLARGED 1ST
FLOOR PLANS Watchel & McAnally 07/15/15
A107 ENLARGED 1ST
FLOOR PLANS Watchel & McAnally 07/15/15
A108 ENLARGED 1ST
FLOOR PLANS Watchel & McAnally 07/15/15
A109 ENLARGED 1ST
FLOOR PLANS Watchel & McAnally 07/15/15
A110 ENLARGED 1ST
FLOOR PLANS Watchel & McAnally 07/15/15
A111 ENLARGED 1ST FLOOR PLANS Watchel & McAnally 07/15/15
A112 ENLARGED 1ST FLOOR PLANS Watchel & McAnally 07/15/15
A113 ENLARGED 1ST FLOOR PLANS Watchel & McAnally 07/15/15
A114 ENLARGED 1ST FLOOR PLANS Watchel & McAnally 07/15/15
A115 ENLARGED 1ST FLOOR PLANS Watchel & McAnally 07/15/15
A116 ENLARGED 1ST FLOOR PLANS Watchel & McAnally 07/15/15
A117 ENLARGED 1ST FLOOR PLANS Watchel & McAnally 07/15/15
A118 ENLARGED 1ST FLOOR PLANS Watchel & McAnally 07/15/15
A119 ENLARGED 1ST FLOOR PLANS Watchel & McAnally 07/15/15
A120 ENLARGED 1ST FLOOR PLANS Watchel & McAnally 07/15/15
A121 ENLARGED 1ST FLOOR PLANS Watchel & McAnally 07/15/15
A130 OVERALL 2ND
FLOOR PLAN Watchel & McAnally 07/15/15
A131 PARTIAL 2ND
FLOOR PLANS Watchel & McAnally 07/15/15
A132 PARTIAL 2ND
FLOOR PLANS Watchel & McAnally 07/15/15
A133 PARTIAL 2ND
FLOOR PLANS Watchel & McAnally 07/15/15
A134 ENLARGED 2ND
FLOOR PLANS Watchel & McAnally 07/15/15
A135 ENLARGED 2ND
FLOOR PLANS Watchel & McAnally 07/15/15
A136 ENLARGED 2ND
FLOOR PLANS Watchel & McAnally 07/15/15
A137 ENLARGED 2ND
FLOOR PLANS Watchel & McAnally 07/15/15
A138 ENLARGED 2ND
FLOOR PLANS Watchel & McAnally 07/15/15
A139 ENLARGED 2ND
FLOOR PLANS Watchel & McAnally 07/15/15
A140 ENLARGED 2ND
FLOOR PLANS Watchel & McAnally 07/15/15
A141 ENLARGED 2ND
FLOOR PLANS Watchel & McAnally 07/15/15
A142 ENLARGED 2ND
FLOOR PLANS Watchel & McAnally 07/15/15
A150 OVERALL ATTIC FLOOR PLAN Watchel & McAnally 07/15/15
A151 PARTIAL ATTIC FLOOR PLANS Watchel & McAnally 07/15/15
A152 PARTIAL ATTIC FLOOR PLANS Watchel & McAnally 07/15/15
A160 OVERALL 1ST
FLOOR REFLECTED CEILING PLAN Watchel & McAnally 07/15/15
A161 PARTIAL 1ST
FLOOR REFLECTED CEILING PLAN Watchel & McAnally 07/15/15
A162 PARTIAL 1ST
FLOOR REFLECTED CEILING PLAN Watchel & McAnally 07/15/15
A163 PARTIAL 1ST
FLOOR REFLECTED CEILING PLAN Watchel & McAnally 07/15/15
A164 PARTIAL 1ST
FLOOR REFLECTED CEILING PLAN Watchel & McAnally 07/15/15
A165 OVERALL 2ND
FLOOR REFLECTED CEILING PLAN Watchel & McAnally 07/15/15
A166 PARTIAL 2ND
FLOOR REFLECTED CEILING PLAN Watchel & McAnally 07/15/15
A167 PARTIAL 2ND
FLOOR REFLECTED CEILING PLAN Watchel & McAnally 07/15/15
A170 OVERALL ROOF PLAN Watchel & McAnally 07/15/15
A171 PARTIAL ROOF PLANS Watchel & McAnally 07/15/15
A172 PARTIAL ROOF PLANS Watchel & McAnally 07/15/15
Exhibit D - GMP AmendmentPage 13 of 138
Fairfield County New Public Safety & Jail Facility GMP Proposal
Exhibit A – Basis Documents
Exhibit A
Page 10 of 15
A173 PARTIAL ROOF PLANS Watchel & McAnally 07/15/15
A174 PARTIAL ROOF PLANS Watchel & McAnally 07/15/15
A175 PARTIAL ROOF PLANS Watchel & McAnally 07/15/15
A180 ALTERNATE G-1: OVERALL 1ST
FLOOR PLANS Watchel & McAnally 07/15/15
A181 ALTERNATE G-1: ENLARGED 1ST
FLOOR PLAN Watchel & McAnally 07/15/15
A182 ALTERNATE G-1: ENLARGED 1ST
FLOOR PLAN Watchel & McAnally 07/15/15
A183 ALTERNATE G-2: 1ST
FLOOR PLANS Watchel & McAnally 07/15/15
A200 EXTERIOR ELEVATIONS – BASE BID Watchel & McAnally 07/15/15
A201 EXTERIOR ELEVATIONS – BASE BID Watchel & McAnally 07/15/15
A202 EXTERIOR ELEVATIONS – BASE BID Watchel & McAnally 07/15/15
A203 EXTERIOR ELEVATIONS – BASE BID Watchel & McAnally 07/15/15
A204 EXTERIOR ELEVATIONS – ALTERNATE G-1 Watchel & McAnally 07/15/15
A205 EXTERIOR ELEVATIONS – ALTERNATE G-1 Watchel & McAnally 07/15/15
A206 EXTERIOR ELEVATIONS – ALTERNATE G-1 Watchel & McAnally 07/15/15
A210 BUILDING SECTIONS Watchel & McAnally 07/15/15
A230 WALL SECTIONS Watchel & McAnally 07/15/15
A231 WALL SECTIONS Watchel & McAnally 07/15/15
A232 WALL SECTIONS Watchel & McAnally 07/15/15
A233 WALL SECTIONS Watchel & McAnally 07/15/15
A234 WALL SECTIONS Watchel & McAnally 07/15/15
A235 WALL SECTIONS Watchel & McAnally 07/15/15
A236 WALL SECTIONS Watchel & McAnally 07/15/15
A237 WALL SECTIONS Watchel & McAnally 07/15/15
A238 WALL SECTIONS Watchel & McAnally 07/15/15
A239 WALL SECTIONS Watchel & McAnally 07/15/15
A240 WALL SECTIONS Watchel & McAnally 07/15/15
A241 WALL SECTIONS Watchel & McAnally 07/15/15
A242 WALL SECTIONS Watchel & McAnally 07/15/15
A243 WALL SECTIONS Watchel & McAnally 07/15/15
A244 WALL SECTIONS Watchel & McAnally 07/15/15
A245 WALL SECTIONS Watchel & McAnally 07/15/15
A246 WALL SECTIONS Watchel & McAnally 07/15/15
A247 WALL SECTIONS Watchel & McAnally 07/15/15
A248 WALL SECTIONS Watchel & McAnally 07/15/15
A249 WALL SECTIONS Watchel & McAnally 07/15/15
A300 STAIR SECTIONS Watchel & McAnally 07/15/15
A301 STAIR SECTIONS Watchel & McAnally 07/15/15
A302 STAIR SECTIONS Watchel & McAnally 07/15/15
A303 STAIR SECTIONS Watchel & McAnally 07/15/15
A304 STAIR SECTIONS Watchel & McAnally 07/15/15
A305 STAIR SECTIONS Watchel & McAnally 07/15/15
A306 STAIR SECTIONS Watchel & McAnally 07/15/15
A400 INTERIOR ELEVATIONS Watchel & McAnally 07/15/15
A400 INTERIOR ELEVATIONS Watchel & McAnally 07/15/15
A401 INTERIOR ELEVATIONS Watchel & McAnally 07/15/15
A402 INTERIOR ELEVATIONS Watchel & McAnally 07/15/15
A403 INTERIOR ELEVATIONS Watchel & McAnally 07/15/15
A404 INTERIOR ELEVATIONS Watchel & McAnally 07/15/15
A405 INTERIOR ELEVATIONS Watchel & McAnally 07/15/15
A406 INTERIOR ELEVATIONS Watchel & McAnally 07/15/15
A407 INTERIOR ELEVATIONS Watchel & McAnally 07/15/15
Exhibit D - GMP AmendmentPage 14 of 138
Fairfield County New Public Safety & Jail Facility GMP Proposal
Exhibit A – Basis Documents
Exhibit A
Page 11 of 15
A408 INTERIOR ELEVATIONS Watchel & McAnally 07/15/15
A409 INTERIOR ELEVATIONS Watchel & McAnally 07/15/15
A410 INTERIOR ELEVATIONS Watchel & McAnally 07/15/15
A411 INTERIOR ELEVATIONS Watchel & McAnally 07/15/15
A412 INTERIOR ELEVATIONS Watchel & McAnally 07/15/15
A413 INTERIOR ELEVATIONS Watchel & McAnally 07/15/15
A414 INTERIOR ELEVATIONS Watchel & McAnally 07/15/15
A415 INTERIOR ELEVATIONS Watchel & McAnally 07/15/15
A416 INTERIOR ELEVATIONS Watchel & McAnally 07/15/15
A417 INTERIOR ELEVATIONS Watchel & McAnally 07/15/15
A418 INTERIOR ELEVATIONS Watchel & McAnally 07/15/15
A419 INTERIOR ELEVATIONS Watchel & McAnally 07/15/15
A420 INTERIOR ELEVATIONS Watchel & McAnally 07/15/15
A421 INTERIOR ELEVATIONS Watchel & McAnally 07/15/15
A422 INTERIOR ELEVATIONS Watchel & McAnally 07/15/15
A423 INTERIOR ELEVATIONS Watchel & McAnally 07/15/15
A424 INTERIOR ELEVATIONS Watchel & McAnally 07/15/15
A425 INTERIOR ELEVATIONS Watchel & McAnally 07/15/15
A426 INTERIOR ELEVATIONS Watchel & McAnally 07/15/15
A427 INTERIOR ELEVATIONS Watchel & McAnally 07/15/15
A428 INTERIOR ELEVATIONS Watchel & McAnally 07/15/15
A429 INTERIOR ELEVATIONS Watchel & McAnally 07/15/15
A430 INTERIOR ELEVATIONS Watchel & McAnally 07/15/15
A431 INTERIOR ELEVATIONS Watchel & McAnally 07/15/15
A432 INTERIOR ELEVATIONS Watchel & McAnally 07/15/15
A433 INTERIOR ELEVATIONS Watchel & McAnally 07/15/15
A434 INTERIOR ELEVATIONS Watchel & McAnally 07/15/15
A435 INTERIOR ELEVATIONS Watchel & McAnally 07/15/15
A436 INTERIOR ELEVATIONS Watchel & McAnally 07/15/15
A437 INTERIOR ELEVATIONS Watchel & McAnally 07/15/15
A438 INTERIOR ELEVATIONS Watchel & McAnally 07/15/15
A439 INTERIOR ELEVATIONS Watchel & McAnally 07/15/15
A440 INTERIOR ELEVATIONS Watchel & McAnally 07/15/15
A441 INTERIOR ELEVATIONS Watchel & McAnally 07/15/15
A442 INTERIOR ELEVATIONS Watchel & McAnally 07/15/15
A500 DETAILS Watchel & McAnally 07/15/15
A501 DETAILS Watchel & McAnally 07/15/15
A502 DETAILS Watchel & McAnally 07/15/15
A600 CASEWORK DETAILS Watchel & McAnally 07/15/15
A601 CASEWORK DETAILS Watchel & McAnally 07/15/15
A602 CASEWORK DETAILS Watchel & McAnally 07/15/15
A603 CASEWORK DETAILS Watchel & McAnally 07/15/15
A604 CASEWORK DETAILS Watchel & McAnally 07/15/15
A605 CASEWORK DETAILS Watchel & McAnally 07/15/15
A800 DOOR SCHEDULES Watchel & McAnally 07/15/15
A801 DOOR SCHEDULES Watchel & McAnally 07/15/15
A802 DOOR SCHEDULES Watchel & McAnally 07/15/15
A803 DOOR SCHEDULES Watchel & McAnally 07/15/15
A804 DOOR SCHEDULES Watchel & McAnally 07/15/15
A810 FRAME ELEVATIONS Watchel & McAnally 07/15/15
A811 FRAME ELEVATIONS Watchel & McAnally 07/15/15
Exhibit D - GMP AmendmentPage 15 of 138
Fairfield County New Public Safety & Jail Facility GMP Proposal
Exhibit A – Basis Documents
Exhibit A
Page 12 of 15
A812 FRAME ELEVATIONS Watchel & McAnally 07/15/15
A813 FRAME ELEVATIONS Watchel & McAnally 07/15/15
A814 FRAME ELEVATIONS Watchel & McAnally 07/15/15
A820 DOOR DETAILS Watchel & McAnally 07/15/15
A821 DOOR DETAILS Watchel & McAnally 07/15/15
A822 DOOR DETAILS Watchel & McAnally 07/15/15
A823 DOOR DETAILS Watchel & McAnally 07/15/15
A824 DOOR DETAILS Watchel & McAnally 07/15/15
A825 DOOR DETAILS Watchel & McAnally 07/15/15
A826 DOOR DETAILS Watchel & McAnally 07/15/15
A827 DOOR DETAILS Watchel & McAnally 07/15/15
A828 DOOR DETAILS Watchel & McAnally 07/15/15
A829 DOOR DETAILS Watchel & McAnally 07/15/15
A830 DOOR DETAILS Watchel & McAnally 07/15/15
A831 DOOR DETAILS Watchel & McAnally 07/15/15
A832 DOOR DETAILS Watchel & McAnally 07/15/15
A833 DOOR DETAILS Watchel & McAnally 07/15/15
A834 DOOR DETAILS Watchel & McAnally 07/15/15
A835 DOOR DETAILS Watchel & McAnally 07/15/15
A836 DOOR DETAILS Watchel & McAnally 07/15/15
A837 DOOR DETAILS Watchel & McAnally 07/15/15
A838 DOOR DETAILS Watchel & McAnally 07/15/15
A839 DOOR DETAILS Watchel & McAnally 07/15/15
A840 DOOR DETAILS Watchel & McAnally 07/15/15
A841 DOOR DETAILS Watchel & McAnally 07/15/15
FSE-1 EQUIPMENT Watchel & McAnally 07/15/15
FSE-2 SCHEDULE Watchel & McAnally 07/15/15
FSE-3 PLUMBING Watchel & McAnally 07/15/15
FSE-4 ELECTRICAL Watchel & McAnally 07/15/15
FSE-5 DETAILS Watchel & McAnally 07/15/15
FSE-6 HOOD Watchel & McAnally 07/15/15
FSE-7 WALK-IN Watchel & McAnally 07/15/15
FSE-7.1 WALK-IN Watchel & McAnally 07/15/15
FSE-7.2 WALK-IN Watchel & McAnally 07/15/15
FSE-7.3 WALK-IN Watchel & McAnally 07/15/15
FSE-7.4 WALK-IN Watchel & McAnally 07/15/15
FSE-7.5 WALK-IN Watchel & McAnally 07/15/15
FSE-7.6 WALK-IN Watchel & McAnally 07/15/15
FSE-7.7 WALK-IN Watchel & McAnally 07/15/15
S100 FOUNDATION PLAN AREA “C” Watchel & McAnally 07/15/15
S101 FOUNDATION PLAN AREA “D” Watchel & McAnally 07/15/15
S102 FOUNDATION PLAN AREA “B” Watchel & McAnally 07/15/15
S103 FOUNDATION PLAN AREA “A” ALT. G-1 Watchel & McAnally 07/15/15
S200 LOW ROOF/MEZZANINE FRAMING PLAN AREA “C” Watchel & McAnally 07/15/15
S201 LOW ROOF/MEZZANINE FRAMING PLAN AREA “D” Watchel & McAnally 07/15/15
S202 LOW ROOF/MEZZANINE FRAMING PLAN AREA “B” Watchel & McAnally 07/15/15
S203 LOW ROOF/MEZZANINE FRAMING PLAN AREA “A” Watchel & McAnally 07/15/15
S204 HIGH ROOF FRAMING PLAN AREA “C” Watchel & McAnally 07/15/15
S205 HIGH ROOF FRAMING PLAN AREA “D” Watchel & McAnally 07/15/15
S400 SECTIONS Watchel & McAnally 07/15/15
S401 SCHEDULES Watchel & McAnally 07/15/15
Exhibit D - GMP AmendmentPage 16 of 138
Fairfield County New Public Safety & Jail Facility GMP Proposal
Exhibit A – Basis Documents
Exhibit A
Page 13 of 15
S402 GENERAL NOTES AND DETAILS Watchel & McAnally 07/15/15
S403 ALTERNATE FOUNDATION PLAN SECTIONS Watchel & McAnally 07/15/15
FP110 FIRST FLOOR FIRE PROTECTION PLAN Watchel & McAnally 07/15/15
FP111 SECOND FLOOR FIRE PROTECTION PLAN Watchel & McAnally 07/15/15
FP112 SECOND FLOOR FIRE PROTECTION PLAN Watchel & McAnally 07/15/15
FP115 FIRST FLOOR FIRE PROTECTION PLAN (EXISTING JAIL WORK)
Watchel & McAnally 07/15/15
FP200 FIRE PROTECTION DIAGRAMS Watchel & McAnally 07/15/15
PD100 FIRST FLOOR PLUMBING DEMO PLAN (EXISTING JAIL WORK)
Watchel & McAnally 07/15/15
P110A FIRST FLOOR PLUMBING DRAINAGE PLAN Watchel & McAnally 07/15/15
P110B FIRST FLOOR PLUMBING SUPPLY PLAN Watchel & McAnally 07/15/15
P111 FIRST FLOOR PLUMBING PLAN Watchel & McAnally 07/15/15
P112 FIRST FLOOR PLUMBING PLAN Watchel & McAnally 07/15/15
P113 FIRST FLOOR PLUMBING PLAN Watchel & McAnally 07/15/15
P114 KITCHEN PLUMBING PLAN Watchel & McAnally 07/15/15
P115 FIRST FLOOR PLUMBING PLAN (EXISTING JAIL WORK) Watchel & McAnally 07/15/15
P122 SECOND FLOOR PLUMBING PLAN Watchel & McAnally 07/15/15
P123 SECOND FLOOR PLUMBING PLAN Watchel & McAnally 07/15/15
P124 ROOF LEVEL PLUMBING PLAN Watchel & McAnally 07/15/15
P200 PLUMBING NOTES AND SCHEDULES Watchel & McAnally 07/15/15
P201 PLUMBING DIAGRAMS Watchel & McAnally 07/15/15
P300 PLUMBING STACKS AND RISERS Watchel & McAnally 07/15/15
P301 PLUMBING STACKS AND RISERS Watchel & McAnally 07/15/15
P302 PLUMBING STACKS AND RISERS Watchel & McAnally 07/15/15
P303 PLUMBING STACKS AND RISERS Watchel & McAnally 07/15/15
H110 PARTIAL FIRST FLOOR HVAC PLAN Watchel & McAnally 07/15/15
H111 PARTIAL FIRST FLOOR HVAC PLAN Watchel & McAnally 07/15/15
H112 PARTIAL FIRST FLOOR HVAC PLAN Watchel & McAnally 07/15/15
H113 PARTIAL FIRST FLOOR HVAC PLAN Watchel & McAnally 07/15/15
H114 PARTIAL FIRST FLOOR HVAC PLAN Watchel & McAnally 07/15/15
H115 FIRST FLOOR HVAC PLAN (EXISTING JAIL WORK) Watchel & McAnally 07/15/15
H122 PARTIAL SECOND FLOOR HVAC PLAN Watchel & McAnally 07/15/15
H123 PARTIAL SECOND FLOOR HVAC PLAN Watchel & McAnally 07/15/15
H200 NORTH MECHANICAL ROOM HVAC PLAN Watchel & McAnally 07/15/15
H201 CENTRAL MECHANICAL ROOM HVAC PLAN Watchel & McAnally 07/15/15
H202 SOUTH MECHANICAL ROOM HVAC PLAN Watchel & McAnally 07/15/15
H300 HVAC PIPING DIAGRAMS Watchel & McAnally 07/15/15
H301 HVAC DETAILS Watchel & McAnally 07/15/15
H302 HVAC DETAILS Watchel & McAnally 07/15/15
H303 AIR HANDLING UNIT SECTIONS Watchel & McAnally 07/15/15
H304 MECHANICAL ROOM SECTIONS Watchel & McAnally 07/15/15
H400 HVAC SCHEDULES Watchel & McAnally 07/15/15
H401 HVAC NOTES AND SCHEDULES Watchel & McAnally 07/15/15
ED001 SITE ELECTRICAL, DEMOLITION PLAN Watchel & McAnally 07/15/15
ED002 SITE ELECTRICAL, DEMOLITION PLAN Watchel & McAnally 07/15/15
ED003 SITE ELECTRICAL, DEMOLITION PLAN Watchel & McAnally 07/15/15
ED115 FIRST FLOOR ELECTRICAL DEMOLITION PLAN Watchel & McAnally 07/15/15
E001 SITE ELECTRICAL, NEW WORK PLAN Watchel & McAnally 07/15/15
E010 ABBREVIATIONS, LEGEND, DETAILS Watchel & McAnally 07/15/15
E110 PARTIAL FIRST FLOOR LIGHTING PLANS Watchel & McAnally 07/15/15
Exhibit D - GMP AmendmentPage 17 of 138
Fairfield County New Public Safety & Jail Facility GMP Proposal
Exhibit A – Basis Documents
Exhibit A
Page 14 of 15
E111 PARTIAL FIRST FLOOR LIGHTING PLANS Watchel & McAnally 07/15/15
E112 PARTIAL FIRST FLOOR LIGHTING PLANS Watchel & McAnally 07/15/15
E113 PARTIAL FIRST FLOOR LIGHTING PLANS Watchel & McAnally 07/15/15
E114 ELECTRICAL PARTIAL ALTERNATE PLANS Watchel & McAnally 07/15/15
E115 FIRST FLOOR ELECTRICAL PLAN Watchel & McAnally 07/15/15
E121 PARTIAL SECOND FLOOR LIGHTING PLAN Watchel & McAnally 07/15/15
E122 PARTIAL SECOND FLOOR LIGHTING PLAN Watchel & McAnally 07/15/15
E123 PARTIAL SECOND FLOOR LIGHTING PLAN Watchel & McAnally 07/15/15
E124 ATTIC LEVEL PLAN Watchel & McAnally 07/15/15
E210 PARTIAL FIRST FLOOR POWER PLANS Watchel & McAnally 07/15/15
E211 PARTIAL FIRST FLOOR POWER PLANS Watchel & McAnally 07/15/15
E212 PARTIAL FIRST FLOOR POWER PLANS Watchel & McAnally 07/15/15
E213 PARTIAL FIRST FLOOR POWER PLANS Watchel & McAnally 07/15/15
E214 ELECTRICAL KITCHEN PLAN Watchel & McAnally 07/15/15
E221 PARTIAL SECOND FLOOR POWER PLAN Watchel & McAnally 07/15/15
E222 PARTIAL SECOND FLOOR POWER PLAN Watchel & McAnally 07/15/15
E223 PARTIAL SECOND FLOOR POWER PLAN Watchel & McAnally 07/15/15
E310 PARTIAL FIRST FLOOR SPECIAL SYSTEMS PLANS Watchel & McAnally 07/15/15
E311 PARTIAL FIRST FLOOR SPECIAL SYSTEMS PLANS Watchel & McAnally 07/15/15
E312 PARTIAL FIRST FLOOR SPECIAL SYSTEMS PLANS Watchel & McAnally 07/15/15
E313 PARTIAL FIRST FLOOR SPECIAL SYSTEMS PLANS Watchel & McAnally 07/15/15
E322 PARTIAL SECOND FLOOR SPECIAL SYSTEMS PLAN Watchel & McAnally 07/15/15
E323 PARTIAL SECOND FLOOR SPECIAL SYSTEMS PLAN Watchel & McAnally 07/15/15
E401 DECS AND SPECIAL SCHEDULES/DETAILS Watchel & McAnally 07/15/15
E402 DECS AND SPECIAL SCHEDULES/DETAILS Watchel & McAnally 07/15/15
E403 DECS AND SPECIAL SCHEDULES/DETAILS Watchel & McAnally 07/15/15
E404 DECS AND SPECIAL SCHEDULES/DETAILS Watchel & McAnally 07/15/15
E411 LUMINAIRE/LIGHTING FIXTURE SCHEDULE Watchel & McAnally 07/15/15
E500 ELECTRICAL DISTRIBUTION SCHEDULES/DETAILS Watchel & McAnally 07/15/15
E501 ELECTRICAL DISTRIBUTION Watchel & McAnally 07/15/15
E502 ELECTRICAL PANEL SCHEDULES Watchel & McAnally 07/15/15
E503 ELECTRICAL PANEL SCHEDULES/STARTER SCHEDULES
Watchel & McAnally 07/15/15
E710 FIRST FLOOR AREA A Watchel & McAnally 07/15/15
E711 FIRST FLOOR AREA B Watchel & McAnally 07/15/15
E712 FIRST FLOOR AREA C Watchel & McAnally 07/15/15
E713 FIRST FLOOR AREA D Watchel & McAnally 07/15/15
E722 SECOND FLOOR AREA C Watchel & McAnally 07/15/15
E723 SECOND FLOOR AREA D Watchel & McAnally 07/15/15
E730 BAS COMM RISER Watchel & McAnally 07/15/15
E740 BAS CENTRAL PLANT Watchel & McAnally 07/15/15
E750 BAS AHU-1 AHU-2 Watchel & McAnally 07/15/15
E751 BAS AHU-3 AHU-4 Watchel & McAnally 07/15/15
E752 BAS THERMAL UNITS Watchel & McAnally 07/15/15
Exhibit D - GMP AmendmentPage 18 of 138
Fairfield County New Public Safety & Jail Facility GMP Proposal
Exhibit A – Basis Documents
Exhibit A
Page 15 of 15
ADDENDA ADDENDUM #1 Granger/Watchel &
McAnally 08/03/15
ADDENDUM #2 Granger/Watchel & McAnally
08/06/15
Exhibit D - GMP AmendmentPage 19 of 138
EXHIBIT B:ASSUMPTIONS & CLARIFICATIONS
Fairfield County New Public Safety & Jail Facility GMP Proposal
Exhibit B – Assumptions and Clarifications
Exhibit B Page 1 of 2
Exhibit B – Assumptions and Clarifications
The following assumptions and clarifications are included as part of this GMP proposal.
1. The scope of work included in this GMP is limited to the CMr and Construction Costs identified in Article 1 of this Exhibit D – GMP Amendment. The owner shall be responsible for other project costs associated with the construction of the project but not included in the GMP. A list of potential projects costs, not included in the GMP may include: Architecture and Engineering Fees, FF&E Procurement and Installation, Owner Construction Contingency, Environmental Consulting, and Utility Capacity Fees.
2. The owner shall have available for their use an adequate Owner Contingency for construction to accommodate changes to the GMP as a result of items such as; Agency Requests, Owner Directed Changes, Architectural and Engineering Errors and Omissions, and Unforeseen Conditions. An Owner Contingency of at least 3% of the GMP amount is suggested as a minimum.
3. Builder’s Risk Insurance will be provided by the Owner. In the event of a claim, the deductible
that Granger Construction is responsible for will be limited to $10,000.
4. The GMP is based on the alternate design for Augercast Piles as proposed by Richard Goettle, Inc. attached as Exhibit B, Attachment A – Augercast Pile Detail. The Owner will provide, prior to the start of work, written approval from that Architect and Environmental Consultant that this detail is acceptable.
5. Testing Results for Baseline Water Quality Testing, completed by others, will be provided by the
Owner to Granger Construction prior to the start of construction.
6. The costs of Agency and Utility permits and fees are limited to the Permit Fee Allowance identified in GMP Exhibit I – Schedule of Allowances. Granger understands that General Building, Mechanical, Electrical, Fire Safety, and other trade associated permits and inspections will be issued or performed by the City of Lancaster. Granger further understands that the Soil Erosion permit is issued and inspected by the Ohio Department of Stormwater Management, and inspection of the facility, prior to occupancy will be completed by the Ohio Department of Corrections. All plan reviews and approvals have been previously submitted by the Architect and Granger will not be responsible for further Agency plan submittals.
7. Accepted Mandatory Alternates included in the GMP are identified as “Approved” alternates in
GMP Exhibit K. Items identified as “Pending” or “Rejected” are not included in the GMP at this time. The owner may elect to accept any Mandatory Alternates for the price provided in Exhibit K for a period of 90 days after the date of this Amendment. Any accepted alternates added to the GMP during this period will be added via change order with proper adjustments to CMr Fee and Bonding costs. If the Owner elects to consider a Mandatory Alternate after this period, Granger shall request updated pricing from the appropriate subcontractors and provide a Proposal to the Owner.
8. Accepted Voluntary Alternates included in the GMP are identified as “Approved” alternates in
GMP Exhibit K. Items identified as “Pending” or “Rejected” are not included in the GMP at this time. The Owner acknowledges that these “Approved” voluntary alternates deviate from the project scope or specifications provided by the Architect and approval has been given by the Architect for this deviation or scope modification.
Exhibit D - GMP AmendmentPage 21 of 138
Fairfield County New Public Safety & Jail Facility GMP Proposal
Exhibit B – Assumptions and Clarifications
Exhibit B Page 2 of 2
9. Demolition and removal of the existing building was bid as a Mandatory Alternate and not
included in the GMP at this time.
10. Owner to provide Granger upon acceptance of this GMP Amendment a Sales Tax Exemption Certification. No Sales Tax is included in the GMP.
11. Hazardous Material testing or abatement is excluded from the GMP.
12. To manage subcontractor performance risk, Granger Construction will include a 0.72% Risk Premium Fee in addition to provide a Performance Bond for 0.53% of the cost of the work. The total cost of a Performance Bond as well as subcontractor risk will be 1.25%. The cost of subcontractor bonding, if required by Granger, or the cost of subcontractor performance failure will be paid by the Risk Premium Fee.
13. The Architect will provide, free of charge, CAD files of the design documents for use in the BIM Coordination Process.
14. Special Inspections are not included in the GMP. Coordination with the Owner provided special inspection agency will be provided.
15. Commissioning services are included in this GMP as this work is to be provided by Owner. This GMP does include coordination with the commissioning agent and resolution to deficiencies identified by the commissioning agent as applicable to the contract documents.
16. Controls devices such as controllers and cabinets identified on the E700 series documents as provided by Owner are to be installed only by the work included in this GMP, but are to be furnished by the Owner. BAS controls software, programming, interface, screenshots/images are hereby excluded from the GMP.
17. The 911 system complete is not included in this GMP and is to be provided by Owner.
18. Metal detectors identified on the construction drawings as being owner provided are not included in this GMP.
19. The inmate phone system is hereby excluded from the GMP and per the contract documents are to be provided by Owner.
20. The video visitation system has been bid for inclusion in the GMP, however, costs associated with this system are not included in the GMP Exhibit D at this time. Pricing associated with this system will be held for 90 days from the date this document is executed. Should the Owner determine that the Video Visitation System should be added to the GMP, this will be done via change order with proper adjustments to the CMr fee, and bonding. After this time, Granger will negotiate pricing with subcontractors for addition to the GMP.
21. The GMP includes costs to provide a card access system that is designed to be compatible with the County’s standard card access system. This system can be modified to the County’s Lenel standard card access system for a cost premium with proper adjustments to the CMr fee and bonding.
Exhibit D - GMP AmendmentPage 22 of 138
Exhibit D - GMP AmendmentPage 23 of 138
Exhibit D - GMP AmendmentPage 24 of 138
EXHIBIT C:PROJECT ESTIMATE
Fairfield County New Public Safety & Jail Facility GMP Proposal
Exhibit C – Project Estimate
Exhibit C Page 1 of 4
Exhibit C – Project Estimate
Please see the GMP Estimate Summary dated August 25, 2015 attached as Exhibit C – Attachment A – GMP Estimate Summary, Exhibit C – Attachment B – Granger Estimates, and Exhibit C – Attachment C – Bid Tabulations.
Exhibit D - GMP AmendmentPage 25 of 138
DIV. SCOPE DESCRIPTION CONTRACTOR AMOUNT DIV. TOTAL
01 PRECONSTRUCTION STAGE COMPENSATION 36,175$
PRECONSTRUCTION FEE GRANGER 950$
PRECONSTRUCITON STAFFING GRANGER 27,625$
PRECONSTRUCTION REIMBURSIBLES GRANGER 7,600$
01 CONSTRUCTION STAGE COMPENSATION 565,655$
CONSTRUCTION STAFFING GRANGER 565,655$
01 GENERAL CONDITIONS COST CAP 700,450$
CONSTRUCTION BONDS GRANGER 155,000$
TEMPORARY FACILITIES GRANGER 28,200$
JOBSITE TRAILER UTILITIES GRANGER 5,875$
OFFICE & JANITORIAL SUPPLIES GRANGER 7,050$
OFFICE COMMUNICATION EQUIPMENT GRANGER 18,800$
OFFICE FIRST AID / SAFETY / SIGNAGE GRANGER 3,525$
ON-SITE STAFF LIVING EXPENSES GRANGER 96,350$
OFF-SITE STAFF TRAVEL GRANGER 22,325$
PROGRESS AND FINAL CLEANING GRANGER 75,200$
DUMPSTERS GRANGER 58,750$
CONSTRUCTION FENCE / ACCESS POINTS GRANGER 23,500$
SWPPP MEASURE MAINTENANCE GRANGER 5,875$
PERMIT FEE ALLOWANCE GRANGER 25,000$
TEMP UTILITY CONSUMPTION ALLOWANCE GRANGER 175,000$
DIV. SCOPE DESCRIPTION CONTRACTOR AMOUNT DIV. TOTAL
CONSTRUCTION COSTS 31,317,621$
01 CONTINGENCY ALLOWANCE (PER SPEC) ALLOWANCE 100,000$
TESTING ALLOWANCE (PER SPEC) ALLOWANCE 85,000$
02 EXISTING BUILDING DEMOLITION NOT INCLUDED -$
03 03-01 CONCRETE FDN & FLATWORK Thompson Concrete 3,293,960$
03-02 PRECAST CONCRETE PLANK Mack Industries 595,100$
04 04-01 MASONRY Mouser Masonry 3,189,073$
05 05-01 STRUCTURAL & MISC. STEEL Ohio Steel Industries 1,722,641$
06 06-01 GENERAL TRADES WAI Construction Group 2,344,881$
GENERAL BUILDING LABOR GRANGER 170,851$
07 07-01 WATERPROOFING & JOINT SEALANTS RAM Construction Serv. 610,000$
07-02 ROOFING & SHEET METAL Kalkreuth Roofing 991,507$
08 08-01 ALUMINUM STOREFRONTS & GLAZING Buckeye Glass 313,000$
09 09-01 METAL STUD, DRYWALL & ACOUSTICAL Valley Interiors 603,205$
09-02 RESILIENT & TILE FLOORING Continential Commercial 567,368$
09-03 RESINOUS FLOORING Stonhard 159,000$
09-04 PAINTING GRANGER ESTIMATE 632,500$
10 SIGNAGE ALLOWANCE (PER SPEC) ALLOWANCE 12,000$
11 11-01 DETENTION SYSTEMS CONTRACTOR Pauly Jail 2,790,804$
11-02 FOOD SERVICE EQUIPMENT Trimark 277,887$
21 21-01 FIRE PROTECTION Gutridge Plumbing 439,347$
23 23-01 MECHANICAL Sauer Group 5,602,223$
BIM COORDINATION MANAGER GRANGER 116,588$
26 26-01 ELECTRICAL Claypool Electric 3,113,400$
CONSTRUCTION ESTIMATE
FAIRFIELD COUNTY PUBLIC SAFETY & JAIL COMPLEX
AUGUST 25, 2015
CM STAFFING & GENERAL CONDITIONS
CONSTRUCTION COSTS
~ESTIMATE SUMMARY~
Page 1 of 2
PRINTED:
8/24/2015
3:09 PMExhibit D - GMP AmendmentPage 26 of 138
CONSTRUCTION ESTIMATE
FAIRFIELD COUNTY PUBLIC SAFETY & JAIL COMPLEX
AUGUST 25, 2015
31 31-01 EARTHWORK & UTILITIES Massana Construction 1,399,365$
31-02 AUGERCAST PILES Goettle 1,882,000$
32 32-01 ASPHALT PAVING Chemcote Inc. 285,921$
LANDSCAPE ALLOWANCE (PER SPEC) ALLOWANCE 20,000$
DIV. SCOPE DESCRIPTION CONTRACTOR AMOUNT DIV. TOTAL
CONSTRUCTION SOFT COSTS 1,915,371$
CREDIT CONST. BONDS ITEM ABOVE GRANGER (155,000)$
CONST. BONDS (0.53%) GRANGER 172,064$
SUB BOND RISK FEE (0.72%) GRANGER 234,986$
CM CONTINGENCY (2%) GRANGER 657,439$
CM FEE (3%) GRANGER 1,005,882$
TOTAL TOTAL
GMP TOTAL 34,535,272$ 34,535,272$
GMP TOTALS
CONSTRUCTION SOFT COSTS
~ESTIMATE SUMMARY~
Page 2 of 2
PRINTED:
8/24/2015
3:09 PMExhibit D - GMP AmendmentPage 27 of 138
ESTIMATE SUMMARYPROJECT :
BUILDING :
DETAILS :
Fairfield Jail Facility
Fairfield County Jail - General Building Labor
Granger Carpenter
DATE :
GSF :
08/24/2015
111,535
CODE DESCRIPTION TOTAL COST/GSF % TOTAL
Laborer $153,823 $1.38 90.03 %
Labor Consumables $17,028 $0.15 9.97 %
$170,851 SUBTOTAL : %$1.53 100.00
$170,851 %$1.53 100.00
ESTIMATE TOTAL
ESTIMATE TOTAL :
GRANGER CONSTRUCTION COMPANY
Fairfield County Jail - General Building Labor 1 2of10:20 am 08/24/2015Exhibit D - GMP AmendmentPage 28 of 138
ESTIMATE DETAILPROJECT :
BUILDING :
Fairfield Jail Facility
Fairfield County Jail - General Building Labor
ESTIMATE DETAIL
CODE DESCRIPTION QTY UNIT RATE SUBTOTAL DIV. TOTAL
Laborer $153,823
$49.68Laborer 3,096.00 hrs $153,823
Labor Consumables $17,028
$5.50Labor Consumables 3,096.00 hrs $17,028
ESTIMATE DETAIL END
Fairfield County Jail - General Building Labor 2 2of
10:20 am08/24/2015
Exhibit D - GMP AmendmentPage 29 of 138
ESTIMATE SUMMARYPROJECT :
BUILDING :
DETAILS :
Fairfield Jail Facility
Fairfield County Jail - Painting Estimate
Painting Take Off
DATE :
GSF :
08/24/2015
111,535
CODE DESCRIPTION TOTAL COST/GSF % TOTAL
DIV. 09 PAINTING $632,500 $5.67 100.00 %
$632,500 SUBTOTAL : %$5.67 100.00
$632,500 %$5.67 100.00
ESTIMATE TOTAL
ESTIMATE TOTAL :
GRANGER CONSTRUCTION COMPANY
Fairfield County Jail - Painting Estimate 1 2of10:16 am 08/24/2015Exhibit D - GMP AmendmentPage 30 of 138
ESTIMATE DETAILPROJECT :
BUILDING :
Fairfield Jail Facility
Fairfield County Jail - Painting Estimate
ESTIMATE DETAIL
CODE DESCRIPTION QTY UNIT RATE SUBTOTAL DIV. TOTAL
PAINTINGDIV. 09 $632,500
$0.95Paint Walls - Drywall 39,069.00 /SF $37,116
$1.60Paint Walls- CMU (primer+1coats) 155,246.00 /SF $248,394
$2.75Epoxy Paint Walls 5,964.00 /SF $16,401
$1.20Paint Exposed Ceilings - average 8-12'H 6,633.00 /SF $7,960
$1.20Paint Drywall Ceilings 2,427.00 /SF $2,912
$2.75Epoxy Paint Ceilings 35,865.00 /SF $98,629
$135.00Paint/Stain Doors & Frames - Standard 153.00 /EA $20,655
$150.00Paint/Stain Doors & Frames - Security 169.00 /EA $25,350
$0.77Misc Painting & Wallcovering 106,410.00 /SF $81,936
$10,226.00Site Painting 1.00 /LS $10,226
$2.00Sealed Concrete (includes prep) 15,386.00 /SF $30,772
$17.00Paint Steel Plate Supports 2,330.00 /LF $39,610
$15.00Paint Handrailing at Stairs 836.00 /LF $12,540
ESTIMATE DETAIL END
Fairfield County Jail - Painting Estimate 2 2of
10:16 am08/24/2015
Exhibit D - GMP AmendmentPage 31 of 138
ESTIMATE SUMMARYPROJECT :
BUILDING :
DETAILS :
Fairfield Jail Facility
Fairfield County Jail - BIM Coordiantion
BIM Coordination Estimate
DATE :
GSF :
08/24/2015
111,535
CODE DESCRIPTION TOTAL COST/GSF % TOTAL
Architectural & Structural Development $57,998 $0.52 49.75 %
BIM Coordinator $49,390 $0.44 42.36 %
BIM Technology $9,200 $0.08 7.89 %
$116,588 SUBTOTAL : %$1.05 100.00
$116,588 %$1.05 100.00
ESTIMATE TOTAL
ESTIMATE TOTAL :
GRANGER CONSTRUCTION COMPANY
Fairfield County Jail - BIM Coordiantion 1 2of10:19 am 08/24/2015Exhibit D - GMP AmendmentPage 32 of 138
ESTIMATE DETAILPROJECT :
BUILDING :
Fairfield Jail Facility
Fairfield County Jail - BIM Coordiantion
ESTIMATE DETAIL
CODE DESCRIPTION QTY UNIT RATE SUBTOTAL DIV. TOTAL
Architectural & Structural Development $57,998
$0.52Revit Drafting Model Devlopment 111,535.00 sf $57,998
BIM Coordinator $49,390
$50.75BIM Coordination Labor 860.00 hrs $43,645
$718.12Travel 8.00 trips $5,745
BIM Technology $9,200
$525.00BIM Laptop & Software Package 5.00 mo $2,625
$115.00Video Conf. Techolgy Useage 5.00 mo $575
$150.00BIM Model Exchange Service 24.00 mo $3,600
$100.00BIM Server Storage 24.00 mo $2,400
ESTIMATE DETAIL END
Fairfield County Jail - BIM Coordiantion 2 2of
10:19 am08/24/2015
Exhibit D - GMP AmendmentPage 33 of 138
PROJECT:
BID CATEGORY :
BID PACKAGE :
BID DATE :
Thompson
Concrete
Construction
WAI
Construction
Group LLC
BASE BID 3,807,730 4,003,373
ADDENDUM 1, 2 X X
BID BOND X X
Division 01 – Complete X X
03 20 00 – Concrete Reinforcement X X
03 30 00 – Cast-In-Place Concrete X X
03 31 00 – Concrete Topping X X
07 21 00 – Building Insulation *As Applicable X X
10 14 00 – Signage *As Applicable X X
32 13 13 – Concrete Paving X X
31 20 00 – Earth Moving *As Applicable X X
ALLOWANCES
1. 6 Tons of additoinnal reinforcing
2. $5,000 for temporary curbs and sidewalk
APPROVED ALTERNATES
G2: Storage Room 15,197
G22: Alternate Foundation Construction (S403) (174,687)
Vol: Credit Transformer Vault (3,780)
Vol: Credit Dewatering (310,000)
Vol: Credit Interior Joint Selants (13,000)
Vol: Structural Fibers in Topping Slabs in Lieu of Wire Mesh (5,000)
Vol: Credit Dry Shake Hardner (22,500)
3,293,960 4,003,373 0 0
PLM BOND ADD AMOUNT : 32,940
APPARENT LOW BIDDER :
APPARENT LOW BID AMOUNT :
ALTERNATES
G-2: Storage Roomn 15,197
G-22: Alternate Foundation Construction (S403) (174,687) 374,053
Vol: Structural fibers in topping slabs in lieu of wire mesh (5,000)
Vol: Credit Dry Shake Hardener (22,500)
Thompson Concrete Construction
3,293,960
FAIRFIELD CO. PUBLIC SAFETY & JAIL COMPLEX
BP-01
03-01 CONCRETE FOUNDATIONS & FLATWORK
8/11/2015
BIDDER :
ADJUSTED BASE BID :
~BID TABULATION~
PRINTED:
8/24/2015
10:05 AMExhibit D - GMP AmendmentPage 34 of 138
PROJECT:
BID CATEGORY :
BID PACKAGE :
BID DATE :
Mack Industries DBS Prestress
Hollowcore
Incorporated
BASE BID 615,100 635,935 848,000
ADDENDUM 1, 2 X X X
BID BOND X
Division 01 – Complete X X
03 41 00 – Precast Structural Concrete X X
Mobilizations X
Sales Tax X X
Credit Sales Tax (26,000)
APPROVED ALTERNATES
G2: Storage Room 6,000
595,100 635,935 848,000 0
PLM BOND ADD AMOUNT : 12,300 15,000 12,300
APPARENT LOW BIDDER :
APPARENT LOW BID AMOUNT :
ALTERNATES
G2: Storage Roomn 6,000 4,200 14,250
Mack Industries
595,100
FAIRFIELD CO. PUBLIC SAFETY & JAIL COMPLEX
BP-01
03-02 PRECAST CONCRETE PLANK
8/11/2015
BIDDER :
ADJUSTED BASE BID :
~BID TABULATION~
PRINTED:
8/24/2015
10:05 AMExhibit D - GMP AmendmentPage 35 of 138
PROJECT:
BID CATEGORY :
BID PACKAGE :
BID DATE :
Mouser
Masonry, Inc.
Kirk Bros.
Masonry, Inc.
Leidal & Hart
Mason
Contractors, Inc.
BASE BID 3,110,000 4,317,500 4,297,800
ADDENDUM 1, 2 X X X
BID BOND X X X
Division 01 - Complete X X
Division 04 - Complete X X
05 55 00 - Metal Fabrications * As Applicable X X
07 21 00 - Building Insulation *As Applicable X X
07 65 00 - Flexible Flashing X X
07 95 00 - Expansion Control X X
ALLOWANCES
1. $1,150 per thousand for field brick Alt. Alt.
Winter Heat X X 25,000
Slab Protection X X
Coordination with Precast Plank X X
Precast Stone Signs X X
Existing Building Renovations X X
APPROVED ALTERNATES
G2: Storage Room 15,000
G3: Brick & Colossal Block Veneer on Base Plan 55,000
G3a: Brick and Colossal Block at ((G-2) Storage Room 2,000
G4: Paint Mechanical Rooms 2,373
G22: Alternate Foundation Construction (S403) 14,000
Vol: Use Smooth Cast Stone Product in Lieu of Pineapple (9,300)
3,189,073 4,317,500 4,322,800 0
PLM BOND ADD AMOUNT : 38,000 30,500 32,100
APPARENT LOW BIDDER :
APPARENT LOW BID AMOUNT :
ALTERNATES
G2: Storage Room 15,000 13,500 19,680
G3: Brick & Colossal Block Veneer on Base Plan 55,000 215,000 204,500
G3a: Brick & Colossal Block at (G-2) Storage Room: 2,000 3,260 2,056
G4: Paint Mechanical Rooms 2,373
G22: Alternate Foundation Construction (S403) 14,000 76,000
Vol:Use smooth cast stone product in lieu of Pineapple prod. (9,300)
Vol: Eliminate winter protection (55,000)
Vol: Dumpsters by CM (15,000)
Vol: Cavity Mate Insulation in Lieu of DOW Spec'd System (42,000)
Vol: Low Color Range CMU W/ Natural Gray Mortar (18,700)
Mouser Masonry, Inc.
3,189,073
FAIRFIELD CO. PUBLIC SAFETY & JAIL COMPLEX
BP-01
04-01 Masonry
8/11/2015
BIDDER :
ADJUSTED BASE BID :
~BID TABULATION~
PRINTED:
8/24/2015
10:05 AMExhibit D - GMP AmendmentPage 36 of 138
PROJECT:
BID CATEGORY :
BID PACKAGE :
BID DATE :
Ohio Steel
Industries
Wanner Metal
Worx, Inc.
BASE BID 1,103,648 2,100,000
ADDENDUM 1, 2 X X
BID BOND X X
Division 01 - Complete
05 12 00 - Structural Steel
05 21 00 - Steel Joist Framing
05 31 00 - Steel Decking
05 50 00 - Metal Fabrications
05 51 00 - Metal Stairs
05 52 13 - Pipe and Tube Railings
Loose Steel Lintels X X
Steel Utility and Beam Enclosures 618,143 X
Stairs and Hand Rails X X
Security Mesh Panels at Mezzanines NO (95,000)
Roof Ladders and Cages X X
Trench Drain Covers X X
Stainless Countertops and Supports X X
Copper Relic Box 850 X
Bent Metal Angles at Sectional Doors X (3,600)
Allowance for 4 Tons of Steel per Architect X X
1,722,641 2,001,400 0 0
PLM BOND ADD AMOUNT : 4,517 21,000
APPARENT LOW BIDDER :
APPARENT LOW BID AMOUNT :
ALTERNATES
None
Wanner Metal Worx, Inc.
2,001,400
FAIRFIELD CO. PUBLIC SAFETY & JAIL COMPLEX
BP-01
05-01 Structural & Misc. Steel
8/11/2015
BIDDER :
ADJUSTED BASE BID :
~BID TABULATION~
PRINTED:
8/24/2015
10:05 AMExhibit D - GMP AmendmentPage 37 of 138
PROJECT:
BID CATEGORY :
BID PACKAGE :
BID DATE :
WAI
Construction
Group, LLC
The Altman
Company
BASE BID 2,295,673 2,550,000
ADDENDUM 1, 2 X X
BID BOND X
Division 01 - Complete X X
02 00 00 - Existing Conditions X X
02 41 19 - Selective Demolition X X
06 10 00 - Rough Carpentry X X
06 20 23 - Interior Finish Carpentry X X
06 40 23 - Interior Architectural Woodwork X X
07 84 00 - Penetration Firestopping *As Applicable X X
07 92 00 - Joint Sealants *As Applicable X X
07 95 00 - Expansion Control *As Applicable X X
08 11 13 - Hollow Metal Doors and Frames X X
08 14 00 - Wood Doors X X
08 31 00 - Access Doors and Frames X X
08 33 23 - Overhead Coiling Doors X X
08 34 63 - Detention Doors and Frames *As Applicable X X
08 36 13 - Sectional Overhead Doors X X
08 71 00 - Door Hardware X X
08 71 13 - Automatic Door Operators *As Applicable X X
09 69 00 - Access Flooring X X
10 14 00 - Signage X X
10 21 13 - Toilet Compartments X X
10 22 26 - Operable Partitions X X
10 28 00 - Toilet, Bath, and Laundry Accessories X X
10 44 13 - Fire Extinguisher Cabinets X X
10 44 16 - Fire Extinguishers X X
10 51 13 - Metal Lockers X X
10 55 00 - Postal Specialties X X
10 75 00 - Flagpoles X X
11 23 00 - Commercial Laundry Equipment X X
11 52 13 - Projection Screens X X
12 36 61 - Simulated Stone Countertops X X
12 48 23 - Floor Grids & Floor Mats X X
32 31 13 - Chain Link Fencing X X
Extended Boom Forklift 39,885
ALLOWANCES
$25,000 for temporary doors, partitons, and enclosures X
$6,000 for door hardware X
Sales Tax No
ACCEPTED ALTERNATES
G5: Solid Polymer Countertops 9,323
2,344,881 2,550,000 0 0
FAIRFIELD CO. PUBLIC SAFETY & JAIL COMPLEX
BP-01
06-01 General Trades
8/11/2015
BIDDER :
ADJUSTED BASE BID :
~BID TABULATION~
PRINTED:
8/24/2015
10:05 AMExhibit D - GMP AmendmentPage 38 of 138
PLM BOND ADD AMOUNT : 22,860 51,000
APPARENT LOW BIDDER :
APPARENT LOW BID AMOUNT :
ALTERNATES
G5: Provide Solid Polymer Contertops 9,323 57,500
G6: Proivide Lab Grade Casework 96,050 70,000
G9: Demo Existing MSMJ Building Upon Completion 498,000
WAI Construction Group, LLC
2,344,881
~BID TABULATION~
PRINTED:
8/24/2015
10:05 AMExhibit D - GMP AmendmentPage 39 of 138
PROJECT:
BID CATEGORY :
BID PACKAGE :
BID DATE :
Sealtech
Caulking &
Restoration, Inc.
RAM
Construction
Services
BASE BID 803,774 496,825
ADDENDUM 1, 2 X X
BID BOND
Division 01- Complete X X
07 13 53 - Elastomeric Sheet Waterproofing X X
07 92 00 - Joint Sealants X X
ALLOWANCES
None
Moisture Barrier at Precast Topping 80,520 113,175
Caulking at SOG Expansion Joints (28,980)
855,314 610,000 0 0
PLM BOND ADD AMOUNT : 24,113
APPARENT LOW BIDDER :
APPARENT LOW BID AMOUNT :
ALTERNATES
None
RAM Construction Services
610,000
FAIRFIELD CO. PUBLIC SAFETY & JAIL COMPLEX
BP-01
07-01 Waterproofing & Joint Sealants
8/11/2015
BIDDER :
ADJUSTED BASE BID :
~BID TABULATION~
PRINTED:
8/24/2015
10:06 AMExhibit D - GMP AmendmentPage 40 of 138
PROJECT:
BID CATEGORY :
BID PACKAGE :
BID DATE :
Kalkreuth
Roofing & Sheet
Metal
Carl T Johnson,
Inc.
Harold J Becker
Company, Inc.
BASE BID 980,350 1,200,000 1,633,950
ADDENDUM 1, 2 X X
BID BOND X
Division 01 - Complete X
06 16 00 - Sheathing *As Applicable X
07 53 23 - EPDM Roofing X
07 60 00 - Flashing and Sheet Metal X
07 65 00 - Flexible Flashing X
07 21 00 - Building Insulation *As Applicable X
07 71 00 - Prefabricated Roof Specialties X
07 72 00 - Roof Accessories X
07 92 00 - Joint Sealants *As Applicable X
07 95 00 - Expansion Control *As Applicable X
ALLOWANCES
None
ACCEPTED ALTERNATES
G2: Storage Room 7,842
G8: Provide 20 Yr Warranty EPDM Roof Base Bid 3,315
G8a: Provide 20 Yr. Warranty at (G2) Storage Room 0
991,507 1,200,000 1,633,950 0
PLM BOND ADD AMOUNT : 11,379 11,500 8,090
APPARENT LOW BIDDER :
APPARENT LOW BID AMOUNT :
ALTERNATES
G2: Storage Room 7,842 9,500 12,450
G8: Provide 20 Yr Warranty EPDM Roof Base Bid 3,315 7,200 16,100
G8a: Provide 20 Yr. Warranty at (G2) Storage Room Inc. in G2 1,000 250
Kalkreuth Roofing & Sheet Metal
991,507
FAIRFIELD CO. PUBLIC SAFETY & JAIL COMPLEX
BP-01
07-02 ROOFING & SHEET METAL
8/11/2015
BIDDER :
ADJUSTED BASE BID :
~BID TABULATION~
PRINTED:
8/24/2015
10:06 AMExhibit D - GMP AmendmentPage 41 of 138
PROJECT:
BID CATEGORY :
BID PACKAGE :
BID DATE :
Buckeye Glass
Granger
Estimate
BASE BID 293,000 300,000
ADDENDUM 1, 2 X
BID BOND
Division 01 - Complete X
07 92 00 - Joint Sealants *As Applicable X
08 41 00 - Storefronts and Entrances X
08 51 13 - ArchitecturalAluminum Windows X
08 56 59 - Service and Pass-Thru Windows No
08 71 13 - Automatic Door Operators X
08 80 00 - Glazing X
08 87 00 - Glazing Surface Films X
ALLOWANCES
None
Door Hardware 20,000
313,000 300,000 0 0
PLM BOND ADD AMOUNT : 14,650
APPARENT LOW BIDDER :
APPARENT LOW BID AMOUNT :
ALTERNATES
FAIRFIELD CO. PUBLIC SAFETY & JAIL COMPLEX
BP-01
08-01 ALUMINUM STOREFRONTS & GLAZING
8/11/2015
BIDDER :
ADJUSTED BASE BID :
~BID TABULATION~
PRINTED:
8/24/2015
3:19 PMExhibit D - GMP AmendmentPage 42 of 138
PROJECT:
BID CATEGORY :
BID PACKAGE :
BID DATE :
Valley Interior
Systems, Inc.
WAI
Construction
Group, LLC
BASE BID 589,900 695,955
ADDENDUM 1, 2 X X
BID BOND
Division 01 - Complete X
05 40 00 - Cold Formed Metal Framing X X
06 16 00 - Sheathing X X
07 21 00 - Building Insulation *As Applicable X X
07 24 13 - Polymer Based Exterior Finish System X X
07 95 00 - Expansion Control *As Applicable X X
09 21 16 - Gypsum Board X X
09 22 16 - Non-Structural Meatal Framing X X
09 51 00 - Acoustical Panel Ceilings X X
09 51 23 -Acoustical Tile Ceilings X X
09 80 00 - Acoustical Treatment X X
ALLOWANCES
None
Stenciling of Rated Walls X X
Blocking in Stud Walls for Wall Mounted Items X In 6-1 Bid
Expansion Control in Drywall/Sud Walls 3,585 X
Acoustical Wall Panels X X
ACCEPTED ALTERNATES
G21: Provide Tile Floors and Walls at Rooms Indicated 9,720
603,205 695,955 0 0
PLM BOND ADD AMOUNT : 4,450 7,374
APPARENT LOW BIDDER :
APPARENT LOW BID AMOUNT :
ALTERNATES
G21: Provide Tile Floors and Walls at Rooms Indicated 9,720
Vol: Fine Fissured Ceiling Tile #1714 in Lieu of #1757 (25,000)
Valley Interior Systems, Inc.
603,205
FAIRFIELD CO. PUBLIC SAFETY & JAIL COMPLEX
BP-01
09-01 METAL STUD, DRYWALL & ACOUSTICAL
8/11/2015
BIDDER :
ADJUSTED BASE BID :
~BID TABULATION~
PRINTED:
8/24/2015
10:06 AMExhibit D - GMP AmendmentPage 43 of 138
PROJECT:
BID CATEGORY :
BID PACKAGE :
BID DATE :
Continental
Commercial
Floors
BASE BID 466,890
ADDENDUM 1, 2 X
BID BOND
Division 01 - Complete
07 92 00 - Joint Sealants *As Applicable
09 30 00 - Tiling
09 65 13 - Resilient Base and Accessories
09 65 13 - Resilient Tile Flooring
09 65 80 - Indoor Rubber Resilient Weight Room Flooring
09 68 13 - Tile Carpet
09 68 16 - Sheet Carpet
VCT Waxing 46,650
Hard Tile Grout Sealer 4,300
ALLOWANCES
None
ACCEPTED ALTERNATES
G2: Storage Room 1,960
G11: High Performance Coatings at Inmate Showers (11,866)
G21: Provide Tile Floors and Walls at Staff Bathrooms 59,434
567,368 0 0 0
PLM BOND ADD AMOUNT : 4,668
APPARENT LOW BIDDER :
APPARENT LOW BID AMOUNT :
ALTERNATES
G2: Storage Room 1,960
G10: Indoor Rubber Flooring at A127 Exercise Room 4,805
G11a: High Performance Coatings at Inmate Showers (11,866)
G21: Provide TileFloorsandWalls at Rooms Indicated 59,434
Vol: Deduct Moisture Barrier (285,475)
Vol: Add High MoistureResilient Adhesive 22,125
Continental Commercial Floors
567,368
FAIRFIELD CO. PUBLIC SAFETY & JAIL COMPLEX
BP-01
09-02 RESILIENT & TILE FLOORING
8/11/2015
BIDDER :
ADJUSTED BASE BID :
~BID TABULATION~
PRINTED:
8/24/2015
10:06 AMExhibit D - GMP AmendmentPage 44 of 138
PROJECT:
BID CATEGORY :
BID PACKAGE :
BID DATE :
Stonhard
Division of
StonCor Group
BASE BID 0
ADDENDUM 1, 2 X
BID BOND
Division 01 - Complete
09 67 23 - Resinous Flooring
09 96 56 - Epoxy Coatings
ALLOWANCES
None
ACCEPTED ALTERNATES
G11: High Performance Coating at Inmate Showers: 159,000
159,000 0 0 0
PLM BOND ADD AMOUNT : 2,416
APPARENT LOW BIDDER :
APPARENT LOW BID AMOUNT :
ALTERNATES
G11: High Performance Coating at Inmate Showers: 159,000
Stonhard Division of StonCor Group
159,000
FAIRFIELD CO. PUBLIC SAFETY & JAIL COMPLEX
BP-01
09-03 RESINOUS FLOORING
8/11/2015
BIDDER :
ADJUSTED BASE BID :
~BID TABULATION~
PRINTED:
8/24/2015
10:06 AMExhibit D - GMP AmendmentPage 45 of 138
PROJECT:
BID CATEGORY :
BID PACKAGE :
BID DATE :
Pauly Jail
Building
Company
Fabcor, Inc.
DBA
Correctional
Products CCC Group
Cornerstone
Detention
Products, Inc.
BASE BID 1,982,000 2,640,000 3,237,000 3,454,000
ADDENDUM 1, 2 X X X X
BID BOND X X X X
Division01 -Complete X X
07 84 00 - Penetration Fire Stopping X X
08 31 13.53 - Security Access Doors and Frames X X
08 34 63 - Detention Doors and Frames X X
08 56 63 - Detention Windows X X
08 71 63 - Detention Door Hardware X X
08 88 53 - Security Glazing X X
10 28 13 - Detention Toilet Accessories X X
11 19 00 - Basic Detention Equipment Requirements X X
11 19 31 - Security Barriers X X
12 55 00 - Detention Furnishings X X
28 02 00 - General Provisions 1,078,156 X
28 05 13 - Conductors & Cables for Electrical Security X X
28 05 44 - Sleeve & Sleeve Seals for Electrical Security X X
28 11 05 - Cabinets & Enclosure for Elec. Safety & Sec. X X
28 21 01 - Touchscreen Control System X X
28 23 00 - Video Surveillance System X X
28 25 00 - Personal Alarm System X X
28 28 00 Video Visitation System X X
28 46 20 - Door Control System X X
28 51 24 - Intercom and Paging X X
ALLOWANCES
$12,000 for Door Hardware X X
Video Visitation Dividers No Inc. Steel Plate
Sales Tax No No
Existing Door Control Yes
Base Bid Card Reader System 41,192 220,000
ACCEPTED ALTERNATES
Vol: Vicon Cameras in Lieu of Axis Cameras (50,750)
Vol: Delete VVU Stools and Dividers at Dayrooms (9,600)
Vol: Delete Video Visitation System (188,106)
Vol: Delete Personal Alarm System (73,415)
Vol: Paracentric Food Pass Locks in Lieu of Mogul (8,100)
Vol: Two 72TB ExaQ Vision Servers in Lieu of 1 Server 24,227
Vol: Delete Smoke Gaskets at Cell Doors (4,800)
2,790,804 BID WITHDRAWN 3,237,000 3,454,000
PLM BOND ADD AMOUNT : 41,862 20,000 25,000 34,540
APPARENT LOW BIDDER :
APPARENT LOW BID AMOUNT :
Pauly Jail Building Company
2,790,804
FAIRFIELD CO. PUBLIC SAFETY & JAIL COMPLEX
BP-01
11-01 DETENTION SYSTEM CONTRACTOR
8/11/2015
BIDDER :
ADJUSTED BASE BID :
~BID TABULATION~
PRINTED:
8/24/2015
10:06 AMExhibit D - GMP AmendmentPage 46 of 138
ALTERNATES
G16: Accurate Controls SEC In Base Bid
G17: Stanley Security SEC 1,294,280 In Base Bid
G18: Security Automation Systems SEC In Base Bid
G19: Pinnacle Integrated Systems SEC 1,570,000
G23: Lenel Card Access System 41,192 199,400 220,000 220,000
Vol: Bosch Video Management System (105,000)
Vol: Vicon Cameras In Lieu of Axis Cameras (50,750)
Vol: Provide Alternate Detention Cell Window System (50,000) (23,600)
Vol: Provide Wall Mtd Cell Desk and Seat in Lieu of Spec'd (10,000)
Vol: Add Dividers at Video Visitation Units 192,750
Vol: Delete Privacy Dividers and Stools at Dayrooms (9,600) (36,640)
Vol: Delete Video Visitation System (188,106) (152,000)
Vol: Delete Personal Alarm System (73,415) (33,000)
Vol: Two 72TB ExacQ Vision Servers in Lieu of 1 Server 24,227 In Base Bid
Vol: Exterior Windows Set by Mason Primed Only (162,000)
Vol: Paracentric Food Pass Locks in Lieu of Mogul (8,100)
Vol: Magnetic DPS's in Lieu of Mechanical (12,860)
Vol: Delete Smoke Gaskets at Cell Doors (4,800)
~BID TABULATION~
PRINTED:
8/24/2015
10:06 AMExhibit D - GMP AmendmentPage 47 of 138
PROJECT:
BID CATEGORY :
BID PACKAGE :
BID DATE :
Trimark SS
Kemp
The
Wasserstrom
BASE BID 277,887 289,923
ADDENDUM 1, 2 X X
BID BOND X
Division 01 - Complete X
07 84 00 - Penetration Firestopping X
07 92 00 - Joint Sealants *As Applicable X
11 40 00 - Food Service Equipment X
ALLOWANCES
None
277,887 289,923 0 0
PLM BOND ADD AMOUNT : 2,000 2,174
APPARENT LOW BIDDER :
APPARENT LOW BID AMOUNT :
ALTERNATES
Trimark SS Kemp
277,887
FAIRFIELD CO. PUBLIC SAFETY & JAIL COMPLEX
BP-01
11-02 FOOD SERVICE EQUIPMENT
8/11/2015
BIDDER :
ADJUSTED BASE BID :
~BID TABULATION~
PRINTED:
8/24/2015
10:06 AMExhibit D - GMP AmendmentPage 48 of 138
PROJECT:
BID CATEGORY :
BID PACKAGE :
BID DATE :
Gutridge
Plumbing, Inc.
TP Mechanical
Contractors, Inc.
BASE BID 445,300 447,300
ADDENDUM 1, 2 X X
BID BOND X X
Division 01 - Complete X X
02 00 00 - Existing Conditions X X
02 41 19 - Selective Demolition X X
07 84 00 - Penetration Firestopping *As Applicable X X
Division 21 - Complete *Excluding 21 05 20 X X
X
ALLOWANCES
None
Deduct Bond from Base Bid (4,453) No
Underground between building & FDP No No
Sales Tax No No
Hydrant Flow Test Yes Yes
Design Yes Yes
$2 million in Professional Liability Insurance Yes TBD
Kitchen Hood Suppression No No
Deduct Seismic Requirements
Semi Recessed Heads in Lieu of Concealed (2,160)
Service Point of Connection at 1' AFF (3,000) (4,000)
ACCEPTED ALTERNATES
G2: Storage Room 1,500
439,347 441,140 0 0
PLM BOND ADD AMOUNT : 4,453 4,411
APPARENT LOW BIDDER :
APPARENT LOW BID AMOUNT :
ALTERNATES
G2: Storage Room 1,500 1,500
G14: Chemical Sprinkler at A173 (911 Center) 18,900 21,200
Vol:Combine 21-01 and 23-01 X
Gutridge Plumbing, Inc.
439,347
FAIRFIELD CO. PUBLIC SAFETY & JAIL COMPLEX
BP-01
21-01 FIRE PROTECTION
8/11/2015
BIDDER :
ADJUSTED BASE BID :
~BID TABULATION~
PRINTED:
8/24/2015
10:06 AMExhibit D - GMP AmendmentPage 49 of 138
PROJECT:
BID CATEGORY :
BID PACKAGE :
BID DATE :
Sauer
Group, Inc.
Gutridge
Plumbing,
Inc.
TP
Mechanical
Contractor
s, Inc.
Farber
Corporatio
n
Vaughn
Industries,
LLC
BASE BID 5,740,327 6,446,640 6,589,000 7,084,180 11,305,000
ADDENDUM 1, 2 X X X X X
BID BOND X X X X
Division 01 - Complete X X
02 00 00 - Existing Conditions X X
02 41 19 - Selective Demolition X X
07 84 00 - Penetration Firestopping *As Applicable X
07 92 00 - Joint Sealants *As Applicable
08 90 00 - Louvers & Vents 24,000 7,960
Division 22 - Complete X X
Division 23 - Complete *Excluding 23 05 20 - Painting X X
25 00 00 - Instrumentation and Control for HVAC X
25 01 00 - Sequence and Operations for HVAC Controls X
26 29 42 - BAS Controls and Installation X
ALLOWANCES
None
Tax No No
Tap Fees 5,000 5,000
Heat Trace Furnish Only X X
Chilller Platform X No (Need Add)
Temp Heat Temp HeatersNew Equip.
Temp Water Service for Mixing Station X X
Pin Cleanout in Base Bid Inc. Inc.
Gas Piping 37,940 (13,685)
VFD's per Fan vs. Fan Wall 22,605 X
Clean Out Pins 15,874
Boilers 164,850 X
Approved Alternates
G2: Storage Room 13,600
Vol: PVC Underground Storm (29,000)
Vol: PVC Underground Sanitary (62,000)
Vol: BAS Wiring and Controls by 26-01 (208,000)
Vol: Mechanically Coupled Piping Vs Welded @ Mech Rms (10,300)
Vol: Downsize Boilers (84,000)
Vol: Reduce Piping Sizes at Mechanical Room (673)
Vol:Delete Piping for Future Expansion (13,600)
Vol: Eliminate Chase Uhs and Add 8x8 Air Devices (14,400)
5,602,223 6,445,915 6,589,000 7,084,180 11,305,000
PLM BOND ADD AMOUNT : 42,107 64,466 65,890 57,000 113,050
APPARENT LOW BIDDER :
APPARENT LOW BID AMOUNT :
Sauer Group, Inc.
5,602,223
FAIRFIELD CO. PUBLIC SAFETY & JAIL COMPLEX
BP-01
23-01 MECHANICAL
8/11/2015
BIDDER :
ADJUSTED BASE BID :
~BID TABULATION~
PRINTED:
8/24/2015
10:06 AMExhibit D - GMP AmendmentPage 50 of 138
ALTERNATES
G2: Storage Room 13,600 10,860 7,789 13,700 6,300
G12: Provide Inmate Housing Water Mgt. System 193,323 238,810 218,280 150,293 151,000
G13: Provide Sanitary Sewer Grinders 63,662 68,440 57,400 67,600 69,000
WC-1 & WC-2 Willoughby Industries Nallyator Waste Device 15,874
Vol: Schedule 40 PVC Pipe for Underground San. & Stm (120,000)
Vol: Leave Spoils on Site (45,900)
Vol: Insulate Horiz. Stm piping and Drain Sumps w/ 1" Ins. 15,000
Vol: Mech Coupled Pipe Vs. Welded 2 1/2" and Larger (10,300) (89,467)
Vol: PVC Underground Storm (29,000) (43,300)
Vol: PVC Underground Sanitary (62,000) (136,700)
Vol: BAS Wiring and Controls by 26-01 (208,000)
Vol: Mechanically Coupled Piping Vs Welded @ Mech Rms (10,300)
Vol: Downsize Boilers (84,000) (102,375)
Vol: Reduce Piping Sizes at Mechanical Room (673) (7,482)
Vol: Delete Piping for Future Expansion (13,600) (13,535)
Vol: Eliminate Chase UH's and Add 8x8 Air Devices (14,400) (14,550)
~BID TABULATION~
PRINTED:
8/24/2015
10:06 AMExhibit D - GMP AmendmentPage 51 of 138
PROJECT:
BID CATEGORY :
BID PACKAGE :
BID DATE :
Claypool
Electric, Inc.
Vaughn
Industries, LLC
Jess Howard
Electric Co.
BASE BID 2,987,500 3,417,000 3,801,400
ADDENDUM 1, 2 X X X
BID BOND X X
Division 01 - Complete X X
02 00 00 - Existing Conditions X X
02 41 19 - Selective Demolition X X
07 84 00 - Penetration Firestopping X X
07 92 00 - Joint Sealants X X
Division 26 - Complete *Excluding 26 29 42 X X
28 33 00 - Fire Alarm System X X
ALLOWANCES
$70,000 for Utility Connection Fees Yes Yes
Sales Tax No No
Heat Trace Installation X No
Video Voice & Data Wiring X X
Receiving & Setting Security Electronic Racks 2,300 TBD
Demoltion of Existing Building X 0
Transformer Vault X X
ACCEPTED ALTERNATES
G2: Storage Room 7,200
Vol: Aluminum Panel Feeders (15,500)
Vol: Provide Controls Wiring and Devices Direct 175,000
Vol: Delete Chase Unit Heater Power (11,300)
Vol: Change GRC Conduit to EMT for 2" and Up Below 8' (11,800)
Vol: Change Compression Conduit Fittings to Set Screw (20,000)
3,113,400 3,417,000 3,801,400 0
PLM BOND ADD AMOUNT : 44,812 34,200 28,511
APPARENT LOW BIDDER :
APPARENT LOW BID AMOUNT :
Claypool Electric, Inc.
3,113,400
FAIRFIELD CO. PUBLIC SAFETY & JAIL COMPLEX
BP-01
26-01 ELECTRICAL
8/11/2015
BIDDER :
ADJUSTED BASE BID :
~BID TABULATION~
PRINTED:
8/24/2015
10:06 AMExhibit D - GMP AmendmentPage 52 of 138
ALTERNATES
G2: Storage Room 7,200 8,300 4,654
G7: Provide Lightning Protection at Base Bid 76,900 74,600 75,605
G7a: Provide Lightning Protection at (G2) Storage Rm 1,400 645 1,648
G9: Demolition of Existing Building 35,200
G12: Provide Inmate Housing Water Mgt. System 3,100 1,489
G13: Provide Sanitary Sewer Grinders 4,950 7,700 7,230
G14: Chemical Sprinkler at A173 (911 Center) 1,450 4,200
G15: Provide LED Lighting 211,500 166,900 179,464
G20: Electrical in Floor Duct Systemat 911 Center 18,500 10,300 25,000
Vol: Aluminum Panel Feeders (15,500) (49,000)
Vol: MC for Light Fixtures at Office Area (Area A) (14,000)
Vol: EMT Conduit in Lieu of GRC 2" and Up Below 8' (8,600)
Vol: Set Screw Conduit Fittings in lieu of Compression (20,000)
Vol: Set Screw Fittings at GRC to EMT Alternate (3,200)
Vol: Provide Controls Wiring and Devices Direct 175,000
Vol: Delete Chase CUHs (11,300)
~BID TABULATION~
PRINTED:
8/24/2015
10:06 AMExhibit D - GMP AmendmentPage 53 of 138
PROJECT:
BID CATEGORY :
BID PACKAGE :
BID DATE :
Thompson
Excavation
Massana
Construction,
Inc.
Seals
Construction, Inc
BASE BID 1,768,838 1,413,163 1,845,225
ADDENDUM 1, 2 X X X
BID BOND X X X
Division 01 - Complete X
02 00 00 - Existing Conditions X
02 41 16 - Structural Demolition X
31 05 00 - Common WorkResults for Earthwork X
31 10 00 - Site Clearing X
31 20 00 - Earthmoving X
31 23 19 - Dewatering X
32 92 00 - Turf and Grasses X
Division 33 - Complete X
ALLOWANCES
$20,000 for Temporary Drives, Parking Lots and Crane Pads X
ACCEPTED ALTERNATES
Vol: Farm Topsoil in Lieu of Specified Screened Soil (14,730)
Vol: Asphalt Millings as Roadway/Parking Lot Base (18,926)
Vol: Utilize Existing Stone for Grade at Building Excavation 14,233
Vol: Gorrugated Pipe Sump and Building Excavation 5,625
1,768,838 1,399,365 1,845,225 0
PLM BOND ADD AMOUNT : 17,203 16,958 35,700
APPARENT LOW BIDDER :
APPARENT LOW BID AMOUNT :
ALTERNATES
G9: Demo Existing MSMJ Building Upon Completion 120,750 102,350 120,000
Vol: Temporary Fencing 16,884
Vol: Farm Topsoil in Lieu of Specified Screened Soil (14,730)
Vol: Asphalt Millings as Roadway/Parking Lot Base (18,926)
Vol: Utilize Existing Stone For Grade at Building Grade 14,233
Vol: Corrugated Pipe Sump at Building Excavation 5,625
Massana Construction, Inc.
1,399,365
FAIRFIELD CO. PUBLIC SAFETY & JAIL COMPLEX
BP-01
31-01 EARTHWORK & UTILITIES
8/11/2015
BIDDER :
ADJUSTED BASE BID :
~BID TABULATION~
PRINTED:
8/24/2015
10:06 AMExhibit D - GMP AmendmentPage 54 of 138
PROJECT:
BID CATEGORY :
BID PACKAGE :
BID DATE :
Brayman
Construction
Corporation
Richard Goettle,
Inc.
BASE BID 2,650,000 1,875,000
ADDENDUM 1, 2 X X
BID BOND X
Division 01 - Complete
31 63 16 - Auger Cast Piles
31 63 26 - Drilled Concrete Piers and Shafts
ALLOWANCES
$25,000 for Obstructions
ACCEPTED ALTERNATES
G2: Storage Room 7,000
2,650,000 1,882,000 0 0
PLM BOND ADD AMOUNT : 17,800 18,000
APPARENT LOW BIDDER :
APPARENT LOW BID AMOUNT :
ALTERNATES
G2: Storage Room 7,000
G22: Alternate Foundation Construction (S403) (3,499)
Vol: Variation of Specified Pile Detail 1,875,000
Richard Goettle, Inc.
1,882,000
FAIRFIELD CO. PUBLIC SAFETY & JAIL COMPLEX
BP-01
31-02 AUGER CAST PILES
8/11/2015
BIDDER :
ADJUSTED BASE BID :
~BID TABULATION~
PRINTED:
8/24/2015
10:06 AMExhibit D - GMP AmendmentPage 55 of 138
PROJECT:
BID CATEGORY :
BID PACKAGE :
BID DATE :
Chemcote, Inc.
BASE BID 285,921
ADDENDUM 1, 2 X
BID BOND X
Division 01 - Complete
32 12 16 - Asphalt Paving
285,921 0 0 0
PLM BOND ADD AMOUNT : 1,272
APPARENT LOW BIDDER :
APPARENT LOW BID AMOUNT :
ALTERNATES
Chemcote, Inc.
285,921
FAIRFIELD CO. PUBLIC SAFETY & JAIL COMPLEX
BP-01
32-01 Asphalt
8/11/2015
BIDDER :
ADJUSTED BASE BID :
~BID TABULATION~
PRINTED:
8/24/2015
10:06 AMExhibit D - GMP AmendmentPage 56 of 138
EXHIBIT D:PROJECT SCHEDULE
Fairfield County New Public Safety & Jail Facility GMP Proposal
Exhibit D – Project Schedule
Exhibit D Page 1 of 2
Exhibit D – Project Schedule
Please see the Project Milestone Schedule attached Exhibit D – Attachment A Project Milestone Schedule dated August 25, 2015.
Exhibit D - GMP AmendmentPage 57 of 138
ID Task Name Duration Start Finish
1 Permitting 13 wks Thu 5/28/15 Wed 8/26/15
2 Local Building Permitting 13 wks Thu 5/28/15 Wed 8/26/15
3 Soil Erosion Permitting 12 wks Fri 5/29/15 Fri 8/21/15
4 GMP, Bidding, & Preconstruction Phase 11.2 wks Fri 6/12/15 Fri 8/28/15
5 Finalize Contract Negotiations 0.2 wks Fri 6/12/15 Fri 6/12/15
6 Notice to Commence CM Services 0.2 wks Mon 6/15/15 Mon 6/15/15
7 Organizational Meeting 0.2 wks Thu 6/18/15 Thu 6/18/15
8 Subcontracting Plan Review & Acceptance 1 wk Mon 6/22/15 Fri 6/26/15
9 Subcontractor Prequlification Process 2 wks Mon 6/22/15 Fri 7/3/15
10 Subcontractor Informational Meeting 0.2 wks Tue 6/30/15 Tue 6/30/15
11 Construction Document Review & Comment 2 wks Mon 6/22/15 Fri 7/3/15
12 Bid Documents: Div 00 &01 1 wk Mon 6/29/15 Fri 7/3/15
13 Advertisement for Prequalification & Bids 2 wks Mon 6/22/15 Fri 7/3/15
14 Subcontactor & Supplier Bid Period 3.3 wks Mon 7/20/15 Tue 8/11/15
15 Subcontractor Prebid Meeting 0.2 wks Tue 7/28/15 Tue 7/28/15
16 Post Bid Subcontractor Evaluation/Recommendation 2 wks Mon 8/10/15 Fri 8/21/15
17 GMP Amendment Proposal for Review & Acceptance 1 wk Mon 8/24/15 Fri 8/28/15
18 Notice to Proceed with Construction 0 wks Fri 8/28/15 Fri 8/28/15
19 Procurement Phase 18 wks Mon 8/31/15 Fri 1/1/16
20 Subcontracts/Purchase Orders 2 wks Mon 8/31/15 Fri 9/11/15
21 Procure Renovation Frames 3 wks Mon 8/31/15 Fri 9/18/15
22 Procure Detention Frames 10 wks Mon 9/14/15 Fri 11/20/15
23 Procure AHU's 12 wks Mon 9/14/15 Fri 12/4/15
24 Procure Precast 10 wks Mon 9/14/15 Fri 11/20/15
25 BIM Coordination/Coordination Drawings 18 wks Mon 8/31/15 Fri 1/1/16
26 Construction Phase 100.8 wks Mon 9/21/15 Thu 8/24/17
27 Phase 1 & 3 90.8 wks Mon 9/21/15 Thu 6/15/17
28 Site Prep 9 wks Mon 9/21/15 Fri 11/20/15
29 Reroute Elec. And IT Utilities 2 wks Mon 9/21/15 Fri 10/2/15
30 Demo Existing Intake/Renovation 3 wks Mon 10/5/15 Fri 10/23/15
31 Temporary Sally Port 1 wk Mon 10/5/15 Fri 10/9/15
32 Soil Erosion/Temp Control Measures 2 wks Mon 10/26/15 Fri 11/6/15
33 Site Demo 2 wks Mon 11/9/15 Fri 11/20/15
34 North Housing Wing (Area D) 68 wks Mon 11/23/15 Fri 3/10/17
35 Excavation 1 wk Mon 11/23/15 Fri 11/27/15
36 Auger Casings 1 wk Mon 11/30/15 Fri 12/4/15
37 Test Piles 2 wks Mon 12/28/15 Fri 1/8/16
38 Auger Cast Piles 4 wks Mon 1/11/16 Fri 2/5/16
39 Excavation/Fill for Foundations/Grade Beams 2 wks Mon 2/8/16 Fri 2/19/16
40 Underground MEP 4 wks Mon 2/22/16 Fri 3/18/16
41 Concrete Foundations/Grade Beams 3 wks Mon 3/21/16 Fri 4/8/16
42 Masonry To Slab Grade 2 wks Mon 4/11/16 Fri 4/22/16
43 Slab On Grade 1 wk Mon 4/25/16 Fri 4/29/16
44 MEP In-Wall/Vertical Rough-In 16 wks Mon 5/2/16 Fri 8/19/16
45 Masonry/Frames to PC Elevation Level 1 5 wks Mon 5/9/16 Fri 6/10/16
46 Precast Mezzanines and Mechanical Room 1 wk Mon 7/4/16 Fri 7/8/16
47 Masonry 1 Course Level 2 1 wk Mon 7/11/16 Fri 7/15/16
48 Moisture Barrier Mezzanines and Mechancial Room 1 wk Mon 7/18/16 Fri 7/22/16
49 Topping Slab 1 wk Mon 7/25/16 Fri 7/29/16
50 Masonry/Frames Level 2 3 wks Mon 8/1/16 Fri 8/19/16
51 Precast Cell Lids 1 wk Mon 8/22/16 Fri 8/26/16
52 Masonry to Roof Elevation 3 wks Mon 8/29/16 Fri 9/16/16
53 Roof Precast 1 wk Fri 9/30/16 Fri 10/7/16
54 Roof Framing/Decking 2 wks Mon 9/19/16 Fri 9/30/16
55 MEP Overhead Rough-In/Equipment 13 wks Mon 8/22/16 Fri 11/18/16
56 Ceilings/Soffits/Steel Enclosures 5 wks Mon 11/14/16 Fri 12/16/16
57 Painting/Caulking/Finishes 10 wks Mon 11/14/16 Fri 1/20/17
58 MEP Terminations/Devices/Fixtures 8 wks Mon 1/2/17 Fri 2/24/17
5/28 8/26
6/12 8/28
8/31 1/1
9/21 8/24
9/21 6/15
F M A M J J A S O N D J F M A M J J A S O N D J F M A M J J A S O N2015 2016 2017
Fairfield County Public Safety ComplexProject Milestone Schedule
8/25/15ISSUED FOR:
GMP Amendment Exhibit D
Page 1
Exhibit D - GMP AmendmentPage 59 of 138
ID Task Name Duration Start Finish
59 Security Electronics Devices/Equipment 3 wks Mon 2/20/17 Fri 3/10/17
60 South Housing Wing (Area C) 70 wks Mon 11/30/15 Fri 3/31/17
61 Excavation 1 wk Mon 11/30/15 Fri 12/4/15
62 Auger Casings 1 wk Mon 12/7/15 Fri 12/11/15
63 Auger Cast Piles 3 wks Mon 2/8/16 Fri 2/26/16
64 Excavation/Fill for Foundations/Grade Beams 2 wks Mon 2/29/16 Fri 3/11/16
65 Underground MEP 4 wks Mon 3/14/16 Fri 4/8/16
66 Concrete Foundations/Grade Beams 3 wks Mon 4/11/16 Fri 4/29/16
67 Masonry To Slab Grade 2 wks Mon 5/2/16 Fri 5/13/16
68 Slab on Grade 1 wk Mon 5/16/16 Fri 5/20/16
69 MEP In-Wall/Vertical Rough-In 16 wks Mon 5/23/16 Fri 9/9/16
70 Masonry Walls/Frames to PC Elevation Level 1 5 wks Mon 5/30/16 Fri 7/1/16
71 Precast Mezzanines and Mechanical Room 1 wk Mon 7/11/16 Fri 7/15/16
72 Masonry 1 Course Level 2 1 wk Mon 7/18/16 Fri 7/22/16
73 Moisture Barrier Mezzanines and Mechancial Room 1 wk Mon 7/25/16 Fri 7/29/16
74 Topping Slab 1 wk Mon 8/1/16 Fri 8/5/16
75 Masonry/Frames Level 2 5 wks Mon 7/25/16 Fri 8/26/16
76 Precast Cell Lids 1 wk Mon 8/29/16 Fri 9/2/16
77 Masonry to Roof Elevation 3 wks Mon 9/19/16 Fri 10/7/16
78 Mechanical AHUs (Both Housing Wings) 1 wk Mon 8/15/16 Fri 8/19/16
79 Roof Precast 1 wk Mon 10/10/16 Fri 10/14/16
80 Roof Framing/Decking 2 wks Mon 10/10/16 Fri 10/21/16
81 Roofing Dry-In (Both Housing Wings) 3 wks Mon 10/24/16 Fri 11/11/16
82 MEP Overhead Rough-In/Equipment 13 wks Mon 9/12/16 Fri 12/9/16
83 Ceilings/Soffits/Steel Enclosures 5 wks Mon 12/19/16 Fri 1/20/17
84 Painting/Finishes 10 wks Mon 11/28/16 Fri 2/3/17
85 MEP Terminations/Devices/Fixtures 8 wks Mon 1/16/17 Fri 3/10/17
86 Security Electronics Devices/Equipment 3 wks Mon 3/13/17 Fri 3/31/17
87 Center Wing (Area B) 62 wks Mon 12/7/15 Fri 2/10/17
88 Excavation 1 wk Mon 12/7/15 Fri 12/11/15
89 Auger Casings 1 wk Mon 12/14/15 Fri 12/18/15
90 Auger Cast Piles 3 wks Mon 2/29/16 Fri 3/18/16
91 ExcavationFill for Foundations/Grade Beams 2 wks Mon 3/21/16 Fri 4/1/16
92 Underground MEP 4 wks Mon 4/11/16 Fri 5/6/16
93 Concrete Foundations/Grade Beams 3 wks Mon 5/9/16 Fri 5/27/16
94 Masonry to Slab Grade 2 wks Mon 5/30/16 Fri 6/10/16
95 Slab on Grade 1 wk Mon 6/13/16 Fri 6/17/16
96 MEP In-Wall/Vertical Rough-In 15 wks Mon 6/20/16 Fri 9/30/16
97 Load Bearing Masonry Walls/Frames to PC Elevation 8 wks Mon 6/27/16 Fri 8/19/16
98 Precast Roof Structure 2 wks Mon 9/5/16 Fri 9/16/16
99 Roofing Dry-In 3 wks Mon 9/19/16 Fri 10/7/16
100 Non Load Bearing Masonry/Frames 4 wks Mon 9/19/16 Fri 10/14/16
101 MEP Overhead Rough-In/Equipment 11 wks Mon 9/19/16 Fri 12/2/16
102 Ceilings/Soffits/Steel Enclosures 5 wks Mon 12/5/16 Fri 1/6/17
103 Painting/Finishes 11 wks Mon 10/10/16 Fri 12/23/16
104 MEP Terminations/Devices/Fixtures 8 wks Mon 12/5/16 Fri 1/27/17
105 Kitchen/Laundry Equipment 2 wks Mon 1/16/17 Fri 1/27/17
106 Security Electronics Devices/Equipment 3 wks Mon 1/23/17 Fri 2/10/17
107 Office Wing (Area A) 68 wks Mon 12/14/15 Fri 3/31/17
108 Excavation 1 wk Mon 12/14/15 Fri 12/18/15
109 Auger Casings 1 wk Mon 12/21/15 Fri 12/25/15
110 Auger Cast Piles 3 wks Mon 3/21/16 Fri 4/8/16
111 Excavation/Fill for Foundations/Grade Beams 2 wks Mon 4/11/16 Fri 4/22/16
112 Underground MEP 3 wks Mon 5/9/16 Fri 5/27/16
113 Concrete Foundations/Grade Beams 3 wks Mon 5/30/16 Fri 6/17/16
114 Masonry to Slab Grade 2 wks Mon 6/20/16 Fri 7/1/16
115 Slab on Grade 1 wk Mon 7/4/16 Fri 7/8/16
116 MEP In-Wall/Vertical Rough-In 8 wks Mon 7/11/16 Fri 9/2/16
117 Masonry Walls to Bearing Elevation 4 wks Mon 8/22/16 Fri 9/16/16
F M A M J J A S O N D J F M A M J J A S O N D J F M A M J J A S O N2015 2016 2017
Fairfield County Public Safety ComplexProject Milestone Schedule
8/25/15ISSUED FOR:
GMP Amendment Exhibit D
Page 2
Exhibit D - GMP AmendmentPage 60 of 138
ID Task Name Duration Start Finish
118 Roof Structure and Decking 3 wks Mon 9/19/16 Fri 10/7/16
119 Roofing 2 wks Mon 10/10/16 Fri 10/21/16
120 MEP Overhead Rough-In/Equipment 10 wks Mon 12/5/16 Fri 2/10/17
121 Interior Walls 5 wks Mon 12/5/16 Fri 1/6/17
122 Painting/Finishes/Raised Floor 9 wks Mon 1/9/17 Fri 3/10/17
123 MEP Terminations/Devices/Fixtures 6 wks Mon 2/20/17 Fri 3/31/17
124 Site 32 wks Mon 10/17/16 Fri 5/26/17
125 Underground Utilities 7 wks Mon 10/24/16 Fri 12/9/16
126 Impervious Surfaces 10 wks Mon 3/13/17 Fri 5/19/17
127 Masonry Veneer 10 wks Mon 10/17/16 Fri 12/23/16
128 Landscaping and Seeding 5 wks Mon 4/24/17 Fri 5/26/17
129 General 8 wks Mon 4/3/17 Fri 5/26/17
130 Temperature Controls Start-Up/Check-Out 3 wks Mon 4/3/17 Fri 4/21/17
131 Security Electronics Start-Up/ Check Out 4 wks Mon 4/3/17 Fri 4/28/17
132 Commissioning 4 wks Mon 4/24/17 Fri 5/19/17
133 Video Visitation 4 wks Mon 4/3/17 Fri 4/28/17
134 Owner IT 8 wks Mon 4/3/17 Fri 5/26/17
135 Closeout Items 23.8 wks Mon 1/2/17 Thu 6/15/17
136 Training Plan Development 4 wks Mon 1/2/17 Fri 1/27/17
137 Early Completion of Pod For Owner Training 0 wks Mon 2/6/17 Mon 2/6/17
138 Owner/AE Punch List 5 wks Mon 4/3/17 Fri 5/5/17
139 Final Inspections 1 wk Mon 5/22/17 Fri 5/26/17
140 Substantial Completion 0 wks Mon 5/29/17 Mon 5/29/17
141 Owner Training/Transition Training 4.6 wks Tue 5/16/17 Thu 6/15/17
142 Phase 2 12.8 wks Mon 5/29/17 Thu 8/24/17
143 Vacate Existing Jail 2 wks Fri 6/16/17 Thu 6/29/17
144 Building Demolition 3 wks Fri 6/30/17 Thu 7/20/17
145 Site Demolition 1 wk Fri 7/21/17 Thu 7/27/17
146 Underground Utilities 2 wks Fri 7/28/17 Thu 8/10/17
147 Impervious Sufaces 2 wks Fri 8/11/17 Thu 8/24/17
148 Landscaping 8 wks Mon 5/29/17 Fri 7/21/17
149 Final Seeding 9 wks Mon 5/29/17 Fri 7/28/17
5/29 8/24
F M A M J J A S O N D J F M A M J J A S O N D J F M A M J J A S O N2015 2016 2017
Fairfield County Public Safety ComplexProject Milestone Schedule
8/25/15ISSUED FOR:
GMP Amendment Exhibit D
Page 3
Exhibit D - GMP AmendmentPage 61 of 138
EXHIBIT E:CONSTRUCTION
PROGRESS SCHEDULE
Fairfield County New Public Safety & Jail Facility GMP Proposal
Exhibit E – Construction Progress Schedule
Exhibit E Page 1 of 1
Exhibit E – Construction Progress Schedule
Construction or mobilization has not begun on the project. Please refer to Exhibit D – Project Schedule.
Exhibit D - GMP AmendmentPage 62 of 138
EXHIBIT F:STAFFING PLAN
Fairfield County New Public Safety & Jail Facility GMP Proposal
Exhibit F – Staffing Plan
Exhibit F Page 1 of 1
Exhibit F – Staffing Plan
The proposed staff for the project remains unchanged from our Response for the Request for Proposal submitted on May 28, 2015. Please refer to section 5.2.2 Proposed Staffing for an organizational chart and resumes of proposed staff.
Exhibit D - GMP AmendmentPage 64 of 138
EXHIBIT G:SUBCONTRACTOR
WORK SCOPES
Fairfield County New Public Safety & Jail Facility GMP Proposal
Exhibit G – Work Scopes
Exhibit G Page 1 of 55
Exhibit G – Work Scopes
Bid Category 03-01 : Concrete A. INCLUDES
Except for those items (if any) specifically noted to be excluded as defined below, the work of this bid category shall include all of the work and contract requirements according to Division 1 complete, including all bid requirements, Contract Documents; General and Supplemental Conditions, and General Requirements. Should any conflict exist between this written scope of work and the scope of work inferred by the Division 1 General Requirements or the technical specifications listed below, the work required by this bid category description shall govern. Work of this bid category specifically includes the work of the technical specification sections listed below, in their entirety, unless otherwise noted within this work category description:
Specification Sections
Division 01 – Complete 03 20 00 – Concrete Reinforcement 03 30 00 – Cast-In-Place Concrete 03 31 00 – Concrete Topping 07 21 00 – Building Insulation *As Applicable 10 14 00 – Signage *As Applicable 32 13 13 – Concrete Paving 31 20 00 – Earth Moving *As Applicable
B. GENERALLY INCLUDED
1. Provide continuous coordination with Owner’s testing agent as well as interfacing trade contract
work of other contract categories as required to accomplish work of this category
2. All layout and engineering required for work of this category.
3. Include labor, materials, equipment, incidental hardware, tools and materials required to receive,
unload, store, protect, and install work of this category as well as materials furnished by other
categories required to be installed under this category.
4. Submit immediately submittal information as defined by Section 013300 meeting schedule
requirements of section 013216. This contractor is responsible for advising Granger Construction
in writing of submittal deadlines in order to meet project schedule. Costs associated with delays
due to lack of submittal approval as a result of not submitting in an appropriate manner of
inappropriate submittals that affect delivery will be the responsibility of this contractor.
5. Provide continuous trash removal and clean up required by Section 017413 including
participation in joint clean ups and Construction Waste Management Plan. Refuse containers will
be furnished by Construction Manager.
6. Bidders shall be aware of material delivery, equipment and manpower requirements to
accommodate completion schedule of the Work and shall include expediting and overtime costs
to allow for completion and turnover as shown on the master schedule.
7. Bidders shall include a 1 year warranty for all material and labor in addition to all other warranty
periods identified in the technical specification sections. If less than a 1 year warranty period is
specified, this 1 year warranty shall govern. Bidders shall be responsible for coordinating with
vendors and suppliers as well as third tier subcontractors.
Exhibit D - GMP AmendmentPage 66 of 138
Fairfield County New Public Safety & Jail Facility GMP Proposal
Exhibit G – Work Scopes
Exhibit G Page 2 of 55
C. SPECIFICALLY INCLUDED
1. Provide all layouts required to complete the work of this category.
2. Form, place, and finish all footings and all associated reinforcing steel as indicated or required.
3. Form, place, and finish all foundation walls including all associated rigid insulation and associated
reinforcing steel as indicated or required including dowels required to anchor masonry walls to
allow for lap lengths specified.
4. Form, place, and finish all exterior concrete walls, including footings and foundation walls.
5. Form, place and finish all interior and exterior concrete slabs, slabs on decks, precast concrete
topping slabs, concrete stoops, and thickened slabs including all vapor barriers, rigid insulation,
expansion joint material, bond breaker material, control joints, associated dowels, wire mesh, and
all other steel reinforcing. Assure curing method selected is compatible with floor finishes
specified, and provide complete coordination with all floor finishes.
6. Establish fine grade prior to each pour.
7. Excavation and backfill for concrete foundations and grade beams. Earthwork contractor will
establish construction grade at top of auger cast pile elevation. The concrete contractor will be
responsible for excavation, backfill, and fine grade for concrete foundations & flatwork and all
other work of this category.
8. Form, place, and finish all concrete piers.
9. Provide all miscellaneous cast in place concrete items such as benches, wall caps, etc.
10. Provide complete perimeter insulation system as indicated and specified. Include all sealant
shown or specified in building concrete. Install insulation immediately before back fill or protect
and/or repair insulation damaged during construction at no cost to the owner.
11. Coordinate installation of all wall/slab/grade beam penetrations with Earthwork, HVAC, Plumbing,
Fire Protection, Security Electronics, and Electrical Contractors.
12. Provide all water stop, chamfers, and other concrete accessories as indicated, specified, or
required for completion of this category.
13. Provide positive drainage on all floors with floors drains. Coordinate with flooring trades and
plumbing contractor.
14. Contractor will be responsible for removing and replacing any new concrete that is deemed to not
meet the contract documents through independent testing as well as any concrete that fails due
to improper protection from weather conditions.
15. Form, place and finish all interior and exterior concrete housekeeping and equipment pads as
well as inertia bases for laundry equipment. Housekeeping pads are to be assumed at all interior
and exterior pieces of plumbing, mechanical, electrical, communications, and security electronics
equipment, racks, pumps, etc. Trades requiring pads will provide layout. Provide pads for
generators, transformers, lint interceptors (including concrete enclosures), gas meter, aprons
around clean-outs, water heaters, boilers, laundry equipment, expansion tanks, storage tanks, air
handling units, make up air units, etc.
16. Provide all temporary weather general conditions associated with completion of this scope of
work including snow removal within the building footprint, ground thawing, and all cold and hot
weather concrete procedures and protection as well as rain protection.
17. Provide dewatering as required for work of this category.
18. Set all anchor bolts provided by Structural Steel Contractor. Grout all base plates after columns
are set and elevations are finalized by Structural Steel Contractor.
19. Provide all concrete for pan fill stair treads and landings. This work will be completed as soon as
possible as stairwells become erected. Provide all interior and exterior cast in place concrete
stair systems complete.
20. Provide thickened slabs for inertia bases for washer / extractors for laundry equipment.
21. Building concrete contractor to provide floor recess 4” wider than floor mat in all dimensions.
Exhibit D - GMP AmendmentPage 67 of 138
Fairfield County New Public Safety & Jail Facility GMP Proposal
Exhibit G – Work Scopes
Exhibit G Page 3 of 55
22. At ADA cell locations, provide a 4’ x 4’ boxout on the slab on deck for installation of the shower
floor drain. Pour boxouts after cells are installed and taper slab to floor drain.
23. Provide all site concrete and associated reinforcement as indicated per the documents. Site
concrete includes, but not limited to all concrete paving, sidewalks, stoops, curbs, etc. Provide
concrete encasement for bollards, pedestals, signage, etc. Receive steel bollard sleeves from
the Structural and Misc. Steel Contractor and install. Provide barrier free textured warning
surfaces at ADA ramps.
24. Provide installation only of post mounted exterior panel signage that is to be furnished by the
contractor of bid category 06-01.
25. Include dowels embedded in the foundations / slab that extend into masonry construction.
Include temporary rebar safety caps.
26. Where building concrete is to remain exposed, grind all surfaces, and patch to provide a uniform
surface suitable for following finishes.
27. Include an allowance for 6 tons of additional steel reinforcing including fabrication and installation
per plan sheet S402.
28. Include a $5,000 allowance for the installation of temporary sidewalks and curbs. D. EXCLUDED
1. Concrete wash out area will be created by others. If any concrete spoils are left outside concrete washout area these spoils will be removed by this bid category.
2. Auger cast piles 3. Concrete sheet waterproofing. 4. Rough grading for site concrete sidewalks and curbs will be provided by the contractor of bid
category 31-01 to a tolerance of 1”.
E. CLARIFICATIONS
1. None
F. UNIT PRICES
1. None
G. ALTERNATES
1. Per Bid Form.
H. ALLOWANCES
1. 6 Tons of additional reinforcing including fabrication and installation.
2. $5,000 for temporary curbs and sidewalks
End of Bid Category 03-01 CONCRETE
Exhibit D - GMP AmendmentPage 68 of 138
Fairfield County New Public Safety & Jail Facility GMP Proposal
Exhibit G – Work Scopes
Exhibit G Page 4 of 55
Bid Category 03-02 : Precast Concrete Plank A. INCLUDES
Except for those items (if any) specifically noted to be excluded as defined below, the work of this bid category shall include all of the work and contract requirements according to Division 1 complete, including all bid requirements, Contract Documents; General and Supplemental Conditions, and General Requirements. Should any conflict exist between this written scope of work and the scope of work inferred by the Division 1 General Requirements or the technical specifications listed below, the work required by this bid category description shall govern. Work of this bid category specifically includes the work of the technical specification sections listed below, in their entirety, unless otherwise noted within this work category description:
Specification Sections
Division 01 – Complete 03 41 00 – Precast Structural Concrete
B. GENERALLY INCLUDED
1. Provide continuous coordination with Owner’s testing agent as well as interfacing trade contract
work of other contract categories as required to accomplish work of this category
2. All layout and engineering required for work of this category.
3. Include labor, materials, equipment, incidental hardware, tools and materials required to receive,
unload, store, protect, and install work of this category as well as materials furnished by other
categories required to be installed under this category.
4. Submit immediately submittal information as defined by Section 013300 meeting schedule
requirements of section 013216. This contractor is responsible for advising Granger Construction
in writing of submittal deadlines in order to meet project schedule. Costs associated with delays
due to lack of submittal approval as a result of not submitting in an appropriate manner of
inappropriate submittals that affect delivery will be the responsibility of this contractor.
5. Provide continuous trash removal and clean up required by Section 017413 including
participation in joint clean ups and Construction Waste Management Plan. Refuse containers will
be furnished by Construction Manager.
6. Bidders shall be aware of material delivery, equipment and manpower requirements to
accommodate completion schedule of the Work and shall include expediting and overtime costs
to allow for completion and turnover as shown on the master schedule.
7. Bidders shall include a 1 year warranty for all material and labor in addition to all other warranty
periods identified in the technical specification sections. If less than a 1 year warranty period is
specified, this 1 year warranty shall govern. Bidders shall be responsible for coordinating with
vendors and suppliers as well as third tier subcontractors.
C. SPECIFICALLY INCLUDED
1. Furnish and install/erect precast concrete hollow core planks. Include grouting of planks and
misc. steel required as part of a complete system to accommodate openings in the plank and
plank bearing and where so noted and required.
2. Due to grade beams crane will have to set outside of the building footprint. A swing radius of 50’
should be anticipated for all plank erections.
3. Grout gaps, cracks, voids, between plank.
Exhibit D - GMP AmendmentPage 69 of 138
Fairfield County New Public Safety & Jail Facility GMP Proposal
Exhibit G – Work Scopes
Exhibit G Page 5 of 55
4. Provide shop drawings to accommodate delivery of plank in accordance with the milestone
schedule.
5. Provide multiple mobilizations in conjunction with the construction milestone schedule.
D. EXCLUDED
1. Waterproofing over precast. 2. Topping slabs on precast.
E. CLARIFICATIONS
1. None
F. UNIT PRICES
1. None
G. ALTERNATES
1. Per Bid Form.
H. ALLOWANCES
1. None
End of Bid Category 03-02 PRECAST CONCRETE PLANK
Exhibit D - GMP AmendmentPage 70 of 138
Fairfield County New Public Safety & Jail Facility GMP Proposal
Exhibit G – Work Scopes
Exhibit G Page 6 of 55
Bid Category 04-01 : Masonry A. INCLUDES
Except for those items (if any) specifically noted to be excluded as defined below, the work of this bid category shall include all of the work and contract requirements according to Division 1 complete, including all bid requirements, Contract Documents; General and Supplemental Conditions, and General Requirements. Should any conflict exist between this written scope of work and the scope of work inferred by the Division 1 General Requirements or the technical specifications listed below, the work required by this bid category description shall govern. Work of this bid category specifically includes the work of the technical specification sections listed below, in their entirety, unless otherwise noted within this work category description:
Specification Sections
Division 01 – Complete Division 04 – Complete 07 21 00 – Building Insulation *As Applicable 07 95 00 – Expansion Control *As Applicable
B. GENERALLY INCLUDED
1. Provide continuous coordination with Owner’s testing agent as well as interfacing trade contract
work of other contract categories as required to accomplish work of this category
2. All layout and engineering required for work of this category.
3. Include labor, materials, equipment, incidental hardware, tools and materials required to receive,
unload, store, protect, and install work of this category as well as materials furnished by other
categories required to be installed under this category.
4. Submit immediately submittal information as defined by Section 013300 meeting schedule
requirements of section 013216. This contractor is responsible for advising Granger Construction
in writing of submittal deadlines in order to meet project schedule. Costs associated with delays
due to lack of submittal approval as a result of not submitting in an appropriate manner of
inappropriate submittals that affect delivery will be the responsibility of this contractor.
5. Provide continuous trash removal and clean up required by Section 017413 including
participation in joint clean ups and Construction Waste Management Plan. REFUSE
CONTAINERS FOR BID CATEGORY 4-1 MASONRY ARE TO BE FURNISHED BY THIS
CONTRACTOR.
6. Bidders shall be aware of material delivery, equipment and manpower requirements to
accommodate completion schedule of the Work and shall include expediting and overtime costs
to allow for completion and turnover as shown on the master schedule.
7. Bidders shall include a 1 year warranty for all material and labor in addition to all other warranty
periods identified in the technical specification sections. If less than a 1 year warranty period is
specified, this 1 year warranty shall govern. Bidders shall be responsible for coordinating with
vendors and suppliers as well as third tier subcontractors.
C. SPECIFICALLY INCLUDED
1. Provide all interior and exterior masonry to include concrete masonry units, brick, masonry lintels,
bond beams, soaps, and top of wall bracing shown or specified, complete and accepted by owner
and A/E.
Exhibit D - GMP AmendmentPage 71 of 138
Fairfield County New Public Safety & Jail Facility GMP Proposal
Exhibit G – Work Scopes
Exhibit G Page 7 of 55
2. Provide all masonry accessories to include but not limited to mortar and grout, steel reinforcing,
joint reinforcing, ties and anchors, air barrier, embedded flashing, cavity wall insulation,
compressible filler, control-joint materials, bond breaker strips, weeps/vents, and epoxy, etc. as
required to complete installation of this category.
3. Receive, layout, and install all steel lintels, bearing plates, wall sleeves, and embeds furnished by
others. Coordinate quantity, sizes, and locations with all trades, specifically including detention
furnishings and mechanical trades.
4. Grout all door and window frames and install frame anchors furnished by General Trades
contractor and Detention Systems Contractor.
5. Clean all mortar drips and splatters off all surfaces daily. Adjacent surfaces are to be protected
during masonry installation and cleaning/washing. This contractor will be responsible for
removing all grout and mortar splatter and residue prior to the start of flooring and painting
activities.
6. Coordinate recesses and openings for louvers, vents, fire extinguisher cabinets, windows, door
frames, access panels, electrical devices, plumbing fixtures, HVAC ductwork and grilles,
detention equipment, security electronics, etc. and all other masonry mounted items and
accessories as required. Coordinate with other trades and all pages of the contract drawing set.
7. Install embedded plates and steel items for Detention Equipment Contractor and Misc. Steel
Contractor.
8. Include cleaning and washing of all masonry walls.
9. All costs associated with any and all temporary heat and temporary conditions required for
completion of the work of this category.
10. Top of wall insulation and fire stopping/safing at all masonry walls where indicated. Refer to code
plans for additional walls that may require fire stopping.
11. Receive and install detention plumbing fixture back boxes to be furnished by Mechanical
Contractor. Coordinate as required. Also, coordinate locations of all HVAC wall openings and
sleeves.
12. Rub with stone and/or burlap as required all new masonry walls after installation to prepare for
block fill and paint. Obtain approval of painter and CM to confirm work is ready for paint.
13. This contractor will be responsible for installing and maintaining fire and smoke barriers as
shown. Provide all fire-resistive joint systems between fire rated and smoke rated masonry
construction and adjacent surfaces as indicated and required.
14. Provide to all employees on site, masonry wall bracing and limited access zone training as well
as scaffolding training for all subcontractors requiring access to masonry scaffolding.
15. Application of finish coats of paint after masonry walls have been primed constitutes acceptance
of the masonry wall prep by the Painting Contractor. Painted walls that are determined to be
unacceptable after finish coats of paint are applied will be repaired by the Masonry Contractor
and repainted by the Painting Contractor at no cost.
16. Precast stone signs.
17. Masonry contractor will attend precast plank shop drawing review meeting on site and coordinate
precast plank installation sequence with masonry construction sequence.
18. Leave (3) 10’x10’ temporary openings in exterior walls for construction access. These openings
will get toothed in once building finishes are installed.
19. Include expansion control assemblies in masonry construction. D. EXCLUDED
1. Door frames will be installed and supported by others. 2. Caulking of masonry expansion joints will be provided by 7-1 Contractor. 3. Steel lintels and bearing plates will be furnished by Steel Contractor including all nuts, bolts, and
washers, and weld on veneer anchors for installation by this contractor.
Exhibit D - GMP AmendmentPage 72 of 138
Fairfield County New Public Safety & Jail Facility GMP Proposal
Exhibit G – Work Scopes
Exhibit G Page 8 of 55
4. Steel block and other embeds will be furnished by Detention System Contractor for installation by this contractor.
E. CLARIFICATIONS
1. This contractor will be responsible for coordinating locations and providing openings and
recesses for all masonry mounted and embedded devices and equipment.
F. UNIT PRICES
1. None.
G. ALTERNATES
1. Per Bid Form.
H. ALLOWANCES
1. $1,150 per thousand for field brick.
End of Bid Category 4-2 MASONRY
Exhibit D - GMP AmendmentPage 73 of 138
Fairfield County New Public Safety & Jail Facility GMP Proposal
Exhibit G – Work Scopes
Exhibit G Page 9 of 55
Bid Category 05-01 : Structural & Misc Steel A. INCLUDES
Except for those items (if any) specifically noted to be excluded as defined below, the work of this bid category shall include all of the work and contract requirements according to Division 1 complete, including all bid requirements, Contract Documents; General and Supplemental Conditions, and General Requirements. Should any conflict exist between this written scope of work and the scope of work inferred by the Division 1 General Requirements or the technical specifications listed below, the work required by this bid category description shall govern. Work of this bid category specifically includes the work of the technical specification sections listed below, in their entirety, unless otherwise noted within this work category description:
Specification Sections
Division 01 – Complete 05 12 00 – Structural Steel 05 21 00 – Steel Joist Framing 05 31 00 – Steel Decking 05 50 00 – Metal Fabrications 05 51 00 – Metal Stairs 05 52 13 – Pipe and Tube Railings
B. GENERALLY INCLUDED
1. Provide continuous coordination with Owner’s testing agent as well as interfacing trade contract
work of other contract categories as required to accomplish work of this category
2. All layout and engineering required for work of this category.
3. Include labor, materials, equipment, incidental hardware, tools and materials required to receive,
unload, store, protect, and install work of this category as well as materials furnished by other
categories required to be installed under this category.
4. Submit immediately submittal information as defined by Section 013300 meeting schedule
requirements of section 013216. This contractor is responsible for advising Granger Construction
in writing of submittal deadlines in order to meet project schedule. Costs associated with delays
due to lack of submittal approval as a result of not submitting in an appropriate manner of
inappropriate submittals that affect delivery will be the responsibility of this contractor.
5. Provide continuous trash removal and clean up required by Section 017413 including
participation in joint clean ups and Construction Waste Management Plan. Refuse containers will
be furnished by Construction Manager.
6. Bidders shall be aware of material delivery, equipment and manpower requirements to
accommodate completion schedule of the Work and shall include expediting and overtime costs
to allow for completion and turnover as shown on the master schedule.
7. Bidders shall include a 1 year warranty for all material and labor in addition to all other warranty
periods identified in the technical specification sections. If less than a 1 year warranty period is
specified, this 1 year warranty shall govern. Bidders shall be responsible for coordinating with
vendors and suppliers as well as third tier subcontractors.
C. SPECIFICALLY INCLUDED
1. Provide all structural steel framing complete including all erection costs.
2. Provide all steel joist framing systems complete including all erection costs.
Exhibit D - GMP AmendmentPage 74 of 138
Fairfield County New Public Safety & Jail Facility GMP Proposal
Exhibit G – Work Scopes
Exhibit G Page 10 of 55
3. Provide all steel decking complete. This contractor will be responsible for coordinating primer
compatibility with subsequent coatings. Where deck primers are not compatible with subsequent
finishes or coatings, this contractor shall modify primers or provide for primer removal and
preparation for subsequent coatings.
4. Furnish only all anchor bolts, bearing plates, and all other items to be embedded in concrete and
masonry work to the site in a timely manner so as to maintain the construction schedule.
5. Provide expedited shop drawing preparation and fabrication to accommodate uninterrupted
erection of the structural steel required for building structure.
6. Install steel stairs and handrails with each floor level erection to allow use by other trades to
access floors.
7. Provide site verification of layout and elevation of all bearing plates installed by Masonry
Contractor prior to installation. Notify CM immediately of any issues. Provide site verification
anchor bolt layout by Concrete Contractor. Notify CM immediately of any issues.
8. Provide all steel ladders as indicated and specified.
9. Provide all steel gratings and trench drain covers.
10. Wire screening at 2nd
floor walkways and open sides of stairs.
11. Include steel enclosure assemblies. Typ. plan sheet A-233 section A1.
12. Include steel plate closures at steel beams. Typ. plan sheet A-233 section A1. D. EXCLUDED
1. Installation of steel lintels and bearing plates will be by Masonry Contractor. 2. Steel block embeds will be furnished by Detention Equipment Contractor for installation by
Masonry Contractor. 3. Cold formed framing.
E. CLARIFICATIONS
1. None.
F. UNIT PRICES
1. None
G. ALTERNATES
1. Per Bid Form.
H. ALLOWANCES
1. None
End of Bid Category 5-1 STRUCTURAL & MISC. STEEL
Exhibit D - GMP AmendmentPage 75 of 138
Fairfield County New Public Safety & Jail Facility GMP Proposal
Exhibit G – Work Scopes
Exhibit G Page 11 of 55
Bid Category 06-01 : General Trades A. INCLUDES
Except for those items (if any) specifically noted to be excluded as defined below, the work of this bid category shall include all of the work and contract requirements according to Division 1 complete, including all bid requirements, Contract Documents; General and Supplemental Conditions, and General Requirements. Should any conflict exist between this written scope of work and the scope of work inferred by the Division 1 General Requirements or the technical specifications listed below, the work required by this bid category description shall govern. Work of this bid category specifically includes the work of the technical specification sections listed below, in their entirety, unless otherwise noted within this work category description:
Specification Sections
Division 01 – Complete 02 00 00 – Existing Conditions 02 41 19 – Selective Demolition 06 10 00 – Rough Carpentry 06 20 23 – Interior Finish Carpentry 06 40 23 – Interior Architectural Woodwork 07 84 00 – Penetration Firestopping *as applicable 07 92 00 – Joint Sealants *as applicable 07 95 00 – Expansion Control *as applicable 08 11 13 – Hollow Metal Doors and Frames 08 14 00 – Wood Doors 08 31 00 – Access Doors and Frames 08 33 23 – Overhead Coiling Doors 08 34 63 – Detention Doors and Frames *for installation of frames 08 36 13 – Sectional Doors 08 71 00 – Door Hardware 08 71 13 – Automatic Door Operators *as applicable 09 69 00 – Access Flooring 10 14 00 - Signage 10 21 13 – Toilet Compartments 10 22 26 – Operable Partitions 10 28 00 – Toilet, Bath and Laundry Accessories 10 44 13 – Fire Extinguisher Cabinets 10 44 16 – Fire Extinguishers 10 51 13 – Metal Lockers 10 55 00 – Postal Specialties 10 75 00 – Flagpoles 11 23 00 – Commercial Laundry Equipment 11 52 13 – Projection Screens 12 36 61 – Simulated Stone Countertops 12 48 23 – Floor Grids & Floor Mats
B. GENERALLY INCLUDED
1. Provide continuous coordination with Owner’s testing agent as well as interfacing trade contract
work of other contract categories as required to accomplish work of this category
2. All layout and engineering required for work of this category.
Exhibit D - GMP AmendmentPage 76 of 138
Fairfield County New Public Safety & Jail Facility GMP Proposal
Exhibit G – Work Scopes
Exhibit G Page 12 of 55
3. Include labor, materials, equipment, incidental hardware, tools and materials required to receive,
unload, store, protect, and install work of this category as well as materials furnished by other
categories required to be installed under this category.
4. Submit immediately submittal information as defined by Section 013300 meeting schedule
requirements of section 013216. This contractor is responsible for advising Granger Construction
in writing of submittal deadlines in order to meet project schedule. Costs associated with delays
due to lack of submittal approval as a result of not submitting in an appropriate manner of
inappropriate submittals that affect delivery will be the responsibility of this contractor.
5. Provide continuous trash removal and clean up required by Section 017413 including
participation in joint clean ups and Construction Waste Management Plan. Refuse containers will
be furnished by Construction Manager.
6. Bidders shall be aware of material delivery, equipment and manpower requirements to
accommodate completion schedule of the Work and shall include expediting and overtime costs
to allow for completion and turnover as shown on the master schedule.
7. Bidders shall include a 1 year warranty for all material and labor in addition to all other warranty
periods identified in the technical specification sections. If less than a 1 year warranty period is
specified, this 1 year warranty shall govern. Bidders shall be responsible for coordinating with
vendors and suppliers as well as third tier subcontractors.
C. SPECIFICALLY INCLUDED
1. Provide interior trim and shelving including all blocking, anchors, adhesives, joint sealants, putty,
and accessories as indicated and required for complete system. Provide items prefinished where
indicated and required.
2. Provide all interior architectural woodwork including all modular casework, wood cabinets, plastic
laminate cabinets, sills, and countertops, and closet and utility shelving as indicated and required
including blocking, shims, mounting hardware and accessories, Coordinate locations with
flooring, plumbing, mechanical, and electrical contractor. Cut openings in back of casework for
electrical and data devices. Protect all casework and countertops after installation and remove
protection at project completion.
3. Provide all non-detention joint sealants integral to casework including backsplash to countertop
joints, joints in counter tops, and countertop to base cabinet joints. Casework to wall joints will be
caulked by contractor of category 07-01..
4. Provide all expansion control systems at all floor-floor, floor-wall, wall-wall, wall corner and wall-
ceiling both interior and exterior. Exclude roof expansion joints and ceiling-ceiling expansion
joints which are to be provided by others.
5. Provide all non-detention hollow metal doors and frames including all anchors and accessories.
Any frames not on site in time for masonry will be left open and this category will pay mason’s
premium to tooth-in frame.
6. Provide all flush wood doors complete where indicated including all glazing and accessories.
7. Provide all fire rated service doors and overhead coiling doors complete.
8. Provide all sectional doors complete. Provide bent plate angles at door jambs as shown in detail
A1/A831. Provide door position indicator device compatible with security electronics system.
Provide complete engineered system that meets performance criteria from the contract
documents. Coordinate electrified controls with contractors of bid categories 26-01 and 11-01
prior to ordering doors to ensure proper operation with electrical and security electronics systems.
9. Provide only all non-electrified door hardware in all non-detention, sectional doors, and overhead
door openings. Electrified door hardware at non detention doors, sectional doors, and coiling
overhead doors will be furnished by this contractor to the Electrical Contractor for installation.
Provide construction keying in exterior non-detention door openings. Provide all permanent
keying in non-detention door openings coordinated with owner, CM, Architect, and lock supplier.
Exhibit D - GMP AmendmentPage 77 of 138
Fairfield County New Public Safety & Jail Facility GMP Proposal
Exhibit G – Work Scopes
Exhibit G Page 13 of 55
Provide all key controls including key management system, key cabinet, and fire department lock
box.
10. Install only all detention door and window frames furnished by Detention Systems Contractor.
DSC will provide on-site training before beginning this work. General Trades contractor is to
receive, unload, and protect detention frames prior to installation. Frames are to be delivered by
1/1/16 and stored by this contractor until installed. Where frames are delivered in sctions due to
shipping limitations or where detention frames are to be installed tight to other frames, this
contractor will be responsible for welding frames together and installation of Bondo to provide a
seamless installation. Coordinate with DSC.
11. All non detention doors and frames identified to receive detention glazing are to be provided with
1-1/4” glazing stops and rabbits.
12. Provide all marker boards, tack boards, and other visual display units indicated and required
including all applicable hardware, blocking, and accessories.
13. Provide all toilet, bath, and laundry accessories including all washroom accessories, childcare
accessories, underlavatory guards, and all other non-detention accessories identified on the
enlarged floor plans complete including all mounting hardware, and miscellaneous accessories.
This excludes security toilet accessories.
14. Provide all fire extinguishers and fire extinguisher cabinets including all brackets and cabinet
signage. Coordinate locations of recessed and semi recessed units with masonry contractor.
15. Provide temporary fire extinguishers for use during construction compliant with OSHA
regulations.
16. Provide complete access flooring system including all floor panels and understructure, floor panel
coverings, and all accessories. Cut out panels to allow for installation of cable penetrations and
outlets. Provide all grommets and foam rubber pads.
17. Provide all entrance floor mats complete including carpet inserts, frames and gratings. Grout in
all embedded items associated with walk-off mats, building concrete contractor to provide floor
recess 4” wider than floor mat in all dimensions.
18. Provide all standard metal lockers, evidence lockers, coin-operated metal lockers, and locker
benches.
19. Provide all mail receptacles as well as key cabinet for mail receptacles and letter drops.
20. Include unpacking and installation of all loose furnishings to be furnished by Construction
Manager.
21. Provide flag poles complete including excavation, concrete, and backfill.
22. Furnish and install all projector screen systems. Layout locations and coordinate installation with
interfacing trade contractors. Furnish only all loose electrified components to the contractor of
26-01 for installation.
23. Provide a fork truck lift on site and 16 hours of general labor time a week starting 5/1/16 and
continuing until project completion as directed by CM.
24. Provide all interior and exterior signage. Exterior post mounted panel signage is to be furnished
only for installation by the contractor of bid category 03-01.
25. Provide all wood blocking around all door and window openings as indicated.
26. Include a $25,000 allowance for installation of temporary doors, partitions, and enclosures as
directed by the construction manager.
27. Roof edge & parapet blocking and stud framing.
28. Provide temporary doors and framing for (4) temporary openings to be left in the exterior skin of
the building, approximately 10’x10’. Remove these doors and framing as directed by the CM.
29. Provide all chain link fencing including exterior recreation areas and including support trusses.
30. Provide all commercial laundry equipment as indicated and specified complete, operational, and
accepted by Owner, AE, and Construction Manager. Provide coordination with Mechanical and
Electrical contractors for utility connections. Laundry equipment is to be provided matching utility
connections identified on the contract documents. This contractor will be required to review these
Exhibit D - GMP AmendmentPage 78 of 138
Fairfield County New Public Safety & Jail Facility GMP Proposal
Exhibit G – Work Scopes
Exhibit G Page 14 of 55
documents and become familiar with utilities anticipated. Changes to utility connections will be
the financial responsibility of this contractor.
31. Provide all selective demolition of the South Wing of the existing Fairfield County Jail facility. This
work is to take place immediately to allow for construction of the new Public Safety building. This
contractor will be responsible for cutting this part of the building away from the rest of the building
and performing all demolition from the floor slab up to and including this portion of the roof
structure. Utilities in this area will be cut and capped by others to make safe for demolition.
Removal of the floor slab and foundations will be provided by the contractor of bid category 31-1.
All structural demolition of the remainder of the facility will be provided by the contractor of bid
category 31-1. Selective demolition of the existing South Wing of the jail facility is to include
removal of masonry and installation of a temporary 3’x7’ door opening. Door and frame are to be
furnished by the contractor of bid category 11-01 for installation by this contractor. Provide minor
repairs of wall surfaces and roof to provide for a weather tight and secure building.
32. This contractor will be responsible for providing all work associated with the installation of the
Temporary Sally Port at the West side of the existing Fairfield County Jail facility excluding
electrical conduit and wiring. This will be clarified via addendum.
33. Include a $6,000 door hardware allowance. D. EXCLUDED
1. Furnish of security door and window frames. 2. Provide of all detention doors, hardware, and glazing. 3. Plywood coverboard sheathing under roofing.
E. CLARIFICATIONS
1. None
F. UNIT PRICES
1. None
G. ALTERNATES
H. ALLOWANCES
1. $25,000 for temporary doors, partitions, and enclosures.
2. $6,000 door hardware allowance.
End of Bid Category 6-1 GENERAL TRADES
Exhibit D - GMP AmendmentPage 79 of 138
Fairfield County New Public Safety & Jail Facility GMP Proposal
Exhibit G – Work Scopes
Exhibit G Page 15 of 55
Bid Category 07-01 : Waterproofing & Joint Sealants A. INCLUDES
Except for those items (if any) specifically noted to be excluded as defined below, the work of this bid category shall include all of the work and contract requirements according to Division 1 complete, including all bid requirements, Contract Documents; General and Supplemental Conditions, and General Requirements. Should any conflict exist between this written scope of work and the scope of work inferred by the Division 1 General Requirements or the technical specifications listed below, the work required by this bid category description shall govern. Work of this bid category specifically includes the work of the technical specification sections listed below, in their entirety, unless otherwise noted within this work category description:
Specification Sections
Division 01 – Complete 07 13 53 – Elastomeric Sheet Waterproofing 07 92 00 – Joint Sealants
B. GENERALLY INCLUDED
1. Provide continuous coordination with Owner’s testing agent as well as interfacing trade contract
work of other contract categories as required to accomplish work of this category
2. All layout and engineering required for work of this category.
3. Include labor, materials, equipment, incidental hardware, tools and materials required to receive,
unload, store, protect, and install work of this category as well as materials furnished by other
categories required to be installed under this category.
4. Submit immediately submittal information as defined by Section 013300 meeting schedule
requirements of section 013216. This contractor is responsible for advising Granger Construction
in writing of submittal deadlines in order to meet project schedule. Costs associated with delays
due to lack of submittal approval as a result of not submitting in an appropriate manner of
inappropriate submittals that affect delivery will be the responsibility of this contractor.
5. Provide continuous trash removal and clean up required by Section 017413 including
participation in joint clean ups and Construction Waste Management Plan. Refuse containers will
be furnished by Construction Manager.
6. Bidders shall be aware of material delivery, equipment and manpower requirements to
accommodate completion schedule of the Work and shall include expediting and overtime costs
to allow for completion and turnover as shown on the master schedule.
7. Bidders shall include a 1 year warranty for all material and labor in addition to all other warranty
periods identified in the technical specification sections. If less than a 1 year warranty period is
specified, this 1 year warranty shall govern. Bidders shall be responsible for coordinating with
vendors and suppliers as well as third tier subcontractors.
C. SPECIFICALLY INCLUDED
1. Provide all exterior joint sealants including but not limited to masonry and EIFS control joints, soft
joints at masonry window sills, exposed steel lintels, light fixtures, door frames, grilles and
louvers, mechanical, electrical, and plumbing wall penetrations, site concrete expansion joints,
bollards, intercom pedestals, railings, and all other joints between any and all dissimilar materials.
Exhibit D - GMP AmendmentPage 80 of 138
Fairfield County New Public Safety & Jail Facility GMP Proposal
Exhibit G – Work Scopes
Exhibit G Page 16 of 55
2. Provide all interior sealants including but not limited to masonry control joints, window and door
frames, wall to ceiling joints, wall to floor joints, all detention plumbing fixtures, electrical fixtures
and devices, all detention equipment, furnishings, accessories, and electronics, casework and
countertops to wall, fire extinguisher cabinets, wall grilles and louvers, metal lockers to wall and
floor, video visitation units, stair railings and stringers to wall and floor, steel soffit chases to wall
and ceilings, exposed precast joints, access panel frames, window sills, wall divider partitions,
and all other joints between any and all dissimilar materials except L-angle at ceiling grid.
Examples of dissimilar material caulking may include but not limited to masonry walls to precast
plank, masonry walls to concrete slab, light fixtures to ceilings, all detention furnishings to the
wall, etc.
3. Interior joint sealants are to include all security sealants at secure areas. All joints between
dissimilar materials in secure areas are to receive security sealants per specifications.
4. Joint sealants are to be applied prior to painting.
5. Provide joint preparation, required primers and sub-surface fillers or backer rods, to obtain
optimum joint sealant performance. Joint preparation includes shaping joint, grinding, sanding, or
scraping foreign material that could hinder proper adhesion, and sweeping, dusting, vacuuming,
or a moist wiping to optimize performance.
6. Provide custom caulk colors where caulk will remain exposed against prefinished surfaces.
7. Provide security sealant at all wall to floor joints that are not scheduled to receive base.
8. Waterproofing at concrete foundations and slabs.
9. Provide moisture barrier between precast concrete and topping slabs.
10. Provide all masonry waterproofing.
D. EXCLUDED
1. Non detention plumbing fixture caulking. 2. Joint sealants integral to storefront systems
E. CLARIFICATIONS
1. None
F. UNIT PRICES
1. None
G. ALTERNATES
1. Per Bid Form.
H. ALLOWANCES
1. None
End of Bid Category 7-1 CAULKING & JOINT SEALANTS
END OF SECTION
Exhibit D - GMP AmendmentPage 81 of 138
Fairfield County New Public Safety & Jail Facility GMP Proposal
Exhibit G – Work Scopes
Exhibit G Page 17 of 55
Bid Category 07-02 : Roofing & Sheet Metal A. INCLUDES
Except for those items (if any) specifically noted to be excluded as defined below, the work of this bid category shall include all of the work and contract requirements according to Division 1 complete, including all bid requirements, Contract Documents; General and Supplemental Conditions, and General Requirements. Should any conflict exist between this written scope of work and the scope of work inferred by the Division 1 General Requirements or the technical specifications listed below, the work required by this bid category description shall govern. Work of this bid category specifically includes the work of the technical specification sections listed below, in their entirety, unless otherwise noted within this work category description:
Specification Sections
Division 01 – Complete 06 16 00 – Sheathing *As Applicable 07 53 23 – EPDM Roofing 07 60 00 – Flashing and Sheet Metal 07 65 00 – Flexible Flashing 07 21 00 – Building Insulation *As Applicable 07 71 00 – Prefabricated Roof Specialties 07 72 00 – Roof Accessories 07 84 00 – Penetration Firestopping *As Applicable 07 92 00 – Joint Sealants *As Applicable 07 95 00 – Expansion Control *As Applicable
B. GENERALLY INCLUDED
1. Provide continuous coordination with Owner’s testing agent as well as interfacing trade contract
work of other contract categories as required to accomplish work of this category
2. All layout and engineering required for work of this category.
3. Include labor, materials, equipment, incidental hardware, tools and materials required to receive,
unload, store, protect, and install work of this category as well as materials furnished by other
categories required to be installed under this category.
4. Submit immediately submittal information as defined by Section 013300 meeting schedule
requirements of section 013216. This contractor is responsible for advising Granger Construction
in writing of submittal deadlines in order to meet project schedule. Costs associated with delays
due to lack of submittal approval as a result of not submitting in an appropriate manner of
inappropriate submittals that affect delivery will be the responsibility of this contractor.
5. Provide continuous trash removal and clean up required by Section 017413 including
participation in joint clean ups and Construction Waste Management Plan. Refuse containers will
be furnished by Construction Manager.
6. Bidders shall be aware of material delivery, equipment and manpower requirements to
accommodate completion schedule of the Work and shall include expediting and overtime costs
to allow for completion and turnover as shown on the master schedule.
7. Bidders shall include a 1 year warranty for all material and labor in addition to all other warranty
periods identified in the technical specification sections. If less than a 1 year warranty period is
specified, this 1 year warranty shall govern. Bidders shall be responsible for coordinating with
vendors and suppliers as well as third tier subcontractors.
Exhibit D - GMP AmendmentPage 82 of 138
Fairfield County New Public Safety & Jail Facility GMP Proposal
Exhibit G – Work Scopes
Exhibit G Page 18 of 55
C. SPECIFICALLY INCLUDED
1. Provide roofing system complete as specified.
2. Gypsum deck sheathing under roofing system.
3. Install roof curbs furnished by others.
4. Provide all metal fascia, parapet caps, gutters, and copings.
5. Flash in all roof penetrations.
6. Air control membrane at roofing.
7. Provide all joint sealants indicated and required for a watertight system as well as all joint
sealants between items installed by this category and dissimilar materials.
8. Include expansion control assemblies in roofing system including all roof-to-roof and roof-to-wall
joints. D. EXCLUDED
1. None
E. CLARIFICATIONS
2. None
F. UNIT PRICES
1. None
G. ALTERNATES
1. Per Bid Form.
H. ALLOWANCES
1. None
End of Bid Category 7-2 ROOFING
Exhibit D - GMP AmendmentPage 83 of 138
Fairfield County New Public Safety & Jail Facility GMP Proposal
Exhibit G – Work Scopes
Exhibit G Page 19 of 55
Bid Category 08-01 : Aluminum Storefronts & Glazing A. INCLUDES
Except for those items (if any) specifically noted to be excluded as defined below, the work of this bid category shall include all of the work and contract requirements according to Division 1 complete, including all bid requirements, Contract Documents; General and Supplemental Conditions, and General Requirements. Should any conflict exist between this written scope of work and the scope of work inferred by the Division 1 General Requirements or the technical specifications listed below, the work required by this bid category description shall govern. Work of this bid category specifically includes the work of the technical specification sections listed below, in their entirety, unless otherwise noted within this work category description:
Specification Sections
Division 01 – Complete 07 92 00 – Joint Sealants *As Applicable 08 41 00 – Storefronts and Entrances 08 51 13 – Architectural Aluminum Windows 08 56 59 – Service and Pass-Thru Windows 08 71 13 – Automatic Door Operators 08 80 00 – Glazing 08 87 00 – Glazing Surface Films
B. GENERALLY INCLUDED
1. Provide continuous coordination with Owner’s testing agent as well as interfacing trade contract
work of other contract categories as required to accomplish work of this category
2. All layout and engineering required for work of this category.
3. Include labor, materials, equipment, incidental hardware, tools and materials required to receive,
unload, store, protect, and install work of this category as well as materials furnished by other
categories required to be installed under this category.
4. Submit immediately submittal information as defined by Section 013300 meeting schedule
requirements of section 013216. This contractor is responsible for advising Granger Construction
in writing of submittal deadlines in order to meet project schedule. Costs associated with delays
due to lack of submittal approval as a result of not submitting in an appropriate manner of
inappropriate submittals that affect delivery will be the responsibility of this contractor.
5. Provide continuous trash removal and clean up required by Section 017413 including
participation in joint clean ups and Construction Waste Management Plan. Refuse containers will
be furnished by Construction Manager.
6. Bidders shall be aware of material delivery, equipment and manpower requirements to
accommodate completion schedule of the Work and shall include expediting and overtime costs
to allow for completion and turnover as shown on the master schedule.
7. Bidders shall include a 1 year warranty for all material and labor in addition to all other warranty
periods identified in the technical specification sections. If less than a 1 year warranty period is
specified, this 1 year warranty shall govern. Bidders shall be responsible for coordinating with
vendors and suppliers as well as third tier subcontractors.
C. SPECIFICALLY INCLUDED
Exhibit D - GMP AmendmentPage 84 of 138
Fairfield County New Public Safety & Jail Facility GMP Proposal
Exhibit G – Work Scopes
Exhibit G Page 20 of 55
1. Provide all storefront systems, complete, engineered to the contract documents design criteria,
thermally broken, including all framing, blocking, glazing, gasketing, masonry inserts, thresholds,
doors, flashing, and trim pieces, and perimeter insulation.
2. Provide all hardware for doors provided by this contractor. 3. Provide all non-electrified door hardware in all door openings installed by this contractor.
Electrified door hardware at doors provided by this contractor will be furnished by this contractor to the Electrical Contractor for installation. Provide construction keying at door openings provided by this contractor. Provide all permanent keying for doors installed by this category.
4. All joint sealants necessary for a complete system.
5. Provide all architectural aluminum windows complete, engineered to the contract documents
design criteria, air and water tight including all hardware, insect screens, and perimeter
insulation.
6. Provide all service and pass-thru windows including all window components, transaction
windows, transaction drawers, deal trays and shelves, intercoms and talk-throughs, and electric
drawers. Coordinate electrical rough-in requirements prior to wall construction.
7. Provide all non detention glazing. Coordinate sizes with contractor of bid category 06-01.
Provide all glazing materials including gaskets, tape, and sealants, etc. Provide rated glazing at
all openings in rated construction assemblies whether identified correctly on the door and
window schedule or not.
8. Provide final cleaning of all storefront and architectural aluminum window systems.
9. Provide all glazing surface films where indicated. Include an $8,000 allowance for the printing of
owner selected graphics on the film. D. EXCLUDED
1. Detention glazing. 2. Joint sealants at architectural aluminum windows.
E. CLARIFICATIONS
1. None
F. UNIT PRICES
1. None
G. ALTERNATES
1. Per Bid Form.
H. ALLOWANCES
1. $8,000 for printing of owner selected graphics on glazing film.
End of Bid Category 8-1 GLASS & GLAZING
Exhibit D - GMP AmendmentPage 85 of 138
Fairfield County New Public Safety & Jail Facility GMP Proposal
Exhibit G – Work Scopes
Exhibit G Page 21 of 55
Bid Category 09-01 : Metal Stud, Drywall & Acoustical A. INCLUDES
Except for those items (if any) specifically noted to be excluded as defined below, the work of this bid category shall include all of the work and contract requirements according to Division 1 complete, including all bid requirements, Contract Documents; General and Supplemental Conditions, and General Requirements. Should any conflict exist between this written scope of work and the scope of work inferred by the Division 1 General Requirements or the technical specifications listed below, the work required by this bid category description shall govern. Work of this bid category specifically includes the work of the technical specification sections listed below, in their entirety, unless otherwise noted within this work category description:
Specification Sections
Division 01 – Complete 05 40 00 – Cold Formed Metal Framing 06 16 00 - Sheathing 07 21 00 – Building Insulation *As Applicable 07 24 13 – Polymer Based Exterior Finish System 07 95 00 – Expansion Control *As Applicable 09 21 16 – Gypsum Board 09 22 16 – Non-Structural Metal Framing 09 51 00 – Acoustical Panel Ceilings 09 51 23 – Acoustical Tile Ceilings 09 80 00 – Acoustical Treatment
B. GENERALLY INCLUDED
1. Provide continuous coordination with Owner’s testing agent as well as interfacing trade contract
work of other contract categories as required to accomplish work of this category
2. All layout and engineering required for work of this category.
3. Include labor, materials, equipment, incidental hardware, tools and materials required to receive,
unload, store, protect, and install work of this category as well as materials furnished by other
categories required to be installed under this category.
4. Submit immediately submittal information as defined by Section 013300 meeting schedule
requirements of section 013216. This contractor is responsible for advising Granger Construction
in writing of submittal deadlines in order to meet project schedule. Costs associated with delays
due to lack of submittal approval as a result of not submitting in an appropriate manner of
inappropriate submittals that affect delivery will be the responsibility of this contractor.
5. Provide continuous trash removal and clean up required by Section 017413 including
participation in joint clean ups and Construction Waste Management Plan. Refuse containers will
be furnished by Construction Manager.
6. Bidders shall be aware of material delivery, equipment and manpower requirements to
accommodate completion schedule of the Work and shall include expediting and overtime costs
to allow for completion and turnover as shown on the master schedule.
7. Bidders shall include a 1 year warranty for all material and labor in addition to all other warranty
periods identified in the technical specification sections. If less than a 1 year warranty period is
specified, this 1 year warranty shall govern. Bidders shall be responsible for coordinating with
vendors and suppliers as well as third tier subcontractors.
Exhibit D - GMP AmendmentPage 86 of 138
Fairfield County New Public Safety & Jail Facility GMP Proposal
Exhibit G – Work Scopes
Exhibit G Page 22 of 55
C. SPECIFICALLY INCLUDED
1. Provide all structural and non-structural metal stud framing including but not limited to partitions,
shaft walls, suspension systems, HVAC soffits, shafts, furring, bulkheads, floor joist framing, and
access panel framing complete including studs, top and bottom track, deflection track, bracing,
bridging, anchors, clips, tie wire, and fasteners. For structural metal framing systems, provide
engineer stamped drawings.
2. Provide all glass-mat gypsum wall sheathing and cement bonded particle board subflooring and
underlayment complete including all fasteners and joint and penetration treatment materials.
3. Provide Cement board soffits with acrylic finish and plaster on metal lath including metal
suspension system and cold rolled steel channels and PVC soffit vents.
4. Provide all glass-fiber blanket insulation, mineral-wool blanket insulation, loose-fill insulation,
spray polyurethane foam insulation as indicated or required.
5. Provide complete polymer based exterior finish system including all flashings, vents, control
joints, mesh, base coat, adhesives, primers, finish coats, trim accessories, and sealants as
indicated or required for manufacturer’s installation instructions.
6. Provide all drywall, complete including interior and exterior gypsum board for walls, ceilings,
shafts, furring, bulkheads, and soffits etc. to the level of finish specified including all anchors,
adhesives, finish tape and mud, wire mesh and substrates. Provide layered drywall and rated
assemblies as necessary to achieve fire/smoke ratings indicated on rated assemblies plans.
Provide STC rated assemblies where indicated.
7. Provide all blocking in stud walls required for wall mounted items such as owner furnishings,
casework, plumbing fixtures, toilet and bath accessories, technology items, and all other wall and
ceiling mounted devices and accessories etc. Coordinate with other trades requiring blocking.
8. Provide all troweled on ceiling finish at interior fiberglass faced gypsum shown or specified.
9. Provide all fire and smoke rated assemblies between fire and smoke rated construction installed
as part of this scope of work and adjacent assemblies. Provide all fire stopping on items installed
as part of this scope of work.
10. Provide all trim and flashing required to complete this scope of work.
11. Provide all acoustical panel ceilings complete as specified. Coordinate light and mechanical
openings with Electrical and Mechanical Contractors. 12. Accommodate (1) temporary opening to be left in the exterior skin of the building, approximately
10’ wide by 10’. 13. Include expansion control assemblies at ceiling-to-ceiling locations as defined in specification
section 07 95 00. 14. Provide acoustical treatment wall panels where indicated. Install and maintain temporary
protection until project completion and remove and provide final cleaning of panels. D. EXCLUDED
1. Joint sealants for control joints in EIFS system will be provided by others.
E. CLARIFICATIONS
1. None
F. UNIT PRICES
1. None
Exhibit D - GMP AmendmentPage 87 of 138
Fairfield County New Public Safety & Jail Facility GMP Proposal
Exhibit G – Work Scopes
Exhibit G Page 23 of 55
G. ALTERNATES
1. Per Bid Form.
H. ALLOWANCES
1. None
End of Bid Category 9-1 INTERIORS
Exhibit D - GMP AmendmentPage 88 of 138
Fairfield County New Public Safety & Jail Facility GMP Proposal
Exhibit G – Work Scopes
Exhibit G Page 24 of 55
Bid Category 09-02 : Resilient & Tile Flooring
A. INCLUDES
Except for those items (if any) specifically noted to be excluded as defined below, the work of this bid category shall include all of the work and contract requirements according to Division 1 complete, including all bid requirements, Contract Documents; General and Supplemental Conditions, and General Requirements. Should any conflict exist between this written scope of work and the scope of work inferred by the Division 1 General Requirements or the technical specifications listed below, the work required by this bid category description shall govern. Work of this bid category specifically includes the work of the technical specification sections listed below, in their entirety, unless otherwise noted within this work category description:
Specification Sections
Division 01 – Complete 07 92 00 – Joint Sealants *As Applicable 09 30 00 – Tiling 09 65 13 – Resilient Base and Accessories 09 65 13 – Resilient Tile Flooring 09 65 80 – Indoor Rubber Resilient Weight Room Flooring 09 68 13 – Tile Carpet 09 68 16 – Sheet Carpet
B. GENERALLY INCLUDED
1. Provide continuous coordination with Owner’s testing agent as well as interfacing trade contract
work of other contract categories as required to accomplish work of this category
2. All layout and engineering required for work of this category.
3. Include labor, materials, equipment, incidental hardware, tools and materials required to receive,
unload, store, protect, and install work of this category as well as materials furnished by other
categories required to be installed under this category.
4. Submit immediately submittal information as defined by Section 013300 meeting schedule
requirements of section 013216. This contractor is responsible for advising Granger Construction
in writing of submittal deadlines in order to meet project schedule. Costs associated with delays
due to lack of submittal approval as a result of not submitting in an appropriate manner of
inappropriate submittals that affect delivery will be the responsibility of this contractor.
5. Provide continuous trash removal and clean up required by Section 017413 including
participation in joint clean ups and Construction Waste Management Plan. Refuse containers will
be furnished by Construction Manager.
6. Bidders shall be aware of material delivery, equipment and manpower requirements to
accommodate completion schedule of the Work and shall include expediting and overtime costs
to allow for completion and turnover as shown on the master schedule.
7. Bidders shall include a 1 year warranty for all material and labor in addition to all other warranty
periods identified in the technical specification sections. If less than a 1 year warranty period is
specified, this 1 year warranty shall govern. Bidders shall be responsible for coordinating with
vendors and suppliers as well as third tier subcontractors.
Exhibit D - GMP AmendmentPage 89 of 138
Fairfield County New Public Safety & Jail Facility GMP Proposal
Exhibit G – Work Scopes
Exhibit G Page 25 of 55
C. SPECIFICALLY INCLUDED
1. Inspect all concrete floors before beginning work. Once this contractor begins work, they assume
all floor preparation as required to achieve specified final finish conditions.
2. Provide fluid applied moisture barrier at all locations to receive flooring installed by this contractor.
All bidders to assume that concrete moisture levels will be in excess of manufacturer
recommended levels. Contractor to test moisture levels and advise CM of results immediately
and take appropriate actions to assure floors may receive specified finishes. This contractor will
be responsible for providing break out pricing for costs of moisture barrier installation to credit
back costs where concrete levels are in accordance with manufacturer recommended levels.
3. Provide all carpeting complete as indicated to include but not limited to preparatory measures and
materials, leveling compounds, adhesives, sheet and/or tile carpeting, and transition strips.
4. Include shot blasting, sweeping, vacuuming and light damp mopping prior to installation at all
areas to receive flooring installed by contractor of this category. Provide floor fans to improve
adhesive performance.
5. Provide all resilient base and accessories to include but not limited to rubber cove base and
straight base, and rubber transition strips as well as all preparatory measures and materials,
adhesives, and metal edge strips.
6. Include floor protection after installation and maintain until project completion.
7. Include final cleaning and waxing per manufacturers recommendations of all flooring at
substantial completion at the direction of the CM.
8. Provide all hard tiling complete including all preparatory methods and materials, metal edge
strips, substrates, setting materials, grout, sealers, joint sealants, and trim as indicated and
required to complete this scope of work. Prep is to consist of grinding the slab to remove minor
imperfections and minor elevation inconsistencies, sweeping, and a damp mopping.
9. Provide positive drainage on all floors with floors drains.
10. Include all transition strips for all exposed edges of flooring installed as part of this scope of work. D. EXCLUDED
1. Epoxy / resinous flooring. 2. Sealed concrete.
E. CLARIFICATIONS
1. None
F. UNIT PRICES
1. None
G. ALTERNATES
1. Per Bid Form
H. ALLOWANCES
1. None
End of Bid Category 09-02 Resilient and Tile Flooring
Exhibit D - GMP AmendmentPage 90 of 138
Fairfield County New Public Safety & Jail Facility GMP Proposal
Exhibit G – Work Scopes
Exhibit G Page 26 of 55
Bid Category 09-03 : Resinous Flooring A. INCLUDES
Except for those items (if any) specifically noted to be excluded as defined below, the work of this bid category shall include all of the work and contract requirements according to Division 1 complete, including all bid requirements, Contract Documents; General and Supplemental Conditions, and General Requirements. Should any conflict exist between this written scope of work and the scope of work inferred by the Division 1 General Requirements or the technical specifications listed below, the work required by this bid category description shall govern. Work of this bid category specifically includes the work of the technical specification sections listed below, in their entirety, unless otherwise noted within this work category description:
Specification Sections
Division 01 – Complete 09 67 23 – Resinous Flooring
09 6 56 – Epoxy Coatings
B. GENERALLY INCLUDED
1. Provide continuous coordination with Owner’s testing agent as well as interfacing trade contract
work of other contract categories as required to accomplish work of this category.
2. All layout and engineering required for work of this category.
3. Include labor, materials, equipment, incidental hardware, tools and materials required to receive,
unload, store, protect, and install work of this category as well as materials furnished by other
categories required to be installed under this category.
4. Submit immediately submittal information as defined by Section 013300 meeting schedule
requirements of section 013216. This contractor is responsible for advising Granger Construction
in writing of submittal deadlines in order to meet project schedule. Costs associated with delays
due to lack of submittal approval as a result of not submitting in an appropriate manner of
inappropriate submittals that affect delivery will be the responsibility of this contractor.
5. Provide continuous trash removal and clean up required by Section 017413 including
participation in joint clean ups and Construction Waste Management Plan. Refuse containers will
be furnished by Construction Manager.
6. Bidders shall be aware of material delivery, equipment and manpower requirements to
accommodate completion schedule of the Work and shall include expediting and overtime costs
to allow for completion and turnover as shown on the master schedule.
7. Bidders shall include a 1 year warranty for all material and labor in addition to all other warranty
periods identified in the technical specification sections. If less than a 1 year warranty period is
specified, this 1 year warranty shall govern. Bidders shall be responsible for coordinating with
vendors and suppliers as well as third tier subcontractors.
C. SPECIFICALLY INCLUDED
1. Provide all resinous flooring and epoxy wall systems and wall base complete including all
preparatory methods and materials, primer, basecoats, aggregate, etc. for a complete system
accepted by Construction Manager, Owner, and Architect.
2. Inspect all concrete floors before beginning work. Once this contractor begins work, they assume
all floor preparation as required to achieve specified final finish conditions.
Exhibit D - GMP AmendmentPage 91 of 138
Fairfield County New Public Safety & Jail Facility GMP Proposal
Exhibit G – Work Scopes
Exhibit G Page 27 of 55
3. Include scraping/shot blasting/acid etching, sweeping, vacuuming and light damp mopping prior
to installation as necessary at all areas to receive flooring and wall finishes installed by contractor
of this category. Provide all temporary barriers and provide air movers to section off and ventilate
areas of work from other trades. Contractor should anticipate installing epoxy products on a night
shift if fumes cause a disruption to other trades.
4. Include floor protection after installation and maintain until project completion.
5. This contractor is to assume that concrete floor slab moisture levels will be outside of the
manufacturer’s tolerances and provide manufacturer’s recommended moisture barrier at all
locations identified to receive resinous flooring. Contractor of this bid category will be required to
provide break out pricing for moisture barrier should concrete moisture levels be acceptable.
Perform moisture testing and report results immediately to Construction Manager.
6. Provide positive drainage on all floors with floor drains. Additional material needed to provide
positive drainage is the responsibility of this contractor.
7. Include one mock-up for each type of texture for Owner / CM approval. The mock-ups can
remain in place as finished product if approved.
D. EXCLUDED
1. All hard tile and transition strips between hard tile and resilient flooring. 2. Resilient and hard tile flooring. 3. Sealed concrete.
E. CLARIFICATIONS
1. None
F. UNIT PRICES
1. None
G. ALTERNATES
1. Per Bid Form
H. ALLOWANCES
1. None
End of Bid Category 09-03 RESINOUS FLOORING
Exhibit D - GMP AmendmentPage 92 of 138
Fairfield County New Public Safety & Jail Facility GMP Proposal
Exhibit G – Work Scopes
Exhibit G Page 28 of 55
Bid Category 09-04 : Painting A. INCLUDES
Except for those items (if any) specifically noted to be excluded as defined below, the work of this bid category shall include all of the work and contract requirements according to Division 1 complete, including all bid requirements, Contract Documents; General and Supplemental Conditions, and General Requirements. Should any conflict exist between this written scope of work and the scope of work inferred by the Division 1 General Requirements or the technical specifications listed below, the work required by this bid category description shall govern. Work of this bid category specifically includes the work of the technical specification sections listed below, in their entirety, unless otherwise noted within this work category description:
Specification Sections
Division 01 – Complete 07 81 23 – Intumescent Mastic Fireproofing 09 90 00 – Painting
B. GENERALLY INCLUDED
1. Provide continuous coordination with Owner’s testing agent as well as interfacing trade contract
work of other contract categories as required to accomplish work of this category
2. All layout and engineering required for work of this category.
3. Include labor, materials, equipment, incidental hardware, tools and materials required to receive,
unload, store, protect, and install work of this category as well as materials furnished by other
categories required to be installed under this category.
4. Submit immediately submittal information as defined by Section 013300 meeting schedule
requirements of section 013216. This contractor is responsible for advising Granger Construction
in writing of submittal deadlines in order to meet project schedule. Costs associated with delays
due to lack of submittal approval as a result of not submitting in an appropriate manner of
inappropriate submittals that affect delivery will be the responsibility of this contractor.
5. Provide continuous trash removal and clean up required by Section 017413 including
participation in joint clean ups and Construction Waste Management Plan. Refuse containers will
be furnished by Construction Manager.
6. Bidders shall be aware of material delivery, equipment and manpower requirements to
accommodate completion schedule of the Work and shall include expediting and overtime costs
to allow for completion and turnover as shown on the master schedule.
7. Bidders shall include a 1 year warranty for all material and labor in addition to all other warranty
periods identified in the technical specification sections. If less than a 1 year warranty period is
specified, this 1 year warranty shall govern. Bidders shall be responsible for coordinating with
vendors and suppliers as well as third tier subcontractors.
C. SPECIFICALLY INCLUDED
1. All interior and exterior painting complete as indicated or required to include, but not limited to, all
primer, block fill, all subsequent coats as required, preparatory methods and materials.
2. Include all exterior painting including exterior bollards, bumper blocks, exposed piping and
ductwork, and light pole bases etc.
Exhibit D - GMP AmendmentPage 93 of 138
Fairfield County New Public Safety & Jail Facility GMP Proposal
Exhibit G – Work Scopes
Exhibit G Page 29 of 55
3. Provide painting of all interior and exterior exposed structural, miscellaneous steel, detention
furnishings, and hollow metal door and window frames as indicated, specified and required. This
contractor will be responsible for reviewing specifications and drawings for other bid categories to
become familiar with exposed items that are not prefinished.
4. Provide painting of all interior and exterior exposed plumbing, mechanical, electrical, and fire
protection items such as piping, ductwork, conduit, panels, hangers and supports, and equipment
as indicated, specified and required. Painting of these items in mechanical and electrical rooms is
not required for base bid.
5. Provide all concrete stain and sealer products as indicated or specified. All concrete floors not
scheduled to receive a finish shall be provided with sealed concrete. Contractor of this bid
category will be responsible for floor prep to receive concrete sealer. Prep is to consist of
scraping, grinding, shot blasting, or etching to remove foreign material, sweeping, and a damp
mopping prior to installation of stain and sealer.
6. Provide temporary task lighting above and beyond OSHA lighting provided by electrician as
necessary to obtain optimal workmanship for this scope of work.
7. Application of finish coats of paint after masonry walls have been primed constitutes acceptance
of the masonry wall prep by the Painting Contractor. Painted walls that are determined to be
unacceptable after finish coats of paint are applied will be required by the Masonry Contractor
and repainted by the Painting Contractor at no cost.
8. At rooms not scheduled to receive base, paint bottom CMU course accent color base. Provide
two finish coats.
9. All interior hollow metal doors to receive painted door number stenciled on each side of the door.
Final door numbers to be provided by the CM.
10. Provide all intumescent fire proofing where indicated or required. Immediately protect from
moisture and construction activities and maintain temporary protection until project completion or
steel in encapsulated. Provide temporary enclosures and heating at areas where intumescent is
to be installed if building and weather conditions are outside of the manufacturer’s recommended
installation criteria so as not to delay the construction schedule. D. EXCLUDED
1. Parking lot striping 2. Rubbing masonry
E. CLARIFICATIONS
1. None
F. UNIT PRICES
1. None
G. ALTERNATES
1. Per Bid Form.
H. ALLOWANCES
1. None
End of Bid Category 9-4 PAINTING
Exhibit D - GMP AmendmentPage 94 of 138
Fairfield County New Public Safety & Jail Facility GMP Proposal
Exhibit G – Work Scopes
Exhibit G Page 30 of 55
Bid Category 11-01 : Detention System Contractor A. INCLUDES
Except for those items (if any) specifically noted to be excluded as defined below, the work of this bid category shall include all of the work and contract requirements according to Division 1 complete, including all bid requirements, Contract Documents; General and Supplemental Conditions, and General Requirements. Should any conflict exist between this written scope of work and the scope of work inferred by the Division 1 General Requirements or the technical specifications listed below, the work required by this bid category description shall govern. Work of this bid category specifically includes the work of the technical specification sections listed below, in their entirety, unless otherwise noted within this work category description:
Specification Sections
Division 01 – Complete 07 84 00 – Penetration Fire Stopping 08 31 13.53 – Security Access Doors and Frames 08 34 63 – Detention Doors and Frames 08 56 63 – Detention Windows 08 71 63 – Detention Door Hardware 08 88 53 – Security Glazing 10 28 13 – Detention Toilet Accessories 11 19 00 – Basic Detention Equipment Requirements 11 19 31 – Security Barriers 12 55 00 – Detention Furnishings 28 02 00 – General Provisions 28 05 13 – Conductors & Cables for Electrical Security 28 05 44 – Sleeves & Sleeve Seals for Electrical Security 28 21 01 – Touchscreen Control system 28 23 00 – Video Surveillance System 28 28 00 – Video Visitation System 28 46 20 – Door Control System
28 1 24 – Intercom and Paging
B. GENERALLY INCLUDED
1. Provide continuous coordination with Owner’s testing agents as well as interfacing trade contract
work of other contract categories.
2. All layout and engineering required for work of this category.
3. Include labor, materials, equipment, incidental hardware, tools and materials required to receive,
unload, store, protect, and install work of this category as well as materials furnished by other
categories required to be installed under this category.
4. Submit immediately submittal information as defined by Section 013300 meeting schedule
requirements of section 013216. This contractor is responsible for advising Granger Construction
in writing of submittal deadlines in order to meet project schedule. Costs associated with delays
due to lack of submittal approval as a result of not submitting in an appropriate manner of
inappropriate submittals that affect delivery will be the responsibility of this contractor.
5. Provide continuous trash removal and clean up required by Section 017413 including
participation in joint clean ups and Construction Waste Management Plan. Refuse containers will
be furnished by Construction Manager.
Exhibit D - GMP AmendmentPage 95 of 138
Fairfield County New Public Safety & Jail Facility GMP Proposal
Exhibit G – Work Scopes
Exhibit G Page 31 of 55
6. Bidders shall be aware of material delivery, equipment and manpower requirements to
accommodate completion schedule of the Work and shall include expediting and overtime costs
to allow for completion and turnover as shown on the master schedule.
7. Bidders shall include a 1 year warranty for all material and labor in addition to all other warranty
periods identified in the technical specification sections. If less than a 1 year warranty period is
specified, this 1 year warranty shall govern. Bidders shall be responsible for coordinating
warranties with vendors and suppliers as well as third tier subcontractors.
C. SPECIFICALLY INCLUDED
1. Furnish only all detention hollow metal door and window frames and security access panel
frames to be installed by General Trades contractors. Provide on-site training and supervision
during initial installation. Frames to be furnished by 1/1/16. Frames that cannot be factory
prepped for hardware in time to make these delivery dates shall be prepped in the field by this
contractor. Any frames not on site in time for masonry will be left open and this category will pay
mason’s premium to tooth-in frame. Careful coordination will be required with the Detention
Systems Contractor to prep frames to receive frame mounted security electronics devices such
as intercoms, and electrified hardware components. Junction boxes, enclosures, and access
plates for all items shall come factory installed. Door, window, and access panel frames in rated
wall or ceiling assemblies are to be rated regardless of whether so indicated on the door
schedule. This contractor will be responsible for furnishing frame anchor straps/masonry anchors
to be installed by others.
2. Provide all conduit runs through frame sections in frames furnished by this category.
3. Provide all detention hollow metal doors including all hardware. Careful coordination will be
required with the Detention System Contractor to prep doors to receive hardware and security
electronics devices such as concealed closers, DPS devices, lock strikes and glazing. Doors in
rated wall or ceiling assemblies are to be rated regardless of whether so indicated on the door
schedule.
4. Include all weather stripping, gaskets, sweeps, thresholds, etc at doors installed under this work
category. Food pass and cuff port openings and shutters are to be factory installed in door
openings provided by this contractor.
5. Provide all detention locks and detention hardware (e.g., concealed door closers, DPS, hinges,
pulls, stops, etc) including those where detention door hardware is identified in commercial doors
and frames. Wiring for electrified door hardware components will be provided by this contractor
including final connections to hardware and installation of pig tails. Provide final adjustment and
installation of cover plates and trim after installation of security electronics wiring at all door
locations.
6. Provide all keying and key controls for locks installed by this work category. Attend keying
coordination meetings in person.
7. Provide all security and detention windows and detention glass and detention glazing. Exterior
detention windows are to fit tightly together without any gaps between framing members and
glazing at the interior side. Provide gasketing, sealants, or angles to eliminate security risks at
these windows. Provide fire rated security glazing at all openings in rated wall assemblies
regardless of whether so indicated on the glazing schedule. Fire rated glazing is to be
permanently etched with UL rating.
8. Provide all detention accessories, equipment, and furnishings complete. This includes but is not
limited to all toilet paper holders, security grab bars, shelves, safety clothes hooks, stainless steel
mirrors, stools, pedestal tables, document and package pass through units, key cabinets, desks,
swing stools, benches, pistol lockers, bunks, kitchen tool lockers, video visitation units, kiosks,
evidence lockers, and hinged access doors. Provide coordination drawings and furnish only all
steel embeds for detention furnishings and accessories to Masonry contractor. Embeds are to be
Exhibit D - GMP AmendmentPage 96 of 138
Fairfield County New Public Safety & Jail Facility GMP Proposal
Exhibit G – Work Scopes
Exhibit G Page 32 of 55
delivered to the Masonry contractors by 1/1/16. Provide touchup of all factory primers, paints and
finishes after installation to prepare for finish coat so that welding burns do not telegraph through
finish paint. Finish coats to be provided by Painting contractors. Remove all welding burns and
slag from adjacent surfaces.
9. Provide all woven mesh security barriers. Coordinate sizes and location requirements for
embedded anchors in precast and steel anchor structure above.
10. Develop and provide a quality assurance plan demonstrating that every detention device installed
by the DSC and ESS shall function properly at substantial completion. Include in that plan a
detention lock and detention door commissioning plan cycling every door and lock from fully
closed to fully open twenty (20) times before substantial completion. Document this effort for
every door as witnessed by an independent commissioning agent engaged by the CM.
11. Immediately furnish only (2) 3’-0” x 7’-0” doors and frames with complete hardware sets to be
installed in the existing Fairfield County Jail facility. A portion of the existing building is to be
demolished to allow for installation of the new Public Safety facility and these openings will be
necessary to allow for temporary use of the existing facility. Doors, frames, and hardware will be
installed by others.
12. This contractor will be responsible of providing all services identified throughout the drawings and
specifications of those parties identified as the Detention Systems Contractor (DSC), Detention
Electronics Contractor (DEC), Detention Hardware Sub-Contractor (DESC), Touchscreen Control
System Vendor (TCSV) and Security Contractor Installer (SCI). Where scope delineation
conflicts exist between this Scope of Work and any other section of the specifications or
construction drawings, this Scope of Work shall govern.
13. Furnish only all specialty back-boxes to the Electrical Contractor for installation under the scope
of work for bid category 26-01.
14. Provide up to (4) 8 hour training sessions for operation of the security electronics system in
addition to maintenance and supervisor level training to accommodate continued operation of
Owner operations.
15. Provide complete touchscreen control system including touchscreen stations, control panels,
interface boards and PLCs with complete and operational function of the door control system,
CCTV system, visitor visitation system, kiosks, alarms, utility controls, and audio control systems,
etc. accepted by Owner, A/E, and Construction Manager.
16. Provide complete door control system including all interface board, relay cabinets, wire
harnesses, and system functionality indicated, specified, or required.
17. Provide complete intercom & paging system including all PLC, software, programming, power
supplies, amplifiers, microphones, speakers, intercom stations, interface boards and all other
equipment indicated or required to achieve system functionality specified.
18. Provide complete CCTV system including all cameras and mounting hardware, network video
recorders, matrix switch input cards, DVRs capable of maintaining the specified level of storage,
and camera power supplies as well as all other equipment indicated or required to achieve
system functionality as specified.
19. Provide complete video visitation system including all inmate stations, visitor stations, A/V
encoders and decoders, system management server, management software, audio/video storage
devices, and network switches.
20. Provide all control panels and consoles required to achieve a complete functional system.
21. Provide renovation work as indicated inside existing Fairfield County Jail building immediately as
shown on construction drawings including door control revisions, intercoms and vehicle intercom
stations, gate operator, etc.
22. Provide all wiring and cabling required to complete this scope of work including all terminations.
Conduits and raceways will be provided by the Electrical Contractor of bid category 26-01. Cable
trays where indicated on the construction drawings will be provided by the Electrical Contractor.
Additional cable trays not identified on the drawings, but necessary to complete the work of this
Exhibit D - GMP AmendmentPage 97 of 138
Fairfield County New Public Safety & Jail Facility GMP Proposal
Exhibit G – Work Scopes
Exhibit G Page 33 of 55
category will be provided by this contractor. Conduits and raceways will be provided to
accessible ceiling space. This contractor will be required to provide cable support systems as
necessary to complete the work of this category. This contractor will be responsible for
installation of penetration fire stopping of penetrations through rated assemblies after installation
of wiring.
23. Include a $12,000 door hardware allowance.
24. Provide 20 additional detention grade 24”x24” access panels for walls and ceilings with locks.
D. EXCLUDED
1. All detention sealants will be provided by Caulking and Sealants contractors. 2. Door frames installed by the contractor of this bid category will be grouted by the Masonry
contractors. 3. Service and pass-thru windows. 4. Conduits and raceways, for all security electronics systems will be provided by the Electrical
Contractor of bid category 26-01.
E. CLARIFICATIONS
1. None
F. UNIT PRICES
1. None
G. ALTERNATES
H. ALLOWANCES
1. $12,000 door hardware allowance.
End of Bid Category 11-01 DETENTION EQUIPMENT CONTRACTOR
Exhibit D - GMP AmendmentPage 98 of 138
Fairfield County New Public Safety & Jail Facility GMP Proposal
Exhibit G – Work Scopes
Exhibit G Page 34 of 55
Bid Category 11-02 : Food Service Equipment A. INCLUDES
Except for those items (if any) specifically noted to be excluded as defined below, the work of this bid category shall include all of the work and contract requirements according to Division 1 complete, including all bid requirements, Contract Documents; General and Supplemental Conditions, and General Requirements. Should any conflict exist between this written scope of work and the scope of work inferred by the Division 1 General Requirements or the technical specifications listed below, the work required by this bid category description shall govern. Work of this bid category specifically includes the work of the technical specification sections listed below, in their entirety, unless otherwise noted within this work category description:
Specification Sections
Division 01 – Complete 07 84 00 – Penetration Firestopping 11 40 00 – Food Service Equipment
B. GENERALLY INCLUDED
1. Provide continuous coordination with Owner’s testing agent as well as interfacing trade contract
work of other contract categories as required to accomplish work of this category
2. All layout and engineering required for work of this category.
3. Include labor, materials, equipment, incidental hardware, tools and materials required to receive,
unload, store, protect, and install work of this category as well as materials furnished by other
categories required to be installed under this category.
4. Submit immediately submittal information as defined by Section 013300 meeting schedule
requirements of section 013216. This contractor is responsible for advising Granger Construction
in writing of submittal deadlines in order to meet project schedule. Costs associated with delays
due to lack of submittal approval as a result of not submitting in an appropriate manner of
inappropriate submittals that affect delivery will be the responsibility of this contractor.
5. Provide continuous trash removal and clean up required by Section 017413 including
participation in joint clean ups and Construction Waste Management Plan. Refuse containers will
be furnished by Construction Manager.
6. Bidders shall be aware of material delivery, equipment and manpower requirements to
accommodate completion schedule of the Work and shall include expediting and overtime costs
to allow for completion and turnover as shown on the master schedule.
7. Bidders shall include a 1 year warranty for all material and labor in addition to all other warranty
periods identified in the technical specification sections. If less than a 1 year warranty period is
specified, this 1 year warranty shall govern. Bidders shall be responsible for coordinating with
vendors and suppliers as well as third tier subcontractors.
C. SPECIFICALLY INCLUDED
1. Provide coordination with mechanical and electrical contractors for connections to equipment.
This contractor will be responsible for all interconnect wiring and controls wiring required for a
complete operational system acceptable to owner, AE, and Construction Manager. Utility
connections will be provided by others to the extent indicated on the plumbing, mechanical, and
electrical drawings. This contractor will be required to coordinate utility connections with these
Exhibit D - GMP AmendmentPage 99 of 138
Fairfield County New Public Safety & Jail Facility GMP Proposal
Exhibit G – Work Scopes
Exhibit G Page 35 of 55
drawings from the construction set and will bear any costs associated with modifications to these
requirements.
2. This contractor will be responsible for installation of refrigeration line sets and condensate drains
associated with the cooler/freezer.
3. Provide all anchor bolts and anchoring of equipment.
4. Provide all light fixtures integral to items installed by this scope of work.
5. Provide all wall penetrations required to complete this scope of work. Provide infill of openings
with sealants or escutcheons. Maintain all rated wall assemblies.
6. Furnish only kitchen hood and dishwasher hood for installation by the Mechanical contractor of
bid category 23-01. Furnish all closure pieces and trim necessary for a complete installation.
Provide hood fire suppression system. Furnish only gas shut off valve for installation by the
plumbing contractor. Provide contactor/hood control panel to allow for interface to the fire alarm
system (connection by others), BAS (connection by others), and shut down of electrical power to
kitchen equipment where indicated. Provide kitchen temperature sensor for wire connections by
others.
7. Include relocation of items provided by owner including disconnecting existing utilities,
transportation, and installation at new location.
8. Provide all required plan review, permits and fees associated with work of this category,
specifically coordination with the authorities having jurisdiction and health department. D. EXCLUDED
1. Laundry equipment.
E. CLARIFICATIONS
1. None
F. UNIT PRICES
1. None
G. ALTERNATES
1. Per Bid Form.
H. ALLOWANCES
1. None
End of Bid Category 11-2 FOOD SERVICE EQUIPMENT
Exhibit D - GMP AmendmentPage 100 of 138
Fairfield County New Public Safety & Jail Facility GMP Proposal
Exhibit G – Work Scopes
Exhibit G Page 36 of 55
Bid Category 21-01 : Fire Protection A. INCLUDES
Except for those items (if any) specifically noted to be excluded as defined below, the work of this bid category shall include all of the work and contract requirements according to Division 1 complete, including all bid requirements, Contract Documents; General and Supplemental Conditions, and General Requirements. Should any conflict exist between this written scope of work and the scope of work inferred by the Division 1 General Requirements or the technical specifications listed below, the work required by this bid category description shall govern. Work of this bid category specifically includes the work of the technical specification sections listed below, in their entirety, unless otherwise noted within this work category description:
Specification Sections
Division 01 – Complete 02 00 00 – Existing Conditions 02 41 19 – Selective Demolition 07 84 00 – Penetration Firestopping *As Applicable Division 21 – Fire Protection - Complete
B. GENERALLY INCLUDED
1. Provide continuous coordination with Owner’s testing agent as well as interfacing trade contract
work of other contract categories as required to accomplish work of this category.
2. All layout and engineering required for work of this category. Provide professional seal on all
submittals. Include labor, materials, equipment, incidental hardware, tools and materials required
to receive, unload, store, protect, and install work of this category as well as materials furnished
by other categories required to be installed under this category.
3. Submit immediately submittal information as defined by Section 013300 meeting schedule
requirements of section 013216. This contractor is responsible for advising Granger Construction
in writing of submittal deadlines in order to meet project schedule. Costs associated with delays
due to lack of submittal approval as a result of not submitting in an appropriate manner of
inappropriate submittals that affect delivery will be the responsibility of this contractor.
4. Provide continuous trash removal and clean up required by Section 017413 including
participation in joint clean ups and Construction Waste Management Plan. Refuse containers will
be furnished by Construction Manager.
5. Bidders shall be aware of material delivery, equipment and manpower requirements to
accommodate completion schedule of the Work and shall include expediting and overtime costs
to allow for completion and turnover as shown on the master schedule.
6. Bidders shall include a 1 year warranty for all material and labor in addition to all other warranty
periods identified in the technical specification sections. If less than a 1 year warranty period is
specified, this 1 year warranty shall govern. Bidders shall be responsible for coordinating with
vendors and suppliers as well as third tier subcontractors.
C. SPECIFICALLY INCLUDED
1. Provide fire hydrant flow test and provide reports.
2. Provide a fully engineered and tested above ground fire suppression system complete including
all fittings, hangers switches, alarm devices, and supports, valves, identification, fire department
connections, escutcheons, guards, heads, hose connections and pressure gauges.
Exhibit D - GMP AmendmentPage 101 of 138
Fairfield County New Public Safety & Jail Facility GMP Proposal
Exhibit G – Work Scopes
Exhibit G Page 37 of 55
3. Assure all systems installed are protected from freeze damage during construction and in
permanent installation. Coordinate with CM as required to assure all wet pipe systems are
installed in protected spaces. Provide dry pipe system or glycol protection if specified or required.
4. Contractor is responsible for pulling all trade permits, paying all fees, and scheduling all required
inspections associated with this work.
5. Provide fire stopping and fire sealant at all penetrations by this category in masonry and drywall
partitions.
6. Provide all fire alarm initiating devices integral to systems installed as part of this scope of work.
Provide all water flow switches and standpipe supervisory valve switches and tamper switches
etc. for connection to the fire alarm system by others.
7. Provide multiple pressure tests of the fire protection piping to allow the ceiling and finishes
installation to proceed without delay.
8. Provide all access doors and panels to access concealed items where not shown on the
drawings, but access is required by code. Include all costs for installation by other trades
constructing walls or ceilings such as Masonry contractor of Framing, Drywall, and Acoustical
contractor.
9. Provide detention rated fire suppression heads in secure areas.
10. Immediately make safe for demolition South wing of existing Fairfield County Jail building to allow
for selective building demolition. Cut and cap fire suppression as necessary. Prior to structural
demolition of complete existing Fairfield County Jail, disconnect fire suppressions system and
abandon utilities.
11. Provide 3D coordination drawings for all systems installed as part of the work of this category.
This contractor will attend all coordination meetings, provide coordination drawings to BIM
integrator, and coordinate resolutions to clashes. Installation is to be designed to avoid clashes,
allow for optimal accessibility to serviceable items, allow for proper head coverage free from
obstructions, and to be square and true to building lines.
12. Provide $2,000,000 of errors and emissions insurance for systems designed by this contractor. D. EXCLUDED
1. Site Work and Utilities contractor will provide underground fire suppression service to 5’-0” outside building footprint.
E. CLARIFICATIONS
1. None
F. UNIT PRICES
1. None
G. ALTERNATES
1. Per Bid Form.
H. ALLOWANCES
1. None
End of Bid Category 21-1 FIRE PROTECTION
Exhibit D - GMP AmendmentPage 102 of 138
Fairfield County New Public Safety & Jail Facility GMP Proposal
Exhibit G – Work Scopes
Exhibit G Page 38 of 55
Bid Category 23-01 : Mechanical A. INCLUDES
Except for those items (if any) specifically noted to be excluded as defined below, the work of this bid category shall include all of the work and contract requirements according to Division 1 complete, including all bid requirements, Contract Documents; General and Supplemental Conditions, and General Requirements. Should any conflict exist between this written scope of work and the scope of work inferred by the Division 1 General Requirements or the technical specifications listed below, the work required by this bid category description shall govern. Work of this bid category specifically includes the work of the technical specification sections listed below, in their entirety, unless otherwise noted within this work category description:
Specification Sections
Division 01 – Complete 02 00 00 – Existing Conditions *As Applicable 02 41 19 – Selective Demolition *As Applicable 07 84 00 – Penetration Firestopping *As Applicable 07 92 00 – Joint Sealants *As Applicable 08 90 00 – Louvers and Vents Division 22 – Plumbing – Complete Division 23 – HVAC – Complete 25 00 00 – Instrumentation and Control for HVAC 25 01 00 – Sequence of Operations for HVAC Controls 26 29 42 – BAS Controls and Installation
B. GENERALLY INCLUDED
1. Provide continuous coordination with Owner’s testing agent as well as interfacing trade contract
work of other contract categories as required to accomplish work of this category
2. All layout and engineering required for work of this category.
3. Include labor, materials, equipment, incidental hardware, tools and materials required to receive,
unload, store, protect, and install work of this category as well as materials furnished by other
categories required to be installed under this category.
4. Submit immediately submittal information as defined by Section 013300 meeting schedule
requirements of section 013216. This contractor is responsible for advising Granger Construction
in writing of submittal deadlines in order to meet project schedule. Costs associated with delays
due to lack of submittal approval as a result of not submitting in an appropriate manner of
inappropriate submittals that affect delivery will be the responsibility of this contractor.
5. Provide continuous trash removal and clean up required by Section 017413 including
participation in joint clean ups and Construction Waste Management Plan. Refuse containers will
be furnished by Construction Manager.
6. Bidders shall be aware of material delivery, equipment and manpower requirements to
accommodate completion schedule of the Work and shall include expediting and overtime costs
to allow for completion and turnover as shown on the master schedule.
7. Bidders shall include a 1 year warranty for all material and labor in addition to all other warranty
periods identified in the technical specification sections. If less than a 1 year warranty period is
specified, this 1 year warranty shall govern. Bidders shall be responsible for coordinating with
vendors and suppliers as well as third tier subcontractors.
Exhibit D - GMP AmendmentPage 103 of 138
Fairfield County New Public Safety & Jail Facility GMP Proposal
Exhibit G – Work Scopes
Exhibit G Page 39 of 55
C. SPECIFICALLY INCLUDED
1. Contractor is responsible for obtaining trade permits associated with work, scheduling and
attending any and all inspections and paying all associated fees. Provide advance notice to CM
before all inspections.
2. This contractor will be responsible for immediately providing investigations, cutting and capping
plumbing and mechanical utilities at the existing Fairfield County Jail to make safe for demolition
the South wing of the building and allow for continued operations during construction of the new
Public Safety Complex. This work is identified on plan sheets P115, PD100 and H115. After
completion of the new Public Safety Building, but prior to complete structural demolition of the
existing Fairfield County Jail, disconnect, cut, cap, and abandon existing utilities to be completely
removed by others.
3. Provide and connect all underground sanitary and storm to within 5 feet outside the building
footprint as indicated, specified, and required including all associated excavation, backfill,
compaction, and concrete patching. Site Work and Utilities contractor will bring all utility service
applicable to this category to approximately 5 feet outside the building footprint except for the gas
service, which is to be provided complete from street source throughout distribution by this
category and the domestic water service which will be provided at 5’ outside building footprint by
sitework contractor. This contractor will be responsible for laying out and providing sleeves in
foundation walls and grade beams.
4. Provide complete sanitary drainage, waste, and vent system complete to all discharge points 5’-
0” outside the building. Include sewage grinder (alternate), grease and oil interceptors, lint
interceptors (including floor access frame and cover), floor drains and troughs, clean-outs, hub
waste receptors, flushable floor drains, washing machine space savers, in-floor toilets, trap
primers, AAVs, condensate piping, and roof drains, including all piping, fittings, miscellaneous
accessories and related items. Coordinate drain elevations with interfacing trade contractors.
Adjustments to floor drains after concrete placement will be the responsibility of this contractor.
Provide final cleaning of all floor drains.
5. Provide complete building storm piping system including all piping, roof drains and overflow
drains, complete including all fittings, miscellaneous accessories and related items. Coordinate
roof drain elevations with interfacing trade contractors.
6. Provide all seismic controls for items installed as part of this scope of work.
7. Provide complete domestic hot and cold water systems to all points of use including piping and
fittings, shock absorbers, water heaters/boilers, expansion and storage tanks, circulation pumps,
backflow preventers and RPZs, motors, meters and gauges, thermometer wells, test plugs,
valves, water hammer arrestors, mixing valves, solenoids, equipment, and all plumbing fixtures,
trim, wall hydrants, hose bibs, etc. chlorinated, tested and fully operational. Pump bases and
vibration control devices shall be installed and grouted by this contractor. Furnish only wall
sleeves for detention plumbing fixtures. Where wall sleeves are installed in fire rated assemblies
infill sleeves with fire stopping products to maintain rated assembly, but allow for access to fixture
connections.
8. Provide all plumbing and mechanical utility connections to kitchen and laundry equipment.
Include kitchen pipe enclosures for all piping mounted exposed within the kitchen, pressure
reducing valves, steam piping, drain piping and indirect vents, etc. Install only kitchen hood and
dishwasher hood and gas shut-off valve furnished by Kitchen Equipment Contractor.
9. Provide potable water meters for domestic water and irrigation including shut-off and by-pass.
Coordinate with local utility provider.
10. Provide natural gas distribution system complete from street source including all piping, valves,
regulators, meter, and all other required system equipment. Install only kitchen gas shut-off valve
furnished by the kitchen equipment contractor. Provide any and all other emergency gas shut-off
valves. Coordinate with gas utility company, submit all applications, pay all fees, and schedule
Exhibit D - GMP AmendmentPage 104 of 138
Fairfield County New Public Safety & Jail Facility GMP Proposal
Exhibit G – Work Scopes
Exhibit G Page 40 of 55
work. Underground gas piping work will be the responsibility of this contractor even though
drawings indicate that this will be provided by the site work contractor.
11. Provide all insulation of piping and duct systems installed as part of this scope of work.
12. Provide all identification for HVAC and plumbing piping, ductwork, equipment, pumps, control
panels, instrumentation, tanks, valves, dampers, etc. Provide ceiling identification and/or tacks
for concealed items.
13. Provide all flushing, cleaning, sterilization and pressure testing of items installed as part of this
scope of work. Provide advance notice and coordinate with CM to observe tests. Prepare test
reports and submit with closeout documents.
14. Provide complete HVAC system including all air handling equipment, make up air equipment, all
louvers (including flashing), all dampers (fire dampers, combination dampers, and smoke
dampers including actuators), heating and cooling coils, boilers, expansion and storage tanks,
VAV and CAV boxes, pumps, chillers, chilled water buffer tanks, chemical feed/HVAC water
treatment systems, piping, expansion loops, valves, relief/exhaust fans and hoods, supply fans,
dryer exhaust system, backflow preventers, air separators, flow switches, circuit setters, cabinet
heaters, unit heaters, split system units, filter systems, ductwork, vibration controls, seismic
controls, refrigeration piping, supply, exhaust, and return grilles, registers, and diffusers,
balancing and control dampers etc. Include all miscellaneous fittings, supports, devices and
accessories indicated or required for a complete system. Include furnishing and installation of all
false/decorative louvers.
15. Provide all man bars at duct penetrations through security walls. See architectural details for
man bars. Provide miscellaneous angles and support members as indicated. Where man bars
and smoke or fire dampers are identified at the same location, provide out of wall style dampers
16. Provide multiple belts at all exhaust fans that are designated for smoke control per code
requirements. All equipment identified as part of the smoke control system shall be listed and
rated for use as a smoke control system.
17. Provide a complete BAS controls system including all equipment, controllers, controls devices,
instrumentation and components complete including all wiring and interconnect wiring, control
valves and actuators, control dampers, motorized dampers, damper actuators, thermowells, static
pressure sensing devices, temperature sensing devices etc. for a complete and fully operational
system. Coordinate network connections with contractor of bid category 26-01. Coordinate
interface with smoke control system provided by contractor of bid category 26-01. BAS is to
provide smoke control operation of mechanical equipment as specified. Provide all damper and
valve actuators of a consistent voltage and amperage and coordinate with the contractor of bid
category 26-01. BAS wiring plans are included in the electrical drawing set. Raceways, conduits,
and boxes will be provided by the Electrical contractor. Coordinate locations.
18. Provide all duct accessories as indicated and specified. Interconnect between all dampers and
fire alarm system will be by Electrical contractor. Security grilles and barrier bars required at all
secure areas to be provided by this contractor.
19. Where VFDs are indicated for items provided as part of this scope of work, the VFD is to be
provided as part of this scope of work for connections by the electrical contractor.
20. Provide steel support structure for chillers complete including ladder and work platform.
21. Furnish only heat trace systems associated with this scope of work for installation by the electrical
contractor.
22. Provide all factory start-up and testing and balancing of systems installed as part of this scope of
work. Provide advance notice and coordinate with CM to observe all start-up and balancing.
Maintain a list of deficiencies and report all deficiencies to CM immediately.
23. Provide (1) sheave and belt change for each piece of equipment installed as part of this work.
24. Provide all sleeves and fire rated assemblies at penetrations through fire rated assemblies.
Coordinate location with Building Concrete, Masonry, and Framing, Drywall and Acoustical
contractors.
Exhibit D - GMP AmendmentPage 105 of 138
Fairfield County New Public Safety & Jail Facility GMP Proposal
Exhibit G – Work Scopes
Exhibit G Page 41 of 55
25. Install all joint sealants required to complete this scope of work. Joint sealants where security
plumbing fixtures meet adjacent construction types will be caulked with detention sealant by
contractor of bid category 07-01.
26. Provide all access doors and panels necessary to access concealed HVAC and plumbing
accessories required by code. Access doors and panels in secure areas are to be detention
rated. Access doors and panels in rated walls and ceilings need to be fire rated. Provide
installation or include costs of installation by others. Coordinate access panel keying with
contractor of bid category 09-01.
27. Provide temporary heat and ventilation systems to maintain a 55 degree temperature throughout
the building from October 2015 until substantial completion as needed. Maintain and extend
service as required to facilitate work and protect finishes until completion. If permanent
mechanical equipment is used, MERV 8 filter media is to be installed at all supply intake and filter
media is to be provided at return air, exhaust air, and outside air openings. All equipment filters
shall be changed at substantial completion, and use shall not compromise warranty period, which
is to start at the date of substantial completion. Provide natural gas equipment. If natural gas is
not available, provide propane systems until natural gas is available. CM will pay for all natural
gas consumed. This mechanical contract shall pay for propane due to poor coordination with
natural gas utility.
28. Coordinate all roof penetrations with Roofing contractor. All roof penetrations are to be made
prior to roofing installation. Layout and install all curbs to be flashed in by the roofing contractor.
29. This contractor will be responsible for providing accelerated submittals and procurement of large
items to allow for installation prior to space enclosure. Coordinate with the milestone construction
schedule and interfacing trade contractors. Provide all equipment (i.e. cranes) for the erection of
large equipment. If equipment is not delivered in time for installation prior to space enclosure,
equipment shall be delivered in a broken down state for installation inside the space at no
additional cost.
30. Provide 3D Building Information Modeling (BIM) service on this project for all plumbing and
mechanical systems. Provide advance notice and coordinate with CM to participate. Provide for
installation clearances as well as future maintenance in all clash detection. Provide both 3D
model and printed coordination drawings for all systems installed as part of the work of this
category. AE has not provided this design in 3D, but will provide 2D CAD files for reference.
31. Provide all excavation and backfill for work of this category. D. EXCLUDED
1. Interior and exterior equipment pads and housekeeping pads for plumbing and mechanical equipment will be installed by the Concrete contractor. Plumbing and Mechanical contractor shall layout housekeeping pads and be required to coordinate their installation. Failure to timely coordinate the installation of any pads shall be the responsibility of this contractor and will be responsible for any cost premiums.
2. Raceways and boxes for controls will be provided by Electrical contractor. Coordinate all locations, sizes and other requirements.
3. Line voltage (110v and above) to all equipment and controls installed as part of this category will be provided by Electrical contractor. Coordinate closely with electrical contractor for all electrical requirements. Deviations from the equipment schedules will be the responsibility of the Plumbing and Mechanical contractor. Any control wiring or power requirements below 110v, to be provided by this Plumbing and Mechanical contractor. Any cost premiums for deviations or uncoordinated items will be paid for by the Plumbing and Mechanical contractor. Changes to electrical requirements for equipment provided as part of this work differing from the contract documents will be made at the expense of the Mechanical contractor.
4. Interconnect to fire alarm between items installed by this scope of work and the fire alarm system will be by the Electrical contractor.
Exhibit D - GMP AmendmentPage 106 of 138
Fairfield County New Public Safety & Jail Facility GMP Proposal
Exhibit G – Work Scopes
Exhibit G Page 42 of 55
5. Toilet accessories. 6. Fire suppression systems.
E. CLARIFICATIONS
1. None
F. UNIT PRICES
1. None
G. ALTERNATES
1. Per Bid Form
H. ALLOWANCES
1. None
End of Bid Category 22-2 MECHANICAL
Exhibit D - GMP AmendmentPage 107 of 138
Fairfield County New Public Safety & Jail Facility GMP Proposal
Exhibit G – Work Scopes
Exhibit G Page 43 of 55
Bid Category 26-01 : Electrical A. INCLUDES
Except for those items (if any) specifically noted to be excluded as defined below, the work of this bid category shall include all of the work and contract requirements according to Division 1 complete, including all bid requirements, Contract Documents; General and Supplemental Conditions, and General Requirements. Should any conflict exist between this written scope of work and the scope of work inferred by the Division 1 General Requirements or the technical specifications listed below, the work required by this bid category description shall govern. Work of this bid category specifically includes the work of the technical specification sections listed below, in their entirety, unless otherwise noted within this work category description:
Specification Sections
Division 01 – Complete 02 00 00 – Existing Conditions 02 41 19 – Selective Demolition 07 84 00 – Penetration Firestopping 07 92 00 – Joint Sealants Division 26 – Complete *Excluding 26 29 42 28 33 00 – Fire Alarm System
B. GENERALLY INCLUDED
1. Provide continuous coordination with Owner’s testing agent as well as interfacing trade contract
work of other contract categories as required to accomplish work of this category
2. All layout and engineering required for work of this category.
3. Include labor, materials, equipment, incidental hardware, tools and materials required to receive,
unload, store, protect, and install work of this category as well as materials furnished by other
categories required to be installed under this category.
4. Submit immediately submittal information as defined by Section 013300 meeting schedule
requirements of section 013216. This contractor is responsible for advising Granger Construction
in writing of submittal deadlines in order to meet project schedule. Costs associated with delays
due to lack of submittal approval as a result of not submitting in an appropriate manner of
inappropriate submittals that affect delivery will be the responsibility of this contractor.
5. Provide continuous trash removal and clean up required by Section 017413 including
participation in joint clean ups and Construction Waste Management Plan. Refuse containers will
be furnished by Construction Manager.
6. Bidders shall be aware of material delivery, equipment and manpower requirements to
accommodate completion schedule of the Work and shall include expediting and overtime costs
to allow for completion and turnover as shown on the master schedule.
7. Bidders shall include a 2 year warranty for all material and labor in addition to all other warranty
periods identified in the technical specification sections. If less than a 2 year warranty period is
specified, this 2 year warranty shall govern. Bidders shall be responsible for coordinating with
vendors and suppliers as well as third tier subcontractors.
C. SPECIFICALLY INCLUDED
1. Contractor is responsible for obtaining all trade permits, paying all fees and scheduling and
attending all required inspections associated with this work. This includes preparing and
Exhibit D - GMP AmendmentPage 108 of 138
Fairfield County New Public Safety & Jail Facility GMP Proposal
Exhibit G – Work Scopes
Exhibit G Page 44 of 55
submitting all fire alarm drawings to state permitting and plan review authorities in a timely
manner so as not to delay the start of work.
2. Provide temporary power panel to the site by 10/1/15 and provide minimum 200A temporary
power panels inside the building as construction progresses so that no point inside the building is
more than 100’ from a power source. Maintain until project completion. Remove all temporary
systems before substantial completion. See additional requirements in section 26 05 00 Common
Work Results for Electrical.
3. Provide temporary power to CM job trailer. Include disconnecting at time designated by CM.
4. Provide and maintain all temporary lighting inside the building to maintain OSHA required lighting
levels. Supplement as required as construction progresses. See additional requirements in
section 26 05 00 Common Work Results for Electrical.
5. Provide 6 temporary parking lot lights on temporary poles located as directed by the Construction
Manager. Lights shall be on photo-cells. This is in addition to the sight lighting fixtures that are
identified to remain as temporary lighting during construction, however, these may share a
common circuit.
6. Perform all exterior site electrical demolition to include removal of site light poles, utility poles,
transformers, power and data utilities, generator, cameras, electrified gate components and feed,
and existing electrical service including all conduit, conductors, grounds, etc. This contractor will
be responsible for immediately providing relocation of existing power, generator, phone, and data
utilities to allow for continued operation of the existing Fairfield County Jail facility during
construction. This contractor will be responsible for coordinating with AEP, AT&T, Fairfield
County, and TWC utility providers, paying all fees, and coordinating all shut downs. This
contractor will be responsible for providing uninterrupted services to the existing facility during
relocation of utilities. Provide selective electrical demolition inside the South wing of the existing
jail to prepare for demolition. Provide proper disposal of all items demolished as part of this
scope of work. Prior to structural demolition of existing jail, disconnect all power, phone, data,
and cable utilities to make safe for demolition.
7. Provide minor renovations to existing Fairfield County Jail facility as indicated.
8. Provide all exterior and site lighting including all underground raceways, wiring, site light poles,
concrete bases, hand holes and sleeves.
9. Provide complete power distribution system including secondary service feeder, main distribution
panel transformers, panels, breakers, conductors, fuses, feeders and branch circuits, grounding,
disconnects, outlets, integral TVSS devices, etc. Provide all ancillary devices necessary for a
complete system for example including, but not limited to conduit, pipe supports, wall and ceiling
anchors, boxes, etc.
10. Provide line voltage power circuiting and switch legs to and include all final electrical connections
to all plumbing, mechanical, security electronics (including utility control panels and racks),
communications, fire alarm, door hardware, owner furnished appliances, kitchen and laundry, and
detention equipment Including installation of disconnects where indicated or required by code,
toggle switches and motor starters. Make connections to VFD’s provided by others. Install only
line voltage thermostats furnished by mechanical contractor where indicated. Integral
disconnects will be furnished by the respective contractor providing the equipment where
indicated. Provide separate disconnects shown. Coordinate carefully with other trade contractors
and with all drawings and schedules included in the contract documents.
11. Include all excavation, backfill, concrete ductbanks, masonry and concrete patching required to
complete this scope of work.
12. Install only heat trace systems for plumbing and mechanical systems furnished by the mechanical
contractor. Review plumbing and mechanical drawings for heat trace locations and system types.
13. Provide site primary feed complete from utility source including conduit and utility service
transformer. Coordinate with utility provider, submit all applications and pay all required fees.
Provide transformer vault complete. Schedule work to comply with construction schedule.
Exhibit D - GMP AmendmentPage 109 of 138
Fairfield County New Public Safety & Jail Facility GMP Proposal
Exhibit G – Work Scopes
Exhibit G Page 45 of 55
Include all trenching, backfill, concrete duct bank, conduit, transformer, grounding, meter,
conductors, etc.
14. Provide interior lighting system complete including fixtures, controls, and wiring as indicated,
specified and required to provide system that is complete, fully operational, and accepted by
owner.
15. Install all electrified door hardware components furnished by General Trades contractor and
provide wiring and terminations. Install all power supplies and other low to medium voltage door
hardware devices provided by others.
16. Provide a complete and fully engineered smoke control, fire detection and alarm system as
indicated, specified, and required, fully operational, inspected, and code compliant. Include all
wiring, conduit and raceways and boxes, cabinets, enclosures, power supplies, and batteries, etc.
Provide connections to all devices furnished and installed by others as specified and required by
code to be monitored and controlled by fire alarm system. Provide drawings to AHJ plan review
immediately, pay all fees, attend all inspections, and provide all required documentation prior to
final inspection. Coordinate with contractor of bid category 23-01 for device locations, and power
requirements for smoke control operation. Provide all controllers, devices, relays, and equipment
to perform specified smoke control sequences.
17. Maintain all fire and smoke barriers by providing all fire rated assemblies required to complete
this scope of work. Contractor of this bid category is to fire seal all penetrations and install all
sleeves as part of this scope of work.
18. Provide all accessories for roof and slab penetrations including sleeves and roofing accessories.
19. Provide all access panels required to access concealed items as required for code but not shown
on drawings. Include all costs for installation by the trade installing the wall or ceiling such as
drywall or masonry.
20. Provide all grounding and bonding as indicated, specified, and required to include grounding
rods, connectors, excavation and backfill, and welds. Provide grounding for telecommunications
systems, security electronics, plumbing and mechanical equipment, etc.
21. Provide all hangers and supports for all conductors, raceways, panels, equipment, and conduits
installed as part of this bid category.
22. Provide and install all identification of electrical equipment and circuitry as indicated, specified,
and required.
23. Provide all cable support systems, raceways, conduits, wall sleeves, rough-in boxes and cable
trays for all low voltage systems installed by others including mechanical controls, data and
communications, security electronics, electrified door hardware, and kitchen and laundry
equipment. Coordinate with other trade contractors as well as all drawings and schedules in the
contract documents. Cable trays not identified on the drawings will be the responsibility of the
contractor requiring the cable trays. Install only special back boxes, racks and cabinets furnished
by Security Electronics Contractor as specified in section 28 01 00. Layout and provide wall
sleeves for these systems as necessary to provide complete raceways.
24. Provide complete emergency and back-up power system complete including engine generator
and emergency power system to consist of all associated controls and required accessories as
specified and shown on the plans. Include generator set, transfer switches, annunciator panels,
control module, power distribution and emergency lighting devices.
25. Provide all surge protective devices for low voltage electrical power circuits.
26. Provide a complete thermal imaging inspection of all electrical distribution equipment, provide
results in writing, and correct and retest any deficiency items at least 30 days before substantial
completion.
27. Provide 3D coordination drawings for all systems installed as part of the work of this category.
This contractor will attend all coordination meetings, provide coordination drawings to BIM
integrator, and coordinate resolutions to clashes.
Exhibit D - GMP AmendmentPage 110 of 138
Fairfield County New Public Safety & Jail Facility GMP Proposal
Exhibit G – Work Scopes
Exhibit G Page 46 of 55
D. EXCLUDED
1. All wiring associated with the temperature controls system will be provided by the contractor of bid category 23-01.
2. All wiring and devices associated with the security electronics system will be provided by the contractor of bid category 11-01. All work descriptions defined by those parties identified as Detention Systems Contractor (DSC), Detention Electronics Contractor (DEC), Detention Hardware Sub-Contractor (DESC), Touchscreen Control System Vendor (TCSV) and Security Contractor Installer (SCI) will be provided by others. Where scope delineation conflicts exist between this Scope of Work and any other section of the specifications or construction drawings, this Scope of Work shall govern.
3. Interior housekeeping pads for electrical equipment will be installed by Building Concrete contractor. Exterior electrical pads will be provided by the Site Concrete contractor. Electrical contractor shall layout housekeeping pads and be required to coordinate their installation. Failure to timely coordinate the installation of any pads shall be the responsibility of this contractor and will be responsible for any cost premiums.
E. CLARIFICATIONS
1. None
F. UNIT PRICES
1. None
G. ALTERNATES
1. Per Bid Form
H. UNIT PRICES
1. None
I. ALLOWANCES
1. None
End of Bid Category 26-2 ELECTRICAL
Exhibit D - GMP AmendmentPage 111 of 138
Fairfield County New Public Safety & Jail Facility GMP Proposal
Exhibit G – Work Scopes
Exhibit G Page 47 of 55
Bid Category 31-01 : Earthwork & Utilities A. INCLUDES
Except for those items (if any) specifically noted to be excluded as defined below, the work of this bid category shall include all of the work and contract requirements according to Division 1 complete, including all bid requirements, Contract Documents; General and Supplemental Conditions, and General Requirements. Should any conflict exist between this written scope of work and the scope of work inferred by the Division 1 General Requirements or the technical specifications listed below, the work required by this bid category description shall govern. Work of this bid category specifically includes the work of the technical specification sections listed below, in their entirety, unless otherwise noted within this work category description:
Specification Sections
Division 01 – Complete 02 00 00 – Existing Conditions 02 41 16 – Structural Demolition 31 05 00 – Common Work Results for Earthwork 31 10 00 – Site Clearing 31 20 00 – Earthmoving 31 23 19 - Dewatering Division 33 – Utilities – Complete
B. GENERALLY INCLUDED
1. Provide continuous coordination with Owner’s testing agent as well as interfacing trade contract
work of other contract categories as required to accomplish work of this category
2. All layout and engineering required for work of this category.
3. Include labor, materials, equipment, incidental hardware, tools and materials required to receive,
unload, store, protect, and install work of this category as well as materials furnished by other
categories required to be installed under this category.
4. Submit immediately submittal information as defined by Section 013300 meeting schedule
requirements of section 013216. This contractor is responsible for advising Granger Construction
in writing of submittal deadlines in order to meet project schedule. Costs associated with delays
due to lack of submittal approval as a result of not submitting in an appropriate manner of
inappropriate submittals that affect delivery will be the responsibility of this contractor.
5. Provide continuous trash removal and clean up required by Section 017413 including
participation in joint clean ups and Construction Waste Management Plan. Refuse containers to
complete this scope of work will be provided by this contractor.
6. Bidders shall be aware of material delivery, equipment and manpower requirements to
accommodate completion schedule of the Work and shall include expediting and overtime costs
to allow for completion and turnover as shown on the master schedule.
7. Bidders shall include a 1 year warranty for all material and labor in addition to all other warranty
periods identified in the technical specification sections. If less than a 1 year warranty period is
specified, this 1 year warranty shall govern. Bidders shall be responsible for coordinating with
vendors and suppliers as well as third tier subcontractors.
Exhibit D - GMP AmendmentPage 112 of 138
Fairfield County New Public Safety & Jail Facility GMP Proposal
Exhibit G – Work Scopes
Exhibit G Page 48 of 55
C. SPECIFICALLY INCLUDED
1. Obtain and maintain all permits and schedule all inspections required to complete this scope of
work. This is to include but not limited to all public right-of-way and traffic ordinance permits,
utility tie-in fees, tap fees, sidewalk closure fees, etc. This contractor will be responsible for
providing the soil erosion permit, paying all fees, scheduling and attending all inspections, and
addressing all soil erosion concerns. This contractor will be responsible for providing and
maintaining all temporary and permanent soil erosion control measures identified in the storm
water pollution prevention plan and as modified elsewhere in the contract documents and/or as
indicated by the local authority having jurisdiction including site grading, seeding, silt fencing,
storm and sanitary utility modifications, sediment basins, skimmer system, gravel construction
entrances, concrete washout area, inlet protection, ditch checks, etc. Provide a certified shorm
water operator in accordance with all applicable regulations and maintain a SESC log. Maintain
temporary control measures until permanent control measures are established.
2. Provide all Structural Demolition of the existing Fairfield County Jail facility (Bid as an alternate).
Selective demolition of the South Wing of the facility will be provided by others, excluding the floor
slab and foundations, which will be the responsibility of this contractor (Base bid). This selective
demolition is to take place immediately to allow for the construction of the new Public Safety
facility. Demolition of the remainder of the existing jail facility (Bid as an alternate) will take place
after occupancy of the new Public Safety Facility (approximately June, 2017). Provide cutting
and capping of all building utilities (except electrical, which will be the responsibility of the
contractor of bid category 26-01).
3. Provide and test fire suppression service to 1’-0” AFF inside mechanical room and provide flange
for connection by Fire Suppression contractor.
4. Perform all site demolition required, including complete removal of all existing hardscapes, curbs,
light pole bases, fencing, signage, storm and sanitary utilities shown for demolition on the civil
drawings, guard rails, pipe bollards, plants and trees, and flag poles. Provide all saw cutting,
patching of utilities and relocations. Exclude removal of electrified components such as site
lighting, electrified gate components, and electrical primary which will be provided the Electrical
contractor. The intent is to leave as much of the parking lot intact throughout the winter. Assume
removal of asphalt to 10’ around building perimeter immediately and as needed to complete
removal of light poles and install utilities after building erection is completed, with remaining
hardscapes removed in the summer.
5. Provide gravel concrete washout areas at a locations designated by construction manager.
Provide removal of concrete weekly.
6. Provide all excavation and fine grading to establish construction grade at top of auger cast pile
elevations (varies).
7. Provide snow removal at project site. Clear lot inside the construction area after every snow
event to maintain access. Snow removal inside the building footprint will be by others.
8. Provide road sweeping and cleanup activities once a week and after every rain event and
additionally as required to maintain cleanliness of project site and surround roadways.
9. Provide a Ohio Utilities Protection Service survey prior to any and all excavations.
10. Provide all staking and surveying required for installation of below grade utilities and rough
grading for building perimeter and installation of site improvements.
11. Provide all tree protection as indicated.
12. Provide rough grading of all sand and aggregate base materials including all compaction for all
impervious surfaces such as bituminous pavement, concrete walks, aprons, pads, curbs, and
spillways to a tolerance of 1”.
13. Provide all required layout, site demo, grading, excavation, backfill and compaction as required
for all site utilities.
Exhibit D - GMP AmendmentPage 113 of 138
Fairfield County New Public Safety & Jail Facility GMP Proposal
Exhibit G – Work Scopes
Exhibit G Page 49 of 55
14. Provide complete storm sewerage system including all piping, structures, castings, excavation,
backfill, etc. Provide complete foundation subdrainage system.
15. Spoils removed by others during the installation of auger cast piles and drilled piers and shafts
will be stock piled for fill to be installed by this contractor.
16. Provide complete water distribution system and fire protection service to include domestic water
mains, valves, valve boxes, tie-in, etc. Bring water utilities to a location 5’ outside the building foot
print and provide a connection flange. Coordinate location and requirements with Fire
Suppression and Plumbing contractors.
17. Provide all sanitary sewerage piping and accessories to include sanitary structures, castings,
concrete flow channels inside structures, and cleanouts. Provide to a point 5’-0” outside the
building footprint for connection by Plumbing and Mechanical contractor or 5’-0” outside the
building footprint.
18. Provide all topsoil and rough grading of topsoil. Fine grading prior to installation of seeding is to
be provided by the Landscape Contractor.
19. Provide all dewatering necessary to complete this scope of work.
20. Provide a $20,000 allowance for the installation of crushed concrete drives, parking lots, and
crane pads. D. EXCLUDED
1. Underground gas service is to be provided complete by the Mechanical Contractor of bid category 23-01.
2. Demolition of site electrical items. 3. Excavation & backfill for concrete building foundations and grade beams is by the concrete
contractor.
E. CLARIFICATIONS
1. None
F. UNIT PRICES
1. None
G. ALTERNATES
1. Per the Bid Form
H. ALLOWANCES
1. $15,000 for temporary drives, parking lots, and crane pads.
End of Bid Category 31-2 SITWORK AND UTILITIES
Exhibit D - GMP AmendmentPage 114 of 138
Fairfield County New Public Safety & Jail Facility GMP Proposal
Exhibit G – Work Scopes
Exhibit G Page 50 of 55
Bid Category 31-02 : Auger Cast Piles A. INCLUDES
Except for those items (if any) specifically noted to be excluded as defined below, the work of this bid category shall include all of the work and contract requirements according to Division 1 complete, including all bid requirements, Contract Documents; General and Supplemental Conditions, and General Requirements. Should any conflict exist between this written scope of work and the scope of work inferred by the Division 1 General Requirements or the technical specifications listed below, the work required by this bid category description shall govern. Work of this bid category specifically includes the work of the technical specification sections listed below, in their entirety, unless otherwise noted within this work category description:
Specification Sections
Division 01 – Complete 31 63 16 – Auger Cast Piles 31 3 26 – Drilled Concrete Piers and Shafts
B. GENERALLY INCLUDED
1. Provide continuous coordination with Owner’s testing agent as well as interfacing trade contract
work of other contract categories as required to accomplish work of this category.
2. All layout and engineering required for work of this category.
3. Include labor, materials, equipment, incidental hardware, tools and materials required to receive,
unload, store, protect, and install work of this category as well as materials furnished by other
categories required to be installed under this category.
4. Submit immediately submittal information as defined by Section 013300 meeting schedule
requirements of section 013216. This contractor is responsible for advising Granger Construction
in writing of submittal deadlines in order to meet project schedule. Costs associated with delays
due to lack of submittal approval as a result of not submitting in an appropriate manner of
inappropriate submittals that affect delivery will be the responsibility of this contractor.
5. Provide continuous trash removal and clean up required by Section 017413 including
participation in joint clean ups and Construction Waste Management Plan. Refuse containers will
be furnished by Construction Manager.
6. Bidders shall be aware of material delivery, equipment and manpower requirements to
accommodate completion schedule of the Work and shall include expediting and overtime costs
to allow for completion and turnover as shown on the master schedule.
7. Bidders shall include a 1 year warranty for all material and labor in addition to all other warranty
periods identified in the technical specification sections. If less than a 1 year warranty period is
specified, this 1 year warranty shall govern. Bidders shall be responsible for coordinating with
vendors and suppliers as well as third tier subcontractors.
C. SPECIFICALLY INCLUDED
1. Provide all auger cast piles and drilled concrete piers and shafts complete including all concrete,
grout, excavations, pipe casings and reinforcing steel. Provide steel dowel reinforcing above
piles for attachment and embedment in concrete grade beams by building concrete contractor
Exhibit D - GMP AmendmentPage 115 of 138
Fairfield County New Public Safety & Jail Facility GMP Proposal
Exhibit G – Work Scopes
Exhibit G Page 51 of 55
where shown. Perform pile load testing for each capacity pile as specified and report results to
CM and A/E immediately.
2. Stockpile spoils on-site if approved for reuse by Engineer. Spoils suitable for reuse are to be re-
spread / removed by the earthwork contractor. All debris and unsuitable soils are to be removed
from the site and properly disposed of by the contractor of this category.
3. Where construction grade is higher than top of pile excavation backfill hole with pea stone. D. EXCLUDED
1. Furnish
E. CLARIFICATIONS
1. None
F. UNIT PRICES
1. None
G. ALTERNATES
1. Per the Bid Form
H. ALLOWANCES
1. None
End of Bid Category 31-02 AUGER CAST PILES
Exhibit D - GMP AmendmentPage 116 of 138
Fairfield County New Public Safety & Jail Facility GMP Proposal
Exhibit G – Work Scopes
Exhibit G Page 52 of 55
Bid Category 32-01 : Asphalt Paving A. INCLUDES
Except for those items (if any) specifically noted to be excluded as defined below, the work of this bid category shall include all of the work and contract requirements according to Division 1 complete, including all bid requirements, Contract Documents; General and Supplemental Conditions, and General Requirements. Should any conflict exist between this written scope of work and the scope of work inferred by the Division 1 General Requirements or the technical specifications listed below, the work required by this bid category description shall govern. Work of this bid category specifically includes the work of the technical specification sections listed below, in their entirety, unless otherwise noted within this work category description:
Specification Sections
Division 01 – Complete 32 12 16 – Asphalt Paving
B. GENERALLY INCLUDED
1. Provide continuous coordination with Owner’s testing agent as well as interfacing trade contract
work of other contract categories as required to accomplish work of this category
2. All layout and engineering required for work of this category.
3. Include labor, materials, equipment, incidental hardware, tools and materials required to receive,
unload, store, protect, and install work of this category as well as materials furnished by other
categories required to be installed under this category.
4. Submit immediately submittal information as defined by Section 013300 meeting schedule
requirements of section 013216. This contractor is responsible for advising Granger Construction
in writing of submittal deadlines in order to meet project schedule. Costs associated with delays
due to lack of submittal approval as a result of not submitting in an appropriate manner of
inappropriate submittals that affect delivery will be the responsibility of this contractor.
5. Provide continuous trash removal and clean up required by Section 017413 including
participation in joint clean ups and Construction Waste Management Plan. Refuse containers will
be furnished by Construction Manager.
6. Bidders shall be aware of material delivery, equipment and manpower requirements to
accommodate completion schedule of the Work and shall include expediting and overtime costs
to allow for completion and turnover as shown on the master schedule.
7. Bidders shall include a 2 year warranty for all material and labor in addition to all other warranty
periods identified in the technical specification sections. If less than a 2 year warranty period is
specified, this 2 year warranty shall govern. Bidders shall be responsible for coordinating with
vendors and suppliers as well as third tier subcontractors.
C. SPECIFICALLY INCLUDED
1. Perform fine grading only of aggregate subbase at asphalt areas. Fine grading materials will be
furnished and installed to a tolerance of 1” by Site Work and Utilities contractor.
2. Provide all asphalt paving as indicated, specified, and required. The intent is for the base course
of asphalt to be installed as soon as possible in the fall of 2014, and the wearing course to be
installed just prior to substantial completion in the spring of 2015.
3. Provide all pavement markings at asphalt and site concrete as indicated.
4. Provide all wheel stops.
Exhibit D - GMP AmendmentPage 117 of 138
Fairfield County New Public Safety & Jail Facility GMP Proposal
Exhibit G – Work Scopes
Exhibit G Page 53 of 55
D. EXCLUDED
1. Site concrete 2. Fine grading materials.
E. CLARIFICATIONS
1. None
F. UNIT PRICES
1. None
G. ALTERNATES
1. Per Bid Form.
H. ALLOWANCES
1. None
End of Bid Category 32-3 ASPAHLT PAVING
Exhibit D - GMP AmendmentPage 118 of 138
Fairfield County New Public Safety & Jail Facility GMP Proposal
Exhibit G – Work Scopes
Exhibit G Page 54 of 55
Bid Category 32-02 : Landscape & Irrigation A. INCLUDES
Except for those items (if any) specifically noted to be excluded as defined below, the work of this bid category shall include all of the work and contract requirements according to Division 1 complete, including all bid requirements, Contract Documents; General and Supplemental Conditions, and General Requirements. Should any conflict exist between this written scope of work and the scope of work inferred by the Division 1 General Requirements or the technical specifications listed below, the work required by this bid category description shall govern. Work of this bid category specifically includes the work of the technical specification sections listed below, in their entirety, unless otherwise noted within this work category description:
Specification Sections
Division 01 – Complete 32 92 00 – Turf and Grasses 32 93 00 - Plants
B. GENERALLY INCLUDED
1. Provide continuous coordination with Owner’s testing agent as well as interfacing trade contract
work of other contract categories as required to accomplish work of this category
2. All layout and engineering required for work of this category.
3. Include labor, materials, equipment, incidental hardware, tools and materials required to receive,
unload, store, protect, and install work of this category as well as materials furnished by other
categories required to be installed under this category.
4. Submit immediately submittal information as defined by Section 013300 meeting schedule
requirements of section 013216. This contractor is responsible for advising Granger Construction
in writing of submittal deadlines in order to meet project schedule. Costs associated with delays
due to lack of submittal approval as a result of not submitting in an appropriate manner of
inappropriate submittals that affect delivery will be the responsibility of this contractor.
5. Provide continuous trash removal and clean up required by Section 017413 including
participation in joint clean ups and Construction Waste Management Plan. Refuse containers will
be furnished by Construction Manager.
6. Bidders shall be aware of material delivery, equipment and manpower requirements to
accommodate completion schedule of the Work and shall include expediting and overtime costs
to allow for completion and turnover as shown on the master schedule.
7. Bidders shall include a 2 year warranty for all material and labor in addition to all other warranty
periods identified in the technical specification sections. If less than a 2 year warranty period is
specified, this 2 year warranty shall govern. Bidders shall be responsible for coordinating with
vendors and suppliers as well as third tier subcontractors.
C. SPECIFICALLY INCLUDED
1. Provide and maintain all permits necessary to complete this scope of work. SESC permit will be
pulled by the Earthwork and Utilities Contractor.
2. Perform fine grading only of topsoil which will be furnished and installed by Earthwork and Utilities
contractor.
Exhibit D - GMP AmendmentPage 119 of 138
Fairfield County New Public Safety & Jail Facility GMP Proposal
Exhibit G – Work Scopes
Exhibit G Page 55 of 55
3. Provide all planting beds and plants complete including mulch, weed control barriers, pesticides,
root barriers, wood pressure-preservatives, staking, Antidesicant, burlap, planter drainage gravel
and excavation and back fill.
4. Provide complete underground irrigation system including all excavation, backfill, valves, valve
boxes, filters, piping, fittings, heads, sleeves, rebar, controllers, electric wire, pumps, controls and
all necessary specialties required for a complete system. D. EXCLUDED
1. Meter for underground irrigation will be provided by the Plumbing and Mechanical contractor.
E. CLARIFICATIONS
1. None
F. UNIT PRICES
1. None
G. ALTERNATES
1. Per Bid Form.
H. ALLOWANCES
1. $20,000 for additional planting and materials in accordance with Section 32 93 00.
End of Bid Category 32-4 LANDSCAPING AND IRRIGATION
END OF SECTION
Exhibit D - GMP AmendmentPage 120 of 138
EXHIBIT H:SCOPE OF CM’S
SELF-PERFORMED WORK
Fairfield County New Public Safety & Jail Facility GMP Proposal
Exhibit H – CM’s Self-Performed Work
Exhibit H Page 1 of 1
Exhibit H – CM’s Self-Performed Work Granger proposes to self-perform two areas of work in the proposed GMP.
1. BIM Coordination – In lieu of assigning the responsibility of managing the Building Information Modeling (BIM) Clash Detection process required for the coordination of mechanical and electrical systems, Granger will self-perform this management including development of the 3D architectural and structural model.
2. General Building Labor – After the main structure is being constructed, Granger will employ directly a Laborer full time for approximately 18 months to work as a direct employee of Granger to provide the project with available manpower to immediately address potential site and safety concerns, monitor and lead unidentifiable progress clean-up, perform potential additional work items to minimize subcontractor claims for additional work, and be available to address care and maintenance of temporary measures. We feel it would be beneficial to the project to have this employee work directly for Granger to avoid subcontractor mark-up and be under our direct supervision. We will advertise for this person to be a Fairfield County resident in addition to being qualified to perform the work.
Please refer to Exhibit C – Project Estimate for the estimated cost of these two self-performed scope items.
Exhibit D - GMP AmendmentPage 122 of 138
EXHIBIT I:SCHEDULE OF ALLOWANCES
Fairfield County New Public Safety & Jail Facility GMP Proposal
Exhibit I – Schedule of Allowances
Exhibit I Page 1 of 1
Exhibit I – Schedule of Allowances The following allowances are included in the GMP.
1 Permit Fee Allowance $25,000
2 Temporary Utility Consumption Allowance $175,000
3 Contingency Allowance (Per Specifications, amount adjusted) $100,000
4 Testing Allowance (Per Specifications, amount adjusted) $85,000
5 Signage Allowance (Per Specifications) $20,000
6 Landscaping Allowance (Per Specifications) $20,000
7 Concrete Reinforcing Allowance (Per Specifications) 6 Tons
8 Temporary Concrete Curbs & Sidewalks Allowance $5,000
9 Masonry Veneer Allowance for Field Brick (Per Specifications) $1,500/Thousand
10 Structural Steel Allowance (Per Specifications) 4 Tons
11 Temporary Doors, Partitions, and Enclosures $25,000
12 Door Hardware Allowance (Per Specifications) $6,000
13 Printing Graphics Films Allowance (Per Specifications) $8,000
14 Detention Door Hardware Allowance (Per Specifications) $12,000
15 Electrical Utility Connection Fees Allowance $70,000
16 Temporary Drives, Parking Lots and Crane Pads Allowance $20,000
17 Auger Cast Piles Obstructions Allowance $25,000
Exhibit D - GMP AmendmentPage 124 of 138
EXHIBIT J:SCHEDULE OF UNIT PRICES
Fairfield County New Public Safety & Jail Facility GMP Proposal
Exhibit J – Schedule of Unit Prices
Exhibit J Page 1 of 1
Exhibit J – Schedule of Unit Prices The following Unit Prices will be used to adjust subcontractors’ contract amounts as required.
1 Auto Assist Operators $4,200/EA
2 Additional Auger Cast Piles $3,500/EA
3 Deduct Auger Cast Piles $2,400/EA
4 Add per Lineal Foot 16” Auger Cast Pile $35/LF
5 Deduct per Lineal Foot 16” Auger Cast Pile $12/LF
6 Additional Pile Load Test $20,000/EA
Note: Inclusion of unit prices into the GMP if funded outside the contract are entitled to appropriate costs for CMr fee and bonding.
Exhibit D - GMP AmendmentPage 126 of 138
EXHIBIT K:SCHEDULE OF ALTERNATES
Fairfield County New Public Safety & Jail Facility GMP Proposal
Exhibit K – Schedule of Alternates
Exhibit K Page 1 of 1
Exhibit K – Schedule of Alternates Please see Exhibit K – Attachment A – Mandatory Alternates attached for Mandatory Alternate pricing provided and included in the GMP. Please see Exhibit K – Attachment B – Voluntary Alternates attached for Voluntary Alternate pricing provided and included in the GMP.
Exhibit D - GMP AmendmentPage 128 of 138
ITEM
NO.ITEM DESC.
SCOPE
SUBTOTAL
PENDING ITEM
TOTAL
ACCEPTED
ITEM TOTAL
REJECTED
ITEM TOTALDATE NOTES
G-1 Alternate Deleted
G-2 Storage Room. 75,299.00
23-01 Gutridge 15,197.00 Accepted per conference call 8/20/153-2 Mach Industries 6,000.00 4-1 Mouser Masonry 15,000.00 7-2 Kalkreuth 7,842.00 9-2 Continental Commercial Flooring 1,960.00 21-01 Gutridge 1,500.00 23-01 Sauer Group, Inc. 13,600.00 26-1 Claypool 7,200.00 32-02 Augercast Piles 7,000.00
G-3 Brick & Colossal Block Veneer on Base Plan. 55,000.00
4-1 Mouser Masonry 55,000.00 Accepted per conference call 8/20/15
G-3a Brick & Colossal Block at (G-2) Storage Room. 2,000.00
4-1 Mouser Masonry 2,000.00 Accepted per conference call 8/20/15
G-4 Paint Mechanical Rooms 2,373.00
4-1 Mouser Masonry 2,373.00
G-5 Provide Solid Polymer Countertops. 9,323.00
6-1 WAI 9,323.00
MANDATORY ALTERNATES
Exhibit D - GMP AmendmentPage 129 of 138
ITEM
NO.ITEM DESC.
SCOPE
SUBTOTAL
PENDING ITEM
TOTAL
ACCEPTED
ITEM TOTAL
REJECTED
ITEM TOTALDATE NOTES
MANDATORY ALTERNATES
G-6 Provide Lab Grade Casework. 96,050.00
6-1 WAI 96,050.00
G-7 Provide Lightning Protection Base Bid 76,900.00
26-01 Claypool Electric 76,900.00
G-7a Provide Lightning Protection at (G-2) Storage Rm. 1,400.00
26-01 Claypool Electric 1,400.00
G-8 Provide 20 Yr. Warranty at EPDM Roof Base Bid. 3,315.00
7-2 Kalkreuth Roofing 3,315.00 Accepted per conference call 8/20/15
G-8a Provide 20 Yr. Warranty at (G-2) Storage Room. -
7-2 Kalkreuth Roofing -
G-9 Demo Existing MSMJ Building upon completion. 102,350.00
31-01 Massana 102,350.00
-
G-10 Indoor Rubber Flooring at A127 Exercise Room. 4,805.00
9-2 Continental Commercial Flooring 4,805.00
Exhibit D - GMP AmendmentPage 130 of 138
ITEM
NO.ITEM DESC.
SCOPE
SUBTOTAL
PENDING ITEM
TOTAL
ACCEPTED
ITEM TOTAL
REJECTED
ITEM TOTALDATE NOTES
MANDATORY ALTERNATES
G-11 High Performance Coatings at Inmate Showers. 147,134.00
9-2 Continental Commercial Flooring (11,866.00) 9-3 Stonehard 159,000.00
G-12 Provide Inmate Housing Water Mgt. System. 196,423.00
23-01 Sauer Group, Inc. 193,323.00 26-1 Claypool 3,100.00
G-13 Provide Sanitary Sewer Grinders. 68,612.00
23-01 Sauer Group, Inc. 63,662.00 26-1 Claypool 4,950.00
G-14 Chemical Sprinkler at A173 (911 Center). 20,350.00
21-01 Gutridge 18,900.00 26-1 Claypool 1,450.00
G-15 Provide LED Lighting. 211,500.00
26-1 Claypool 211,500.00
G-16 Accurate Controls in lieu of Specified ESS.
G-17 Stanley Security in lieu of Specified ESS.
Exhibit D - GMP AmendmentPage 131 of 138
ITEM
NO.ITEM DESC.
SCOPE
SUBTOTAL
PENDING ITEM
TOTAL
ACCEPTED
ITEM TOTAL
REJECTED
ITEM TOTALDATE NOTES
MANDATORY ALTERNATES
G-18 Security Automation Systems in lieu of Specified ESS.
G-19 Pinnacle Integrated Systems in lieu of Specified ESS.
G-20 Electrical In Floor Duct System at 911 Center. 18,500.00
26-1 Claypool 18,500.00
G-21 Provide tile floors and walls at rooms indicated. 69,154.00
9-1 Valley Interiors 9,720.00 Backer Board Included by 9-29-2 Continental Commercial Flooring 59,434.00
G-22 Alternate Foundation Construction (S403). (160,687.00)
3-1 Thompson Concrete (174,687.00) Accepted per conference call 8/20/154-1 Mouser Masonry 14,000.00
Exhibit D - GMP AmendmentPage 132 of 138
ITEM
NO.ITEM DESC.
SCOPE
SUBTOTAL
PENDING ITEM
TOTAL
ACCEPTED
ITEM TOTAL
REJECTED
ITEM TOTALDATE NOTES
1 Eliminate Seismic Requirements for MEP Systems (122,000.00) 8/13/15
21-1 Gutridge (15,000.00) 23-1 Sauer (73,500.00) Price from Gutridge ($82,000)26-01 Claypool (33,500.00)
2 Mechanically Coupled Piping vs. Welded (10,300.00) 8/13/15
32-01 Sauer (10,300.00) All Piping 2.5" and Up In Mechanical Accepted per conference call 8/20/15
3 PVC Underground Storm Piping (29,000.00) 8/13/15
23-01 Sauer (29,000.00) Price from Gutridge ($43,000)Accepted per conference call 8/20/15
4 PVC Underground Sanitary Piping (62,000.00) 8/13/15
23-01 Sauer (62,000.00) Price from Gutridge ($136,700)Excludes Grease SanitaryAccepted per conference call 8/20/15
5 Eliminate Internally Lined Low Pressure Ductwork 8/13/15
Mechanical
6 Alluminum Panel Feeders in lieu of Copper (15,500.00) 8/13/15
26-01 Claypool (15,500.00) Price from Vaughn ($25,000)Accepted per conference call 8/20/15
7 MC Cable in Sheriff's Office 8/13/15
Electrical
VOLUNTARY ALTERNATES
Exhibit D - GMP AmendmentPage 133 of 138
ITEM
NO.ITEM DESC.
SCOPE
SUBTOTAL
PENDING ITEM
TOTAL
ACCEPTED
ITEM TOTAL
REJECTED
ITEM TOTALDATE NOTES
VOLUNTARY ALTERNATES
8 Eliminate Dry Shake Hardner (22,500.00)
3-1 Thompson (22,500.00) Accepted per conference call 8/20/15
9 Fibers in Lieu of Wire Mesh @ Topping Slabs (5,000.00)
3-1 Thompson (5,000.00) Accepted per conference call 8/20/15
10 Change GRC Conduit to EMT for 2" and Up Below 8' (11,800.00)
26-01 Claypool (8,600.00) (3,200.00) Additional (3,200) If VE #11 is accepted
11 Change Compression Conduit Fittings to Set Screw (20,000.00)
26-01 Claypool (20,000.00)
12 Farm Topsoil In Lieu of Specified Screened Soil (14,730.00)
31-01 Massana (14,730.00) Accepted per conference call 8/20/15
13 Asphalt Millings as Roadway/Parking Lot Base (18,926.00)
31-01 Massana (18,926.00) Accepted per conference call 8/20/15
14 Delete Privacy Dividers and Stools at Dayrooms (9,600.00)
11-01 Pauly Jail (9,600.00) Price from Fabcor ($36,640)Accepted per conference call 8/20/15
Exhibit D - GMP AmendmentPage 134 of 138
ITEM
NO.ITEM DESC.
SCOPE
SUBTOTAL
PENDING ITEM
TOTAL
ACCEPTED
ITEM TOTAL
REJECTED
ITEM TOTALDATE NOTES
VOLUNTARY ALTERNATES
15 Delete Video Visitation System (188,106.00)
11-01 Pauly Jail (188,106.00) Price from Fabcor ($152,000)-
16 Delete Personal Alarm System (73,415.00)
11-01 Pauly Jail (73,415.00) Price from Fabcor ($33,000)Accepted per conference call 8/20/15
17 Low Color Range CMU W. Natural Gray Mortar (18,700.00)
4-1 Mouser (18,700.00)
18 Smooth Cast Stone in Lieu of Pineapple Products (9,300.00)
4-1 Mouser (9,300.00) Accepted per conference call 8/20/15
19 Paracentric Food Pass Locks in Lieu of Mogul (8,100.00)
11-1 Pauly Jail (8,100.00) Accepted per conference call 8/20/15
20 Delete Smoke Gaskets at Cell Doors (4,800.00)
11-1 Pauly Jail (4,800.00) Accepted per conference call 8/20/15
21 Vicon Cameras in Lieu of Axis Cameras (50,750.00)
11-1 Pauly Jail (50,750.00) Accepted per conference call 8/20/15
Exhibit D - GMP AmendmentPage 135 of 138
ITEM
NO.ITEM DESC.
SCOPE
SUBTOTAL
PENDING ITEM
TOTAL
ACCEPTED
ITEM TOTAL
REJECTED
ITEM TOTALDATE NOTES
VOLUNTARY ALTERNATES
22 Fine Fissured Ceiling Tile #1714 in lieu of #1757 (25,000.00)
09-01 Valley Interiors (25,000.00)
23 Two 72TB ExacQ Vision Servers in Lieu of 1 Server 24,227.00
11-01 Pauly Jail 24,227.00 Price added to base bid
24 Downsize Boilers (84,000.00)
23-1 Sauer (84,000.00)
25 Reduce Piping Sizes at Mechanical Room (673.00)
23-1 Sauer (673.00)
26 Delete Piping for Future Expansion (13,600.00)
23-1 Sauer (13,600.00)
27 Eliminate Chase UH's and Add 8x8 Air Devices (25,700.00)
23-1 Sauer (14,400.00) 26-1 Claypool (11,300.00)
Exhibit D - GMP AmendmentPage 136 of 138
EXHIBIT L:SCHEDULE OF INCENTIVES &
SHARED SAVINGS
Fairfield County New Public Safety & Jail Facility GMP Proposal
Exhibit L – Schedule of Incentives and Shared Savings
Exhibit L Page 1 of 1
Exhibit L – Schedule of Incentives and Shared Savings No Incentives of Shared Savings are proposed at this time.
Exhibit D - GMP AmendmentPage 138 of 138