addendum no. 2 - university of · pdf fileaddendum no. 2 page 1 ... “return air ductwork...

27
14-033 ADDENDUM NO. 2 Page 1 ADDENDUM NO. 2 The University of Akron CENTER FOR THE HISTORY OF PSYCHOLOGY RENOVATION – PHASE II 150003 73 South College Street Akron, Ohio 44325 Prepared by Four Points Architectural Services, Inc. Project No. 14-033 May 6, 2015 This Addendum is a modification of the Drawings and Specifications for the referenced project dated 04-18-15, and is hereby incorporated into and becomes part of said Contract Documents. It is to be considered in the proposal and covers additions and/or changes to the Drawings and Specifications. A. General 1. Builders Risk Insurance: To clarify, the lead prime contractor is to carry builder’s risk insurance to cover all work (including other primes). 2. Building Permit: The State of Ohio Building Permit fees and Special Inspection fees have been paid for by the Associate. Any local filing fees, permits, tap fees, etc. are the responsibility of the bidder. B. Specifications 1. Document 00 10 00 - SOLICITATION a. REPLACE in its entirety (Attached at the end of this Addendum) 2. Document 00 41 16 - BID FORM a. REPLACE in its entirety (Attached at the end of this Addendum) 3. Section 05 12 00 – STRUCTURAL STEEL FRAMING a. Page 1, Part 1, 1.5 A – DELETE in its entirety. 4. Section 03 54 13 – CEMENTITIOUS UNDERLAYMENT a. REPLACE section in its entirety (Attached at the end of this Addendum). 5. Section 09 84 36 – SOUND ABSORBING CEILING UNITS a. Page 3, Part 2, 2.1, A – ADD the following approved manufacturer: 1) Kinetics Hardside Clouds as manufactured by Kinetics Noise Control, Dublin, Ohio tel: (800) 959-1229

Upload: tranbao

Post on 21-Mar-2018

216 views

Category:

Documents


3 download

TRANSCRIPT

14-033 ADDENDUM NO. 2

Page 1

ADDENDUM NO. 2

The University of Akron CENTER FOR THE HISTORY OF PSYCHOLOGY

RENOVATION – PHASE II 150003

73 South College Street Akron, Ohio 44325

Prepared by

Four Points Architectural Services, Inc. Project No. 14-033

May 6, 2015

This Addendum is a modification of the Drawings and Specifications for the referenced project dated 04-18-15, and is hereby incorporated into and becomes part of said Contract Documents. It is to be considered in the proposal and covers additions and/or changes to the Drawings and Specifications. A. General

1. Builders Risk Insurance: To clarify, the lead prime contractor is to carry builder’s risk insurance to cover all work (including other primes).

2. Building Permit: The State of Ohio Building Permit fees and Special Inspection fees have been paid for by the Associate. Any local filing fees, permits, tap fees, etc. are the responsibility of the bidder.

B. Specifications

1. Document 00 10 00 - SOLICITATION

a. REPLACE in its entirety (Attached at the end of this Addendum)

2. Document 00 41 16 - BID FORM

a. REPLACE in its entirety (Attached at the end of this Addendum)

3. Section 05 12 00 – STRUCTURAL STEEL FRAMING

a. Page 1, Part 1, 1.5 A – DELETE in its entirety.

4. Section 03 54 13 – CEMENTITIOUS UNDERLAYMENT

a. REPLACE section in its entirety (Attached at the end of this Addendum).

5. Section 09 84 36 – SOUND ABSORBING CEILING UNITS

a. Page 3, Part 2, 2.1, A – ADD the following approved manufacturer:

1) Kinetics Hardside Clouds as manufactured by Kinetics Noise Control, Dublin, Ohio tel: (800) 959-1229

Addendum #2 Center for the History of Psychology Renovation Phase II May 6, 2015 Page 2

14-033 ADDENDUM NO. 2

Page 2

C. Drawings

1. Drawing T1.3

a. Detail 2/T1.3 – REVISE note in Alternate 1 area to read “AREA TO BE CONSTRUCTED IN PHASE 2 AFTER MATERIAL IS MOVED IF ALTERNATE 1 IS ACCEPTED”.

b. Detail 4/T1.3 – Revise note about Alternate 2 in SE corner of this plan to read “IF ALTERNATE 2 IS ACCEPTED, THIS STAIR CONSTRUCTION WILL BE IN PHASE 1.”

2. Drawing A1.1

a. In Gallery ‘B’ 106, change the wall type on the north wall to W-5.

b. In Stair B, Add a keynote 25 attached to the section of railing under the flight of stairs leading up to the second floor, to read as follows: “THIS SECTION OF RAILING IS TO BE SALVAGED FROM THE EXISTING HORIZONTAL LANDING RAILING OR CONSTRUCTED AS A NEW CLOSURE GUARDRAIL OF SIMILAR CONSTRUCTION TO THE NEW STAIR GUARDRAILINGS”.

3. Drawing A5.4 (Attached at the end of this Addendum)

a. Coordinated 2-hour rated beam enclosures with structural drawings.

4. Drawing A5.5 (Attached at the end of this Addendum)

a. Coordinated 2-hour rated beam enclosures with structural drawings.

5. Drawing S3.2 (Attached at the end of this Addendum)

a. Section E: adjusted to better reflect field conditions of conduit location.

b. Section H: replaced thru bolt with Hilti anchor. Added L8x6x1 angle connection to pick up thru bolt.

c. Section J: defined weld of tube to 2” plate. Defined weld on back side of ½” plate.

d. Added section K.

6. Drawing P3.0 - Supply and install a shutoff valve on new 2” gas piping where piping ties in to existing piping.

7. Drawing P3.1 - Supply and install shutoff valves on new DCW/DHW piping serving relocated mop basin.

8. Drawing P3.3 - Provide and install approved pipe curb at new gas piping roof penetration.

9. Drawing H2.2 - Coded note 10 shall state the following: “EXISTING RADIATOR TO BE DEMOLISHED. ASSOCIATED LPC/LPS PIPING TO BE DEMOLISHED BACK TO MAINS AND CAPPED. NEW UNITS WILL BE FED FROM BELOW.”

10. Drawing H4.1

a. All new finned tube radiators shall utilize an active length of 2’.

b. Cabinet unit heater in stairwell 100 shall be CUH-1.

11. Drawing H5.2 – Drawing is re-issued for additional project details. (Attached at the end of this Addendum)

12. Drawing H6.0 - Note N shall be added to the Duct Material Schedule and state the following: “Return air ductwork serving RTU-1 shall be constructed and reinforced to comply with a 4” SMACNA pressure class.”

Addendum #2 Center for the History of Psychology Renovation Phase II May 6, 2015 Page 3

14-033 ADDENDUM NO. 2

Page 3

13. Drawing H7.1 - TCC to supply and install a duct static pressure sensor in the RTU-1 supply duct 2/3 down the length of the longest duct run. See “Airflow Control” portion of the sequence of operation for static pressure sensor control.

14. Drawing E0.2

a. Add the following manufacturers to the Lighting Fixture Schedule approved equals list:

1) P1, P7: Prudential Lighting

2) P7, S1: Lamar Lighting

3) R1, R2, R3, W2, W4: Columbia Lighting

4) W2: Newstar

5) W3: Scott Architectural Lighting

6) W5: Hubbell

b. Add the following notes to the Lighting Fixture Schedule:

1) “NL” subscript indicates that fixture is connected to an unswitched circuit for “night light” illumination.

2) “EM” subscript indicates that fixture contains an emergency battery pack for egress illumination.

3) Lamp part numbers are GE. Refer to specifications for additional equal manufacturers.

15. Drawing E2.1

a. Provide (1) current limiting panel for track lighting circuits. Track lighting circuits shall be routed through current limiting panel breakers back to main branch breaker. Locate panel adjacent to Panel “LP1A” in Room 112. LC&D “Silver Bullet” with minimum (4) 10A breakers and (8) spaces for future breakers. Acceptable equals by Leviton, Juno, and Cooper.

b. Provide the following under the exterior canopy Alternate 4. Refer to architectural plans for additional details.

1) The existing photocell is located on the north exterior wall above the exterior steps. Relocate the photocell to a higher location on the wall to avoid new canopy. Splice and extend existing wiring and conduit as required. Coordinate location with architect.

2) Add the following fixture as noted. Locate fixture below canopy on exterior wall below canopy and orient to light canopy underside. Provide new circuit (2-#12, 1-#12G) from 20A/1P in Panel “LP1A” to serve fixture and interface with existing photocell as required.

a) Symbol: W6

b) Catalog Number: SIS1-LSL-28FT-MSL4-WL-SI-2-25-120-EMBI-P1-TBD

c) Description: Winona Windirect linear fixture, 28’ overall length, wall-mounting plate with fully adjustable and lockable knuckle, silicone gasketed lens, and 120V electronic ballast. Provide with integral emergency ballast. Wet location listed. Architect to determine finish color.

d) Mounting: Wall mounted at 9’-6” AFF. Coordinate with architect prior to rough-in.

e) Lamps: (14)-F32T8/25W/SPX50/ECO

f) Acceptable Component Manufacturers: Elliptipar, Ametrix, Insight

Addendum #2 Center for the History of Psychology Renovation Phase II May 6, 2015 Page 4

14-033 ADDENDUM NO. 2

Page 4

16. Drawing E3.1

a. Revise Coded Note 1 to indicate: “Base Bid: As shown on this plan. Alternate: Refer to architectural plans for alternate layout. Provide four (4) duplex receptacles located around perimeter of gallery space and connect to 20A/1P circuit breaker in Panel “LP1A”. Exact locations of receptacles to be coordinated with final display layout. “

D. Clarifications

1. Walk-through #2 on May 5, 2015 Questions:

a. What is the voltage available in the building?

Answer: The existing 600A electrical service is at 120/208V 3 Phase.

b. Can the contractor utilize the existing elevator for materials delivery to the second floor (and above)?

Answer: The existing elevator may be used at the contractors own risk during the construction of Phase 1. The existing capacity of the elevator is 5,500 pounds, but it is not rated for machinery to be driven onto the platform. The new elevator cannot be used for construction materials and must be completed by the end of Phase 1.

END OF ADDENDUM NO. 2

Document 00 10 00 - Solicitation (Multiple-Prime Project) State of Ohio Standard Requirements for Public Facility Construction

M140-00 10 00 2014 Edition (2014-AUG) Page 1 of 4

Sealed bids will be received by:

The University of Akron, Department of Purchasing Lincoln Building, 2nd Floor Akron, Ohio 44325-9001

for the following Project:

Project 150003 Center for the History of Psychology Renovation – Phase II The University of Akron Akron, Ohio

in accordance with the Contract Documents prepared by:

Four Points Architectural Service, Inc. 2850 South Arlington Road (330) 753-9710 (330) 753-9715 fax Curt Smock [email protected] www.fourpoints.net

Bidders may submit requests for consideration of a proposed Substitution for a specified product, equipment, or service to the Architect/Engineer (“A/E”) no later than 10 days prior to the bid opening. Additional products, equipment, and services may be accepted as approved Substitutions only by written Addendum.

From time to time, the Commission issues new editions of the “State of Ohio Standard Requirements for Public Facility Construction” and may issue interim changes. Bidders must submit Bids that comply with the version of the Standard Requirements included in the Contract Documents.

Prevailing Wage rates and Equal Employment Opportunity requirements are applicable to this Project.

This Project is subject to the State of Ohio’s Encouraging Diversity, Growth, and Equity (“EDGE”) Business Development Program. A Bidder is required to submit with its Bid and with its Bidder’s Qualifications form, certain information about the certified EDGE Business Enterprise(s) participating on the Project with the Bidder. Refer to Section 6.1.12 of the Instructions to Bidders.

The EDGE Participation Goal for the Project is 5.0 percent.

The percentage is determined by the contracted value of goods, services, materials, and labor that are provided by EDGE-certified business(es). The participation is calculated on the total amount of each awarded contract. For more information about EDGE, contact the State of Ohio EDGE Certification Office at http://das.ohio.gov/eod, or at its physical location: 4200 Surface Road, Columbus, Ohio 43228-1395; or by telephone at (614) 466-8380.

The Bidder may be subject to a Pre-Award Affirmative Action Compliance Review in accordance with Section 123:2-5-01 of the Ohio Administrative Code including a review of the Bidder’s employment records and an on-site review.

The Bidder must indicate on the Bid Form, the locations where its services will be performed in the spaces provided or by attachment in accordance with the requirements of Executive Order 2011-12K related to providing services only within the United States. Failure to do so may cause the Bid to be rejected as non-responsive.

150003 Center for the History of Psychology Renovation – Phase II

M140-00 10 00 2014 Edition (2014-AUG) Page 2 of 4

DOMESTIC STEEL USE REQUIREMENTS AS SPECIFIED IN OHIO REVISED CODE SECTION 153.011 APPLY TO THIS PROJECT. COPIES OF OHIO REVISED CODE SECTION 153.011 CAN BE OBTAINED FROM ANY OF THE OFFICES OF THE OHIO FACILITIES CONSTRUCTION COMMISSION.

Bidders are encouraged to be enrolled in and to be in good standing in a Drug-Free Safety Program (“DFSP”) approved by the Ohio Bureau of Workers' Compensation (“OBWC”) prior to submitting a Bid and provide, on the Bid Form with its Bid, certain information relative to their enrollment in such a program; and, if awarded a Contract, shall comply with other DFSP criteria described in Section 1.6 of the General Conditions.

Separate Bids will be received for:

Trade Estimate General Trades Contract............................ $1,338,000.00 Alternate G-1 ................................................ $26,500.00 Alternate G-2 ................................................ $65,550.00 Alternate G-3 ................................................ $74,900.00 Alternate G-4 ................................................ $34,500.00 Alternate G-6 ................................................ $6,500.00 Alternate G-8 ................................................ $4,100.00 Fire Suppression Contract ........................ $65,000.00 Alternate FP-1 .............................................. $700.00 Alternate FP-2 .............................................. $3,000.00 Alternate FP-7 .............................................. $30,000.00 Plumbing Contract ..................................... $95,000.00 Alternate P-4 ................................................ $1,000.00 Alternate P-5 ................................................ $4,000.00 HVAC Contract ........................................... $275,000.00 Alternate H-1 ................................................ $1,500.00 Electrical Contract...................................... $275,000.00 Alternate E-1 ................................................ $6,000.00 Alternate E-2 ................................................ $1,500.00 Alternate E-4 ................................................ $1,500.00 Alternate E-7 ................................................ $1,000.00

until May 12, 2015, at 9:00 a.m., when all Bids will be opened and read aloud.

All Bidders are strongly encouraged to attend the Pre-Bid Meeting on Friday, April 24, 2015, at 10:00 a.m. until approximately 11:30 a.m., at the following location: The University of Akron Purchasing Department Conference Room, 100 Lincoln Street, 2nd Floor, Akron, Ohio 44325.

The General Trades Contractor is the Lead Contractor for the Project and is the Contractor is responsible for scheduling the Project, coordinating the Separate Contractors, and providing other services identified in the Contract Documents.

150003 Center for the History of Psychology Renovation – Phase II

M140-00 10 00 2014 Edition (2014-AUG) Page 3 of 4

The Contract Documents are available for purchase from SE Blueprint, 540 South Main Street, Suite 211, Akron, Ohio 44311at the refundable cost of $65 per set, plus shipping, if requested, as long as a bid is submitted with the documents returned complete and in good condition within 10 days of bid opening.

The Contract Documents may be reviewed for bidding purposes without charge during business hours at the office of the A/E, the Department of Purchasing, and the following locations:

Builders Exchange of East Central Ohio (ECO) - Akron 495 Wolf Ledges Parkway Akron, Ohio 44311 Phone: (330) 434-5165 Ext 12 Contact: Robert Villella E-mail: [email protected] Website: www.buildersexchange.org

Builders Exchange of East Central Ohio (ECO) - Canton 5080 Aultman Road North Canton, Ohio 44720 Phone: (330) 452-8039 Ext 104 Fax: (330) 452-4323 Contact: Julie Thornberry [PDF] E-mail: [email protected] Website: www.buildersexchange.org

Builders Exchange, Inc. 9555 Rockside Rd., Suite 300 Valleyview, Ohio 44125 Phone: (216) 393-6300 / (866) 907-6300 Fax: (216) 393-6304 / (866) 907-6304 Contacts: Niki Swank - Ext. 51, Heather Szarka, Jill Allen [PDF] E-mails: [email protected], [email protected], [email protected], [email protected] Website: www.bxcleve.com

Construction Bulletin 4178 Market Street Youngstown, Ohio 44512 Phone: (888) 770-0026 Fax: (888) 506-0199 Contact: Charlotte Double [PDF] Email: [email protected]

Construction News Corporation 7261 Engle Road, Suite 304 Middleburg Heights, Ohio 44130 Phone: (800) 969-4700 / (440) 826-4700 Ext 22 Fax: (800) 229-4626 Contacts: Ted Blaicher, Donna Dybzinski [PDF] E-mails: [email protected], [email protected] Web site: www.cncnewsonline.com

Reed Construction Data – Document Processing Center 30 Technology Parkway South - Suite 100 Norcross, Georgia 30092 - 2912 Phone: (630) 288-7997 Fax: (800) 508-5370 Contact: Michelle Edwards E-mails: [email protected], [email protected] Website: www.reedconstructiondata.com

Subcontractors Association NEO (SANEO)637 Vernon Odom Blvd Akron, Ohio 44307-1866 Phone: (330) 762-9951 Fax: (330) 762-9960 Contact: Shelly Miller [PDF] E-mail: [email protected] Website: www.saneo.com

Akron Community Service Center and Urban League–Minority Business Development Center 440 Vernon Odom Boulevard Akron, Ohio 44307 Phone: (330) 434-3101 Fax: (330) 434-2716 Contacts: Tobin Buckner, Triva Manley [PDF] E-mails: [email protected], [email protected] Website: www.akronurbanleague.org

150003 Center for the History of Psychology Renovation – Phase II

M140-00 10 00 2014 Edition (2014-AUG) Page 4 of 4

Ohio PTAC at Youngstown Mahoning Valley Technical Procurement Center 4319 Belmont Avenue Youngstown, Ohio 44505 Phone: (330) 759-3668 Fax: (330) 759-3686 Contact: Norma Webb, Program Manager E-mail:[email protected] Website : www.mvedc.com

McGraw Hill Construction Dodge4300 Beltway Place Suite 180 Arlington, TX 76018 Phone: (810) 639-0660 Fax: (810) 991-8222 Contact: Madonna Griffin [PDF] E-mail: [email protected] Website: www.construction.com Electronic plans & specs and/or addendums, e-mail to [email protected]

END OF DOCUMENT

Document 00 41 16 - Bid Form (Multiple-Prime Project) State of Ohio Standard Requirements for Public Facility Construction

M140-00 41 16 2014 Edition (2014-AUG) Page 1 of 11

Sealed bids will be received by The University of Akron, Department of Purchasing, Lincoln Building 2nd Floor, Akron, Ohio 44325-9001 for:

Project 150003 Center for the History of Psychology Renovation – Phase II

at

73 South College Street Akron, Ohio, in Summit County

for the

The University of Akron

The time for Contract Completion is 346 consecutive days from the Notice to Proceed. Having read and examined the proposed Contract Documents prepared by the Architect/Engineer for the above-referenced Project and the following Addenda:

Addendum Number Date Received

The undersigned Bidder proposes to perform all Work for the applicable Contract in accordance with the proposed Contract Documents, for the following sum(s): ITEM 1. Bid Package 101 – GENERAL TRADES (LEAD) CONTRACT GENERAL TRADES BASE BID (Including Allowances): ALL LABOR AND MATERIALS, for the sum of $ ____________

Sum in words: and __________ /100 dollars.

ITEM 1A Alternate G-1 GALLERY C CONVERSION (Circle appropriate choice below and insert amount)

If Alternate is accepted, ADD TO / DEDUCT FROM Base Bid: $ Sum in words: and ______ /100 dollars.

ITEM 1B Alternate G-2 STAIR B EXTENSION (Circle appropriate choice below and insert amount)

If Alternate is accepted, ADD TO / DEDUCT FROM Base Bid: $

Sum in words: and ______ /100 dollars.

150003 Center for the History of Psychology Renovation – Phase II

M140-00 41 16 2014 Edition (2014-AUG) Page 2 of 11

ITEM 1C Alternate G-3 GALLERY FLOOR FINISHES (Circle appropriate choice below and insert amount)

If Alternate is accepted, ADD TO / DEDUCT FROM Base Bid: $ Sum in words: and ______ /100 dollars.

ITEM 1D Alternate G-4 ENTRANCE CANOPY (Circle appropriate choice below and insert amount)

If Alternate is accepted, ADD TO / DEDUCT FROM Base Bid: $

Sum in words: and ______ /100 dollars.

ITEM 1E Alternate G-6 UPGRADED FINISHES (Circle appropriate choice below and insert amount)

If Alternate is accepted, ADD TO / DEDUCT FROM Base Bid: $

Sum in words: and ______ /100 dollars.

ITEM 1F Alternate G-8 REPAIR AND PAINT WEST LOADING DOCK EXTERIOR FACE (Circle appropriate choice below and insert amount)

If Alternate is accepted, ADD TO / DEDUCT FROM Base Bid: $

Sum in words: and ______ /100 dollars.

ITEM 2. Bid Package 102 – FIRE SUPPRESSION CONTRACT FIRE SUPPRESSION BASE BID (Including Allowances): ALL LABOR AND MATERIALS, for the sum of $ ____________

Sum in words: and ______ /100 dollars.

ITEM 2A Alternate FP-1 GALLERY C CONVERSION (Circle appropriate choice below and insert amount)

If Alternate is accepted, ADD TO / DEDUCT FROM Base Bid: $ Sum in words: and ______ /100 dollars.

ITEM 2B Alternate FP-2 STAIR B EXTENSION (Circle appropriate choice below and insert amount)

If Alternate is accepted, ADD TO / DEDUCT FROM Base Bid: $ Sum in words: and ______ /100 dollars.

ITEM 2C Alternate FP-7 PRE-ACTION FIRE SUPPRESSION EXTENSION (Circle appropriate choice below and insert amount)

If Alternate is accepted, ADD TO / DEDUCT FROM Base Bid: $

Sum in words: and ______ /100 dollars.

150003 Center for the History of Psychology Renovation – Phase II

M140-00 41 16 2014 Edition (2014-AUG) Page 3 of 11

ITEM 3. Bid Package 103 – PLUMBING CONTRACT PLUMBING BASE BID (Including Allowances): ALL LABOR AND MATERIALS, for the sum of $ ____________

Sum in words: and ______ /100 dollars.

ITEM 3A Alternate P-4 ENTRANCE CANOPY (Circle appropriate choice below and insert amount)

If Alternate is accepted, ADD TO / DEDUCT FROM Base Bid: $ Sum in words: and ______ /100 dollars.

ITEM 3B Alternate P-5 GAS PIPING REMOVAL (Circle appropriate choice below and insert amount)

If Alternate is accepted, ADD TO / DEDUCT FROM Base Bid: $ Sum in words: and ______ /100 dollars.

ITEM 4 Bid Package 104 – HVAC CONTRACT HVAC BASE BID (Including Allowances and Subtotal of Unit Price Extensions above): ALL LABOR AND MATERIALS, for the sum of $ ____________

Sum in words: and ______ /100 dollars.

ITEM 4A Alternate H-1 GALLERY C CONVERSION (Circle appropriate choice below and insert amount)

If Alternate is accepted, ADD TO / DEDUCT FROM Base Bid: $ Sum in words: and ______ /100 dollars.

ITEM 5 Bid Package 105 – ELECTRICAL CONTRACT ELECTRICAL BASE BID (Including Allowances): ALL LABOR AND MATERIALS, for the sum of $ ____________

Sum in words: and ______ /100 dollars.

ITEM 5A Alternate E-1 GALLERY C CONVERSION (Circle appropriate choice below and insert amount)

If Alternate is accepted, ADD TO / DEDUCT FROM Base Bid: $ Sum in words: and ______ /100 dollars.

150003 Center for the History of Psychology Renovation – Phase II

M140-00 41 16 2014 Edition (2014-AUG) Page 4 of 11

ITEM 5B Alternate E-2 STAIR B EXTENSION (Circle appropriate choice below and insert amount)

If Alternate is accepted, ADD TO / DEDUCT FROM Base Bid: $

Sum in words: and ______ /100 dollars.

ITEM 5C Alternate E-4 ENTRANCE CANOPY (Circle appropriate choice below and insert amount)

If Alternate is accepted, ADD TO / DEDUCT FROM Base Bid: $

Sum in words: and ______ /100 dollars.

ITEM 5D Alternate E-7 PRE-ACTION FIRE SUPPRESSION EXTENSION (Circle appropriate choice below and insert amount)

If Alternate is accepted, ADD TO / DEDUCT FROM Base Bid: $

Sum in words: and ______ /100 dollars.

ITEM 6 COMBINED BID

Any Bidder submitting a Combined Bid is encouraged, but not required, to also bid the Items separately. If the Bidder is submitting multiple Combined Bids, it must submit each combination of Items on a separate Bid Form as a separate Bid.

Bidder has CIRCLED THE ITEMS BELOW for which it is submitting a Combined Bid: Bid Package 101 – GENERAL TRADES CONTRACT

Bid Package 102 – FIRE SUPPRESSION CONTRACT Bid Package 103 – PLUMBING CONTRACT Bid Package 104 – HVAC CONTRACT

Bid Package 105 – ELECTRICAL CONTRACT

COMBINED BASE BID (Including the applicable Allowances for each item included in the Combined Bid below): ALL LABOR AND MATERIALS, for the sum of $ ____________

Sum in words: and ______ /100 dollars.

ITEM 6A Alternate G-1 GALLERY C CONVERSION (Circle appropriate choice below and insert amount)

If Alternate is accepted, ADD TO / DEDUCT FROM Base Bid: $

Sum in words: and ______ /100 dollars.

ITEM 6B Alternate G-2 STAIR B EXTENSION (Circle appropriate choice below and insert amount)

If Alternate is accepted, ADD TO / DEDUCT FROM Base Bid: $ Sum in words: and ______ /100 dollars.

150003 Center for the History of Psychology Renovation – Phase II

M140-00 41 16 2014 Edition (2014-AUG) Page 5 of 11

ITEM 6C Alternate G-3 GALLERY FLOOR FINISHES (Circle appropriate choice below and insert amount)

If Alternate is accepted, ADD TO / DEDUCT FROM Base Bid: $

Sum in words: and ______ /100 dollars.

ITEM 6D Alternate G-4 ENTRANCE CANOPY (Circle appropriate choice below and insert amount)

If Alternate is accepted, ADD TO / DEDUCT FROM Base Bid: $

Sum in words: and ______ /100 dollars.

ITEM 6E Alternate G-6 UPGRADED FINISHES (Circle appropriate choice below and insert amount)

If Alternate is accepted, ADD TO / DEDUCT FROM Base Bid: $

Sum in words: and ______ /100 dollars.

ITEM 6F Alternate G-8 REPAIR AND PAINT WEST LOADING DOCK EXTERIOR FACE (Circle appropriate choice below and insert amount)

If Alternate is accepted, ADD TO / DEDUCT FROM Base Bid: $

Sum in words: and ______ /100 dollars.

ITEM 6G Alternate FP-1 GALLERY C CONVERSION (Circle appropriate choice below and insert amount)

If Alternate is accepted, ADD TO / DEDUCT FROM Base Bid: $ Sum in words: and ______ /100 dollars.

ITEM 6H Alternate FP-2 STAIR B EXTENSION (Circle appropriate choice below and insert amount)

If Alternate is accepted, ADD TO / DEDUCT FROM Base Bid: $ Sum in words: and ______ /100 dollars.

ITEM 6I Alternate FP-7 PRE-ACTION FIRE SUPPRESSION EXTENSION (Circle appropriate choice below and insert amount)

If Alternate is accepted, ADD TO / DEDUCT FROM Base Bid: $

Sum in words: and ______ /100 dollars.

ITEM 6J Alternate P-4 ENTRANCE CANOPY (Circle appropriate choice below and insert amount)

If Alternate is accepted, ADD TO / DEDUCT FROM Base Bid: $ Sum in words: and ______ /100 dollars.

ITEM 6K Alternate P-5 GAS PIPING REMOVAL (Circle appropriate choice below and insert amount)

If Alternate is accepted, ADD TO / DEDUCT FROM Base Bid: $

Sum in words: and ______ /100 dollars.

150003 Center for the History of Psychology Renovation – Phase II

M140-00 41 16 2014 Edition (2014-AUG) Page 6 of 11

ITEM 6L Alternate H-1 GALLERY C CONVERSION (Circle appropriate choice below and insert amount)

If Alternate is accepted, ADD TO / DEDUCT FROM Base Bid: $

Sum in words: and ______ /100 dollars.

ITEM 6M Alternate E-1 GALLERY C CONVERSION (Circle appropriate choice below and insert amount)

If Alternate is accepted, ADD TO / DEDUCT FROM Base Bid: $

Sum in words: and ______ /100 dollars.

ITEM 6N Alternate E-2 STAIR B EXTENSION (Circle appropriate choice below and insert amount)

If Alternate is accepted, ADD TO / DEDUCT FROM Base Bid: $ Sum in words: and ______ /100 dollars.

ITEM 6O Alternate E-4 ENTRANCE CANOPY (Circle appropriate choice below and insert amount)

If Alternate is accepted, ADD TO / DEDUCT FROM Base Bid: $ Sum in words: and ______ /100 dollars.

ITEM 6P Alternate E-7 PRE-ACTION FIRE SUPPRESSION EXTENSION (Circle appropriate choice below and insert amount)

If Alternate is accepted, ADD TO / DEDUCT FROM Base Bid: $

Sum in words: and ______ /100 dollars.

-- remainder of page left blank intentionally --

150003 Center for the History of Psychology Renovation – Phase II

M140-00 41 16 2014 Edition (2014-AUG) Page 7 of 11

BIDDER AFFIRMATION AND DISCLOSURE Bidder acknowledges that by signing the Bid Form on the Bidder Signature and Information page, that it affirms, understands, and will abide by the requirements of Executive Order 2011-12K. If awarded a Contract, the Bidder will become the Contractor and affirms that both the Contractor and its Subcontractors shall perform no services requested under this Contract outside of the United States. The Bidder shall provide the locations where services under this Contract will be performed in the spaces provided below or by attachment. Failure to provide this information as part of its Bid may cause the Bidder to be deemed non-responsive and no further consideration will be given to its Bid. If the Bidder will not be using Subcontractors, indicate “Not Applicable” in the appropriate spaces.

1. Principal business location of Contractor: Address City, State, Zip

2. Location where services will be performed by Contractor: Address City, State, Zip Locations where services will be performed by Subcontractors, if known at time of Bid Opening: Address City, State, Zip Address City, State, Zip Address City, State, Zip

3. Location where state data will be stored, accessed, tested, maintained, or backed-up, by Contractor: Address City, State, Zip Locations where state data will be stored, accessed, tested, maintained, or backed-up by Subcontractors, if known at time of Bid Opening: Address City, State, Zip Address City, State, Zip Address City, State, Zip

150003 Center for the History of Psychology Renovation – Phase II

M140-00 41 16 2014 Edition (2014-AUG) Page 8 of 11

COMMITMENT TO PARTICIPATE IN THE

EDGE BUSINESS ASSISTANCE PROGRAM

Bidder: Mark only one option. Use “” or “X” to mark option included in Bid

If marking Option B, also show percentage of proposed participation.

Option A

Bidder commits to meet or exceed the advertised EDGE Participation Goal of the Contract

award amount, calculated as a portion of the Base Bid plus all accepted Alternates, by using

certified EDGE Business Enterprise(s).

Bidder agrees that if selected for consideration of the Contract, it shall provide (if not provided

with the Bidder’s Bid) to the Contracting Authority, at the location required and within 3 business

days after receiving notice from the Contracting Authority, its fully-completed Bidder’s

Qualification Form, including an EDGE Affadavit form for each certified EDGE Business

Enterprise proposed for use by the Bidder if awarded the Contract for this Project.

Option B (also indicate percentage -- see text )

Bidder does not meet the advertised EDGE Participation Goal percentage, but, if awarded the

Contract for this Project, commits to provide ______ percent of the Contract award amount,

calculated as a portion of the Base Bid plus all accepted Alternates, by using certified EDGE

Business Enterprise(s).

Bidder acknowledges it understands the requirement for it to provide and agrees to provide to

the Contracting Authority, if selected for consideration of the Contract, within 3 business days

after notice from the Contracting Authority, a detailed Demonstration of Good Faith form

describing its efforts undertaken prior to submitting its Bid to meet the advertised EDGE

Participation Goal percentage for the Contract for this Project.

Bidder commits to provide to the Contracting Authority at the location required, and within 3 days

after receiving notice from the Contracting Authority, its fully-completed Bidder’s Qualification

Form, including an EDGE Affadavit form for each certified EDGE Business Enterprise proposed

for use by the Bidder if awarded the Contract for this Project.

Option C

Bidder declares that the Bidder is a certified EDGE Business Enterprise and that if awarded this

Contract, the EDGE Participation percentage will be 100 percent of the Contract award amount.

150003 Center for the History of Psychology Renovation – Phase II

M140-00 41 16 2014 Edition (2014-AUG) Page 9 of 11

BIDDER'S CERTIFICATIONS The Bidder hereby acknowledges that the following representations in this Bid are material and not mere recitals: 1. The Bidder has read and understands the proposed Contract Documents and agrees to comply with all

requirements of the proposed Contract Documents, regardless of whether the Bidder has actual knowledge of the requirements and regardless of any statement or omission made by the Bidder, which might indicate a contrary intention.

2. The Bidder represents that the Bid is based upon the Basis of Design and Acceptable Components

specified by the proposed Contract Documents. 3. The Bidder has visited the Site, become familiar with local conditions, and has correlated personal

observations about the requirements of the proposed Contract Documents. The Bidder has no outstanding questions regarding the interpretation or clarification of the proposed Contract Documents.

4. The Bidder understands that the execution of the Project will require sequential, coordinated, and

interrelated operations, which may involve interference, disruption, hindrance, or delay in the progress of the Bidder's Work. The Bidder agrees that the Contract Sum, as amended from time to time, shall cover all amounts due from the State resulting from interference, disruption, hindrance, or delay that is not caused by the State or its agents and employees. The Bidder agrees that any such interference, disruption, hindrance, or delay is within the contemplation of the Bidder and the State and that the Contractor’s sole remedy from the State for any such interference, disruption, hindrance, or delay shall be an extension of time in accordance with the proposed Contract Documents.

5. During the performance of the Contract, the Bidder agrees to comply with Ohio Administrative Code

(“OAC”) Chapters 123:2-3 through 123:2-9 and agrees to incorporate the monthly reporting provisions of OAC Section 123:2-9-01 into all subcontracts on the Project, regardless of tier. The Bidder understands the State’s Equal Opportunity Coordinator or the Contracting Authority may conduct pre-award and post-award compliance reviews to determine if the Bidder maintains nondiscriminatory employment practices, maintains an affirmative action program, and is exerting good faith efforts to accomplish the goals of the affirmative action program. For a full statement of the rules regarding Equal Employment Opportunity in the Construction Industry, see OAC Chapters 123:2-1 through 123:2-9.

6. The Bidder and each Person signing on behalf of the Bidder certifies, and in the case of a Bid by a joint

venture each member thereof certifies as to such member’s entity, under penalty of perjury, that to the best of the undersigned's knowledge and belief: (a) the Base Bid, any Unit Prices, and any Alternate bid in the Bid have been arrived at independently without collusion, consultation, communication or agreement, for the purpose of restricting competition as to any matter relating to such Base Bid, Unit Prices or Alternate bid with any other Bidder; (b) unless otherwise required by law, the Base Bid, any Unit Prices and any Alternate bid in the Bid have not been knowingly disclosed by the Bidder and shall not knowingly be disclosed by the Bidder prior to the bid opening, directly or indirectly, to any other Bidder who would have any interest in the Base Bid, Unit Prices or Alternate bid; (c) no attempt has been made or shall be made by the Bidder to induce any other Person to submit or not to submit a Bid for the purpose of restricting competition.

7. The Bidder understands that the Contract is subject to all the provisions, duties, obligations, remedies

and penalties of Ohio Revised Code Chapter 4115 and that the Bidder shall pay any wage increase in the locality during the term of the Contract.

8. The Bidder shall execute the Agreement with the Contracting Authority, if a Contract is awarded on the

basis of this Bid, and if the Bidder does not execute the Agreement for any reason, other than as authorized by law, the Bidder and the Bidder's Surety are liable to the State as provided in Article 5 of the Instructions to Bidders.

150003 Center for the History of Psychology Renovation – Phase II

M140-00 41 16 2014 Edition (2014-AUG) Page 10 of 11

9. The Bidder certifies that the upon the award of a Contract, as the Contractor it shall make a good faith effort to ensure that all of the Contractor’s employees, while working on the Site, shall not purchase, transfer, use, or possess illegal drugs or alcohol or abuse prescription drugs in any way.

10. The Bidder acknowledges that it read all of the Instructions to Bidders, and in particular, Section 2.10 -

Submittals With Bid Form, and by submitting its Bid certifies that it has read the Instructions to Bidders and it understands and agrees to the terms and conditions stated in them.

11. The Bidder agrees to furnish any information requested by the Contracting Authority or

Architect/Engineer, or Construction Manager if applicable, to evaluate the responsibility of the Bidder. 12. The Bidder agrees to furnish the submittals required by Section 6.1 of the Instructions to Bidders for

execution of the Agreement within 10 days of the date of the Notice of Intent to Award. 13. When the Bidder is a corporation, partnership or sole proprietorship, an officer, partner or principal of the

Bidder, as applicable, shall print or type the legal name of the Bidder on the line provided, and sign the Bid Form.

14. When the Bidder is a joint venture, an officer, partner or principal, as applicable, of each member of the

joint venture shall print or type the legal name of the applicable member on the line provided, and sign the Bid Form.

15. Bidder acknowledges that by signing the Bid Form on the following Bidder Signature and Information

page that it is signing the actual Bid and when submitted as a part of its bid package, shall serve as the Bidder’s authorization for the further consideration and activity in the bidding and contract process.

16. All signatures must be original.

-- remainder of page left blank intentionally --

150003 Center for the History of Psychology Renovation – Phase II

M140-00 41 16 2014 Edition (2014-AUG) Page 11 of 11

BIDDER SIGNATURE AND INFORMATION Bidder’s Authorized Signature:

Please print or type the following:

Name of Bidder’s Authorized Signatory

Title:

Company Name:

Mailing Address:

Telephone Number:

Facsimile Number:

E-Mail Address:

Where Incorporated:

Federal Tax Identification Number:

Date enrolled in an OBWC-approved DFSP (month/date/year): _______ / _______ /

Contact person for Contract processing:

President’s or Chief Executive Officer’s Name / Title:

JOINT VENTURE ADDITIONAL BIDDER SIGNATURE & INFORMATION Joint Venture Bidder’s Authorized Signature:

Please print or type the following:

Name of Joint Venture Bidder’s Authorized Signatory

Title:

Company Name:

Mailing Address:

Telephone Number:

Facsimile Number:

E-Mail Address:

Where Incorporated:

Federal Tax Identification Number:

Date enrolled in an OBWC-approved DFSP (month/date/year): _______ / _______ /

Contact person for Contract processing:

President’s or Chief Executive Officer’s Name / Title:

END OF DOCUMENT

14-033 CEMENTITIOUS UNDERLAYMENT

03 54 13 - 1

SECTION 03 54 13 CEMENTITIOUS UNDERLAYMENT

PART 1 - GENERAL

1.1 SUMMARY

A. Section includes self-leveling underlayment for interior finish flooring and use of pea gravel for filling deep swales in existing concrete floor.

B. Final elevations of underlayment surface will be determined after survey of existing floor is completed.

1. For bidding purposes, assume 2” of underlayment being placed over 2” of pea gravel including labor for mixing and placing as described in this specification.

1.2 REFERENCES

A. ASTM C472 Compressive Strength.

B. ASTM C33 Sand Aggregate.

C. ASTM D4263 Standard test method for indicating moisture in concrete.

D. ASTM F2419 Standard test method for installation of thick poured Gypsum concrete and preparation of surface to receive resilient flooring.

E. ASTM E492 Impact Insulation Class (IIC).

F. ASTM E90 Sound Transmission Class (STC).

1.3 ACTION SUBMITTALS

A. Product Data: For each type of product indicated.

1.4 QUALITY ASSURANCE

A. Installer Qualifications: Installer who is approved by manufacturer for application of underlayment products required for this Project.

B. Product Compatibility: Manufacturers of underlayment and floor-covering systems certify in writing that products are compatible.

PART 2 - PRODUCTS

2.1 HYDRAULIC-CEMENT-BASED UNDERLAYMENTS

A. Underlayment: Premium fiber-reinforced, self-leveling product that can be applied in minimum uniform thickness of 1/4 inch to a maximum of 3” thick and that can be feathered at edges to match adjacent floor elevations.

1. Basis-of-Design Product: Subject to compliance with requirements, provide USG Levelrock Brand 3500, or a comparable product by one of the following:

14-033 CEMENTITIOUS UNDERLAYMENT

03 54 13 - 2

a. Ardex. b. BASF Construction Chemicals, Inc. c. Euclid Chemical Company (The).

2. Levelrock 3500 Floor Underlayment:

a. Material: Gypsum Cement. b. Minimum Compressive Strength (ASTM C472): 3,500 psi. (Avg. 3,500 04,200)

psi (24.13 - 28.96) MPa. c. Nominal Average Density: 115 pounds per cubic foot.

B. Aggregate: Sand shall meet ASTM C33 as well as specifications outlined in manufacturers Applicator Manual.

1. Provide aggregate when recommended in writing by underlayment manufacturer for underlayment thickness required.

C. Water: Potable and at a temperature of not more than 70 deg F.

D. Primer: Product of underlayment manufacturer recommended in writing for substrate, conditions, and application indicated.

E. Pea Gravel: For use under deep fill areas. Pea gravel is a naturally occurring stone gap graded material having nominal size of 3/8”.

PART 3 - EXECUTION

3.1 EXAMINATION

A. Site Verification of Conditions:

1. Concrete substrate shall be structurally sound, properly fastened, and dry. Contractor shall clean subfloor to remove mud, oil, grease, and other contaminating factors before arrival of the authorized applicator.

2. Concrete substrate:

a. Verify concrete has been properly cured for at least 28 days and is dry. Perform moisture test outlined in ASTM D4263. Proceed with installation only after substrates do not exceed a maximum moisture-vapor-emission rate of 3 lbs. of water/ per 1000 sq. ft. (1.36 kg of water/100 sq. m) in 24 hours prior to underlayment installation.

b. If concrete contains more than 3 lbs. of water / per 1000 sq. ft. the application of Fast Track Primer is required. Fast Track Primer is an approved concrete sealer manufactured by Valspar Flooring Division.

3. Do not proceed with installation until unsatisfactory conditions are corrected.

3.2 REQUIREMENTS

A. Leak Prevention:

1. Fill cracks and voids in subfloor where leakage of slurry could occur using compressed building insulation, a suitable quick-setting patch material or caulk.

14-033 CEMENTITIOUS UNDERLAYMENT

03 54 13 - 3

B. Deep Fill Area:

1. Fill deep swales in existing concrete floor more than 1” out of level with surrounding slab elevations with underlayment/pea gravel mixture. For the purposes of the bid, allow for 2” of cementitious underlayment over 2” of pea gravel, including labor for placement as described below.

C. Priming subfloor:

1. Prime substrate according to manufacturer’s recommendations. Instructions and the number of coats will vary depending on application.

a. Concrete substrate: LEVELROCK Concrete Primer.

D. Application:

1. Installation shall not begin until the building is enclosed, including roof, windows, doors, and any other apertures.

2. Install in accordance with reference standards and manufacturer’s instructions and as required to comply with seismic requirements.

3.3 GENERAL INSTALLATION REQUIREMENTS

A. Mixing Proportions:

1. Mix design shall be proportioned to provide an average compressive strength of 3,500 psi or greater with a density of 120 pounds per cubic foot.

2. Underlayment mix shall be tested for slump using a 2 inch (i.d.) x 4 inch cylinder resulting a patty size of 8” - 9-1/2”.

B. Application - General:

1. Pour floor topping to recommended thickness. Immediately spread and screed product to a smooth surface. At substrate expansion, isolation, and other moving joints, allow joint of same width to continue through underlayment.

a. Concrete: Minimum thickness 1/2”.

C. Application – Deep Fills:

1. Combine pea gravel and underlayment before placing on floor areas that require more than 1” of underlayment. Use this mixture to fill up to within 1/2” of final floor elevation. pour one material first and then to top (also known as ‘cap’) with another lift of material, both lifts may be installed on the same day using the same underlayment product, provided the second lift is poured within 1 hour of the setup of the first lift. If more than one hour has passed, apply underlayment concrete primer at a 4:1 dilution rate before the second lift is poured. Otherwise, the first lift must dry completely and be primed prior to the application of the second lift.

D. Field Quality Control:

1. Underlayment mix shall be tested for a slump using a 2” (i.d.) x 4” cylinder resulting in a patty size of 8”-9 1/2”. Slump shall be taken at the beginning of each installation to verify required mix. Slump should be tested periodically thereafter at a minimum of every 2500 sq. ft. to verify it is being maintained during installation.

2. At least one set of three (3) molded cube samples shall be taken for every 10,000 sq. ft. Cubes shall be tested in accordance with ASTM C472.

14-033 CEMENTITIOUS UNDERLAYMENT

03 54 13 - 4

3. As an alternate to (item 2), a sample shall be taken in a Gladware container measuring 4” x 6” x 1-1/2”. The depth of the sample must be a minimum of 1”. Testing shall be conducted by USG Southard, OK laboratory using the prescribed test method with the Windsor Pin Gun.

4. If requested by the architect/owner, field control cubes samples may be tested by independent laboratory. Selection of independent laboratory shall be agreeable to the architect/owner and USG/authorized applicator. Copy of compressive test results shall be made available to USG/authorized applicator.

E. Protection:

1. After installation protect floor with plywood for heavy traffic areas and non-staining FIBEROCK TM floor protective paper for all other areas.

3.4 INSTALLATION OF FINISH FLOOR

A. General Requirements:

1. Damaged areas of the underlayment must be repaired prior to applying any sealer or treatment.

2. Heavily soiled floors need to be cleaned and free from paint, dirt, dust, or foreign matter. The use of oil based sweeping compounds is strictly prohibited.

3. Apply only LEVELROCK® approved sealers or surface enhancer as recommended by application and by the manufacturer.

4. Fasteners to be installed in underlayment must be designed for use in concrete or masonry systems.

5. Follow manufacturer’s recommendations regarding moisture levels and vapor retarders before proceeding with installation of finish floor system.

6. Floor must be dry prior to installation of finished floor or application of floor coatings. Check dryness by taping an 18” x18” section of plastic and checking for condensation or discoloration after 16 – 24 hours. (ASTM D4263) or use a Protimeter® SM Survey Master following floor underlayment recommendations.

7. Preventative maintenance, cautions, and procedures.

B. Resilient Floor Applications:

1. Follow floor-covering and or adhesive manufacturer’s guidelines for:

a. Proper application and procedures (ASTM F2419). b. Adequate curing or setting time prior to allowing traffic on finished floor. c. Proper trowel selections regarding porous-non porous substrates.

C. Ceramic Tile Applications:

1. Install ceramic tile, marble, porcelain, granite, natural stone in accordance with TCNA (Tile Council of North America, Inc.) printed recommendations.

D. Wood Flooring Applications:

1. Install hardwood, laminated, and engineered wood flooring according to NOFMA (National Wood Flooring Association) or manufacturer’s printed recommendations.

END OF SECTION 03 54 13

01 - FIRST FLOOR - EXIST.0"

02 - SECOND FLOOR14' - 9"

00 - BASEMENT-11' - 4"

03 - THIRD FLOOR26' - 1"

04 - FOURTH FLOOR37' - 6"

05 - ROOF50' - 7"

A5.4

2

101B

STAIR B600

STAIR B100

STAIR B600

PASSAGE205

UNOCCUPIED300

UNOCCUPIED400

2-HOUR ENCLOSURE o/ NEW STEELSTAIR OPENING SUPPORTS; REFERTO DETAIL 4/5.4

STAIR EXIST DOOR BEYOND

NEW PAINTED STEEL CONC.FILLED PAN STAIR SYSTEM

PAINTED STEELHANDRAILING/GUARDRAIL SYSTEM

NEW 8" CMU WALL

EXISTING WINDOWS TO REMAIN

EXIST. CEMENT PLASTER CEILING TOREMAIN

EXIST. STEEL ROOF STRUCTURE TOREMAIN

A5.4

4

A5.4

4SIM.

RETURN RAILS TOEXTERIOR WALL

01 - FIRST FLOOR - EXIST.0"

02 - SECOND FLOOR14' - 9"

E E.9 F

00 - BASEMENT-11' - 4"

03 - THIRD FLOOR26' - 1"

04 - FOURTH FLOOR37' - 6"

05 - ROOF50' - 7"

A5.4

1

A8.3

4

UNOCCUPIED400

UNOCCUPIED300

STAIR B100

STAIR B600

GALLERY 'B'106

ARCHIVES207

A8.3

6

A5.4

3

CONC. FILLED STEEL PANSTAIR & RAILING SYSTEM

PICKET RAILINGSYSTEM

STANDPIPE; REFER TO FIRESUPPRESSION DWGS.

12R

@6 7

/8"

6' -

9 3

/4"

14R

@6 7

/8"

7' -

11

1/4"

EXISTING STEEL PAN STAIR& RAILING TO REMAIN

EXIST. EXTERIOR BUILDING WALL

EXIST. WINDOW TO RMEAIN

EXIST. ROOF DRAIN LEADER TO REMAIN

EXIST. WINDOW TO RMEAIN

EXIST. ROOF DRAIN LEADER TO REMAIN

EXIST. ALUMINUM STOREFRONT w/INSULATING GLASS - APPLY SUN-CONTROL FILM TO INSIDE FACE OFGLAZING

REMOVE PORTION OF EXIST.CONCRETE COLUMN CAPITAL TOACCOMMODATE NEW STEEL BEAM

RE-LOCATED & RE-WORKED EXIST.HORIZONTAL PIPE GUARDRAIL -TRIMMED TO FIT UNDER NEW STAIR

ALIGN NEW 8" CMU WALL w/WALL BELOW

REMOVE PORTION OF EXIST. CONC.COLUMN CAPITAL AS REQUIRED TOACCOMMODATE NEW STEEL BEAM

A5.4

4SIM.

3' -

0"3' -

6"

RIS

ER

6 3

/4"

TREAD (TYP.)

11" 1" NOSING

1 1/2" DIA. TOP GUARD RAIL

1 1/2" DIA. HANDRAIL

1/2" DIA. PICKET RAIL

1 1/2" DIA. VERTICALPOSTS

MTL. STRINGER

CMU WALL BEYOND

6" 4"

STEEL CHANNEL STRINGER

STEEL PAN RISERS &TREADS w/ 2" CONC. FILL

EXIST. CONC. FLOOR SLAB

1' - 1"

(2) LAYERS F.R. 5/8" GYP.BD. o/ 2 1/2" MTL. STUDS @16" O.C.

ANCHOR STUDS TOUNDERSIDE OF EXIST. SLAB

NEW STEEL STAIR OPENINGSUPPORT; REFER TOSTRUCTURAL DWGS.

STEEL CONC. FILLED PAN STAIRSYSTEM BEYOND

CONC. COLUMN BEYOND

MARK

FERGUSON9335

A.

S

R

TATE OF OH I O

EG

I S T E R E D A R CH I TE

CT

COPYRIGHT 2015 By Four PointsArchitectural Services. These drawingsand specifications shall remainproperty of Four Points ArchitecturalServices. No part thereof shall becopied, disclosed to others, or usedin connection with any work orproject, other than the specifiedproject for which they have beenprepared and developed, withoutthe express knowledge and writtenconsent of Four Points ArchitecturalServices, Inc.

2850 S. Arlington Rd.Suite 200

Akron, Ohio 44312

330.753.971033.753.9715 Fax

DATE:

DRAFTED:

REVISIONS:

Mark A. Ferguson Exp. 12.31.15

fourpointsArchitectural services, inc.

5/6/

2015

5:1

7:42

PM

C:\

Revi

t File

s\14

-033

UA

CHP

-Pha

se 2

_jcs

touf

fer.r

vt

04-18-15

FP STAFF

STAIR 'B' SECTIONSAND DETAILS

A5.414-033

73 S

OUT

H C

OLL

EGE

STRE

ET

AKR

ON

, OHI

O 4

4325

THE

UNIV

ERSI

TY O

F A

KRO

N

1/4" = 1'-0"A5.4

1 STAIR 'B' SECTIONTRANSVERSE - BASE BID 1/4" = 1'-0"A5.4

2 STAIR 'B' SECTIONBASE BID 1" = 1'-0"A5.4

3 STAIR 'B' DETAIL

1 1/2" = 1'-0"A5.4

4 RATED BEAM COVERING SUPPORT2-HOUR RATED - SIM. TO UL DESIGN NO. 501

1 05-06-15 ADDENDUM #1

1

1

1.1

E E.9 F

A5.5

3

STAIR B

401B

8T @11"

7' - 4" 6' - 1 1/4" 1' - 4 3/4"

9T @11"

8' - 3" 5' - 2" 1' - 4 3/4"

CONC. FLR. OPENING

15' - 4"

6"

8"

12' -

2 3

/4"

2' -

7 3

/4"

CO

NC. F

LR. O

PEN

ING

9' -

7" 4

' - 0

"1'

- 2"

4' -

0"

3"

EXIST. ROOF DRAIN LEADER TO REMAIN

NEW STEEL STRINGER AND CONCRETEFILLED PAN STAIR SYSTEM w/ STEELPICKET GUARD AND HANDRAILS

EXIST. WINDOWS TO REMAIN

RETURN RAILS TO WALL

1

1.1

E E.9 F

A5.5

3

301B

9T @11"

8' - 3" 5' - 2" 1' - 4 3/4"

8T @11"

7' - 4" 6' - 1" 1' - 4 3/4"

STAIR B

CONC. FLR. OPENING

15' - 4"8"

12' -

2 3

/4"

2' -

7 3

/4"

CO

NC. F

LR. O

PEN

ING

9' -

4"

3"

2"4' -

0"

1' -

2"4' -

0"

3"

EXIST. ROOF DRAIN LEADER TO REMAIN

NEW STEEL STRINGER AND CONCRETEFILLED PAN STAIR SYSTEM w/ STEELPICKET GUARD AND HANDRAILS

EXIST. WINDOWS TO REMAIN

RETURN RAILS TO WALL

01 - FIRST FLOOR - EXIST.0"

02 - SECOND FLOOR14' - 9"

E E.9 F

00 - BASEMENT-11' - 4"

03 - THIRD FLOOR26' - 1"

04 - FOURTH FLOOR37' - 6"

05 - ROOF50' - 7"

9R @

6 7

/8"

5' -

1 5

/8"

11R

@6 7

/8"

6' -

3 3

/8"

10R

@6 3

/4"

5' -

8"

10R

@6 3

/4"

5' -

8"

EXISTING STEEL PAN STAIR& RAILING TO REMAIN

BASE BID STEEL PAN STAIR& RAILING SYSTEM

STAIR B

STAIR B

A5.4

3SIM.

CMU WALL PART OF BASE BIDSCOPE OF WORK

ALIGN NEW 8" CMU WALL w/ WALLBELOW

NEW 8" CMU STAIR WALLCONSTRUCT TO BOTTOM OFCEMENT PLASTER CEILING

ALIGN NEW 8" CMU WALL w/ WALLBELOW

EXIST. CEMENT PLASTER CEILING TOREMAIN - LAMINATE (1) LAYER 5/8" F.R.GYP. BD. TO UNDERSIDE

EXIST. BLDG. WALL

EXIST. ROOF DRAIN LEADER TO REMAIN

EXIST. WINDOWS TO REMAIN

NEW SAWCUT OPENING AS PART OFALTERNATE 2 SCOPE OF WORK

REMOVE PORTION OF EXIST. CONCRETECOLUMN CAPITAL TO ACCOMMODATE NEWSTEEL BEAM

NEW SAWCUT OPENING AS PART OFALTERNATE 2 SCOPE OF WORK

REMOVE PORTION OF EXIST. CONCRETECOLUMN CAPITAL TO ACCOMMODATE NEWSTEEL BEAM

NEW STRUCTURAL STEEL STAIROPENING SUPPORT - ENCLOSURE w/ 2-HR. RATED CONSTRUCTION; REFER TODETAIL 4/A5.4

NEW STRUCTURAL STEEL STAIROPENING SUPPORT - ENCLOSURE w/ 2-HR. RATED CONSTRUCTION; REFER TODETAIL 4/A5.4

A5.4

4SIM.

A5.4

4SIM.

MARK

FERGUSON9335

A.

S

R

TATE OF OH I O

EG

I S T E R E D A R CH I TE

CT

COPYRIGHT 2015 By Four PointsArchitectural Services. These drawingsand specifications shall remainproperty of Four Points ArchitecturalServices. No part thereof shall becopied, disclosed to others, or usedin connection with any work orproject, other than the specifiedproject for which they have beenprepared and developed, withoutthe express knowledge and writtenconsent of Four Points ArchitecturalServices, Inc.

2850 S. Arlington Rd.Suite 200

Akron, Ohio 44312

330.753.971033.753.9715 Fax

DATE:

DRAFTED:

REVISIONS:

Mark A. Ferguson Exp. 12.31.15

fourpointsArchitectural services, inc.

5/6/

2015

5:1

5:36

PM

C:\

Revi

t File

s\14

-033

UA

CHP

-Pha

se 2

_jcs

touf

fer.r

vt

04-18-15

FP STAFF

ALTERNATE 2 STAIR 'B'PLANS AND SECTIONS

A5.514-033

73 S

OUT

H C

OLL

EGE

STRE

ET

AKR

ON

, OHI

O 4

4325

THE

UNIV

ERSI

TY O

F A

KRO

N

1/4" = 1'-0"A5.5

2 FOURTH FLOOR STAIR 'B' PLANALTERNATE 2

1/4" = 1'-0"A5.5

1 THIRD FLOOR STAIR 'B' PLANALTERNATE 2 1/4" = 1'-0"A5.5

3 STAIR 'B' LONGITUDINAL SECTION - ALTERNATE 2NORTH

NORTH

1 05-06-15 ADDENDUM #1

1

1

A A.1

A

A

04-18-15

RDB

SECTIONS ANDDETAILS

S3.214-033

73 S

OUT

H C

OLL

EGE

STRE

ET

AKR

ON

, OHI

O 4

4308

THE

UNIV

ERSI

TY O

F A

KRO

N

COPYRIGHT 2015 By Four PointsArchitectural Services. These drawingsand specifications shall remainproperty of Four Points ArchitecturalServices. No part thereof shall becopied, disclosed to others, or usedin connection with any work orproject, other than the specifiedproject for which they have beenprepared and developed, withoutthe express knowledge and writtenconsent of Four Points ArchitecturalServices, Inc.

2850 S. Arlington Rd.Suite 200

Akron, Ohio 44312

330.753.971033.753.9715 Fax

DATE:

DRAFTED:

REVISIONS:

Mark A. Ferguson Exp. 12.31.15

05-06-15ADDENDUM #1

9-1/

2"ROOF INSULATION

ROOFING, RUN UPUNDER COVER (BY G.C.)

ROOF BOOT (TYP.)

SILICONE CAULK

ROOF LINE

ANCHOR TO EXISTINGROOF DECK ASREQUIRED.

PIPE - SEE PLANS FORQUANTITY, SIZES,ARRANGEMENT ANDCONTINUATION.

CURB COVER, SECURETO CURB.

PIPE CURB ASSEMBLY

STAINLESS STEELCLAMPS (TYP.)

PIPE CURB DETAILN.T.S.

DIELECTRIC UNION

PLUGGED TEE

PITCH DN. TOWARD DRAIN

PIPE OPEN TO ATMOSPHERE

CLEANOUT (TYP.)

TERMINATE OVER ROOF DRAINAS INDICATED ON PLANS

DEPTH OF TRAP SHALLBE 2".

DEPTH SHALL BE 6".

ON PLANS.

SUPPORT STRUCTURE.

REQUIREMENTS

OF DEPTH SHOWN.

1. LOCATE TRAP AS CLOSE AS POSSIBLE TORTU DRAIN OUTLET WITH BOTTOM BELOW

2. SIZE OF TRAP PIPING TO BE LARGER OFEQUIPMENT OUTLET SIZE OR DIMENSION

3. SEE SPECIFICATIONS FOR INSULATION

4. NOTIFY ENGINEER BEFORE FABRICATING IFPHYSICAL CONDITIONS PROHIBIT INSTALLATION

CONDENSATE TRAP DETAIL

NOTES:

UNIT DRAIN PAN

ROOFTOP AIR HANDLING UNIT

N.T.S.

N.T.S.

NOTE:

NOTE:

UNIONTYP.

CHECK VALVE

GATE VALVETYP.

CONDENSATEFLOW

PITCH DOWN

THERMODYNAMIC STREAM TRAPW/STRAINER AND BLOWDOWN.SPIRAX/SARCO TD42 ORAPPROVED EQUAL.

STEAM FLOW

CONDENSATEMAIN

SEE PLANS FOR PIPESIZES AND DRIP TRAPLOCATIONS.

CAP OR BLINDFLANGE

DIRT LEG

TRAP TEE

SEE PLANS FOR ACTUALDUCTWORK CONFIGURATIONLEAVING BOTTOM OF UNIT.

COORDINATE LOCATION OFOPENINGS AND SUPPORTS.

NEOPRENE CONNECTIONCURB WEATHER SEAL.

CURB MOUNTED ALUMINUMSPRING VIBRATION BASE INCUTAWAY VIEW.

COMPLETELY FILL VOIDBETWEEN ROOF DECK ANDUNIT WITH SOUND ABSORBERMATERIAL (ROXUL AFB OREQUAL)

6" FLEXIBLE CONNECTION INVERTICAL (TYP.)

FLASHING TO EXTERIOR OFCURB BASE BY G.C.

ROOF LINE

SECURE UNIT TO CURB FORWEATHERTIGHTINSTALLATION PER CURBMFR.'S RECOMMENDATIONS.

ROOFTOP AIR HANDLINGUNIT; SEE PLANS ANDSPECIFICATIONS FOROPTIONS ANDCONFIGURATION.

COMPLETELY FILL VOID WITH ACCOUSTICFIBERGLASS BATT INSULATION. FLASHALL PENETRATIONS WITH 24" 1 PSFBARRIER

WRAP SUPPLY AND RETURNAIR DUCTWORK WITH (4), 1/2"SHEETS OF DRYWALL (ALLFOUR SIDES).

INSTALL 4" THICK TIGHT FITTINGDRYWALL AT BASE OF CURB, CAULKEDGES OF DRYWALL SOUND TIGHT.INSTALL 1 PSF LOADED LIMP MASSCONTINUOUS BARRIER (KINETICSMODEL KNM-100B OR EQUAL) ATINTERIOR OF ROOF CURB ABOVEDRYWALL.

N.T.S.

VOLUME DAMPER DETAIL

1. DELETE INSULATION STAND-OFF ON DUCTWORK WITHOUTEXTERIOR INSULATION.

2. DETAIL SHOWS SINGLE BLADE DAMPER. DAMPERINSTALLATION SHALL BE SIMILAR FOR MULTI-BLADE DAMPERS& ROUND DAMPERS.

ROOFTOP DUCT PEDESTAL DETAILN.T.S.

DETAIL OF THE LOW PRESSURE DRIP TRAP ASSEMBLYN.T.S.

N.T.S.

AS REQUIRED

LOCKING QUADRANT

BEARING

ROUND ROD PININSULATION

OUTSIDE END BEARING

ALL AROUND1/8" (6 MM) CLEARANCE

DAMPER BLADE

SECTION

1/2" (15 MM)

INSULATIONSTAND-OFF

HANDLE WITHLOCKINGQUADRANT

INSIDE END

INSULATION

DAMPER BLADE

DUCT

SIDE ELEVATION

STIFFEN BLADE

HANDLE WITH

DUCT

8"

MIN. 12"

LATERAL ADJUST SPACERBRACKET

HEIGHT ADJUSTMENT

DUCT SLIDE ASSEMBLY

THREADED ROD, CUT OFFAT 1" ABOVE DUCT HEIGHT(TYP.)

DUCT WITH FIELD APPLIEDINSULATION AND ALUMINUMJACKET (SEE SPECS.)

ROOF

FLASHING ANDCOUNTERFLASHING

LAG BOLT (TYP.)

STEEL SLIDE CHANNEL

CURB

TOP OF INSULATION TO BEPITCHED TO PREVENTPONDING.

RETANGULAR DUCT CURB DETAILN.T.S.

ANCHOR TO EXISTING ROOFDECK AS REQUIRED

CURB ASSEMBLY

GALVANIZED STEEL COVERSECURE TO CURB

SILICONE CAULK

ROOFING, MEMBRANE, RUNUP UNDER COVER

ROOF LINE

ROOF INSULATION

DUCT JACKET. SEESPECIFICATIONS.

INSULATION BETWEENJACKET AND DUCT. SEESPECIFICATIONS.

TAPERED INSULATION

SEE ROOF PLAN FOR DUCTROUTING.

ROOF PENETRATION

NOTES:

1. DETAILS SHOW GENERIC BOTTOM OUTLET CONDITIONS. CURB INSTALLATION STILLAPPLIES WITH SIDE DISCHARGE AND RETURN DUCTWORK CONFIGURATION.

2. SUBMIT CURB DUCTWORK SHOP DRAWING TO ENGINEER PRIOR TO FABRICATION.

3. SUBMIT PHOTOS OF CURB DUCTWORK TO ENGINEER PRIOR TO RIGGING UNIT.

DUCTWORK

STAINLESS STEELHOLD DOWN STRAP

"PATE" STYLE PC-5 ROOF CURB

GALVANIZED STEEL COVER

ROOF LINE

CURB BY H.C., CURBINSTALLATION BY G.C.

RUN UP UNDER COVERROOFING MEMBRANE,

CHANNEL, TYP.GALVANIZED STEEL4"x1"x1/4" 16 GA.

N.T.S.

ROOF INSULATION

ROOF MOUNTED ROUND DUCT SUPPORT DETAIL

12"

MIN

IMU

M

WALL CENTRIFUGAL EXHAUST FANN.T.S.

NOTES:

1. WIRING TO BE RUN IN CONDUIT GUIDE PROVIDEDBY FAN MFR.

2. SIZE WALL OPENING IN ACCORDANCE WITH MFR'SAPPROVED SHOP DRAWINGS. COORDINATE LOCATIONWITH G.C.

EXPANSION BOLT FANTO WALL THROUGHWEATHERPROOF SEALAS REQUIRED

SECURE MOUNTING RINGTO WALL PER MFR'SRECOMMENDATIONS ANDSEAL WEATHERPROOF

DISCONNECT SWITCHWALL SLEEVE

EXHAUST DUCTWORK

DAMPER - SEESPECIFICATIONS AND/OR TEMPERATURECONTROL DRAWINGSFOR REQUIREMENTS.

CONDUIT (BY E.C.)

GALVANIZED ANGLEIRON; CAULK ANDSEAL PERIMETER.

LINTELS BY G.C. ASREQUIRED

FINTUBE RADIATOR

STEAM TRAPTYP. (SEE DETAIL)

2-WAY STEAMCONTROL VALVE

TIE INTO CONDENSATE MAIN

FLOOR LINE

STEAM TO OTHERRADIATORSAS REQUIRED

STEAM

CONDENSATE

FEEDING STEAM RADIATOR FROM BELOWPIPING AND VALVING ARRANGEMENTS

ROOFTOP AIR HANDLING UNIT DETAIL

WITH CURB MOUNTED SPRING VIBRATION BASEDATESIGNATURE

R DEG I S T E RE

ST

RO

FE

S

SI O NA L ENG

I NE

ER

S

OIHOFOETA

P

0' 1' 2'

1/2" = 1' 0"

0' 1' 3'

3/8" = 1' 0"

0' 2' 4'

1/4" = 1' 0"

0' 3' 6'1'

3/16" = 1' 0"

0' 4' 8'2'

1/8" = 1' 0"

0' 3' 12'

3/32" = 1' 0"

6'0' 8' 16'4'

1/16" = 1' 0"

COPYRIGHT 2015 By Four PointsArchitectural Services. These drawingsand specifications shall remainproperty of Four Points ArchitecturalServices. No part thereof shall becopied, disclosed to others, or usedin connection with any work orproject, other than the specifiedproject for which they have beenprepared and developed, withoutthe express knowledge and writtenconsent of Four Points ArchitecturalServices, Inc.

2850 S. Arlington Rd.Suite 200

Akron, Ohio 44312

330.753.971033.753.9715 Fax

DATE:

DRAFTED:

REVISIONS:

Mark A. Ferguson Exp. 12.31.15

fourpointsArchitectural services, inc.

C.J.SCHOONOVER

62197

5/4/

2015

10:

52:1

9 A

MC

:\Us

ers\

spav

lik\D

eskt

op\L

ocal

File

Ma

ster

\Rev

it Pr

ojec

ts\R

evit

2015

Job

s\14

118_

UA C

ente

r for

Hist

ory

of P

sych

olog

y PH

2_M

ECH

_SPA

VLIK

.rvt

04-18-15

SBM STAFF

HVAC DETAILS

H5.214-033

73 S

OUT

H C

OLL

EGE

STRE

ET

AKR

ON

, OHI

O 4

4308

THE

UNIV

ERSI

TY O

F A

KRO

N

04-18-15

1 05-06-15 ADDENDUM 2

1

1