Professional Documents
Culture Documents
TABLE OF CONTENTS
124
128
EXHIBIT D
GMP AMENDMENT
Owner:
v. 05/2015
Exhibit D - GMP Amendment
Page 1 of 138
Page 1 of 4
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
$0
$32,600,790
$32,600,790
Personnel Costs
$0
$565,655
$565,655
$0
$717,514
$717,514
Subcontracted Work
$0
$31,030,182
$31,030,182
Self-performed Work
$0
$287,439
$287,439
CMs Contingency
$0
$657,439
$657,439
CMs 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
Substantial Completion of all Work
Contract Time
Projected Date
(as of the date of this
GMP Amendment)
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 CMs Fee and the CMs Contingency. This exhibit is
informational only. It is included to provide a tool to evaluate, analyze, and discuss the proposed Contract
v. 05/2015
Exhibit D - GMP Amendment
Page 2 of 138
Page 2 of 4
SIGNATURES
IN WITNESS WHEREOF, the parties hereto have executed this Amendment as of the date set forth below:
BOARD OF COUNTY COMMISSIONERS
v. 05/2015
Exhibit D - GMP Amendment
Page 3 of 138
Page 3 of 4
________________________
________________________
Steve Davis,
Fairfield County Commissioner
Rob Train,
Director Preconstruction Services
________________________
Mike Kiger,
Fairfield County Commissioner
_________________________
David L. Levacy,
Fairfield County Commissioner
_________________________
________________________
Jason M. Dolin,
Fairfield County Assistant Prosecuting Attorney
Date
________________________
________________________
Date
END OF DOCUMENT
4834-6935-2995, v. 3
v. 05/2015
Exhibit D - GMP Amendment
Page 4 of 138
Page 4 of 4
EXHIBIT A:
BASIS DOCUMENTS
ALTERNATES
PAYMENT PROCEDURES
ADMINISTRATIVE REQUIREMENTS
PROJECT MANAGEMENT
AGREEMENT AND WAIVER FOR USE OF
COMPUTER AIDED DESIGN FILES
CONSTRUCTION PROGRESS
DOCUMENTATION
PROJECT SCHEDULING
PHOTOGRAPHIC DOCUMENTATION
SUBMITTALS
SPECIAL PROJECT PROCEDURES FOR
DETENTION FACILITIES
ISSUER
DATED
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
Exhibit A
Page 1 of 15
Exhibit D - GMP Amendment
Page 5 of 138
01 35 43
01 35 46
01 40 00
01 41 00
01 41 20
01 42 00
01 45 33
ENVIRONMENTAL PROCEDURES
NOISE & ACOUSTICS MANAGEMENT
QUALITY REQUIREMENTS
REGULATORY REQUIREMENTS
AIR BARRIER SYSTEM
REFERENCES
CODE REQUIRED STRUCTURAL TESTING AND
SPECIAL INSPECTIONS
01 45 33.01
STATEMENT OF SPECIAL INSPECTIONS
01 50 00
TEMPORARY CONSTRUCTION AND UTILITIES
01 60 00
PRODUCT REQUIREMENTS
01 61 00
ENVIRONMENTAL PRODUCT REQUIREMENTS
01 73 00
EXECUTION REQUIREMENTS
01 73 29
CUTTING AND PATCHING
01 74 13
PROGRESS CLEANING
01 74 19
CONSTRUCTION WASTE MANAGEMENT
01 77 00
CONTRACT CLOSEOUT
01 78 23
OPERATION AND MAINTENANCE MANUALS
01 78 36
WARRANTIES
01 78 39
PROJECT RECORD DOCUMENTS
01 78 43
SPARE PARTS AND MATERIALS
01 79 00
DEMONSTRATION AND TRAINING
01 81 19
INDOOR AIR QUALITY REQUIREMENTS
01 91 13
GENERAL COMMISSIONING REQUIREMENTS
DIVISION 02 - EXISTING CONDITIONS
02 00 00
EXISTING CONDITIONS
02 41 16
STRUCTURE DEMOLITION
02 41 19
SELECTIVE DEMOLITION
DIVISION 03 - CONCRETE
03 20 00
CONCRETE REINFORCEMENT
03 30 00
CAST-IN-PLACE CONCRETE
03 31 00
CONCRETE TOPPING
03 41 00
PRECAST STRUCTURAL CONCRETE
DIVISION 04 - MASONRY
04 21 13
BRICK MASONRY
04 22 00
CONCRETE MASONRY UNITS
04 72 00
CAST STONE MASONRY
DIVISION 05 - METALS
05 12 00
STRUCTURAL STEEL
05 21 00
STEEL JOIST FRAMING
05 31 00
STEEL DECKING
05 40 00
COLD FORMED METAL FRAMING
05 50 00
METAL FABRICATIONS
05 51 00
METAL STAIRS
05 52 13
PIPE AND TUBE RAILINGS
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
Exhibit A
Page 2 of 15
Exhibit D - GMP Amendment
Page 6 of 138
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
Exhibit A
Page 3 of 15
Exhibit D - GMP Amendment
Page 7 of 138
09 65 80
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
Exhibit A
Page 4 of 15
Exhibit D - GMP Amendment
Page 8 of 138
21 05 53
21 05 54
21 05 93
21 05 94
21 06 00
21 11 00
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
Exhibit A
Page 5 of 15
Exhibit D - GMP Amendment
Page 9 of 138
23 05 30
23 05 48
INSTALLATION OF PIPING
VIBRATION CONTROLS FOR HVAC PIPING AND
EQUIPMENT
23 05 49
SEISMIC CONTROLS
23 05 53
IDENTIFICATION FOR HVAC PIPING &
EQUIPMENT
23 05 54
EQUIPMENT IDENTIFICATION
23 05 93
TESTING, ADJUSTMENT AND BALANCING FOR
HVAC
23 05 94
PROTECTION AND CLEANING
23 07 00
HVAC INSULATION
23 10 00
CLEANING AND FLUSHING OF PIPING
SYSTEMS
23 21 13
HYDRONIC PIPING
23 21 13.15
CONDENSATION DRAIN & DRAIN PIPING
23 21 13.53
EXPANSION TANKS
23 21 23
HYDRONIC PUMPS
23 25 13
HVAC WATER TREATMENT SYSTEM
23 31 13.13
LOW PRESSURE DUCTWORK
23 31 13.14
HIGH PRESSURE DUCTWORK
23 32 00
MEDIUM VELOCITY VAV-CV BOXES
23 33 13
LOUVERS & DAMPERS
23 34 16
POWERED ROOF EXHAUSTERS
23 37 00
REGISTERS, GRILLES AND DIFFUSERS
23 51 13.13
MECHANICAL DRYER VENTING SYSTEMS
23 52 16
CONDENSING BOILERS
23 73 9
KITCHEN HOOD MAKEUP AIR UNITS
23 75 00
AIR HANDLING UNIT
23 86 00
AIR COOLED CHILLER
23 90 00
VARIABLE FREQUENCY DRIVES
23 99 00
HVAC COMMISSIONING
25 00 00
INSTRUMENTATION AND CONTROL FOR HVAC
25 01 00
SEQUENCE OF OPERATION FOR HVAC
CONTROLS
DIVISION 26 - ELECTRICAL
26 00 00
GENERAL PROVISIONS
26 00 15
WORK INCLUDED
26 00 16
FIRESTOPPING
26 00 20
CODES AND FEES
26 00 25
TESTS AND INSPECTIONS
26 01 20
OPERATION AND MAINTENANCE MANUALS
26 04 02
UNDERGROUND ELECTRICAL SERVICE
26 05 19
LOW VOLTAGE ELECTRICAL POWER
CONDUCTORS & CABLES
26 05 20
ELECTRIC HEAT TRACING SYSTEM
26 05 23
MOTOR AND EQUIPMENT WIRING
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
Exhibit A
Page 6 of 15
Exhibit D - GMP Amendment
Page 10 of 138
26 05 26
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
Exhibit A
Page 7 of 15
Exhibit D - GMP Amendment
Page 11 of 138
32 31 13
CHAIN LINK FENCES
32 92 00
TURF AND GRASSES
32 93 00
PLANTS
DIVISION 33 - UTILITIES
33 05 00
COMMON WORK RESULTS FOR UTILITIES
33 10 00
WATER UTILITIES
33 30 00
SANITARY SEWER UTILITIES
33 40 00
STORM UTILITY DRAINAGE PIPING
33 46 00
SUBDRAINAGE SYSTEMS
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
7/15/2015
ISSUER
Watchel & McAnally
Watchel & McAnally
Watchel & McAnally
Watchel & McAnally
Watchel & McAnally
Watchel & McAnally
Watchel & McAnally
Watchel & McAnally
Watchel & McAnally
Watchel & McAnally
Watchel & McAnally
Watchel & McAnally
Watchel & McAnally
Watchel & McAnally
Watchel & McAnally
Watchel & McAnally
Watchel & McAnally
Watchel & McAnally
Watchel & McAnally
Watchel & McAnally
Watchel & McAnally
Watchel & McAnally
Watchel & McAnally
Watchel & McAnally
Watchel & McAnally
Watchel & McAnally
Watchel & McAnally
Watchel & McAnally
Watchel & McAnally
Watchel & McAnally
Watchel & McAnally
Watchel & McAnally
Watchel & McAnally
Watchel & McAnally
Watchel & McAnally
DATED
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
CONSTRUCTION DRAWINGS
NO.
TITLE
C100 SITE LAYOUT PLAN
C105 SITE DETAILS
C106 SITE DETAILS
C.1
TITLE SHEET
C.2
GENERAL NOTES / DETAILS
C.3
GENERAL NOTES / DETAILS
C.4
DEMOLITION PLAN
C.5
SITE DIMENSION PLAN
C.6
GRADING PLAN
C.7
STORM SEWER / UTILITY PLAN
C.8
STORM SEWER / UTILITY PROFILES
C.9
STORM WATER POLLUTION PREVENTION PLAN
C.10 STORM WATER POLLUTION PREVENTION PLAN
C.11 STORM WATER POLLUTION PREVENTION PLAN
I001 LEGEND
I001b PARTITION TYPES SCHEDULE
ST
I002 OVERALL 1 FLOOR FIRE RATED ASSEMBLIES
ST
I002a 1 FLOOR FIRE RATED ASSEMBLIES AREA A
ST
I002b 1 FLOOR FIRE RATED ASSEMBLIES AREA B
ST
I002c 1 FLOOR FIRE RATED ASSEMBLIES AREA C
ST
I002d 1 FLOOR FIRE RATED ASSEMBLIES AREA D
ND
I003 OVERALL 2 FLOOR FIRE RATED ASSEMBLIES PLAN
ND
I003c 2 FLOOR FIRE RATED ASSEMBLIES PLAN AREA C
ND
I003d 2 FLOOR FIRE RATED ASSEMBLIES PLAN AREA D
ST
I004 OVERALL 1 FLOOR SECURITY WALL PLAN
ST
I004a 1 FLOOR SECURITY WALL PLAN AREA A
ST
I004b 1 FLOOR SECURITY WALL PLAN AREA B
ST
I004c 1 FLOOR SECURITY WALL PLAN AREA C
ST
I004d 1 FLOOR SECURITY WALL PLAN AREA D
ND
I005 OVERALL 2 FLOOR SECURITY WALL PLAN
ND
I005c 2 FLOOR SECURITY WALL PLAN AREA C
ND
I005d 2 FLOOR SECURITY WALL PLAN AREA D
ST
I006 1 FLOOR EGRESS AND OCCUPANCY PLAN AREA A
ST
I007 1 FLOOR EGRESS AND OCCUPANCY PLAN AREA B
ST
I008 1 FLOOR EGRESS AND OCCUPANCY PLAN AREA C
Exhibit A
Page 8 of 15
Exhibit D - GMP Amendment
Page 12 of 138
I009
I010
I011
A101
A102
A103
A104
A105
A106
A107
A108
A109
A110
A111
A112
A113
A114
A115
A116
A117
A118
A119
A120
A121
A130
A131
A132
A133
A134
A135
A136
A137
A138
A139
A140
A141
A142
A150
A151
A152
A160
A161
A162
A163
A164
A165
A166
A167
A170
A171
A172
ST
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
Exhibit A
Page 9 of 15
Exhibit D - GMP Amendment
Page 13 of 138
A173
A174
A175
A180
A181
A182
A183
A200
A201
A202
A203
A204
A205
A206
A210
A230
A231
A232
A233
A234
A235
A236
A237
A238
A239
A240
A241
A242
A243
A244
A245
A246
A247
A248
A249
A300
A301
A302
A303
A304
A305
A306
A400
A400
A401
A402
A403
A404
A405
A406
A407
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
Exhibit A
Page 10 of 15
Exhibit D - GMP Amendment
Page 14 of 138
A408
A409
A410
A411
A412
A413
A414
A415
A416
A417
A418
A419
A420
A421
A422
A423
A424
A425
A426
A427
A428
A429
A430
A431
A432
A433
A434
A435
A436
A437
A438
A439
A440
A441
A442
A500
A501
A502
A600
A601
A602
A603
A604
A605
A800
A801
A802
A803
A804
A810
A811
INTERIOR ELEVATIONS
INTERIOR ELEVATIONS
INTERIOR ELEVATIONS
INTERIOR ELEVATIONS
INTERIOR ELEVATIONS
INTERIOR ELEVATIONS
INTERIOR ELEVATIONS
INTERIOR ELEVATIONS
INTERIOR ELEVATIONS
INTERIOR ELEVATIONS
INTERIOR ELEVATIONS
INTERIOR ELEVATIONS
INTERIOR ELEVATIONS
INTERIOR ELEVATIONS
INTERIOR ELEVATIONS
INTERIOR ELEVATIONS
INTERIOR ELEVATIONS
INTERIOR ELEVATIONS
INTERIOR ELEVATIONS
INTERIOR ELEVATIONS
INTERIOR ELEVATIONS
INTERIOR ELEVATIONS
INTERIOR ELEVATIONS
INTERIOR ELEVATIONS
INTERIOR ELEVATIONS
INTERIOR ELEVATIONS
INTERIOR ELEVATIONS
INTERIOR ELEVATIONS
INTERIOR ELEVATIONS
INTERIOR ELEVATIONS
INTERIOR ELEVATIONS
INTERIOR ELEVATIONS
INTERIOR ELEVATIONS
INTERIOR ELEVATIONS
INTERIOR ELEVATIONS
DETAILS
DETAILS
DETAILS
CASEWORK DETAILS
CASEWORK DETAILS
CASEWORK DETAILS
CASEWORK DETAILS
CASEWORK DETAILS
CASEWORK DETAILS
DOOR SCHEDULES
DOOR SCHEDULES
DOOR SCHEDULES
DOOR SCHEDULES
DOOR SCHEDULES
FRAME ELEVATIONS
FRAME ELEVATIONS
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
Exhibit A
Page 11 of 15
Exhibit D - GMP Amendment
Page 15 of 138
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
Exhibit A
Page 12 of 15
Exhibit D - GMP Amendment
Page 16 of 138
S402
S403
FP110
FP111
FP112
FP115
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
Exhibit A
Page 13 of 15
Exhibit D - GMP Amendment
Page 17 of 138
E111
E112
E113
E114
E115
E121
E122
E123
E124
E210
E211
E212
E213
E214
E221
E222
E223
E310
E311
E312
E313
E322
E323
E401
E402
E403
E404
E411
E500
E501
E502
E503
E710
E711
E712
E713
E722
E723
E730
E740
E750
E751
E752
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
07/15/15
Exhibit A
Page 14 of 15
Exhibit D - GMP Amendment
Page 18 of 138
ADDENDA
ADDENDUM #1
ADDENDUM #2
Granger/Watchel &
McAnally
Granger/Watchel &
McAnally
08/03/15
08/06/15
Exhibit A
Page 15 of 15
Exhibit D - GMP Amendment
Page 19 of 138
EXHIBIT B:
ASSUMPTIONS &
CLARIFICATIONS
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. Builders 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 B
Page 1 of 2
Exhibit D - GMP Amendment
Page 21 of 138
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 Countys standard card access system. This system can be modified to the Countys Lenel
standard card access system for a cost premium with proper adjustments to the CMr fee and
bonding.
Exhibit B
Page 2 of 2
Exhibit D - GMP Amendment
Page 22 of 138
EXHIBIT C:
PROJECT ESTIMATE
Exhibit C
Page 1 of 4
Exhibit D - GMP Amendment
Page 25 of 138
CONSTRUCTION ESTIMATE
FAIRFIELD COUNTY PUBLIC SAFETY & JAIL COMPLEX
AUGUST 25, 2015
CM STAFFING & GENERAL CONDITIONS
DIV.
01
01
01
SCOPE DESCRIPTION
PRECONSTRUCTION STAGE COMPENSATION
PRECONSTRUCTION FEE
PRECONSTRUCITON STAFFING
PRECONSTRUCTION REIMBURSIBLES
CONTRACTOR
AMOUNT
GRANGER
GRANGER
GRANGER
$
$
$
950
27,625
7,600
GRANGER
565,655
GRANGER
GRANGER
GRANGER
GRANGER
GRANGER
GRANGER
GRANGER
GRANGER
GRANGER
GRANGER
GRANGER
GRANGER
GRANGER
GRANGER
$
$
$
$
$
$
$
$
$
$
$
$
$
$
155,000
28,200
5,875
7,050
18,800
3,525
96,350
22,325
75,200
58,750
23,500
5,875
25,000
175,000
DIV. TOTAL
36,175
565,655
700,450
CONSTRUCTION COSTS
DIV.
SCOPE DESCRIPTION
CONTRACTOR
AMOUNT
$ 31,317,621
CONSTRUCTION COSTS
01
02
03
04
05
06
07
08
09
10
11
21
23
26
ALLOWANCE
ALLOWANCE
NOT INCLUDED
Thompson Concrete
Mack Industries
Mouser Masonry
Ohio Steel Industries
WAI Construction Group
GRANGER
RAM Construction Serv.
Kalkreuth Roofing
Buckeye Glass
Valley Interiors
Continential Commercial
Stonhard
GRANGER ESTIMATE
ALLOWANCE
Pauly Jail
Trimark
Gutridge Plumbing
Sauer Group
GRANGER
Claypool Electric
~ESTIMATE SUMMARY~
Exhibit D - GMP Amendment
Page 26 of 138
DIV. TOTAL
Page 1 of 2
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
100,000
85,000
3,293,960
595,100
3,189,073
1,722,641
2,344,881
170,851
610,000
991,507
313,000
603,205
567,368
159,000
632,500
12,000
2,790,804
277,887
439,347
5,602,223
116,588
3,113,400
PRINTED:
8/24/2015
3:09 PM
CONSTRUCTION ESTIMATE
FAIRFIELD COUNTY PUBLIC SAFETY & JAIL COMPLEX
AUGUST 25, 2015
31
32
Massana Construction
Goettle
Chemcote Inc.
ALLOWANCE
$
$
$
$
1,399,365
1,882,000
285,921
20,000
SCOPE DESCRIPTION
CONSTRUCTION SOFT COSTS
CREDIT CONST. BONDS ITEM ABOVE
CONST. BONDS (0.53%)
SUB BOND RISK FEE (0.72%)
CM CONTINGENCY (2%)
CM FEE (3%)
CONTRACTOR
AMOUNT
$
GRANGER
GRANGER
GRANGER
GRANGER
GRANGER
$
$
$
$
$
DIV. TOTAL
1,915,371
(155,000)
172,064
234,986
657,439
1,005,882
GMP TOTALS
GMP TOTAL
~ESTIMATE SUMMARY~
Exhibit D - GMP Amendment
Page 27 of 138
Page 2 of 2
TOTAL
TOTAL
$ 34,535,272
$ 34,535,272
PRINTED:
8/24/2015
3:09 PM
ESTIMATE SUMMARY
PROJECT :
BUILDING :
DATE :
08/24/2015
DETAILS :
Granger Carpenter
GSF :
111,535
CODE
DESCRIPTION
TOTAL
Laborer
Labor Consumables
SUBTOTAL :
COST/GSF
% TOTAL
$153,823
$17,028
$1.38
$0.15
90.03 %
9.97 %
$170,851
$1.53
100.00 %
$170,851
$1.53
100.00 %
ESTIMATE TOTAL
ESTIMATE TOTAL :
08/24/2015
Exhibit D - GMP Amendment
Page 28 of 138
1 of 2
PROJECT :
BUILDING :
ESTIMATE DETAIL
ESTIMATE DETAIL
CODE
DESCRIPTION
QTY
UNIT
RATE
SUBTOTAL
Laborer
Laborer
$153,823
3,096.00
hrs
$49.68
$153,823
Labor Consumables
Labor Consumables
DIV. TOTAL
$17,028
3,096.00
hrs
$5.50
$17,028
08/24/2015
Fairfield County Jail - General Building Labor
Exhibit D - GMP Amendment
Page 29 of 138
10:20 am
2 of 2
ESTIMATE SUMMARY
PROJECT :
BUILDING :
DATE :
08/24/2015
DETAILS :
GSF :
111,535
CODE
DIV. 09
DESCRIPTION
TOTAL
PAINTING
SUBTOTAL :
COST/GSF
% TOTAL
$632,500
$5.67
100.00 %
$632,500
$5.67
100.00 %
$632,500
$5.67
100.00 %
ESTIMATE TOTAL
ESTIMATE TOTAL :
08/24/2015
Exhibit D - GMP Amendment
Page 30 of 138
1 of 2
PROJECT :
BUILDING :
ESTIMATE DETAIL
ESTIMATE DETAIL
CODE
DIV. 09
DESCRIPTION
QTY
UNIT
RATE
SUBTOTAL
PAINTING
Paint Walls - Drywall
$632,500
39,069.00
/SF
$0.95
$37,116
155,246.00
/SF
$1.60
$248,394
5,964.00
/SF
$2.75
$16,401
6,633.00
/SF
$1.20
$7,960
2,427.00
/SF
$1.20
$2,912
35,865.00
/SF
$2.75
$98,629
153.00
/EA
$135.00
$20,655
DIV. TOTAL
169.00
/EA
$150.00
$25,350
106,410.00
/SF
$0.77
$81,936
1.00
/LS
$10,226.00
$10,226
15,386.00
/SF
$2.00
$30,772
2,330.00
/LF
$17.00
$39,610
836.00
/LF
$15.00
$12,540
08/24/2015
Fairfield County Jail - Painting Estimate
Exhibit D - GMP Amendment
Page 31 of 138
10:16 am
2 of 2
ESTIMATE SUMMARY
PROJECT :
BUILDING :
DATE :
08/24/2015
DETAILS :
GSF :
111,535
CODE
DESCRIPTION
TOTAL
COST/GSF
% TOTAL
$57,998
$49,390
$9,200
$0.52
$0.44
$0.08
49.75 %
42.36 %
7.89 %
$116,588
$1.05
100.00 %
$116,588
$1.05
100.00 %
ESTIMATE TOTAL
ESTIMATE TOTAL :
08/24/2015
Exhibit D - GMP Amendment
Page 32 of 138
1 of 2
PROJECT :
BUILDING :
ESTIMATE DETAIL
ESTIMATE DETAIL
CODE
DESCRIPTION
QTY
UNIT
RATE
SUBTOTAL
$57,998
111,535.00
sf
$0.52
$57,998
BIM Coordinator
BIM Coordination Labor
Travel
$49,390
860.00
8.00
hrs
$50.75
$43,645
trips
$718.12
$5,745
BIM Technology
BIM Laptop & Software Package
DIV. TOTAL
$9,200
5.00
mo
$525.00
$2,625
5.00
mo
$115.00
$575
24.00
mo
$150.00
$3,600
24.00
mo
$100.00
$2,400
08/24/2015
Fairfield County Jail - BIM Coordiantion
Exhibit D - GMP Amendment
Page 33 of 138
10:19 am
2 of 2
PROJECT:
BID CATEGORY :
BID PACKAGE :
BID DATE :
Thompson
Concrete
Construction
WAI
Construction
Group LLC
3,807,730
4,003,373
ADDENDUM 1, 2
BID BOND
X
X
X
X
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
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
BIDDER :
BASE BID
ALLOWANCES
1. 6 Tons of additoinnal reinforcing
2. $5,000 for temporary curbs and sidewalk
APPROVED ALTERNATES
G2: Storage Room
G22: Alternate Foundation Construction (S403)
Vol: Credit Transformer Vault
Vol: Credit Dewatering
Vol: Credit Interior Joint Selants
Vol: Structural Fibers in Topping Slabs in Lieu of Wire Mesh
Vol: Credit Dry Shake Hardner
15,197
(174,687)
(3,780)
(310,000)
(13,000)
(5,000)
(22,500)
3,293,960
4,003,373
32,940
Thompson Concrete Construction
3,293,960
ALTERNATES
G-2: Storage Roomn
G-22: Alternate Foundation Construction (S403)
Vol: Structural fibers in topping slabs in lieu of wire mesh
Vol: Credit Dry Shake Hardener
15,197
(174,687)
(5,000)
(22,500)
~BID TABULATION~
374,053
PRINTED:
8/24/2015
10:05 AM
PROJECT:
BID CATEGORY :
BID PACKAGE :
BID DATE :
BIDDER :
Mack Industries
DBS Prestress
Hollowcore
Incorporated
615,100
635,935
848,000
ADDENDUM 1, 2
BID BOND
X
X
Division 01 Complete
03 41 00 Precast Structural Concrete
X
X
X
X
BASE BID
Mobilizations
Sales Tax
Credit Sales Tax
X
(26,000)
APPROVED ALTERNATES
G2: Storage Room
6,000
595,100
12,300
635,935
848,000
15,000
12,300
Mack Industries
595,100
ALTERNATES
G2: Storage Roomn
6,000
~BID TABULATION~
4,200
14,250
PRINTED:
8/24/2015
10:05 AM
PROJECT:
BID CATEGORY :
BID PACKAGE :
BID DATE :
Mouser
Masonry, Inc.
Kirk Bros.
Masonry, Inc.
3,110,000
4,317,500
4,297,800
ADDENDUM 1, 2
BID BOND
X
X
X
X
X
X
Division 01 - Complete
Division 04 - Complete
05 55 00 - Metal Fabrications * As Applicable
07 21 00 - Building Insulation *As Applicable
07 65 00 - Flexible Flashing
07 95 00 - Expansion Control
X
X
X
X
X
X
X
X
X
X
X
X
Alt.
Alt.
X
X
X
X
X
X
X
X
X
X
25,000
3,189,073
4,317,500
4,322,800
38,000
30,500
32,100
BIDDER :
BASE BID
ALLOWANCES
1. $1,150 per thousand for field brick
Winter Heat
Slab Protection
Coordination with Precast Plank
Precast Stone Signs
Existing Building Renovations
APPROVED ALTERNATES
G2: Storage Room
G3: Brick & Colossal Block Veneer on Base Plan
G3a: Brick and Colossal Block at ((G-2) Storage Room
G4: Paint Mechanical Rooms
G22: Alternate Foundation Construction (S403)
Vol: Use Smooth Cast Stone Product in Lieu of Pineapple
15,000
55,000
2,000
2,373
14,000
(9,300)
3,189,073
ALTERNATES
G2: Storage Room
G3: Brick & Colossal Block Veneer on Base Plan
G3a: Brick & Colossal Block at (G-2) Storage Room:
G4: Paint Mechanical Rooms
G22: Alternate Foundation Construction (S403)
Vol:Use smooth cast stone product in lieu of Pineapple prod.
Vol: Eliminate winter protection
Vol: Dumpsters by CM
Vol: Cavity Mate Insulation in Lieu of DOW Spec'd System
Vol: Low Color Range CMU W/ Natural Gray Mortar
15,000
55,000
2,000
2,373
14,000
(9,300)
(55,000)
(15,000)
13,500
215,000
3,260
19,680
204,500
2,056
76,000
(42,000)
(18,700)
~BID TABULATION~
PRINTED:
8/24/2015
10:05 AM
PROJECT:
BID CATEGORY :
BID PACKAGE :
BID DATE :
BIDDER :
BASE BID
ADDENDUM 1, 2
BID BOND
Ohio Steel
Industries
Wanner Metal
Worx, Inc.
1,103,648
2,100,000
X
X
X
X
X
618,143
X
NO
X
X
X
850
X
X
X
X
X
(95,000)
X
X
X
X
(3,600)
X
1,722,641
2,001,400
4,517
21,000
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
Steel Utility and Beam Enclosures
Stairs and Hand Rails
Security Mesh Panels at Mezzanines
Roof Ladders and Cages
Trench Drain Covers
Stainless Countertops and Supports
Copper Relic Box
Bent Metal Angles at Sectional Doors
Allowance for 4 Tons of Steel per Architect
2,001,400
ALTERNATES
None
~BID TABULATION~
PRINTED:
8/24/2015
10:05 AM
PROJECT:
BID CATEGORY :
BID PACKAGE :
BID DATE :
WAI
Construction
Group, LLC
The Altman
Company
2,295,673
2,550,000
ADDENDUM 1, 2
BID BOND
X
X
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 *As Applicable
08 36 13 - Sectional Overhead 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
32 31 13 - Chain Link Fencing
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
BIDDER :
BASE BID
39,885
ALLOWANCES
$25,000 for temporary doors, partitons, and enclosures
$6,000 for door hardware
Sales Tax
No
ACCEPTED ALTERNATES
G5: Solid Polymer Countertops
9,323
ADJUSTED BASE BID :
X
X
2,344,881
~BID TABULATION~
2,550,000
PRINTED:
8/24/2015
10:05 AM
22,860
51,000
2,344,881
ALTERNATES
G5: Provide Solid Polymer Contertops
G6: Proivide Lab Grade Casework
G9: Demo Existing MSMJ Building Upon Completion
9,323
96,050
498,000
~BID TABULATION~
57,500
70,000
PRINTED:
8/24/2015
10:05 AM
PROJECT:
BID CATEGORY :
BID PACKAGE :
BID DATE :
Sealtech
Caulking &
Restoration, Inc.
RAM
Construction
Services
803,774
496,825
ADDENDUM 1, 2
BID BOND
X
X
X
X
X
X
80,520
(28,980)
113,175
855,314
610,000
24,113
BIDDER :
BASE BID
ALLOWANCES
None
Moisture Barrier at Precast Topping
Caulking at SOG Expansion Joints
610,000
ALTERNATES
None
~BID TABULATION~
PRINTED:
8/24/2015
10:06 AM
PROJECT:
BID CATEGORY :
BID PACKAGE :
BID DATE :
BIDDER :
BASE BID
Kalkreuth
Roofing & Sheet Carl T Johnson, Harold J Becker
Metal
Inc.
Company, Inc.
980,350
ADDENDUM 1, 2
BID BOND
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 92 00 - Joint Sealants *As Applicable
07 95 00 - Expansion Control *As Applicable
X
X
X
X
X
X
X
X
X
X
1,200,000
1,633,950
X
X
ALLOWANCES
None
ACCEPTED ALTERNATES
G2: Storage Room
G8: Provide 20 Yr Warranty EPDM Roof Base Bid
G8a: Provide 20 Yr. Warranty at (G2) Storage Room
7,842
3,315
0
991,507
1,200,000
1,633,950
11,379
11,500
8,090
991,507
ALTERNATES
G2: Storage Room
G8: Provide 20 Yr Warranty EPDM Roof Base Bid
G8a: Provide 20 Yr. Warranty at (G2) Storage Room
7,842
3,315
Inc. in G2
~BID TABULATION~
9,500
7,200
1,000
12,450
16,100
250
PRINTED:
8/24/2015
10:06 AM
PROJECT:
BID CATEGORY :
BID PACKAGE :
BID DATE :
BIDDER :
BASE BID
ADDENDUM 1, 2
BID BOND
Buckeye Glass
Granger
Estimate
293,000
300,000
Division 01 - Complete
07 92 00 - Joint Sealants *As Applicable
08 41 00 - Storefronts and Entrances
08 51 13 - ArchitecturalAluminum 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
X
X
X
X
No
X
X
X
ALLOWANCES
None
Door Hardware
20,000
313,000
14,650
300,000
~BID TABULATION~
PRINTED:
8/24/2015
3:19 PM
PROJECT:
BID CATEGORY :
BID PACKAGE :
BID DATE :
Valley Interior
Systems, Inc.
WAI
Construction
Group, LLC
589,900
695,955
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
3,585
X
X
In 6-1 Bid
X
X
ACCEPTED ALTERNATES
G21: Provide Tile Floors and Walls at Rooms Indicated
9,720
BIDDER :
BASE BID
ADDENDUM 1, 2
BID BOND
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 Meatal Framing
09 51 00 - Acoustical Panel Ceilings
09 51 23 -Acoustical Tile Ceilings
09 80 00 - Acoustical Treatment
ALLOWANCES
None
603,205
695,955
4,450
7,374
603,205
ALTERNATES
G21: Provide Tile Floors and Walls at Rooms Indicated
Vol: Fine Fissured Ceiling Tile #1714 in Lieu of #1757
9,720
(25,000)
~BID TABULATION~
PRINTED:
8/24/2015
10:06 AM
PROJECT:
BID CATEGORY :
BID PACKAGE :
BID DATE :
BIDDER :
BASE BID
Continental
Commercial
Floors
466,890
ADDENDUM 1, 2
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
Hard Tile Grout Sealer
46,650
4,300
ALLOWANCES
None
ACCEPTED ALTERNATES
G2: Storage Room
G11: High Performance Coatings at Inmate Showers
G21: Provide Tile Floors and Walls at Staff Bathrooms
1,960
(11,866)
59,434
567,368
4,668
Continental Commercial Floors
567,368
ALTERNATES
G2: Storage Room
G10: Indoor Rubber Flooring at A127 Exercise Room
G11a: High Performance Coatings at Inmate Showers
G21: Provide TileFloorsandWalls at Rooms Indicated
Vol: Deduct Moisture Barrier
Vol: Add High MoistureResilient Adhesive
1,960
4,805
(11,866)
59,434
(285,475)
22,125
~BID TABULATION~
PRINTED:
8/24/2015
10:06 AM
PROJECT:
BID CATEGORY :
BID PACKAGE :
BID DATE :
BIDDER :
Stonhard
Division of
StonCor Group
BASE BID
ADDENDUM 1, 2
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
2,416
Stonhard Division of StonCor Group
159,000
ALTERNATES
G11: High Performance Coating at Inmate Showers:
159,000
~BID TABULATION~
PRINTED:
8/24/2015
10:06 AM
PROJECT:
BID CATEGORY :
BID PACKAGE :
BID DATE :
BIDDER :
BASE BID
ADDENDUM 1, 2
BID BOND
Division01 -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 - Sleeve & Sleeve Seals for Electrical Security
28 11 05 - Cabinets & Enclosure for Elec. Safety & Sec.
28 21 01 - Touchscreen Control System
28 23 00 - Video Surveillance System
28 25 00 - Personal Alarm System
28 28 00 Video Visitation System
28 46 20 - Door Control System
28 51 24 - Intercom and Paging
ALLOWANCES
$12,000 for Door Hardware
Video Visitation Dividers
Sales Tax
Existing Door Control
Base Bid Card Reader System
ACCEPTED ALTERNATES
Vol: Vicon Cameras in Lieu of Axis Cameras
Vol: Delete VVU Stools and Dividers at Dayrooms
Vol: Delete Video Visitation System
Vol: Delete Personal Alarm System
Vol: Paracentric Food Pass Locks in Lieu of Mogul
Vol: Two 72TB ExaQ Vision Servers in Lieu of 1 Server
Vol: Delete Smoke Gaskets at Cell Doors
ADJUSTED BASE BID :
PLM BOND ADD AMOUNT :
APPARENT LOW BIDDER :
Pauly Jail
Building
Company
Fabcor, Inc.
DBA
Correctional
Products
CCC Group
Cornerstone
Detention
Products, Inc.
1,982,000
2,640,000
3,237,000
3,454,000
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
1,078,156
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
No
No
Yes
41,192
(50,750)
(9,600)
(188,106)
(73,415)
(8,100)
24,227
(4,800)
2,790,804
BID WITHDRAWN
3,237,000
3,454,000
41,862
20,000
25,000
34,540
220,000
~BID TABULATION~
2,790,804
PRINTED:
8/24/2015
10:06 AM
ALTERNATES
G16: Accurate Controls SEC
G17: Stanley Security SEC
G18: Security Automation Systems SEC
G19: Pinnacle Integrated Systems SEC
G23: Lenel Card Access System
Vol: Bosch Video Management System
Vol: Vicon Cameras In Lieu of Axis Cameras
Vol: Provide Alternate Detention Cell Window System
Vol: Provide Wall Mtd Cell Desk and Seat in Lieu of Spec'd
Vol: Add Dividers at Video Visitation Units
Vol: Delete Privacy Dividers and Stools at Dayrooms
Vol: Delete Video Visitation System
Vol: Delete Personal Alarm System
Vol: Two 72TB ExacQ Vision Servers in Lieu of 1 Server
Vol: Exterior Windows Set by Mason Primed Only
Vol: Paracentric Food Pass Locks in Lieu of Mogul
Vol: Magnetic DPS's in Lieu of Mechanical
Vol: Delete Smoke Gaskets at Cell Doors
In Base Bid
41,192
(105,000)
(50,750)
1,294,280
In Base Bid
1,570,000
199,400
In Base Bid
220,000
220,000
(50,000)
(10,000)
(23,600)
192,750
(9,600)
(188,106)
(73,415)
24,227
(162,000)
(8,100)
(12,860)
(4,800)
~BID TABULATION~
(36,640)
(152,000)
(33,000)
In Base Bid
PRINTED:
8/24/2015
10:06 AM
PROJECT:
BID CATEGORY :
BID PACKAGE :
BID DATE :
BIDDER :
Trimark SS
Kemp
The
Wasserstrom
277,887
289,923
ADDENDUM 1, 2
BID BOND
X
X
Division 01 - Complete
07 84 00 - Penetration Firestopping
07 92 00 - Joint Sealants *As Applicable
11 40 00 - Food Service Equipment
X
X
X
X
BASE BID
ALLOWANCES
None
277,887
2,000
289,923
2,174
Trimark SS Kemp
277,887
ALTERNATES
~BID TABULATION~
PRINTED:
8/24/2015
10:06 AM
PROJECT:
BID CATEGORY :
BID PACKAGE :
BID DATE :
BIDDER :
Gutridge
Plumbing, Inc.
TP Mechanical
Contractors, Inc.
445,300
447,300
ADDENDUM 1, 2
BID BOND
X
X
X
X
Division 01 - Complete
02 00 00 - Existing Conditions
02 41 19 - Selective Demolition
07 84 00 - Penetration Firestopping *As Applicable
Division 21 - Complete *Excluding 21 05 20
X
X
X
X
X
X
X
X
X
X
X
(4,453)
No
No
Yes
Yes
Yes
No
No
No
No
Yes
Yes
TBD
No
(3,000)
(2,160)
(4,000)
BASE BID
ALLOWANCES
None
1,500
439,347
441,140
4,453
4,411
ALTERNATES
G2: Storage Room
G14: Chemical Sprinkler at A173 (911 Center)
Vol:Combine 21-01 and 23-01
1,500
18,900
~BID TABULATION~
1,500
21,200
X
PRINTED:
8/24/2015
10:06 AM
PROJECT:
BID CATEGORY :
BID PACKAGE :
BID DATE :
BIDDER :
BASE BID
TP
Gutridge Mechanical Farber
Sauer
Plumbing, Contractor Corporatio
Group, Inc.
Inc.
s, Inc.
n
Vaughn
Industries,
LLC
5,740,327
6,446,640
6,589,000
7,084,180
11,305,000
ADDENDUM 1, 2
BID BOND
X
X
X
X
X
X
X
X
Division 01 - Complete
02 00 00 - Existing Conditions
02 41 19 - Selective Demolition
07 84 00 - Penetration Firestopping *As Applicable
07 92 00 - Joint Sealants *As Applicable
08 90 00 - Louvers & Vents
Division 22 - Complete
Division 23 - Complete *Excluding 23 05 20 - Painting
25 00 00 - Instrumentation and Control for HVAC
25 01 00 - Sequence and Operations for HVAC Controls
26 29 42 - BAS Controls and Installation
X
X
X
X
X
X
X
24,000
X
X
7,960
X
X
X
X
X
ALLOWANCES
None
Tax
Tap Fees
Heat Trace Furnish Only
Chilller Platform
Temp Heat
Temp Water Service for Mixing Station
Pin Cleanout in Base Bid
Gas Piping
VFD's per Fan vs. Fan Wall
Clean Out Pins
Boilers
No
No
5,000
5,000
X
X
No (Need Add)
X
Temp HeatersNew Equip.
X
X
Inc.
Inc.
37,940
(13,685)
22,605
X
15,874
164,850
X
Approved Alternates
G2: Storage Room
Vol: PVC Underground Storm
Vol: PVC Underground Sanitary
Vol: BAS Wiring and Controls by 26-01
Vol: Mechanically Coupled Piping Vs Welded @ Mech Rms
Vol: Downsize Boilers
Vol: Reduce Piping Sizes at Mechanical Room
Vol:Delete Piping for Future Expansion
Vol: Eliminate Chase Uhs and Add 8x8 Air Devices
ADJUSTED BASE BID :
PLM BOND ADD AMOUNT :
APPARENT LOW BIDDER :
APPARENT LOW BID AMOUNT :
13,600
(29,000)
(62,000)
(208,000)
(10,300)
(84,000)
(673)
(13,600)
(14,400)
5,602,223
6,445,915
6,589,000
7,084,180
11,305,000
42,107
64,466
65,890
57,000
113,050
~BID TABULATION~
PRINTED:
8/24/2015
10:06 AM
ALTERNATES
G2: Storage Room
G12: Provide Inmate Housing Water Mgt. System
G13: Provide Sanitary Sewer Grinders
WC-1 & WC-2 Willoughby Industries Nallyator Waste Device
Vol: Schedule 40 PVC Pipe for Underground San. & Stm
Vol: Leave Spoils on Site
Vol: Insulate Horiz. Stm piping and Drain Sumps w/ 1" Ins.
Vol: Mech Coupled Pipe Vs. Welded 2 1/2" and Larger
Vol: PVC Underground Storm
Vol: PVC Underground Sanitary
Vol: BAS Wiring and Controls by 26-01
Vol: Mechanically Coupled Piping Vs Welded @ Mech Rms
Vol: Downsize Boilers
Vol: Reduce Piping Sizes at Mechanical Room
Vol: Delete Piping for Future Expansion
Vol: Eliminate Chase UH's and Add 8x8 Air Devices
13,600
193,323
63,662
15,874
10,860
238,810
68,440
7,789
218,280
57,400
13,700
150,293
67,600
6,300
151,000
69,000
(120,000)
(45,900)
15,000
(10,300)
(29,000)
(62,000)
(208,000)
(10,300)
(84,000)
(673)
(13,600)
(14,400)
(89,467)
(43,300)
(136,700)
(102,375)
(7,482)
(13,535)
(14,550)
~BID TABULATION~
PRINTED:
8/24/2015
10:06 AM
PROJECT:
BID CATEGORY :
BID PACKAGE :
BID DATE :
BIDDER :
Claypool
Electric, Inc.
Vaughn
Industries, LLC
Jess Howard
Electric Co.
2,987,500
3,417,000
3,801,400
ADDENDUM 1, 2
BID BOND
X
X
X
X
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
X
X
X
X
X
X
X
X
X
X
X
X
X
X
ALLOWANCES
$70,000 for Utility Connection Fees
Yes
Yes
Sales Tax
No
No
X
X
2,300
X
No
X
TBD
0
BASE BID
7,200
(15,500)
175,000
(11,300)
(11,800)
(20,000)
3,113,400
3,417,000
3,801,400
44,812
34,200
28,511
~BID TABULATION~
3,113,400
PRINTED:
8/24/2015
10:06 AM
ALTERNATES
G2: Storage Room
G7: Provide Lightning Protection at Base Bid
G7a: Provide Lightning Protection at (G2) Storage Rm
G9: Demolition of Existing Building
G12: Provide Inmate Housing Water Mgt. System
G13: Provide Sanitary Sewer Grinders
G14: Chemical Sprinkler at A173 (911 Center)
G15: Provide LED Lighting
G20: Electrical in Floor Duct Systemat 911 Center
Vol: Aluminum Panel Feeders
Vol: MC for Light Fixtures at Office Area (Area A)
Vol: EMT Conduit in Lieu of GRC 2" and Up Below 8'
Vol: Set Screw Conduit Fittings in lieu of Compression
Vol: Set Screw Fittings at GRC to EMT Alternate
Vol: Provide Controls Wiring and Devices Direct
Vol: Delete Chase CUHs
7,200
76,900
1,400
3,100
4,950
1,450
211,500
18,500
(15,500)
8,300
74,600
645
35,200
7,700
166,900
10,300
(49,000)
(14,000)
4,654
75,605
1,648
1,489
7,230
4,200
179,464
25,000
(8,600)
(20,000)
(3,200)
175,000
(11,300)
~BID TABULATION~
PRINTED:
8/24/2015
10:06 AM
PROJECT:
BID CATEGORY :
BID PACKAGE :
BID DATE :
BIDDER :
BASE BID
ADDENDUM 1, 2
BID BOND
Thompson
Excavation
Massana
Construction,
Inc.
Seals
Construction, Inc
1,768,838
1,413,163
1,845,225
X
X
X
X
X
X
Division 01 - Complete
02 00 00 - Existing Conditions
02 41 16 - Structural Demolition
31 05 00 - Common WorkResults for Earthwork
31 10 00 - Site Clearing
31 20 00 - Earthmoving
31 23 19 - Dewatering
32 92 00 - Turf and Grasses
Division 33 - Complete
X
X
X
X
X
X
X
X
X
ALLOWANCES
$20,000 for Temporary Drives, Parking Lots and Crane Pads
ACCEPTED ALTERNATES
Vol: Farm Topsoil in Lieu of Specified Screened Soil
Vol: Asphalt Millings as Roadway/Parking Lot Base
Vol: Utilize Existing Stone for Grade at Building Excavation
Vol: Gorrugated Pipe Sump and Building Excavation
(14,730)
(18,926)
14,233
5,625
1,768,838
1,399,365
1,845,225
17,203
16,958
35,700
1,399,365
ALTERNATES
G9: Demo Existing MSMJ Building Upon Completion
Vol: Temporary Fencing
Vol: Farm Topsoil in Lieu of Specified Screened Soil
Vol: Asphalt Millings as Roadway/Parking Lot Base
Vol: Utilize Existing Stone For Grade at Building Grade
Vol: Corrugated Pipe Sump at Building Excavation
120,750
16,884
102,350
120,000
(14,730)
(18,926)
14,233
5,625
~BID TABULATION~
PRINTED:
8/24/2015
10:06 AM
PROJECT:
BID CATEGORY :
BID PACKAGE :
BID DATE :
BIDDER :
BASE BID
ADDENDUM 1, 2
BID BOND
Brayman
Construction
Corporation
Richard Goettle,
Inc.
2,650,000
1,875,000
X
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
17,800
18,000
1,882,000
ALTERNATES
G2: Storage Room
G22: Alternate Foundation Construction (S403)
Vol: Variation of Specified Pile Detail
7,000
(3,499)
1,875,000
~BID TABULATION~
PRINTED:
8/24/2015
10:06 AM
PROJECT:
BID CATEGORY :
BID PACKAGE :
BID DATE :
BIDDER :
Chemcote, Inc.
BASE BID
285,921
ADDENDUM 1, 2
BID BOND
X
X
Division 01 - Complete
32 12 16 - Asphalt Paving
285,921
1,272
Chemcote, Inc.
285,921
ALTERNATES
~BID TABULATION~
PRINTED:
8/24/2015
10:06 AM
EXHIBIT D:
PROJECT SCHEDULE
Exhibit D
Page 1 of 2
Exhibit D - GMP Amendment
Page 57 of 138
8/25/15
ISSUED FOR:
GMP Amendment Exhibit D
Task Name
Permitting
Local Building Permitting
Soil Erosion Permitting
Procurement Phase
Subcontracts/Purchase Orders
Procure Renovation Frames
Procure Detention Frames
Procure AHU's
Procure Precast
BIM Coordination/Coordination Drawings
Construction Phase
Phase 1 & 3
Site Prep
Reroute Elec. And IT Utilities
Demo Existing Intake/Renovation
Temporary Sally Port
Soil Erosion/Temp Control Measures
Site Demo
Duration
Start
Finish
13 wks
Thu 5/28/15
Wed 8/26/15
13 wks
12 wks
11.2 wks
Thu 5/28/15
Fri 5/29/15
Fri 6/12/15
Wed 8/26/15
Fri 8/21/15
Fri 8/28/15
0.2 wks
0.2 wks
0.2 wks
1 wk
2 wks
0.2 wks
2 wks
1 wk
2 wks
3.3 wks
0.2 wks
2 wks
1 wk
0 wks
18 wks
Fri 6/12/15
Mon 6/15/15
Thu 6/18/15
Mon 6/22/15
Mon 6/22/15
Tue 6/30/15
Mon 6/22/15
Mon 6/29/15
Mon 6/22/15
Mon 7/20/15
Tue 7/28/15
Mon 8/10/15
Mon 8/24/15
Fri 8/28/15
Mon 8/31/15
Fri 6/12/15
Mon 6/15/15
Thu 6/18/15
Fri 6/26/15
Fri 7/3/15
Tue 6/30/15
Fri 7/3/15
Fri 7/3/15
Fri 7/3/15
Tue 8/11/15
Tue 7/28/15
Fri 8/21/15
Fri 8/28/15
Fri 8/28/15
Fri 1/1/16
2 wks
3 wks
10 wks
12 wks
10 wks
18 wks
100.8 wks
Mon 8/31/15
Mon 8/31/15
Mon 9/14/15
Mon 9/14/15
Mon 9/14/15
Mon 8/31/15
Mon 9/21/15
Fri 9/11/15
Fri 9/18/15
Fri 11/20/15
Fri 12/4/15
Fri 11/20/15
Fri 1/1/16
Thu 8/24/17
90.8 wks
Mon 9/21/15
Thu 6/15/17
9 wks
Mon 9/21/15
Fri 11/20/15
2 wks
3 wks
1 wk
2 wks
2 wks
68 wks
Mon 9/21/15
Mon 10/5/15
Mon 10/5/15
Mon 10/26/15
Mon 11/9/15
Mon 11/23/15
Fri 10/2/15
Fri 10/23/15
Fri 10/9/15
Fri 11/6/15
Fri 11/20/15
Fri 3/10/17
1 wk
1 wk
2 wks
4 wks
2 wks
4 wks
3 wks
2 wks
1 wk
16 wks
5 wks
1 wk
1 wk
1 wk
1 wk
3 wks
1 wk
3 wks
1 wk
2 wks
13 wks
5 wks
10 wks
8 wks
Mon 11/23/15
Mon 11/30/15
Mon 12/28/15
Mon 1/11/16
Mon 2/8/16
Mon 2/22/16
Mon 3/21/16
Mon 4/11/16
Mon 4/25/16
Mon 5/2/16
Mon 5/9/16
Mon 7/4/16
Mon 7/11/16
Mon 7/18/16
Mon 7/25/16
Mon 8/1/16
Mon 8/22/16
Mon 8/29/16
Fri 9/30/16
Mon 9/19/16
Mon 8/22/16
Mon 11/14/16
Mon 11/14/16
Mon 1/2/17
Fri 11/27/15
Fri 12/4/15
Fri 1/8/16
Fri 2/5/16
Fri 2/19/16
Fri 3/18/16
Fri 4/8/16
Fri 4/22/16
Fri 4/29/16
Fri 8/19/16
Fri 6/10/16
Fri 7/8/16
Fri 7/15/16
Fri 7/22/16
Fri 7/29/16
Fri 8/19/16
Fri 8/26/16
Fri 9/16/16
Fri 10/7/16
Fri 9/30/16
Fri 11/18/16
Fri 12/16/16
Fri 1/20/17
Fri 2/24/17
F M A M
5/28
6/12
S O N D
8/26
F M A M
2016
J J
S O N D
F M A M
2017
J J
S O N
8/28
8/31
1/1
9/21
9/21
Page 1
2015
J J
8/24
6/15
8/25/15
ISSUED FOR:
GMP Amendment Exhibit D
Task Name
Duration
Start
Finish
F M A M
59
60
61
62
63
64
65
66
67
68
69
70
71
72
73
74
75
76
77
78
79
80
81
82
83
84
85
86
87
88
89
90
91
92
93
94
95
96
97
98
99
100
101
102
103
104
105
106
107
108
109
110
111
112
113
114
115
116
117
3 wks
70 wks
Mon 2/20/17
Mon 11/30/15
Fri 3/10/17
Fri 3/31/17
1 wk
1 wk
3 wks
2 wks
4 wks
3 wks
2 wks
1 wk
16 wks
5 wks
1 wk
1 wk
1 wk
1 wk
5 wks
1 wk
3 wks
1 wk
1 wk
2 wks
3 wks
13 wks
5 wks
10 wks
8 wks
3 wks
62 wks
Mon 11/30/15
Mon 12/7/15
Mon 2/8/16
Mon 2/29/16
Mon 3/14/16
Mon 4/11/16
Mon 5/2/16
Mon 5/16/16
Mon 5/23/16
Mon 5/30/16
Mon 7/11/16
Mon 7/18/16
Mon 7/25/16
Mon 8/1/16
Mon 7/25/16
Mon 8/29/16
Mon 9/19/16
Mon 8/15/16
Mon 10/10/16
Mon 10/10/16
Mon 10/24/16
Mon 9/12/16
Mon 12/19/16
Mon 11/28/16
Mon 1/16/17
Mon 3/13/17
Mon 12/7/15
Fri 12/4/15
Fri 12/11/15
Fri 2/26/16
Fri 3/11/16
Fri 4/8/16
Fri 4/29/16
Fri 5/13/16
Fri 5/20/16
Fri 9/9/16
Fri 7/1/16
Fri 7/15/16
Fri 7/22/16
Fri 7/29/16
Fri 8/5/16
Fri 8/26/16
Fri 9/2/16
Fri 10/7/16
Fri 8/19/16
Fri 10/14/16
Fri 10/21/16
Fri 11/11/16
Fri 12/9/16
Fri 1/20/17
Fri 2/3/17
Fri 3/10/17
Fri 3/31/17
Fri 2/10/17
1 wk
1 wk
3 wks
2 wks
4 wks
3 wks
2 wks
1 wk
15 wks
8 wks
2 wks
3 wks
4 wks
11 wks
5 wks
11 wks
8 wks
2 wks
3 wks
68 wks
Mon 12/7/15
Mon 12/14/15
Mon 2/29/16
Mon 3/21/16
Mon 4/11/16
Mon 5/9/16
Mon 5/30/16
Mon 6/13/16
Mon 6/20/16
Mon 6/27/16
Mon 9/5/16
Mon 9/19/16
Mon 9/19/16
Mon 9/19/16
Mon 12/5/16
Mon 10/10/16
Mon 12/5/16
Mon 1/16/17
Mon 1/23/17
Mon 12/14/15
Fri 12/11/15
Fri 12/18/15
Fri 3/18/16
Fri 4/1/16
Fri 5/6/16
Fri 5/27/16
Fri 6/10/16
Fri 6/17/16
Fri 9/30/16
Fri 8/19/16
Fri 9/16/16
Fri 10/7/16
Fri 10/14/16
Fri 12/2/16
Fri 1/6/17
Fri 12/23/16
Fri 1/27/17
Fri 1/27/17
Fri 2/10/17
Fri 3/31/17
1 wk
1 wk
3 wks
2 wks
3 wks
3 wks
2 wks
1 wk
8 wks
4 wks
Mon 12/14/15
Mon 12/21/15
Mon 3/21/16
Mon 4/11/16
Mon 5/9/16
Mon 5/30/16
Mon 6/20/16
Mon 7/4/16
Mon 7/11/16
Mon 8/22/16
Fri 12/18/15
Fri 12/25/15
Fri 4/8/16
Fri 4/22/16
Fri 5/27/16
Fri 6/17/16
Fri 7/1/16
Fri 7/8/16
Fri 9/2/16
Fri 9/16/16
Page 2
2015
J J
S O N D
F M A M
2016
J J
S O N D
F M A M
2017
J J
S O N
8/25/15
ISSUED FOR:
GMP Amendment Exhibit D
Task Name
Duration
Start
Finish
F M A M
118
119
120
121
122
123
124
125
126
127
128
129
130
131
132
133
134
135
136
137
138
139
140
141
142
143
144
145
146
147
148
149
Site
Underground Utilities
Impervious Surfaces
Masonry Veneer
Landscaping and Seeding
General
Temperature Controls Start-Up/Check-Out
Security Electronics Start-Up/ Check Out
Commissioning
Video Visitation
Owner IT
Closeout Items
Training Plan Development
Early Completion of Pod For Owner Training
Owner/AE Punch List
Final Inspections
Substantial Completion
Owner Training/Transition Training
Phase 2
Vacate Existing Jail
Building Demolition
Site Demolition
Underground Utilities
Impervious Sufaces
Landscaping
Final Seeding
3 wks
2 wks
10 wks
5 wks
9 wks
6 wks
32 wks
Mon 9/19/16
Mon 10/10/16
Mon 12/5/16
Mon 12/5/16
Mon 1/9/17
Mon 2/20/17
Mon 10/17/16
Fri 10/7/16
Fri 10/21/16
Fri 2/10/17
Fri 1/6/17
Fri 3/10/17
Fri 3/31/17
Fri 5/26/17
7 wks
10 wks
10 wks
5 wks
8 wks
Mon 10/24/16
Mon 3/13/17
Mon 10/17/16
Mon 4/24/17
Mon 4/3/17
Fri 12/9/16
Fri 5/19/17
Fri 12/23/16
Fri 5/26/17
Fri 5/26/17
3 wks
4 wks
4 wks
4 wks
8 wks
23.8 wks
Mon 4/3/17
Mon 4/3/17
Mon 4/24/17
Mon 4/3/17
Mon 4/3/17
Mon 1/2/17
Fri 4/21/17
Fri 4/28/17
Fri 5/19/17
Fri 4/28/17
Fri 5/26/17
Thu 6/15/17
4 wks
0 wks
5 wks
1 wk
0 wks
4.6 wks
12.8 wks
Mon 1/2/17
Mon 2/6/17
Mon 4/3/17
Mon 5/22/17
Mon 5/29/17
Tue 5/16/17
Mon 5/29/17
Fri 1/27/17
Mon 2/6/17
Fri 5/5/17
Fri 5/26/17
Mon 5/29/17
Thu 6/15/17
Thu 8/24/17
2 wks
3 wks
1 wk
2 wks
2 wks
8 wks
9 wks
Fri 6/16/17
Fri 6/30/17
Fri 7/21/17
Fri 7/28/17
Fri 8/11/17
Mon 5/29/17
Mon 5/29/17
Thu 6/29/17
Thu 7/20/17
Thu 7/27/17
Thu 8/10/17
Thu 8/24/17
Fri 7/21/17
Fri 7/28/17
S O N D
F M A M
2016
J J
S O N D
F M A M
5/29
Page 3
2015
J J
2017
J J
S O N
8/24
EXHIBIT E:
CONSTRUCTION
PROGRESS SCHEDULE
Exhibit E
Page 1 of 1
Exhibit D - GMP Amendment
Page 62 of 138
EXHIBIT F:
STAFFING PLAN
Exhibit F
Page 1 of 1
Exhibit D - GMP Amendment
Page 64 of 138
EXHIBIT G:
SUBCONTRACTOR
WORK SCOPES
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 Owners 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 G
Page 1 of 55
Exhibit D - GMP Amendment
Page 66 of 138
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 G
Page 2 of 55
Exhibit D - GMP Amendment
Page 67 of 138
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
Exhibit G
Page 3 of 55
Exhibit D - GMP Amendment
Page 68 of 138
Bid Category
03-02 :
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 Owners 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 G
Page 4 of 55
Exhibit D - GMP Amendment
Page 69 of 138
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 G
Page 5 of 55
Exhibit D - GMP Amendment
Page 70 of 138
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 Owners 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 G
Page 6 of 55
Exhibit D - GMP Amendment
Page 71 of 138
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) 10x10 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 G
Page 7 of 55
Exhibit D - GMP Amendment
Page 72 of 138
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 G
Page 8 of 55
Exhibit D - GMP Amendment
Page 73 of 138
Bid Category
05-01 :
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 Owners 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 G
Page 9 of 55
Exhibit D - GMP Amendment
Page 74 of 138
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.
nd
10. Wire screening at 2 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 G
Page 10 of 55
Exhibit D - GMP Amendment
Page 75 of 138
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 Owners 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 G
Page 11 of 55
Exhibit D - GMP Amendment
Page 76 of 138
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 wallceiling 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 masons
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 G
Page 12 of 55
Exhibit D - GMP Amendment
Page 77 of 138
10.
11.
12.
13.
14.
15.
16.
17.
18.
19.
20.
21.
22.
23.
24.
25.
26.
27.
28.
29.
30.
Provide all key controls including key management system, key cabinet, and fire department lock
box.
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.
All non detention doors and frames identified to receive detention glazing are to be provided with
1-1/4 glazing stops and rabbits.
Provide all marker boards, tack boards, and other visual display units indicated and required
including all applicable hardware, blocking, and accessories.
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.
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.
Provide temporary fire extinguishers for use during construction compliant with OSHA
regulations.
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.
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.
Provide all standard metal lockers, evidence lockers, coin-operated metal lockers, and locker
benches.
Provide all mail receptacles as well as key cabinet for mail receptacles and letter drops.
Include unpacking and installation of all loose furnishings to be furnished by Construction
Manager.
Provide flag poles complete including excavation, concrete, and backfill.
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.
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.
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.
Provide all wood blocking around all door and window openings as indicated.
Include a $25,000 allowance for installation of temporary doors, partitions, and enclosures as
directed by the construction manager.
Roof edge & parapet blocking and stud framing.
Provide temporary doors and framing for (4) temporary openings to be left in the exterior skin of
the building, approximately 10x10. Remove these doors and framing as directed by the CM.
Provide all chain link fencing including exterior recreation areas and including support trusses.
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 G
Page 13 of 55
Exhibit D - GMP Amendment
Page 78 of 138
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 3x7 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.
Exhibit G
Page 14 of 55
Exhibit D - GMP Amendment
Page 79 of 138
Bid Category
07-01 :
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 Owners 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 G
Page 15 of 55
Exhibit D - GMP Amendment
Page 80 of 138
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 G
Page 16 of 55
Exhibit D - GMP Amendment
Page 81 of 138
Bid Category
07-02 :
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 Owners 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 G
Page 17 of 55
Exhibit D - GMP Amendment
Page 82 of 138
C. SPECIFICALLY INCLUDED
1.
2.
3.
4.
5.
6.
7.
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 G
Page 18 of 55
Exhibit D - GMP Amendment
Page 83 of 138
Bid Category
08-01 :
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 Owners 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 G
Page 19 of 55
Exhibit D - GMP Amendment
Page 84 of 138
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 G
Page 20 of 55
Exhibit D - GMP Amendment
Page 85 of 138
Bid Category
09-01 :
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 Owners 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 G
Page 21 of 55
Exhibit D - GMP Amendment
Page 86 of 138
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 manufacturers 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 G
Page 22 of 55
Exhibit D - GMP Amendment
Page 87 of 138
G. ALTERNATES
1. Per Bid Form.
H. ALLOWANCES
1. None
End of Bid Category 9-1 INTERIORS
Exhibit G
Page 23 of 55
Exhibit D - GMP Amendment
Page 88 of 138
Bid Category
09-02 :
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 Owners 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 G
Page 24 of 55
Exhibit D - GMP Amendment
Page 89 of 138
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
Exhibit G
Page 25 of 55
Exhibit D - GMP Amendment
Page 90 of 138
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 Owners 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 G
Page 26 of 55
Exhibit D - GMP Amendment
Page 91 of 138
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
manufacturers tolerances and provide manufacturers 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
Exhibit G
Page 27 of 55
Exhibit D - GMP Amendment
Page 92 of 138
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 Owners 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 G
Page 28 of 55
Exhibit D - GMP Amendment
Page 93 of 138
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 manufacturers 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 G
Page 29 of 55
Exhibit D - GMP Amendment
Page 94 of 138
Bid Category
11-01 :
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 Owners 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 G
Page 30 of 55
Exhibit D - GMP Amendment
Page 95 of 138
Exhibit G
Page 31 of 55
Exhibit D - GMP Amendment
Page 96 of 138
9.
10.
11.
12.
13.
14.
15.
16.
17.
18.
19.
20.
21.
22.
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.
Provide all woven mesh security barriers. Coordinate sizes and location requirements for
embedded anchors in precast and steel anchor structure above.
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.
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.
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.
Furnish only all specialty back-boxes to the Electrical Contractor for installation under the scope
of work for bid category 26-01.
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.
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.
Provide complete door control system including all interface board, relay cabinets, wire
harnesses, and system functionality indicated, specified, or required.
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.
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.
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.
Provide all control panels and consoles required to achieve a complete functional system.
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.
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 G
Page 32 of 55
Exhibit D - GMP Amendment
Page 97 of 138
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 24x24 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.
Exhibit G
Page 33 of 55
Exhibit D - GMP Amendment
Page 98 of 138
Bid Category
11-02 :
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 Owners 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 G
Page 34 of 55
Exhibit D - GMP Amendment
Page 99 of 138
2.
3.
4.
5.
6.
7.
8.
drawings from the construction set and will bear any costs associated with modifications to these
requirements.
This contractor will be responsible for installation of refrigeration line sets and condensate drains
associated with the cooler/freezer.
Provide all anchor bolts and anchoring of equipment.
Provide all light fixtures integral to items installed by this scope of work.
Provide all wall penetrations required to complete this scope of work. Provide infill of openings
with sealants or escutcheons. Maintain all rated wall assemblies.
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.
Include relocation of items provided by owner including disconnecting existing utilities,
transportation, and installation at new location.
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 G
Page 35 of 55
Exhibit D - GMP Amendment
Page 100 of 138
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 Owners 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 G
Page 36 of 55
Exhibit D - GMP Amendment
Page 101 of 138
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 G
Page 37 of 55
Exhibit D - GMP Amendment
Page 102 of 138
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 Owners 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 G
Page 38 of 55
Exhibit D - GMP Amendment
Page 103 of 138
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 50 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 G
Page 39 of 55
Exhibit D - GMP Amendment
Page 104 of 138
11.
12.
13.
14.
15.
16.
17.
18.
19.
20.
21.
22.
23.
24.
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.
Provide all insulation of piping and duct systems installed as part of this scope of work.
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.
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.
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.
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
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.
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.
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.
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.
Provide steel support structure for chillers complete including ladder and work platform.
Furnish only heat trace systems associated with this scope of work for installation by the electrical
contractor.
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.
Provide (1) sheave and belt change for each piece of equipment installed as part of this work.
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 G
Page 40 of 55
Exhibit D - GMP Amendment
Page 105 of 138
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 G
Page 41 of 55
Exhibit D - GMP Amendment
Page 106 of 138
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 G
Page 42 of 55
Exhibit D - GMP Amendment
Page 107 of 138
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 Owners 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 G
Page 43 of 55
Exhibit D - GMP Amendment
Page 108 of 138
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
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.
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.
Provide temporary power to CM job trailer. Include disconnecting at time designated by CM.
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.
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.
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.
Provide minor renovations to existing Fairfield County Jail facility as indicated.
Provide all exterior and site lighting including all underground raceways, wiring, site light poles,
concrete bases, hand holes and sleeves.
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.
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 VFDs 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.
Include all excavation, backfill, concrete ductbanks, masonry and concrete patching required to
complete this scope of work.
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.
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 G
Page 44 of 55
Exhibit D - GMP Amendment
Page 109 of 138
14.
15.
16.
17.
18.
19.
20.
21.
22.
23.
24.
25.
26.
27.
Include all trenching, backfill, concrete duct bank, conduit, transformer, grounding, meter,
conductors, etc.
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.
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.
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.
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.
Provide all accessories for roof and slab penetrations including sleeves and roofing accessories.
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.
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.
Provide all hangers and supports for all conductors, raceways, panels, equipment, and conduits
installed as part of this bid category.
Provide and install all identification of electrical equipment and circuitry as indicated, specified,
and required.
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.
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.
Provide all surge protective devices for low voltage electrical power circuits.
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.
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 G
Page 45 of 55
Exhibit D - GMP Amendment
Page 110 of 138
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
Exhibit G
Page 46 of 55
Exhibit D - GMP Amendment
Page 111 of 138
Bid Category
31-01 :
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 Owners 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 G
Page 47 of 55
Exhibit D - GMP Amendment
Page 112 of 138
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 G
Page 48 of 55
Exhibit D - GMP Amendment
Page 113 of 138
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 G
Page 49 of 55
Exhibit D - GMP Amendment
Page 114 of 138
Bid Category
31-02 :
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 Owners 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 G
Page 50 of 55
Exhibit D - GMP Amendment
Page 115 of 138
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 respread / 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
Exhibit G
Page 51 of 55
Exhibit D - GMP Amendment
Page 116 of 138
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 Owners 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 G
Page 52 of 55
Exhibit D - GMP Amendment
Page 117 of 138
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 G
Page 53 of 55
Exhibit D - GMP Amendment
Page 118 of 138
Bid Category
32-02 :
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 Owners 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 G
Page 54 of 55
Exhibit D - GMP Amendment
Page 119 of 138
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 G
Page 55 of 55
Exhibit D - GMP Amendment
Page 120 of 138
EXHIBIT H:
SCOPE OF CMS
SELF-PERFORMED
WORK
Exhibit H
Page 1 of 1
Exhibit D - GMP Amendment
Page 122 of 138
EXHIBIT I:
SCHEDULE OF
ALLOWANCES
$25,000
$175,000
$100,000
$85,000
$20,000
$20,000
6 Tons
$5,000
$1,500/Thousand
4 Tons
$25,000
$6,000
$8,000
$12,000
$70,000
$20,000
$25,000
Exhibit I
Page 1 of 1
Exhibit D - GMP Amendment
Page 124 of 138
EXHIBIT J:
SCHEDULE OF
UNIT PRICES
$4,200/EA
$3,500/EA
$2,400/EA
$35/LF
$12/LF
$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 J
Page 1 of 1
Exhibit D - GMP Amendment
Page 126 of 138
EXHIBIT K:
SCHEDULE OF
ALTERNATES
Exhibit K
Page 1 of 1
Exhibit D - GMP Amendment
Page 128 of 138
MANDATORY ALTERNATES
ITEM
NO.
ITEM DESC.
SCOPE
SUBTOTAL
PENDING ITEM
TOTAL
ACCEPTED
ITEM TOTAL
REJECTED
ITEM TOTAL
DATE
NOTES
15,197.00
6,000.00
15,000.00
7,842.00
1,960.00
1,500.00
13,600.00
7,200.00
7,000.00
55,000.00
2,000.00
2,373.00
9,323.00
75,299.00
Accepted per conference call 8/20/15
55,000.00
Accepted per conference call 8/20/15
2,000.00
Accepted per conference call 8/20/15
2,373.00
9,323.00
MANDATORY ALTERNATES
ITEM
NO.
ITEM DESC.
SCOPE
SUBTOTAL
96,050.00
76,900.00
PENDING ITEM
TOTAL
DATE
NOTES
76,900.00
1,400.00
3,315.00
Accepted per conference call 8/20/15
102,350.00
REJECTED
ITEM TOTAL
96,050.00
ACCEPTED
ITEM TOTAL
4,805.00
MANDATORY ALTERNATES
ITEM
NO.
ITEM DESC.
SCOPE
SUBTOTAL
PENDING ITEM
TOTAL
196,423.00
63,662.00
4,950.00
18,900.00
1,450.00
147,134.00
193,323.00
3,100.00
68,612.00
20,350.00
211,500.00
211,500.00
ACCEPTED
ITEM TOTAL
REJECTED
ITEM TOTAL
DATE
NOTES
MANDATORY ALTERNATES
ITEM
NO.
ITEM DESC.
SCOPE
SUBTOTAL
PENDING ITEM
TOTAL
ACCEPTED
ITEM TOTAL
REJECTED
ITEM TOTAL
DATE
NOTES
18,500.00
18,500.00
69,154.00
Backer Board Included by 9-2
(160,687.00)
(174,687.00)
14,000.00
VOLUNTARY ALTERNATES
ITEM
NO.
ITEM DESC.
SCOPE
SUBTOTAL
ACCEPTED
ITEM TOTAL
(10,300.00)
(29,000.00)
(62,000.00)
NOTES
8/13/15
8/13/15
(62,000.00)
DATE
(29,000.00)
REJECTED
ITEM TOTAL
(122,000.00) 8/13/15
(10,300.00)
PENDING ITEM
TOTAL
8/13/15
(15,500.00)
8/13/15
(15,500.00)
8/13/15
VOLUNTARY ALTERNATES
ITEM
NO.
ITEM DESC.
SCOPE
SUBTOTAL
PENDING ITEM
TOTAL
ACCEPTED
ITEM TOTAL
DATE
NOTES
(22,500.00)
(22,500.00)
(5,000.00)
(5,000.00)
(11,800.00)
(20,000.00)
(14,730.00)
(18,926.00)
(9,600.00)
REJECTED
ITEM TOTAL
VOLUNTARY ALTERNATES
ITEM
NO.
ITEM DESC.
SCOPE
SUBTOTAL
PENDING ITEM
TOTAL
ACCEPTED
ITEM TOTAL
REJECTED
ITEM TOTAL
DATE
NOTES
(188,106.00)
(188,106.00)
(73,415.00)
(73,415.00)
(18,700.00)
(9,300.00)
(8,100.00)
(8,100.00)
(4,800.00)
(4,800.00)
Accepted per conference call 8/20/15
(50,750.00)
(50,750.00)
VOLUNTARY ALTERNATES
ITEM
NO.
ITEM DESC.
SCOPE
SUBTOTAL
24 Downsize Boilers
23-1 Sauer
ACCEPTED
ITEM TOTAL
REJECTED
ITEM TOTAL
DATE
NOTES
(25,000.00)
24,227.00
Price added to base bid
(84,000.00)
(84,000.00)
(673.00)
(673.00)
(13,600.00)
(13,600.00)
PENDING ITEM
TOTAL
(25,700.00)
EXHIBIT L:
SCHEDULE OF
INCENTIVES &
SHARED SAVINGS
Exhibit L
Page 1 of 1
Exhibit D - GMP Amendment
Page 138 of 138