Loading...
HomeMy WebLinkAboutParcel9-54ParkingGarage 1.pdf An Indiana Limited Liability Corporation • 355 City Center Drive • Carmel Indiana 46032 • 317.705.7979 • fax 317.705.7980 • ADDENDUM Parcel 9-54.ADD.001 PROJECT PHASE II; CARMEL CITY CENTER BUILDING D - Parcel 9-54 Parking Garage and Ramp 850 Rangeline Road Carmel, Indiana 46032 ADDENDUM NUMBER Parcel 9-54.ADD.001 Parcel 9-54 Parking Garage and Ramp ISSUE DATE 03.07.13 ADDENDUM OUTLINE This Addendum corrects Part 2 Bid Proposal Form on pages BID-3 and BID-4. All pages BID-1 through BID-10 are to be replaced. ITEM 001.1 Specifications • Delete BID PROPOSAL form (with no page numbers) located after page PB-1 and before page BB-1. • Replace pages BID-1 through BID-10 with the attached documents. DISTRIBUTION S. Warne, J. Springer Signature Construction email J. Stutzman, S. Sturtz, Pedcor Design Group email L. Olds City of Carmel email ARCHITECT James A. Walls, AIA CSI Senior Project Architect BID-1 BIDDER’S ITEMIZED PROPOSAL AND DECLARATIONS City of Carmel Instructions To Bidders: This form shall be utilized by all Bidders. Except as otherwise specifically provided, all Parts shall be fully and accurately filled in and completed and notarized. Project: Parcel 9-54 – PARKING GARAGE AND RAMP Proposal For Construction of : The general scope of Work consists of concrete pavement, concrete retaining walls, back filling, Cast in place basement garage, precast plank roof, topping and all architectural and structural components of the garage, including mechanical, plumbing, electrical, fire protection and utilities. . BID-2 PART 1 BIDDER INFORMATION (Print) 1.1 Bidder Name: 1.2 Bidder Address: Street Address: City: State: Zip: Phone: Fax: 1.3 Bidder is a/an [mark one] Individual Partnership Indiana Corporation Foreign (Out of State) Corporation; State: Joint Venture Other 1.4 [The following must be answered if the Bidder or any of its partners or joint venture parties is a foreign corporation. Note: To do business in or with the City of Carmel, Indiana, foreign corporations must register with the Secretary of the State of Indiana as required by the Indiana General Corporation Act as stated therein and expressed in the Attorney General’s Opinion #2, dated January 23, 1958.] .1 Corporation Name: .2 Address: .3 Date registered with State of Indiana: .4 Indiana Registered Agent: Name: Address: BID-3 PART 2 BID PROPOSAL 2.1 Base Bid The undersigned Bidder proposes to furnish all necessary labor, machinery, tools, apparatus, materials, equipment, service and other necessary supplies, and to perform and fulfill all obligations incident thereto in strict accordance with and within the time(s) provided by the terms and conditions of the Contract Documents for the above described Work and Project, including any and all addenda thereto, BID PACKAGE 1 SITE DEVELOPMENT _____________________________________________Dollars ($_________________) RAMP (SITE DEVELOPMENT) ________________Dollars ($_________________) BID PACKAGE 2 PRECAST CONCRETE _____________________________________________Dollars ($_________________) BID PACKAGE 3 UNIT MASONRY _____________________________________________Dollars ($_________________) RAMP (UNIT MASONRY) _____________________Dollars ($_________________) BID PACKAGE 4 STRUCTURAL & MISCELLANEOUS STEEL _____________________________________________Dollars ($_________________) BID PACKAGE 5 CARPENTRY & GENERAL CONSTRUCTION _____________________________________________Dollars ($_________________) BID PACKAGE 6 WATERPROOFING, FIRESTOPPING, & FIRE PROOFING _____________________________________________Dollars ($_________________) BID PACKAGE 7 FIRE PROTECTION ____________________________________________Dollars ($_________________) BID-3 Part 2 continued BID PACKAGE 8 MECHANICAL/HVAC & CONTROLS _____________________________________________Dollars ($_________________) BID PACKAGE 9 PLUMBING _____________________________________________Dollars ($_________________) BID PACKAGE 10 ELECTRICAL _____________________________________________Dollars ($_________________) RAMP (ELECTRICAL) _______________________Dollars ($_________________) 2.2 Alternate Bids Alternate No. 1 – Bike Storage Room and Shower Room: (Add) ______________ Dollars ($_________________) Alternate No. 2 – Ice Melt System: (Add) ______________ Dollars ($_________________) Alternate No. 3 – Elevator No.1 finishes: (Substitution) ______________ Dollars ($_________________) The Bidder acknowledges that evaluation of the lowest Bid shall be based on such price or combination of prices that best benefits the Owner. BID -4 PART 3 CONTRACT ITEMS AND UNIT PRICES [This Part to be used only for future Unit Price Contracts for the Contract Items shown] Prices In Figures Description/ Unit Unit Unit Price [in Words] Quantity Price Earth removal Price/cu.yd. Compacted Fill Price/cu.yd. BID -5 PART 4 CONTRACT DOCUMENTS AND ADDENDA 4.1 The Bidder agrees to be bound by the terms and provisions of all Contract Documents as defined in the Standard General Conditions and incorporates such Contract Documents herein by reference. 4.2 The Bidder acknowledges receipt of the following addenda: ADDENDUM NUMBER DATE BID -6 PART 5 EXCEPTIONS Not Applicable BID-7 PART 6 FINANCIAL STATEMENT 6.1 Attachment of Bidder’s financial statement is mandatory. Any Bid submitted without said financial statement as required by statute shall thereby be rendered invalid. The financial statement provided hereunder to OWNER must be specific enough in detail so that OWNER can make a proper determination of the Bidder’s capability for completing the Work/Project if awarded. Information on Bidder’s company and financial statement shall be consistent with the information requested on the State Board of Accounts Forms #96a and #102, entitled “Standard Questionnaires and Financial Statement for Bidders”. 6.2 Submit with the Bid a fully completed Financial Statement specific enough for the Owner’s governing body to make a proper determination of the Bidders’ capability for completing the project if awarded. Include the following: • Current Assets (cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory and prepaid expenses.) • Net Fixed Assets • Other Assets • Current Liabilities (accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries and accrued payroll taxes.) • Other Liabilities (capital, capital stock, authorized and outstanding shares par values, earned surplus and retained earnings.) BID-8 PART 7 ADDITIONAL DECLARATIONS 7.1 Bidder certifies for itself and all its subcontractors compliance with all existing laws of the United States and the State of Indiana prohibiting the discrimination against any employee or applicant for employment or subcontract work in the performance of the Work contemplated by the Agreement with respect to hire, tenure, terms, conditions, or privileges of employment or any matter directly or indirectly related to employment or subcontracting because of race, religion, color, sex, handicap, national origin, ancestry, age, disabled veteran status or Vietnam era veteran status. The City of Carmel reserves the right to collect a penalty as provided in IC 5-16-6-1 for any person discriminated against. 7.2 The Bidder certifies that Bidder has thoroughly examined the site of the Project/Work and informed itself fully regarding all conditions under which he/she will be obligated to operate and that in any way affect the Work, and knows, understands and accepts the existing conditions. The Bidder further certifies that he/she has thoroughly reviewed the Contract Documents, including all Addenda, and has had the opportunity to ask all questions thereof and obtain all interpretations and/or clarifications concerning the Contract Documents that Bidder desire to obtain. BID-9 PART 8 NON-COLLUSION AFFIDAVIT The individual person(s) executing this Bid Proposal, being first duly sworn, depose(s) and state(s) that the Bidder has not directly or indirectly entered into a combination, collusion, undertaking or agreement with any other Bidder or person (i) relative to the price(s) proposed herein or to be bid by another person, or (ii) to prevent any person from bidding, or (iii) to induce a person to refrain from Bidding; and furthermore, this Bid Proposal is made and submitted without reference to any other bids and without agreement, understanding or combination, either directly or indirectly, with any persons with reference to such bidding in any way or manner whatsoever. PART 9 SIGNATURES [Signature by or on behalf of the Bidder in the spaces provided below shall constitute execution of each and every Part of this Itemized Proposal and Declarations Document. SIGNATURE MUST BE PROPERLY NOTARIZED.] Bidders Name: Written Signature: Printed Name: Title: Important - Notary Signature and Seal Required in the Space Below STATE OF _____________________ SS: COUNTY OF ____________________ Subscribed and sworn to before me this ______ day of _____________________, 20 ___. My commission expires: _________ (Signed)____________________________ Printed:_____________________________ Residing in ___________________ County, State of______________________ An Indiana Limited Liability Corporation • 355 City Center Drive • Carmel Indiana 46032 • 317.705.7979 • fax 317.705.7980 • ADDENDUM Parcel 9-54.ADD.002 PROJECT PHASE II; CARMEL CITY CENTER BUILDING D - Parcel 9-54 Parking Garage and Ramp 850 Rangeline Road Carmel, Indiana 46032 ADDENDUM NUMBER Parcel 9-54.ADD.002 Parcel 9-54 Parking Garage and Ramp ISSUE DATE 03.18.13 ADDENDUM OUTLINE This Addendum addresses several corrections to the bid documents, Door data, Door access control, clarifies the ENVAC pipe information, includes meeting minutes from the Pre-Bid Meeting on March 3, 2013, as well as bidder questions. See all attachments: 1. Revised Bid Form Proposal, 2. Meeting Minutes from the Pre-Bid Meeting on March 3, 2013; 3. Bidder questions and answers, 4. Drawing 5. Appended Envac Spec data. ITEM 002.1 Specifications a) Add the attached ENVAC pipe data to Specification 02 70 00. Contact information for ENVAC is: Ricardo Rello Serrano Engineering Manager Envac South Europe & Americas Tel office: +34 91 457 06 11 Mobile: +34 636 11 40 06 E-mail: r.rello@envac.es b) Within Section 03 30 10, revise paragraph 3.11 A., by replacing the text “Contractor” after the phrase “Testing Agency:”, and before the word “will” with the text “The Owner”. c) Replace pages BID-1 through BID-9 from Addendum 1 with the attached documents. d) Within Section 05 12 10, paragraph 2.7, A item 3, ITEM 002.2 Sheet A601, Door schedule a) Revise hardware sets for Door D012 to be 22 and Door D013 to be 21 like the specification. b) Add Door and Frame Schedule Notes 1 through 4 below the schedule as follows: 1. Door and Frame shall be Exterior, Extra-Heavy Duty Door and Frame, Level 3. 2. Door and Frame shall be Interior, Heavy Duty Door and Frame, Level 2. 3. Door and Frame shall be Exterior, Heavy Duty Door and Frame, Level 2. 4. Door and Frame shall have Tech Conduit Rough-in detail C4/A601. Assume every door will require box and conduit for 15 amp power circuit. c) Add note references to the following doors in the Notes column: 1. Doors D003, D004, D005, D006, D008, D009, D010, and D011 refer to note 1. 2. Door D007 refer to note 4. Page 2 of 3 3. Door D013 refer to notes 1 and 4. ITEM 002.3 Electrical a) Provide and install conduit and pathways for door access controls to doors D007, D013 and D001A. Review detail 2/A310 for required conduit at the remote pedestal. Conduits are to “home run” up to the first floor IT Room A121 (Refer to sheet A102). b) Change the !” conduit in detail 2/A310 to 1” c) Provide and install Axnet Access Controller AE2000plus by Linear Access for door D007. Replace reference to “Division 28” in the Door Hardware Specification (08 71 00) for door D007 with this device. Recess the controller with trim ring TR-2000 into wall for flush installation at location indicated on sheet A100. Conduits are to travel up to the first floor IT Room A121. d) Provide and install keypad AK-11 by Linear Access for door D001A (on the exterior pedestal GNC-1 by Linear Access). Provide backbox and blank cover plate for door D013 with conduit to the Tech Conduit Rough-in. Replace reference to “Division 28” in the Door Hardware Specification (08 71 00) for door D013 with backbox. e) All associated wiring to items a) through d) will be future work in a later bid package. ITEM 002.4 Sheet A90 a) Add note to Site Plan 1 as follows: “VARIOUS UTILITY CONNECTIONS AND I.T. CONDUITS ARE INCLUDED IN PARCEL 9-54 PARKING GARAGE AND RAMP PROJECT. REFER TO SHEETS C200 AND C300.”. SEE ATTACHMENT DRAWING ADD 02.1. ITEM 002.5 Sheets S201, S203, S501 and S603 a) Add General scoping note as follows: “INCLUDE STEEL COLUMNS, BASE PLATES, BEAMS AND CONNECTIONS ON THIS SHEET INTO BID PACKAGE #4. THIS WILL INCLUDE ITEMS SHOWN IN NOTES 10 AND 11 AND THEIR ASSOCIATED W-SHAPE BEAMS. b) Add General scoping note as follows on Sheets S501 and S603: “BASE PLATES, BEAMS AND CONNECTIONS PART OF THE STEEL SHOWN IN NOTES 10 AND 11 ON SHEET S203, and SHALL BE INCLUDED IN BID PACKAGE #4. THIS INCLUDES INFORMATION INDICATED ON THE “COLUMN SCHEDULE” ON SHEET S201. ITEM 002.6 Product Substitutions a) Add “Abell Lift Systems, Abell Elevator International” to Section 14 24 00, Part 2 PRODUCTS, Paragraph 2.1 MANUFACTURERS, and Item A, 5. b) Add Carlisle CCW MiraClay” to Section 07 17 00, Part 2 Paragraph 2.1 MANUFACTURERS, as Item B. 1) In paragraph 2.2, the same associated materials and accessories from Carlisle must be used that match the application and condition as to those shown for Cetco Voltex. Any additional required materials and details needed by Carlisle to meet the intended performance and meet the their warranty. 2) Provide waterstop material like RX Waterstop by Cetco Voltex. 3) Provide drainage board as required. Page 3 of 3 DISTRIBUTION S. Warne, J. Springer Signature Construction email J. Stutzman, S. Sturtz, Pedcor Design Group email L. Olds City of Carmel email ARCHITECT James A. Walls, AIA CSI Senior Project Architect BID-1 BIDDER’S ITEMIZED PROPOSAL AND DECLARATIONS City of Carmel Instructions To Bidders: This form shall be utilized by all Bidders. Except as otherwise specifically provided, all Parts shall be fully and accurately filled in and completed and notarized. Project: Parcel 9-54 – PARKING GARAGE AND RAMP Proposal For Construction of : The general scope of Work consists of concrete pavement, concrete retaining walls, back filling, Cast in place basement garage, precast plank roof, topping and all architectural and structural components of the garage, including mechanical, plumbing, electrical, fire protection and utilities. . BID-2 PART 1 BIDDER INFORMATION (Print) 1.1 Bidder Name: 1.2 Bidder Address: Street Address: City: State: Zip: Phone: Fax: 1.3 Bidder is a/an [mark one] Individual Partnership Indiana Corporation Foreign (Out of State) Corporation; State: Joint Venture Other 1.4 [The following must be answered if the Bidder or any of its partners or joint venture parties is a foreign corporation. Note: To do business in or with the City of Carmel, Indiana, foreign corporations must register with the Secretary of the State of Indiana as required by the Indiana General Corporation Act as stated therein and expressed in the Attorney General’s Opinion #2, dated January 23, 1958.] .1 Corporation Name: .2 Address: .3 Date registered with State of Indiana: .4 Indiana Registered Agent: Name: Address: BID-3 PART 2 BID PROPOSAL 2.1 Base Bid The undersigned Bidder proposes to furnish all necessary labor, machinery, tools, apparatus, materials, equipment, service and other necessary supplies, and to perform and fulfill all obligations incident thereto in strict accordance with and within the time(s) provided by the terms and conditions of the Contract Documents for the above described Work and Project, including any and all addenda thereto, BID PACKAGE 1 SITE DEVELOPMENT _____________________________________________Dollars ($_________________) RAMP (SITE DEVELOPMENT) ________________Dollars ($_________________) BID PACKAGE 2 PRECAST CONCRETE _____________________________________________Dollars ($_________________) BID PACKAGE 3 UNIT MASONRY _____________________________________________Dollars ($_________________) RAMP (UNIT MASONRY) _____________________Dollars ($_________________) BID PACKAGE 4 STRUCTURAL & MISCELLANEOUS STEEL _____________________________________________Dollars ($_________________) BID PACKAGE 5 CARPENTRY & GENERAL CONSTRUCTION _____________________________________________Dollars ($_________________) BID PACKAGE 6 WATERPROOFING, FIRESTOPPING, & FIRE PROOFING _____________________________________________Dollars ($_________________) BID PACKAGE 7 FIRE PROTECTION ____________________________________________Dollars ($_________________) BID-3 Part 2 continued BID PACKAGE 8 MECHANICAL/HVAC & CONTROLS _____________________________________________Dollars ($_________________) BID PACKAGE 9 PLUMBING _____________________________________________Dollars ($_________________) BID PACKAGE 10 ELECTRICAL _____________________________________________Dollars ($_________________) RAMP (ELECTRICAL) _______________________Dollars ($_________________) 2.2 Alternate Bids Alternate No. 1 – Bike Storage Room and Shower Room: (Add) ______________ Dollars ($_________________) Alternate No. 2 – Ice Melt System: (Add) ______________ Dollars ($_________________) Alternate No. 3 – Removal of excess materials - (Add) ______________ Dollars ($_________________) Alternate No. 4 – Elevator No.1 finishes: (Substitution) ______________ Dollars ($_________________) The Bidder acknowledges that evaluation of the lowest Bid shall be based on such price or combination of prices that best benefits the Owner. BID -4 PART 3 CONTRACT ITEMS AND UNIT PRICES [This Part to be used only for future Unit Price Contracts for the Contract Items shown] Prices In Figures Description/ Unit Unit Unit Price [in Words] Quantity Price Earth removal Price/cu.yd. Compacted Fill Price/cu.yd. Removal/Replacement Contaminated Soils Price/cu.yd. BID -5 PART 4 CONTRACT DOCUMENTS AND ADDENDA 4.1 The Bidder agrees to be bound by the terms and provisions of all Contract Documents as defined in the Standard General Conditions and incorporates such Contract Documents herein by reference. 4.2 The Bidder acknowledges receipt of the following addenda: ADDENDUM NUMBER DATE BID -6 PART 5 EXCEPTIONS Not Applicable BID-7 PART 6 FINANCIAL STATEMENT 6.1 Attachment of Bidder’s financial statement is mandatory. Any Bid submitted without said financial statement as required by statute shall thereby be rendered invalid. The financial statement provided hereunder to OWNER must be specific enough in detail so that OWNER can make a proper determination of the Bidder’s capability for completing the Work/Project if awarded. Information on Bidder’s company and financial statement shall be consistent with the information requested on the State Board of Accounts Forms #96a and #102, entitled “Standard Questionnaires and Financial Statement for Bidders”. 6.2 Submit with the Bid a fully completed Financial Statement specific enough for the Owner’s governing body to make a proper determination of the Bidders’ capability for completing the project if awarded. Include the following: • Current Assets (cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory and prepaid expenses.) • Net Fixed Assets • Other Assets • Current Liabilities (accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries and accrued payroll taxes.) • Other Liabilities (capital, capital stock, authorized and outstanding shares par values, earned surplus and retained earnings.) BID-8 PART 7 ADDITIONAL DECLARATIONS 7.1 Bidder certifies for itself and all its subcontractors compliance with all existing laws of the United States and the State of Indiana prohibiting the discrimination against any employee or applicant for employment or subcontract work in the performance of the Work contemplated by the Agreement with respect to hire, tenure, terms, conditions, or privileges of employment or any matter directly or indirectly related to employment or subcontracting because of race, religion, color, sex, handicap, national origin, ancestry, age, disabled veteran status or Vietnam era veteran status. The City of Carmel reserves the right to collect a penalty as provided in IC 5-16-6-1 for any person discriminated against. 7.2 The Bidder certifies that Bidder has thoroughly examined the site of the Project/Work and informed itself fully regarding all conditions under which he/she will be obligated to operate and that in any way affect the Work, and knows, understands and accepts the existing conditions. The Bidder further certifies that he/she has thoroughly reviewed the Contract Documents, including all Addenda, and has had the opportunity to ask all questions thereof and obtain all interpretations and/or clarifications concerning the Contract Documents that Bidder desire to obtain. BID-9 PART 8 NON-COLLUSION AFFIDAVIT The individual person(s) executing this Bid Proposal, being first duly sworn, depose(s) and state(s) that the Bidder has not directly or indirectly entered into a combination, collusion, undertaking or agreement with any other Bidder or person (i) relative to the price(s) proposed herein or to be bid by another person, or (ii) to prevent any person from bidding, or (iii) to induce a person to refrain from Bidding; and furthermore, this Bid Proposal is made and submitted without reference to any other bids and without agreement, understanding or combination, either directly or indirectly, with any persons with reference to such bidding in any way or manner whatsoever. PART 9 SIGNATURES [Signature by or on behalf of the Bidder in the spaces provided below shall constitute execution of each and every Part of this Itemized Proposal and Declarations Document. SIGNATURE MUST BE PROPERLY NOTARIZED.] Bidders Name: Written Signature: Printed Name: Title: Important - Notary Signature and Seal Required in the Space Below STATE OF _____________________ SS: COUNTY OF ____________________ Subscribed and sworn to before me this ______ day of _____________________, 20 ___. My commission expires: _________ (Signed)____________________________ Printed:_____________________________ Residing in ___________________ County, State of______________________ P R E -B I D M E E T I N G 3/11/13 - M i n u t es P A R C E L 9-54 P A R K I N G G A R A G E A N D R A M P A T T E N D E E S : 1. PROJECT ARCHITECT & CONSULTANTS PEDCOR DESIGN GROUP, CE SOLUTIONS, RT MOORE, GOODERUM AND ASSOCIATES, DALMATIAN FIRE, PATRIOT ENGINEERING & ENVIRONMENTAL 2. CONSTRUCTION MANAGER SIGNATURE CONSTRUCTION, LLC 3. BID DATE AND TIME a. Se a l e d b i d s a r e d ue W e d n esd a y 3/20/13, 5:00p .m . E D T at the Carmel Redevelopment Commission Office 30 West Main Street, Suite 220 Carmel, IN 46032 4. QUESTIONS a. All questions are to be submitted in writing to J ason Sp r i nge r of Signature Construction. All answers will be issued by addendum. F a x 317-817-0362 E m a i l - j a sons @ p e d co r .n e t 5. SITE FACILITIES & STORAGE a. Coordinate with Signature Construction. 6. SAFETY a. Jim Simpson with Signature Construction. All OSHA standards and requirements will be enforced. 7. COMMENTS & QUESTIONS a. Is this an ABC wage project? Yes. b. Are excess materials to be removed from the site? Refer to the revised bid form in addendum 02. The base bid is to leave excess materials on site and alternate #3 is to remove excess materials. c. Is there a geotech report? Yes, it is in the project specifications. d. Are soils to be stepped back at 1 to 1 or 1.5 to 1? Refer to the geotech report. !"#$% - 1 -% !"#$%&'()*+',"-.'/"#"0%'!#%)123'45%-6278-' 45%-6278-'9':8-;%#-' 1. Specification 03300-3.14 indicates that the Owner will provide concrete testing, but specification 03310-3.11 indicates that he contractor will provide concrete testing. I assume that the Owner will provide all testing as outlined in specification 011214-2.1. ANSWER: The owner is responsible for concrete testing. Refer to addendum 02 for corrections to Specification Section 03 30 10, paragraph 3.11 . 2. At several locations on Sheet S202 there are HSS members called out as “above”. I believe this note indicates that these HSS members are installed beginning at elevation 0’ and are not part of the steel package. I could not locate a detail showing how these members attach to the structure at elevation 0’. Do any embeds or other means for anchoring these members need to be provided as part of the concrete package? ANSWER:!The HSS7x7x1/4 columns at the corridors bear on the steel beams which are at (- 1’-4”). Therefore the bottom of the base plate for these columns is also at (-1-’4”). The HSS7x7x3/8 columns at the east wall bear on the wall pilaster. The top of wall pilaster is at (-1-4”). The bottom of the base plate for these columns is at (-1’-2”) to account for 2” grout under the base plate. The steel above 0’ and shown on the second floor framing sheet S203, comprised of these tubes and related beams, shall be included in the Parcel 9-54 Nash Garage and Ramp project. Refer to addendum 02 for notes indicating the inclusion of these columns and related W shape beams into the Bid package. 3. On the west side of the structure on sheet S202 there are several 8x8 posts continuous from the foundation to the 3rd floor balconies. Are these included in the steel package? ANSWER:!These 8x8 posts are not included in this package. 4. Can you provide the location of the edge of right of way along Rangeline Road? Given the depth of excavation and the proximity to Rangeline Road earth retention may be required to avoid excavating in the right of way or potentially undermining Rangeline Road. If the excavation was laid back at a 1:1 slope the edge of the excavation would be within 10’ of the edge of pavement. ANSWER: The Right of Way Line along the west side of Rangeline Road in front of the proposed Nash Building will change from its present location to the front face of the proposed building. The contractor will be excavating within the City Right of Way in all cases. In addition, the newly relocated storm and water main will be within the City Right of Way. The location of the proposed storm line indicated on plans were located so the top of the excavation at 1:1 side slope would fall behind the existing back lf the inlet structures. 5. What is the schedule for the project? A completion date is referenced in the instructions to bidders, but a schedule is not included in the referenced section. ANSWER: The project duration is 4-6 months !"#$% - 2 -% 6. From the stair sections on A401 it appears there is structural steel (C and W sections) located within the stair cores, but it is not shown on the structural drawings. Can details be provided regarding these member sizes or is it the intent that the stair supplier provides all material within the stair cores (i.e. structural steel, metal decking, etc.)? ANSWER: Those components along with the landings, treads, risers, stringers, handrails and guardrails are part of the Pre-Engineered Stair System and are to be engineered, provided and installed as a total package. Though the landing components shown are indicative of what we are looking for, they are not necessarily the total solution structurally. Additionally, the specification specifies the treads as pre-filled metal pans, but they can be alternatively poured in place along with the landings. 7. Scope Item Q of the site development package requires the contractor to remove and replace contaminated soil if encountered. The geotechnical report does not provide any identification of contaminated soil so it is very difficult to quantify the amount of potentially contaminated soil. Could the bid form be revised to include a unit price for the removal and replacement of contaminated soil? ANSWER: Refer to the revised Part 3 on Bid-5 in addendum 02. 8. Item R of the bid package no. 1 scope of work requires the contractor to provide and install all concrete caps. What is this referencing because I could not locate it on the plans? ANSWER:!Item R refers to the caps on the elevator and ENVAC shafts. 9. Item U of the bid package no. 1 scope of work requires the contractor to provide and install the painted steel tube pedestal and base. Is this referring to the card reader pedestal for access to the garage? If so can you provide information regarding the material and size? ANSWER: Refer to detail 2 on sheet A310. Or use pedestal GNC-1 by Linear Access. 10. Item KK of bid package no. 1 scope requires this contractor to provide and install all conduits required by Duke Energy. Can you provide more information regarding the material type and size for more accurate pricing? ANSWER:!All conduits are 4”. Above ground is schedule 80 PVC electrical grade. Below ground level is schedule 40 PVC electrical grade. 11. Item HH of bid package no. 1 scope is missing part of the paragraph. ANSWER:!Item HH in scope no. 1 is to be removed. 12. On sheet C300 call out “S” indicates work under a separate contract. Can you better define the scope of work by others because it appears some of the proposed utility work might be in this separate contract. ANSWER:!Refer to the Parcel 9-54 Nash Utility Relocation project. 13. The elevator jack hole is listed in both Bid Package 1 and Bid Package 5 (Item O and Item NN/OO, respectively). Which package is ultimately responsible? ANSWER:!The elevator jack hole is a part of Bid Package 5. !"#$% - 3 -% 14. There is a specification for asphalt paving, but none is shown on the plans. Is this intended for only patching of the areas where utility work occurs in the road? ANSWER: There is no asphalt paving or patching to be installed on this project. 15. Item J of bid package no. 1 scope requires this contractor to provide and install ENVAC piping. Is this only referring to the 10’ section of ENVAC piping called out by note 24 on A100? If this is the section of piping to be installed please provide details regarding the pipe size, material, and invert. ANSWER: Refer to addendum 02 for reference to additional pipe data added to Specification Section 02 70 00, sheet A404 detail B2 for invert height, and detail on sheet A501 for pipe penetration information. Contact data is provided in addendum 02. 16. Item DD of bid package no. 1 scope requires the contractor to swap manhole lids and grates as shown on C100, but none are shown being switched out on C100. Please clarify. ANSWER:!This will be a part of the Parcel 9-54 Nash Utility Relocation 17. Where is the IT room located? ANSWER: Refer to Sheet A101First Floor Plan. Look generally couth of the ENVAC room, above where the Elevator Lobby is, at the Parking Level. 18. Where do the (3) 4” conduits start and are to be stubbed out of the building. Scope tells us to stub 5’-0” for the phone, fiber, and CCTV ANSWER: Refer to sheet C300. Conduits should end at the IT room. 19. Can you clarify what we are to complete on the electrical services? Under item j)1., we are to complete service for the house panels, retail and apartments. Under item j)2., we are to stub main service conduits 5’-0” outside of the building. Which one is correct? ANSWER: Complete service for the house panels, retail, and apartments. 20. It appears the utility transformer is 30’-0” off of the building as we scale the site drawings. Can you please confirm this dimension if we are to provide the service conductors. ANSWER: From page 17 of the Duke Energy Electric Service Guideline For Indiana, we locate the transformer pad 12’ from the balcony columns. This places the center of the pad 24.50’ from the structure of the building. 21. Is there more than one transfer switch? Under item j)5., 80kw natural gas generator and transfer switches. On sheet E-600 shows only one 400A transfer switch. Which one is correct? ANSWER: E-600 is correct. There is only one transfer switch. 22. Are the unit heaters furnished and installed by the Mechanical Contractor or the Electrical Contractor? ANSWER: The Electrical Contractor is to furnish and install the unit heaters. !"#$% - 4 -% 23. How are the carbon monoxide detectors to be tied into the fire alarm system? The drawings state the fire alarm system is to be provided by others. ANSWER: The Mechanical Contractor is to provide the carbon monoxide detectors and the Electrical Contractor is to install to be included with the wring and conduit. The electrical contractor for this bid is to install wiring and conduit for the garage fan as part of this project. A future contractor for the building project will install the wire and conduit to the fire alarm which is not part of this project. 24. Who is purchasing the builder’s risk policy for the project? Is each contractor to provide it for each bid package or will the Owner/CM provide it? ANSWER: Each contractor is responsible for the builder’s risk. 25. Supplementary Conditions are listed in the table of contents, but are not contained within the project manual. Were these accidentally omitted during printing or are there no supplementary conditions? ANSWER: There are no supplementary conditions. 26. Is the job is tax exempt? ANSWER: Yes. 27. What fuels the Generator? ANSWER: Natural gas. 28. What size is the generator 75kw or 80kw? ANSWER: 75kw 29. Who is responsible for the conduits for the future tenant panels? ANSWER: Tenant panel conduits by others. 30. Are we to provide any of the tenant panels? ANSWER: Tenant panels for residential and commercial use are in the future spaces, not in this package. Meter bases are in the basement. 31. Who is responsible for the new primary conduit feeding the transformer? ANSWER: Primary conduit by others. 32. Where is the fire alarm panel located? ANSWER: First Floor. Not in this package. 33. Do we need to provide the fire alarm panel and wiring? ANSWER: No. !"#$% - 5 -% 34. The one line shows a 200amp service feeding a 400amp transfer switch and EM panel…Is this the intent? ANSWER: Should be 400 amp disconnect fused at 225 amps. 35. Who provides the exhaust piping for the generator? ANSWER: Electrical Contractor. 36. Is there any site lighting? ANSWER: NO, not in this package. Panel space will be required later for the site lighting. 37. A111 is an electrical drawing do we disregard this and only bid the “E” series? ANSWER: A111 is a Reflected Ceiling Plan is a coordination plan purposes between trades. Location of light fixtures is a priority on this plan, thought e data is shared between the two plans. Still, not in your interest to disregard this information. 38. Do the 2 services feed out of 2 different transformers? If so where are they located? ANSWER: Only one transformer is being used for the Building. The pad is for a future Building. Refer to Duke for any requirements for pathways between the pads. 39. Is all conduit to be exposed or will it need to be embedded in the concrete? ANSWER: Conduit can be exposed running on exposed CMU, CIP walls and Precast Planks except for the ramp. Ramp electrical must be embedded in the CIP walls and brick veneer. All other electrical and low voltage must be concealed in stud spaces. Some walls that are concrete may require some block outs and sleeves for lights, heaters and elevator equipment. 40. The fire alarm drawings do not indicate any flow and tamper wiring for the sprinkler system…Is there any wiring required in this phase? ANSWER: No. 41. Are we to provide breakers in the meter mods for all of the future spaces? If so what amperage? ANSWER: Yes, 200 amp. 42. Do the panels need to be NEMA 3R? ANSWER: The panels do not need a 3R rating . 43. Pertaining to the downspout/roof drains, on sheet C300 the drains on the west side of the building and not connected to a ‘trunkline” eventually connecting to a drainage structure. This is different the east side. Do you want to add a run of 6” PVC to collect the water and take it to a storm MH. ANSWER: No, the west side stops 5’-0” outside the building and will be connected in the parking lot package. The east side will connect to the new storm line package that is in a separate package. !"#$% - 6 -% END OF BID QUESTIONS Architect:Sheet #:Date:Ref. Drawing: Drawn By:850 South Rangeline Road Carmel, IN 46032 Construction Documents Project: NASH BUILDING - Building D Mo n d a y , M a r c h 1 8 , 2 0 1 3 , a l l d a t a : M S : D E S I G N : P R O J E C T S : C A R M E L C I T Y C E N T E R : C C C D r a w i n g s : C C C C o n s t r u c t i o n D o c : B u i l d i n g D : D . C A D : D . S h e l l : N E W S E T : B l d g D S h e l l N E W S E T . p l n , 1 o f 1 4 0 PEDCOR DESIGN GROUP Architecture/ Project Management 355 City Center Drive Carmel, Indiana 46032 317.705.7979 (phone) 317.705.7980 (fax) ADD 02.1 N 65 . 9 9 ' 16.04' 7.02' NASH BUILDING D 850 South Rangeline Road VARIOUS UTILITY CONNECTIONS AND I.T. CONDUITS ARE INCLUDED IN PARCEL 9-54 PARKING GARAGE AND RAMP PROJECT. REFER TO SHEETS C200 AND C300. 3A9 1 4A9 1 SCALE: 1" = 20'1 Site Plan 0 10'20'40' • PARTIAL DRAWING OF SHEET A90. • NOTE IS NOT POINTING TO ALL INCIDENTS. REFER TO REFERENCED SHEET FOR ALL LOCATIONS OF UTILITIES AS A PART OF THE BID PACKAGE 03.18.2013 A90 PARCEL 9-4 NASH PARKING GARAGE AND RAMP !"##$%&%'()$*%'+),*#-#%*.)()*/* !"##$%&%'()$*%'+),*#-#%*.)()*/*