post bid addendum #1

advertisement
POST BID ADDENDUM #1
To :
P ri me B id d e rs
F ro m:
H ES S C o n s t ru c ti o n + E ng ine e r ing S e r vi ce s
D at e :
05 /0 9/ 2 01 2
Re :
St Charles High School, Phase 2
DATE:
May 9, 2012
OWNER:
Charles County Public Schools
Planning & Construction Department
5980 Radio Station Rd
LaPlata, MD 20646
CONSTRUCTION MANAGER:
HESS Construction + Engineering Services
804 W. Diamond Ave, Suite 300
Gaithersburg, MD 20878
ARCHITECT:
SHW Group LLP
1014 Morton Street, Suite 200
Baltimore, MD 21201
PROJECT:
St. Charles High School Phase 2,
5305 Piney Church Road
Waldorf, Maryland 20602
Bid Number ST.CHS 2 – 1011
PSC Number 08.046.11C
TO:
Prime Bidders
Prime Bidders who submitted a bid to HESS on April 26, 2012 for this project are required to submit alternates as applicable to their
scope of work per the attached revised bid form in order to be considered responsive to this RFP. Base bids cannot be altered.
Alternates are supplementary to the bids received on April 26, 2012. You must provide a value or write in the dollar figure $0 or
“zero” for each new alternate. Failure to write in a value, the dollar figure $0 or the term “zero” may subject the Bid to be considered
as non-responsive. The term “N/A” is also unacceptable.
Alternate pricing on the revised bid form is due on May 17, 2012 at 4:00 PM and can be hand delivered, faxed or emailed to HESS
main office at 804 W. Diamond Avenue, Suite 300, bids@hessedu.com or (301) 670-9009.
The following changes are made a part of the Drawings and Specifications for the subject project dated February 22, 2012. Receipt
of this Addendum in the space provided in the Bid Form is to be acknowledged. Failure to do so may subject the Bid to be
considered as non-responsive.
This Addendum is generally separated into sections for convenience; however, all contractors, subcontractors, material suppliers
and other involved parties shall be responsible for reading the entire Addendum. Failure to list an item(s) in all affected sections of
this Addendum does not relieve any party affected from performing per instructions, provided the information is set forth one time
anywhere in the Addendum.
This document shall become attached to and part of the Construction Documents for the aforementioned project.
ATTACHMENTS:
1.
Revised Bid Proposal Form Section 00312
2.
Revised 01 23 00 Alternate Specification
3.
Supplementary sketches and drawings for individual Alternates
END OF POST BID ADDENDUM NUMBER 1
1
SECTION 00312
BID PROPOSAL FORM
PROJECT TITLE:
BID NUMBER:
St. Charles High School
ST.CHS 1 – 1011
PSC No.:
08.046.11C
BID FORM – Submit one (1) executed original and one (1) duplicate of this form and required
attachments in sealed envelope bid submission
Bid Package: ____________________
Bid Package Title: ________________________________________________________
If the bidder is submitting bids for more than one (1) contract package, each bid must be made in separate
sealed envelopes, using separate bid forms, bid bonds, and MBE forms. Bidder may not combine pricing for
multiple bid packages, or submit separate bids within the same sealed envelope.
Submitted this
________ day of ____________________________________2012
by
Business Address
SUBMITTED TO:
HESS Construction + Engineering Services, Construction Manager,
Gaithersburg, Maryland
1. This bidder declares that the only person, firm or corporation, or persons, firms or corporations,
that has or have any interest in this proposal or in the contract or contracts proposed to be taken, is
or are the undersigned; that this proposal is made without any connection or collusion with any
person, firm or corporation making a proposal for the same work; that the attached specifications and
form of contract, and the drawings therein referred to, have been carefully examined and are
understood; that as careful an examination has been made as is necessary to become informed as to
the character and extent of the work required; and that it is proposed and agreed, if the proposal is
accepted, to contract with the HESS Construction + Engineering Services to do the required work in
the manner set forth in the specifications and as shown by the drawings.
Bidder has proposed bids as indicated in paragraph 6. Bidder is required to bid on Base Bid.
2. The lump sum price on this Proposal Form is to include and cover the furnishing of all materials
and labor requisite and proper, and the providing of all necessary machinery, tools, apparatus and
means for performing the work, and the doing of all the above mentioned work, in the manner set
forth, described and shown in the specifications.
3.
In submitting this bid, Bidder represents having examined copies of all Contract Documents
and of the following Addenda:
Bid Proposal Form
00312-1
1
Revised per Addendum #4 dated April 19, 2012
2
Revised per Addendum #6 dated April 19, 2012
3
Revised per Post Bid Addendum #1 dated May 9, 2012
Post Bid Addendum No._________________
Dated_______________
4.
Contract Time: The proposed Work of the project is required to be in place, complete and
ready for use no later March 29, 2014.
5.
If equal to or above $250,000, this Bid does require Bid Security in the amount of five percent
(5%) of Base Bid. A letter shall accompany each Bid from the bonding company guaranteeing to
issue Payment and Performance Bonds.
6.
Bid Values:
Bidder agrees to provide, complete, all systems and components as indicated on the plans
and project manual for the complete site work package. Any materials or services required for the
completion of the work indicated, including complete functionality of all utilities, shall be provided. All
work to be in accordance with local and state codes as well as the safety officer of HESS
Construction + Engineering Services.
6.1
BASE BID:
Provide all labor, materials and equipment, and perform all site work and utilities required to prepare the site for
building construction, all in strict accordance with the drawings and specifications.
TOTAL BASE BID OF:
Total Base Bid: _________Per April 26, 2012 Bid__________________________________
______________________________________ Dollars ( $ __ Per April 26, 2012 Bid __ )
6.2
ALTERNATES:
The Construction Manager shall have the right to accept or reject Alternate(s) and accept the low bidder on the
basis of the Base Bid and the Alternate(s) accepted.
ALTERNATE NUMBER 1: (Add) The Swimming Pool Program and all components required per the
specifications and drawings.
Alternate Bid Value:
Per April 26, 2012 Bid
Dollars ($
)
ALTERNATE NUMBER 2: (Add) Sod at Football/Baseball/Softball Competition Fields in lieu of
seeding.
Alternate Bid Value:
Per April 26, 2012 Bid
Dollars ($
)
Bid Proposal Form
00312-2
1
Revised per Addendum #4 dated April 19, 2012
2
Revised per Addendum #6 dated April 19, 2012
3
Revised per Post Bid Addendum #1 dated May 9, 2012
ALTERNATE NUMBER 3: (Add) Landscape Trees and low-growth plantings at parking lot areas
including adjacent islands.
Alternate Bid Value:
Per April 26, 2012 Bid
Dollars ($
)
ALTERNATE NUMBER 4: (Add) All metal shelving including but not limited to Classrooms/Learning
Space Storage spaces as shown on Documents.
Alternate Bid Value:
Per April 26, 2012 Bid
Dollars ($
)
ALTERNATE NUMBER 5: (Add) Enhanced Sound and Video at learning spaces as indicated on
Documents. Empty conduit runs for these specific systems remain
Base-Bid.
Alternate Bid Value:
Per April 26, 2012 Bid
Dollars ($
)
ALTERNATE NUMBER 6: (Add) A complete single ply, PVC roofing system to be installed at all main
roof tops and all canopy roof tops. Alternate includes the integrated,
vegetative roof system described on the Base Bid Roof System:
vegetated roof is included in both Base Bid Roof System and in
Alternate 6.
Alternate Bid Value:
Per April 26, 2012 Bid
Dollars ($
)
ALTERNATE NUMBER 7: Not Used
Alternate Bid Value:
Zero
Dollars ($
0
)
Dollars ($
0
)
ALTERNATE NUMBER 8: Not Used
Alternate Bid Value:
Zero
Bid Proposal Form
00312-3
1
Revised per Addendum #4 dated April 19, 2012
2
Revised per Addendum #6 dated April 19, 2012
3
Revised per Post Bid Addendum #1 dated May 9, 2012
ALTERNATE NUMBER 9: (Add) Measurement and Verification Devices Associated with LEED Credit
EA5.
Devices are for Energy Consumption Metering. See Spec 01 23 00 for
scope.
Alternate Bid Value:
Per April 26, 2012 Bid
Dollars ($
)
ALTERNATE NUMBER 10: (Add) Learning Wall. See Spec 01 23 00 for scope.
Alternate Bid Value:
Per April 26, 2012 Bid
Dollars ($
)
ALTERNATE NUMBER 11: (Add) Plastic Mechanical Unit Screens. See Spec 01 23 00 for scope.
Alternate Bid Value:
Per April 26, 2012 Bid
Dollars ($
)
ALTERNATE NUMBER 12: Additional Metal Fabrication Mechanical Unit Roof screens 1. Scope of
alternate roof screen described on sheet A1.9 ROOF PLAN and A.11
ROOF SYSTEMS. Specification describing work is in 05 50 00 Metal
Fabrications.
Alternate Bid Value:
Per April 26, 2012 Bid
Dollars ($
)
ALTERNATE NUMBER 13: Floor Finishes Changes. Replace base bid of VCT where indicated as
FF2 with Linoleum Tile. See Spec 01 23 00 for scope
Alternate Bid Value:
Per April 26, 2012 Bid
Dollars ($
)
ALTERNATE NUMBER 14: Not Used
Alternate Bid Value:
Zero
Dollars ($
0
)
ALTERNATE NUMBER 15: Floor Finishes Changes. Replace base bid of VCT where indicated as
FF2 with Quartz Tile. See Spec 01 23 00 for scope
Bid Proposal Form
00312-4
1
Revised per Addendum #4 dated April 19, 2012
2
Revised per Addendum #6 dated April 19, 2012
3
Revised per Post Bid Addendum #1 dated May 9, 2012
Alternate Bid Value:
Per April 26, 2012 Bid
Dollars ($
)
ALTERNATE NUMBER 16: Floor Finishes Changes. Replace base bid of non-slip VCT (with rubber
base) where indicated as FF4 with Rubber Flooring with integral flash
base. See Spec 01 23 00 for scope
Alternate Bid Value:
Per April 26, 2012 Bid
Dollars ($
)
ALTERNATE NUMBER 17: Not Used
Alternate Bid Value:
Zero
Dollars ($
0
)
ALTERNATE NUMBER 18: Floor Finishes Changes. Replace base bid of non-slip VCT (with rubber
base) where indicated as FF9 with Rubber Flooring with integral flash
base. See Spec 01 23 00 for scope
Alternate Bid Value:
Per April 26, 2012 Bid
Dollars ($
)
ALTERNATE NUMBER 19: (Deduct) Deduct all lightning protection items described in specification
26
41 00 LIGHTNING PROTECTION.
Alternate Bid Value:
Per April 26, 2012 Bid
Dollars ($
)
ALTERNATE NUMBER 20: (Add) At the Thermoplastic Polyolefin Roofing and Vegetative System
(07 54
23) membrane thickness shall increase from 60 mil to 80 mil.
Reference specification 07 54 23 paragraph 2.2.A.1.c.
Alternate Bid Value:
Per April 26, 2012 Bid
Dollars ($
)
ALTERNATE NUMBER 21: (Deduct) Delete temporary fence.
Bid Proposal Form
00312-5
1
Revised per Addendum #4 dated April 19, 2012
2
Revised per Addendum #6 dated April 19, 2012
3
Revised per Post Bid Addendum #1 dated May 9, 2012
Alternate Bid Value:
_________________________________________________________
Dollars ($
)
ALTERNATE NUMBER 22: (Deduct) Delete spreading stockpile at North lot.
Alternate Bid Value:
_________________________________________________________
Dollars ($
)
ALTERNATE NUMBER 23: (Deduct) Substitute RC-6 or bank run gravel at asphalt pavement
Alternate Bid Value:
_________________________________________________________
Dollars ($
)
ALTERNATE NUMBER 24: (Deduct) Delete 6” #57 stone at running path
Alternate Bid Value:
_________________________________________________________
Dollars ($
)
ALTERNATE NUMBER 25: (Add / Deduct) Reduce North parking lot by 100 parking spaces. Deletes
pavement , pavement base, curb and gutter, stone drainage trenches and adds green space.
Alternate Bid Value:
_________________________________________________________
Dollars ($
)
ALTERNATE NUMBER 26: (Deduct) Delete colored concrete.
Alternate Bid Value:
_________________________________________________________
Dollars ($
)
ALTERNATE NUMBER 27: (Deduct) Substitute latex track surfacing for polyurethane track surfacing
Alternate Bid Value:
_________________________________________________________
Dollars ($
)
ALTERNATE NUMBER 28: (Deduct) Delete 2” x 2” removable curb at track
Alternate Bid Value:
_________________________________________________________
Dollars ($
)
ALTERNATE NUMBER 29: (Deduct) Reduce courtyard concrete from 6” to 4” depth.
Alternate Bid Value:
_________________________________________________________
Dollars ($
)
Bid Proposal Form
00312-6
1
Revised per Addendum #4 dated April 19, 2012
2
Revised per Addendum #6 dated April 19, 2012
3
Revised per Post Bid Addendum #1 dated May 9, 2012
ALTERNATE NUMBER 30: (Add / Deduct) Reduce tennis courts from 8 to 6 by deleting asphalt,
stone base, surfacing, tennis nets and posts, fencing and replace with green space.
Alternate Bid Value:
_________________________________________________________
Dollars ($
)
ALTERNATE NUMBER 31: (Deduct) Delete sod and replace with seed around building. Six Months
maintenance included in base bid.
Alternate Bid Value:
_________________________________________________________
Dollars ($
)
ALTERNATE NUMBER 32: (Deduct) Delete landscape edging
Alternate Bid Value:
_________________________________________________________
Dollars ($
)
ALTERNATE NUMBER 33: (Deduct) Delete maintenance at baseball, softball and football fields after
six months.
Alternate Bid Value:
_________________________________________________________
Dollars ($
)
ALTERNATE NUMBER 34: (Deduct) Delete radius benches.
Alternate Bid Value:
_________________________________________________________
Dollars ($
)
ALTERNATE NUMBER 35: (Deduct) Delete scoreboards on exterior. Football and monument sign
remain in base bid
Alternate Bid Value:
_________________________________________________________
Dollars ($
)
ALTERNATE NUMBER 36: (Add / Deduct) Delete cast stone treads at student dining stairs and
replace with VCT and rubber nosing.
Alternate Bid Value:
_________________________________________________________
Dollars ($
)
ALTERNATE NUMBER 37: (Deduct) Substitute vapor barrier at slab on grade, exclusive of wood
flooring.
Alternate Bid Value:
_________________________________________________________
Dollars ($
)
ALTERNATE NUMBER 38: (Deduct) Substitute vapor barrier at wood flooring slab on grade.
Bid Proposal Form
00312-7
1
Revised per Addendum #4 dated April 19, 2012
2
Revised per Addendum #6 dated April 19, 2012
3
Revised per Post Bid Addendum #1 dated May 9, 2012
Alternate Bid Value:
_________________________________________________________
Dollars ($
)
ALTERNATE NUMBER 39: (Add / Deduct) Substitute VCT for all polished concrete
Alternate Bid Value:
_________________________________________________________
Dollars ($
)
ALTERNATE NUMBER 40: (Add / Deduct) Revise floor finishes per attached A8.1B, A8.1D, A8.1F
Alternate Bid Value:
_________________________________________________________
Dollars ($
)
ALTERNATE NUMBER 41: (Deduct) Delete STC requirements at CMU partitions in select areas.
Alternate Bid Value:
_________________________________________________________
Dollars ($
)
ALTERNATE NUMBER 42: (Deduct) Substitute red hue brick for base bid brick veneer.
Alternate Bid Value:
_________________________________________________________
Dollars ($
)
ALTERNATE NUMBER 43: (Deduct) Substitute Carolina Ceramics brick for base bid brick veneer
Alternate Bid Value:
_________________________________________________________
Dollars ($
)
ALTERNATE NUMBER 44: (Deduct) Substitute standard brick mortar for colored mortar.
Alternate Bid Value:
_________________________________________________________
Dollars ($
)
ALTERNATE NUMBER 45: (Deduct) Delete sound control requirements except around band areas
and TV studio as referenced in Alternates section 01 23 00.
Alternate Bid Value:
_________________________________________________________
Dollars ($
)
ALTERNATE NUMBER 46: (Deduct) Delete entry sign per 1/A5.22
Alternate Bid Value:
_________________________________________________________
Dollars ($
)
Bid Proposal Form
00312-8
1
Revised per Addendum #4 dated April 19, 2012
2
Revised per Addendum #6 dated April 19, 2012
3
Revised per Post Bid Addendum #1 dated May 9, 2012
ALTERNATE NUMBER 47: (Deduct) Delete translucent panels at student dining and replace with
picket infill
Alternate Bid Value:
_________________________________________________________
Dollars ($
)
ALTERNATE NUMBER 48: (Deduct) Substitute standard removable bollards for stainless steel
removable bollards
Alternate Bid Value:
_________________________________________________________
Dollars ($
)
ALTERNATE NUMBER 49: (Add / Deduct) Delete precast stair tread and perforated riser in stairs 1
and 2.
Alternate Bid Value:
_________________________________________________________
Dollars ($
)
ALTERNATE NUMBER 50: (Deduct) Add alternate manufacturers to the appliance specification
113100
Alternate Bid Value:
_________________________________________________________
Dollars ($
)
ALTERNATE NUMBER 51: (Deduct) Delete green roof
Alternate Bid Value:
_________________________________________________________
Dollars ($
)
ALTERNATE NUMBER 52: (Deduct) Reduce roofing insulation from 6” to 5” system.
Alternate Bid Value:
_________________________________________________________
Dollars ($
)
ALTERNATE NUMBER 53: (Deduct) 7A remove all work associated with sunshades and canopies,
8A to provide all sunshades and canopies per base bid.
Alternate Bid Value:
_________________________________________________________
Dollars ($
)
ALTERNATE NUMBER 54: (Deduct) Replace thermal rated storefront doors with heavy duty widestile storefront doors.
Alternate Bid Value:
_________________________________________________________
Dollars ($
)
Bid Proposal Form
00312-9
1
Revised per Addendum #4 dated April 19, 2012
2
Revised per Addendum #6 dated April 19, 2012
3
Revised per Post Bid Addendum #1 dated May 9, 2012
ALTERNATE NUMBER 55: (Deduct) Reduce STC at D101 curtainwall from STC 46 minimum to
STC 43 minimum
Alternate Bid Value:
_________________________________________________________
Dollars ($
)
ALTERNATE NUMBER 56: (Deduct) Reduce curtainwall and add bulkhead G4E at Science on a
Sphere per alternate description in specification 01 23 00.
Alternate Bid Value:
_________________________________________________________
Dollars ($
)
ALTERNATE NUMBER 57: (Deduct) Revise door specification for welding of frames.
Alternate Bid Value:
_________________________________________________________
Dollars ($
)
ALTERNATE NUMBER 58: (Deduct) Revise door specification for door stiffeners.
Alternate Bid Value:
_________________________________________________________
Dollars ($
)
ALTERNATE NUMBER 59: (Deduct) Switch hollow metal door specification from SDI Model 1 to
Model 1.
Alternate Bid Value:
_________________________________________________________
Dollars ($
)
ALTERNATE NUMBER 60: (Deduct) Delete LEED requirement for wood door specification (delete
EQ-4.4 & MR-7)
Alternate Bid Value:
_________________________________________________________
Dollars ($
)
ALTERNATE NUMBER 61: (Deduct) Change wood doors to Plain Sliced Red Oak from Rotary Cut
Natural Birch
Alternate Bid Value:
_________________________________________________________
Dollars ($
)
ALTERNATE NUMBER 62: (Deduct) Use particle core doors in lieu of stave core doors.
Alternate Bid Value:
_________________________________________________________
Dollars ($
)
ALTERNATE NUMBER 63: (Deduct) Allow XP national gypsum drywall in lieu of specified USG high
impact paperless drywall.
Bid Proposal Form
00312-10
1
Revised per Addendum #4 dated April 19, 2012
2
Revised per Addendum #6 dated April 19, 2012
3
Revised per Post Bid Addendum #1 dated May 9, 2012
Alternate Bid Value:
_________________________________________________________
Dollars ($
)
ALTERNATE NUMBER 64: (Deduct) Eliminate 50% of hanging baffles at student dining lobby.
Alternate Bid Value:
_________________________________________________________
Dollars ($
)
ALTERNATE NUMBER 65: (Deduct) Replace APC-8 with APC-4 in the IRC Center.
Alternate Bid Value:
_________________________________________________________
Dollars ($
)
ALTERNATE NUMBER 66: (Deduct) Reduce block filler applications from two to one application.
Alternate Bid Value:
_________________________________________________________
Dollars ($
)
ALTERNATE NUMBER 67: (Deduct) Remove FSC requirement from wood flooring specifications
096429 and 096466
Alternate Bid Value:
_________________________________________________________
Dollars ($
)
ALTERNATE NUMBER 68: (Deduct) Allow third grade or better wood flooring for specifications
096429 and 096466
Alternate Bid Value:
_________________________________________________________
Dollars ($
)
ALTERNATE NUMBER 69: (Deduct) Eliminate slip resistant flooring and change from FF-4 and FF-9
to FF-2.
Alternate Bid Value:
_________________________________________________________
Dollars ($
)
ALTERNATE NUMBER 70: (Deduct) Early selection of carpet and purchase in 2012 for carpet
savings
Alternate Bid Value:
_________________________________________________________
Dollars ($
)
ALTERNATE NUMBER 71: (Deduct) Remove locks from locker and team room. Base bid to include
locks at all other lockers
Alternate Bid Value:
_________________________________________________________
Bid Proposal Form
00312-11
1
Revised per Addendum #4 dated April 19, 2012
2
Revised per Addendum #6 dated April 19, 2012
3
Revised per Post Bid Addendum #1 dated May 9, 2012
Dollars ($
)
ALTERNATE NUMBER 72: (Add / Deduct) Replace floor mats and frames with Tandis abrasive
action carpet tile
Alternate Bid Value:
_________________________________________________________
Dollars ($
)
ALTERNATE NUMBER 73: (Deduct) Add approved manufacturer to HVAC Instrumentation and
Control specification
Alternate Bid Value:
_________________________________________________________
Dollars ($
)
ALTERNATE NUMBER 74: (Deduct) Add AAON as an approved manufacturer to Central HVAC
Equipment 237000
Alternate Bid Value:
_________________________________________________________
Dollars ($
)
ALTERNATE NUMBER 75: (Deduct) Provide HDPE Valve vaults in lieu of concrete valve vaults at
geothermal system
Alternate Bid Value:
_________________________________________________________
Dollars ($
)
ALTERNATE NUMBER 76: (Deduct) Allow Dukane as an approved manufacturer to specification
275123 and 275313
Alternate Bid Value:
_________________________________________________________
Dollars ($
)
ALTERNATE NUMBER 77: (Deduct) Light fixture substitution package
Alternate Bid Value:
_________________________________________________________
Dollars ($
)
ALTERNATE NUMBER 78: (Deduct) Delete sports lighting poles and foundations. Underground
rough in and pull string to remain in base bid.
Alternate Bid Value:
_________________________________________________________
Dollars ($
)
ALTERNATE NUMBER 79: (Deduct) Remove TVSS requirements on panelboards on load side of
transformers and keep at main service entry only.
Bid Proposal Form
00312-12
1
Revised per Addendum #4 dated April 19, 2012
2
Revised per Addendum #6 dated April 19, 2012
3
Revised per Post Bid Addendum #1 dated May 9, 2012
Alternate Bid Value:
_________________________________________________________
Dollars ($
)
ALTERNATE NUMBER 80: (Deduct) Add WEBS AX Security Tridium and GE Facility Commander
as approved for specification 281300 Access Control Specification
Alternate Bid Value:
_________________________________________________________
Dollars ($
)
ALTERNATE NUMBER 81: (Deduct) Add Honeywell Vista Panel Tridium and GE Facility
Commander as approved manufacturer to 281600 Intrusion Detection Specification.
Alternate Bid Value:
_________________________________________________________
Dollars ($
)
ALTERNATE NUMBER 82: (Deduct) Add Edwards as an approved manufacturer to 2831 Fire Alarm
Specification.
Alternate Bid Value:
_________________________________________________________
Dollars ($
)
ALTERNATE NUMBER 83: (Deduct) Allow Berktek, Hubbell or Oritronics as approved
manufacturers to 272000 Structured Cable Specifications.
Alternate Bid Value:
_________________________________________________________
Dollars ($
6.3
)
UNIT COSTS:
The following unit costs shall be the basis for any additional or deleted services from the project scope
of work as requested by the Owner/CM. Refer to Section 01 22 00 of the specifications for additional
information. The undersigned acknowledges the unit price values as part of this bid proposal and
agrees to add or delete items for the unit prices identified when directed to do so by the Construction
Manager. Unit prices listed are applicable to all work in this project involving extra materials/services
performed by the Contractor or its Subcontractors and/or credits to the Owner/CM for materials/services
deleted from the project. Unit price includes all overhead, profit, applicable taxes, bonds, labor, fringes,
materials, equipment, burden and any other incidentals related to the completion of the work. Prices as
stated shall remain in effect through the end of the Contract period. The undersigned acknowledges the
unit price values as part of this bid and agrees to add or delete items for the unit prices
ITEM
NUMBER
1.
2.
3.
4.
5.
6.
7.
8.
DESCRIPTION OF ITEM
Earth Excavation – machine
Earth Excavation – hand
Trench Machine earth excavation
Open area rock excavation and removal
Over 2,500 cu. yds. to be negotiated at a lower rate.
Trench rock excavation and removal
Sodding
Hydroseeding
Concrete Walk (4", with mesh)
UNIT
PRICE
cu. yd.
cu. yd.
cu. yd.
cu. yd.
$ 2.50
$ 30.00
$ 6.25
$ 55.00
cu. yd.
sq. yd.
sq. yd.
sq. yd.
$ 90.00
$ 3.50
$ 1.00
$ 30.00
Bid Proposal Form
00312-13
1
Revised per Addendum #4 dated April 19, 2012
2
Revised per Addendum #6 dated April 19, 2012
3
Revised per Post Bid Addendum #1 dated May 9, 2012
ITEM
NUMBER
9.
10.
11.
DESCRIPTION OF ITEM
UNIT
PRICE
Bank run gravel under slab
4” concrete slabs with mesh
Bituminous Paving Standard Duty (Parking detail)
cu. yd.
cu. yd.
sq. yd.
$ 25.00
$ 125.00
$ 24.00
12.
Bituminous Paving Heavy Duty (Bus areas)
sq. yd.
$ 35.00
13.
14.
15.
16.
17.
18.
19.
20.
21.
22.
23.
24.
Reinforced Concrete Footings – does not include excavation
4" Concrete Masonry Unit Walls
6" Concrete Masonry Unit Walls
8" Concrete Masonry Unit Walls
12" Concrete Masonry Unit Walls
4” Face Brick
Vinyl Composition Tile
Carpeting
Vinyl Wall Base
Quartz Tile
Imported Topsoil (Spread)
Removal of unsuitable excavated material from site
Yardage under 5,000
Yardage over 5,000 up to 20,000
Yardage over 20,000 to be negotiated at a lower rate
Excavate unsuitable material and store on site
Furnish, deliver, spread and compact suitable material from on-site
Ground Stabilization Cloth
Longitudinal under-drain
Furnish, deliver, spread and compact Imported fill material
Yardage under 5,000
Yardage over 5,000 up to 20,000
Yardage over 20,000 to be negotiated at a lower rate
Concrete curb and gutter
Geotextile fabric for Site Pavement
4 foot vinyl coated chain link fence
6 foot vinyl coated chain link fence
8 foot vinyl coated chain link fence
Acoustical ceiling
Drywall ceiling
Floor leveling w/Ardex self leveling gout mixture
Duplex electrical receptacle
Toggle light switch
Single Data/Communication outlet
Double Data/Communication outlet
Cable TV outlet
Recessed Fire Extinguisher & cabinet
Wall footings
Column footings
Wood blocking for parapets
Walk pads
Duct
Hollow metal door frame
Drywall bulk head
Drywall partitions
Markerboard/Tackboard
cu. yd.
sq. ft.
sq. ft.
sq. ft.
sq. ft.
sq. ft.
sq. ft.
sq. yd.
Lin. ft.
Sq. ft.
cu. yd.
$ 100.00
$ 6.75
$ 7.00
$ 7.25
$ 7.75
$ 11.50
$ 1.80
$ 20.00
$ 2.25
$ 9.00
$ 15.00
cu. yd.
cu. yd.
$ 13.00
$ 9.00
cu. yd.
cu. yd.
sq. yd.
lin. ft.
$ 4.00
$ 4.00
$ 2.50
$ 7.00
cu. yd.
cu. yd.
$ 13.00
$ 9.00
lin. ft.
sq. yd.
lin. ft.
lin. ft.
lin. ft.
Sq. ft.
Sq. ft.
Sq. ft.
Each
Each
Each
Each
Each
Each
Lin. ft.
Cu. Yd.
Bd. Ft.
Sq. ft.
Lb.
Door
Sq. ft.
Sq. ft.
Sq. ft.
$ 13.50
$ 1.00
$ 12.00
$ 18.00
$ 24.00
$ 2.00
$ 4.00
$ 2.25
$ 181.00
$ 15.00
$ 275.00
$ 325.00
$ 225.00
$ 250.00
$ 30.00
$ 295.00
$ 3.75
$ 6.00
$ 4.00
$ 885.00
$ 4.95
$ 4.80
$ 14.50
25.
26.
27.
28.
29.
30.
31.
32.
33.
34.
35.
36.
37.
38.
39.
40.
41.
42.
43.
44.
45.
46.
47.
48.
49.
50.
51.
52.
Bid Proposal Form
00312-14
1
Revised per Addendum #4 dated April 19, 2012
2
Revised per Addendum #6 dated April 19, 2012
3
Revised per Post Bid Addendum #1 dated May 9, 2012
7.
In submitting this proposal, it is understood that the right is reserved by the
Construction Manager, HESS Construction + Engineering Services, to reject any and all Bids
and to accept whichever Bid is deemed to be in their best interest. Further the right to
negotiate with the apparent low bidder or low bidders to achieve the most beneficial contract
price, completion schedule and Scope of Work. The Construction Manager, anticipates the
award of Base Bid, with or without Bid Alternate values as desired and in a combination which
best suits the Owner's project for the funds available; this criteria may be used to determine
the apparent low bidder as well.
8.
Accompanying this Proposal is a duly notarized letter from ____ Per April 26, 2012 Bid
( Surety Company ) agreeing to bond the Contractor in accordance with the Bid Documents if the
Bidder is awarded the contract, and certifying that the Surety Company is licensed to do business in
Maryland.
9.
The final terms and General Conditions of the Construction Contract shall be based on the
Charles County Board of Education standard General Conditions of the Construction Contract.
10.
The undersigned Bidder affirms that he does not discriminate with respect to individual
political affiliation, religious belief, race, creed, national origin, sex, age, or handicap in employment
practices.
11.
The following documents are attached to and made a condition of this bid:
(a)
(b)
(c)
(d)
(e)
Required Bid Security ( 5% - Bond, check)
Affidavit, signed and notarized.
Certified Minority Business Enterprise Utilization & Fair Solicitation Affidavit
MBE Participation Schedule
12.
The bidder shall submit with its bid or proposal a completed Certified MBE Utilization and Fair
Solicitation Affidavit and MBE Participation Schedule for each project that identifies the bidder’s
specific commitment of certified minority business and certifies it made a good faith effort to achieve
the goal established in the solicitation. The MBE Participation Schedule shall include the name of
each certified MBE that will participate in the project including its respective MBE classification, and
shall include the items of work to be performed or furnished and the committed price or the
percentage of the contract to be paid to each MBE for the work or supply. When the bid package
goal as stipulated by specification section 00670 and/or its subcontracting goals cannot be met, the
bidder or offeror shall submit with its bid the Certified MBE Utilization and Fair solicitation Affidavit,
and the MBE Participation Schedule (indicating partial or no participation). Failure to submit will
result in the bid being determined as non-responsive.
13.
Contractor accepts responsibility to verify receipt of all addenda. Failure of any bidder to
receive any addenda or interpretations shall not relieve the bidder from any obligations under this bid
and as amended by all addenda. All addenda so issued shall become a part of the award and
contract documents.
14.
All changes to the bid specifications will be made through the appropriate addenda. Any and
all interpretations and any supplemental instructions will be available to all bidders who pick-up a copy
of the bid. Addenda will be issued at least seven (7) business days prior to the date fixed for the
Bid Proposal Form
00312-15
1
Revised per Addendum #4 dated April 19, 2012
2
Revised per Addendum #6 dated April 19, 2012
3
Revised per Post Bid Addendum #1 dated May 9, 2012
opening of bids, unless the addendum issued extends the due date of the bid. Bid addenda may be
e-mailed, mailed, hand delivered, pick-up by bidder or facsimiled depending of nature of addendum.
15.
The undersigned Bidder affirms that he has included all required allowances in his bid price.
16. The Undersigned agrees to complete the Work in strict accordance with the Contract
Documents and be substantially complete by not later than the date set forth in the contract
documents and Construction Schedule prepared and amended by the Construction Manager. The
Construction Manager may retain up to the sum of One Thousand and Five Hundred Dollars
($1,500.00) for each calendar day of delay beyond the Substantial Completion date of the project as
stipulated in the Contract, without limitation.
Bid Proposal Form
00312-16
1
Revised per Addendum #4 dated April 19, 2012
2
Revised per Addendum #6 dated April 19, 2012
3
Revised per Post Bid Addendum #1 dated May 9, 2012
PLEASE SIGN IN ONLY ONE OF THE APPROPRIATE SPACES PROVIDED BELOW AND COMPLETE ALL THE INFORMATION REQUESTED:
(a) If a Corporation:
(b) If an Individual Doing Business:
(c) If a Partnership:
______________________________
______________________________
______________________________
(Officer's Signature)
(Date)
______________________________
(Printed Name)
(Title)
______________________________
(Name of Corporation)
______________________________
(Individual's Signature)
(Date)
______________________________
(Printed Name)
(Title)
(Partner's Signature)
(Date)
______________________________
(Printed Name)
(Title)
Trading As:
Co-Partners Trading As:
______________________________
______________________________
(Name of Business)
(Name of Partnership)
(State of Incorporation)
Business Address: _______________
Business Address: _______________
Business Address: _______________
______________________________
______________________________
______________________________
______________________________
______________________________
______________________________
Phone Number: _________________
Phone Number: _________________
Phone Number: _________________
FAX Number: ___________________
FAX Number: ___________________
FAX Number: ___________________
Corporate Seal:
DATE: _______________________________
_____________________________________
FIRM NAME
Bid Proposal Form
00312-17
1
Revised per Addendum #4 dated April 19, 2012
2
Revised per Addendum #6 dated April 19, 2012
3
Revised per Post Bid Addendum #1 dated May 9, 2012
SAINT CHARLES HIGH SCHOOL: PHASE TWO
CHARLES COUNTY PUBLIC SCHOOLS
PSC 08.046.11LP
FEBRUARY 2012
3107.004.00
SECTION 01 23 00 - ALTERNATES
PART 1 - GENERAL
1.1
RELATED DOCUMENTS
A.
1.2
Drawings and general provisions of the Contract, including General and Supplementary
Conditions and other Division 1 Specification Sections, apply to this Section.
SUMMARY
A.
1.3
This Section includes administrative and procedural requirements for alternates.
DEFINITIONS
A.
1.4
Alternate:
An amount proposed by bidders for certain work defined in the Bidding
Requirements that may be added to or deducted from the Base Bid amount if Owner decides to
accept a corresponding change either in the amount of construction to be completed or in the
products, materials, equipment, systems, or installation methods described in the Contract
Documents.
1.
The cost or credit for each alternate is the net addition to or deduction from the Contract
Sum to incorporate alternate into the Work. No other adjustments are made to the
Contract Sum.
PROCEDURES
A.
Coordination: Modify or adjust affected adjacent work as necessary to completely integrate
work of the alternate into Project.
1.
Include as part of each alternate, miscellaneous devices, accessory objects, and similar
items incidental to or required for a complete installation whether or not indicated as part
of alternate.
B.
Notification: Immediately following award of the Contract, notify each party involved, in writing,
of the status of each alternate. Indicate if alternates have been accepted, rejected, or deferred
for later consideration. Include a complete description of negotiated modifications to alternates.
C.
Execute accepted alternates under the same conditions as other work of the Contract.
D.
Schedule: A Schedule of Alternates is included at the end of this Section. Specification
Sections referenced in schedule contain requirements for materials necessary to achieve the
work described under each alternate.
ALTERNATES
© 2012 SHW GROUP
01 23 00 - 1
ARCHITECTS | ENGINEERS | PLANNERS
Revised per Post Bid Addendum #1 dated May 9, 2012
1
SAINT CHARLES HIGH SCHOOL: PHASE TWO
CHARLES COUNTY PUBLIC SCHOOLS
PSC 08.046.11LP
FEBRUARY 2012
3107.004.00
PART 2 - PRODUCTS (Not Used)
PART 3 - EXECUTION
3.1
SCHEDULE OF ADD ALTERNATES
A.
Alternate No. 1: (Add) The Swimming Pool Program and all components required per the
specifications and drawings.
B.
Alternate No. 2: (Add) Sod at Football/Baseball/Softball Competition Fields in lieu of seeding.
C.
Alternate No. 3: (Add) Landscape Trees and low-growth plantings at parking lot areas including
adjacent islands.
D.
Alternate No. 4: (Add) All metal shelving including but not limited to Classrooms/Learning Space
Storage spaces as shown on Documents.
E.
Alternate No. 5: (Add) Enhanced Sound and Video at learning spaces as indicated on
Documents. Empty conduit runs for these specific systems remain Base-Bid.
F.
Add Alternate No. 6: (Add) A complete single ply, PVC roofing system to be installed at all main
roof tops and all canopy roof tops. Alternate includes the integrated, vegetative roof system
described on the Base Bid Roof System: vegetated roof is included in both Base Bid Roof
System and in Alternate 6.
G.
Alternate No. 7: Not Used
H.
Alternate No. 8: Not Used
I.
Alternate No 9 (Add): Measurement and Verification Devices Associated with LEED Credit EA5.
Devices are for Energy Consumption Metering. See below for scope.
1.
ELECTRICAL CONTRACTOR SCOPE:
a.
b.
2.
On Electrical Drawings E5.3 thru E5.16. Provide Square D Monitor (BCM42) or
Siemens equivalent (model MP636-INC) for all panels serving multiple load types
(i.e. plug loads, HVAC loads, lighting loads). At a minimum, provide branch circuit
monitoring for the following panels: HLDPA, MSLR, HM1B, HM2B, HPPA, HKA,
LM1C, LM1G, LM1M, all sub-panels associated with LDPB, and all sub-panels
associated with LDPC.
Refer to Specification 26 24 13, Switchboards. After section 2.2, paragraph A.12,
insert the following:
1)
Provide (1) one Square D Power Meter (catalog number PM850) or
Siemens equivalent (Access model 9340/9360) Series Power Meter with
power meter display (PMD32) or Siemens equivalent (Sentron model PAC
3100)
in
front
face
of
each
of
the
two
switchboards.
HVAC CONTRACTOR SCOPE:
ALTERNATES
© 2012 SHW GROUP
01 23 00 - 2
ARCHITECTS | ENGINEERS | PLANNERS
Revised per Post Bid Addendum #1 dated May 9, 2012
1
SAINT CHARLES HIGH SCHOOL: PHASE TWO
CHARLES COUNTY PUBLIC SCHOOLS
PSC 08.046.11LP
a.
FEBRUARY 2012
3107.004.00
Monitor and trend daily, monthly and annual kW peak; kW peak time; daily,
monthly and annual kWH totals for each of five (5) power-related >total building=
data points: Total Building, Lighting, Plug Load, HVAC/Plumbing Equipment, and
Elevator. All data points shall be displayed on the building energy consumption
graphic in real time.
b.
BCM42 shall be provided for panels indicated in this addendum under Drawing
Items. All branch circuit monitors panels shall be connected to BAS via Modbus
RTU 2-wire protocol and will read kWh, total kW, min. kW, and max. kW for each
meter in real time. Although only these four (4) data points are required, the BAS
shall be capable accepting all 26 points available from each circuit in each BCM42.
BAS will also connect to each PM850 in each switchboard via an RS485
connection. Communication protocol is Modbus RTU. BAS will read 14 outputs
from each power meter (including real kW power-3 phase total, real kWh energy,
power factor, and 11 other points to be determined later). BAS will total all power
consumption information from the following:
1) Lighting
2) Elevators
3) Plug Loads
4) VAC/Plumbing/Misc. Equipment
c.
BAS will monitor and trend daily, monthly and annual electric power demand and
consumption as well as display a graphic (tabular as well as x-y chart). All data
points shall be displayed on the building energy consumption graphic in real time for
the following:
1) Total Building kW demand (Modbus input).
2) Total Building kWh consumption (Modbus input).
3) Elevator kW demand (Modbus input).
4) Elevator kWh consumption (Modbus input).
5) Total Building Lighting kW demand = (Total building kW load) minus
(Total HVAC/Plumbing/Misc. equipment kW + plug load kW + Elevator load kW).
6) Total Building plug load kW demand (Modbus input processing).
7) Total Building plug load kWh consumption (Modbus input processing).
8) Total Building HVAC/Plumbing kW demand (Modbus input).
9) Total Building HVAC /Plumbing kWh consumption (Modbus input).
J.
Alternate No. 10 (Add): Learning Wall.
1.
Location described on AS1.11R. Detailed on 14/AS1.10R. Leaning wall is removed as
part of the base bid; grass replaces learning wall in Base Bid.
K.
Alternate No. 11 (Add): Plastic Mechanical Unit Screens
1.
Location described on drawing A1.9 ROOF PLAN. The specification describing these
screens is in 10 24 00 Equipment Screens.
L.
Alternate No. 12 (Add): Additional Metal Fabrication Mechanical Unit Roof screens
1.
Scope of alternate roof screen described on sheet A1.9 ROOF PLAN and A.11 ROOF
SYSTEMS. Specification describing work is in 05 50 00 Metal Fabrications.
ALTERNATES
© 2012 SHW GROUP
01 23 00 - 3
ARCHITECTS | ENGINEERS | PLANNERS
Revised per Post Bid Addendum #1 dated May 9, 2012
1
SAINT CHARLES HIGH SCHOOL: PHASE TWO
CHARLES COUNTY PUBLIC SCHOOLS
PSC 08.046.11LP
FEBRUARY 2012
3107.004.00
M.
Alternate No. 13-18 (Add): Floor Finishes Changes. Refer to plans and floor finish legend on
sheets A8.1A to A8.4A. Changes upgrade a VCT floor described in 09 65 19 Resilient Tile
Flooring to other floor finishes in 09 65 19 Resilient Tile Flooring and/or Rubber Flooring in 09
65 16 Resilient Sheet Flooring.
1.
Alternate 13: Replace base bid of VCT where indicated as FF2 with Linoleum Tile
2.
Alternate 14: NOT USED
3.
Alternate 15: Replace base bid of VCT where indicated as FF2 with Quartz Tile
4.
Alternate 16: Replace base bid of non-slip VCT (with rubber base) where indicated as
FF4 with Rubber Flooring with integral flash base
5.
Alternate 17: NOT USED
6.
Alternate 18: Replace base bid of non-slip VCT (with rubber base) where indicated as
FF9 with Rubber Flooring with integral flash base
7.
Scope of floor base in 09 65 12 Resilient Base and Accessories and 09 65 16 Resilient
Sheet Flooring is affected in Alternate 16 and Alternate 18.
8.
Table describing alternates referenced in floor finish plans (also shown below):
N.
Alternate No. 19 (Deduct): Deduct all lightning protection items described in specification
41 00 LIGHTNING PROTECTION.
O.
Alternate No. 20 (Add): At the Thermoplastic Polyolefin Roofing and Vegetative System (07 54
23) membrane thickness shall increase from 60 mil to 80 mil. Reference specification 07 54 23
paragraph 2.2.A.1.c.
ALTERNATES
© 2012 SHW GROUP
26
01 23 00 - 4
ARCHITECTS | ENGINEERS | PLANNERS
Revised per Post Bid Addendum #1 dated May 9, 2012
1
SAINT CHARLES HIGH SCHOOL: PHASE TWO
CHARLES COUNTY PUBLIC SCHOOLS
PSC 08.046.11LP
FEBRUARY 2012
3107.004.00
P.
Alternate No. 21 (Deduct): Deduct alternate to delete temporary chain link fencing requirement
from scope of work. Permanent fencing as shown on contract documents remains in the base
bid.
Q.
Alternate No. 22 (Deduct): Deduct alternate to delete the requirement to spread the stockpiled
material of 1,050 CY on the North parking lot required by C-1.1. For this alternate, the Owner
will place material prior to 02A Notice to Proceed. Parking lot will be on subgrade prior to
mobilization.
R.
Alternate No. 23 (Deduct): Deduct alternate to substitute RC-6 or bank run gravel (provided it
meets Charles County Construction Spec "Section 0261.02 Aggregate base and subbase
course materials, C.5 bank run gravel) for aggregate base course currently specified at all
asphalt paving.
S.
Alternate No. 24 (Deduct): Deduct alternate to eliminate 6" of #57 stone at running path per
detail E on page C-3.7
T.
Alternate No. 25 (Add / Deduct): Alternate to reduce the North parking lot by 100 parking
spaces as shown on the attached sketch. Delete asphalt, stone and curb/gutter and complete
lot as shown on attached sketch to include revised curb/gutter layout, replace with topsoil and
seed sloped for positive drainage to pond.
U.
Alternate No. 26 (Deduct): Deduct alternate to delete all dry shake color hardener stained
concrete bands and replace with non colored concrete at the band locations. Provide tooled
construction joint for radius lines and single pour construction in lieu of detail 13/AS1.10.
V.
Alternate No. 27 (Deduct): Deduct alternate to replace 32 15 00 specified polyurethane running
track surfacing with a latex based plexitrac lightning® or approved equal 1/2” Surface. Including
prime track surface, 1/2” Black Surface on the track surface, Layout and line eight (8) lane
running track and field events. Manufacturer recommended guidelines to be followed as well as
all other applicable 32 15 00 specification requirements for the running track.
W.
Alternate No. 28 (Deduct): Deduct alternate to remove the 2" x 2" removable curb required by
section 6/C2.13 and specifications.
X.
Alternate No. 29 (Deduct): Deduct alternate to reduce courtyard concrete paving from 6"
concrete depth to 4" concrete depth.
Y.
Alternate No. 30 (Add / Deduct): Alternate to reduce tennis courts from 8 to 6 total. Eliminate
two courts per sketch attached.
Delete stone, asphalt, coatings, tennis net and
accessories/equipment, fencing, etc. Retain fencing sufficient to enclose the six courts
remaining. Replace two deleted courts with topsoil and seed sloped with positive drainage to
SWM basin.
Z.
Alternate No. 31 (Deduct): Deduct alternate to delete all sod indicated around the building and
per the planting legend. Replace with seed per specifications and six months full maintenance
to establish grass for Owner acceptance
AA.
Alternate No. 32 (Deduct): Deduct alternate to delete steel landscape edging at mulched beds.
Provide 45 deg. cut 6" deep to establish edge separation between mulched beds and adjacent
finished surface.
ALTERNATES
© 2012 SHW GROUP
01 23 00 - 5
ARCHITECTS | ENGINEERS | PLANNERS
Revised per Post Bid Addendum #1 dated May 9, 2012
1
SAINT CHARLES HIGH SCHOOL: PHASE TWO
CHARLES COUNTY PUBLIC SCHOOLS
PSC 08.046.11LP
FEBRUARY 2012
3107.004.00
BB.
Alternate No. 33 (Deduct): Deduct alternate to delete maintenance requirements for ball fields
beyond six months after seed placement. All maintenance after placement to six months to
Owner acceptance is included with base bid.
CC.
Alternate No. 34 (Deduct): Deduct alternate to delete all exterior radius benches required by the
contract documents, to include foundations for benches.
DD.
Alternate No. 35 (Deduct): Deduct alternate to delete all scoreboards on site with the exception
of the Football stadium and monument sign. These remain in base bid.
EE.
Alternate No. 36 (Add / Deduct): Alternate to eliminate cast stone treads at stairs per detail 20
on sheet A6.8 at student dining area. Increase poured concrete subgrade elevation by 6" and
finish with rubber nosing and VCT at top landing with rubber tiles at each step adjacent to
nosing material.
FF.
Alternate No. 37 (Deduct): Deduct alternate to substitute the high performance vapor barrier
meeting ASTM E 1745 Class A for a 10 mil poly vapor barrier under slab on grade for entire
building exclusive of areas where wood flooring is required.
GG.
Alternate No. 38 (Deduct): Deduct alternate to substitute the Multi-ply vapor retarder under
areas with wood floor to a high performance vapor barrier meeting ASTM E 1745 Class A
HH.
Alternate No. 39 (Add / Deduct): Alternate to substitute VCT floor finish FF-2 at all locations of
polished concrete, delete all polished concrete. VCT price to include layout to match that
shown for stained concrete.
II.
Alternate No. 40 (Add / Deduct): Alternate to delete polished concrete at the north and south
entry locations and replace with VCT floor finish FF-2. And to provide quartz tile in lieu of
polished concrete at the student dining area “bowl.” Refer to attached Alternate floor finish
plans A8.1B, A8.1D, A8.1F for clarification.
JJ.
Alternate No. 41 (Deduct): Deduct alternate to delete all STC requirements in CMU partitions as
required per overall acoustic plan sheets A-0.6 and A0.7 with the exception of the following
locations. D102/D102B, E122, E126, E127, E128, E129, E122A, E124, E125, E123. Structural
grouting required is unaffected by this alternate.
KK.
Alternate No. 42 (Deduct): Deduct alternate from base bid to changing brick hue to a red base
color in lieu of the current gray base product.
LL.
Alternate No. 43 (Deduct): Deduct alternate to replace base bid brick to the attached specified
brick. Refer to specification 04 20 00 UNIT MASONRY REPLACE: Paragraph 2.4.C.7.a as
follows; Carolina Ceramics Brick Company: 9931 Two Notch Rd., Columbia, SC 29223, 803788-1916. Color and Texture: Brick #1: Shadow Gray, Velour, Brick #2: Colonial Gray
MM. Alternate No. 44 (Deduct): Deduct alternate to delete colored mortar requirement and provide
standard gray mortar.
NN.
Alternate No. 45 (Add / Deduct): Alternate to delete sound control doors and window assembly
specifications 08 83 73 and 08 83 73.13 for all locations. 9A Contractor to provide Pemko
sound seal S773 and Pemko automatic door bottom 4131 at the following locations only; C207,
C208, C209, C210, D102-1, D102-3, E129-1, E123-2, E123-1, E122-1, E121-1, E126, E127,
ALTERNATES
© 2012 SHW GROUP
01 23 00 - 6
ARCHITECTS | ENGINEERS | PLANNERS
Revised per Post Bid Addendum #1 dated May 9, 2012
1
SAINT CHARLES HIGH SCHOOL: PHASE TWO
CHARLES COUNTY PUBLIC SCHOOLS
PSC 08.046.11LP
FEBRUARY 2012
3107.004.00
E128, E125, E122A-1, E122A-2 and mechanical room doors. Delete all reference to STC
requirements on door schedule. 9A Contractor to provide all doors, frames and hardware at all
locations where STC ratings are required as standard hollow metal and wood doors, frames and
hardware per other division 8 specifications. 8A Contractor to provide all glazing at all locations.
At door assemblies with borrowed lite kits, provide double glazing bead and double glazing of
two 1/4" safety glass on each side of window frame for doors C207, C208, C209, C210, D1021, D102-3, E129-1, E123-2, E123-1, E122-1, E121-1, E126, E127, E128, E125, E122A-1,
E122A-2. For all window assemblies with an HA-# designation, 9A Contractor is to provide a
14 ga. hollow metal frame with glazing bead. 8A Contractor to provide glazing of 1/4" safety
glass for each window frame. All hollow metal to be prime coated per specification and field
applied paint. HA-# frames at rooms C207, C208 and C209 are required to be double glazed
1/4" with double glazing beads.
OO.
Alternate No. 46 (Deduct): Deduct alternate to delete entry sign per detail 1A5.22.
PP.
Alternate No. 47 (Deduct): Deduct alternate to delete translucent panel railing at student dining
area and replace panel infill with picket detail as shown on 10/A6.7
QQ.
Alternate No. 48 (Deduct): Deduct alternate to delete stainless steel removable bollards from
project where indicated on civil drawings and replace with standard removable steel bollards.
Installation remains in base bid. This is only a product change.
RR.
Alternate No. 49 (Add / Deduct): Alternate to delete precast stair treads and perforated risers in
stair 1 and 2. Replace with standard metal pan stairs with concrete infill.
SS.
Alternate No. 50 (Deduct): Deduct alternate to allow alternate manufacturers to provide
dishwashers and refrigerators provided they meet specification requirements of section 113100
and 123553
TT.
Alternate No. 51 (Deduct): Deduct alternate to delete green roof. Roofing beneath green roof
remains in base bid.
UU.
Alternate No. 52 (Deduct): Deduct alternate to reduce the roofing insulation from 6" inch (2 - 3"
layers for R-40) to a 5" (3 - 2.5" layers for R-30) system
VV.
Alternate No. 53 (Deduct): Deduct alternate for 7A package to remove all scope of work
pertaining to sunshades or canopy work as it is an 8A scope item. 7A base bid to include any
roofing related work associated with canopies.
WW. Alternate No. 54 (Deduct): Deduct alternate to replace thermal rated storefront doors with heavy
duty (3/16") wide stile storefront doors.
XX.
Alternate No. 55 (Deduct): Deduct alternate to reduce STC rating for glazing at CT-# locations
in D101 per specification 088000 2.9 A. a. from STC 46 minimum to STC 43 minimum.
YY.
Alternate No. 56 (Add / Deduct): Alternate to reduce curtainwall at science on a sphere and
replace upper portion (at spandrel with drywall bulkhead). Reduce curtainwall height and
extend G4E bulkhead per sketch attached. Eliminate spandrel panel glass. Refer to A6.12 and
A7.36 attached.
ALTERNATES
© 2012 SHW GROUP
01 23 00 - 7
ARCHITECTS | ENGINEERS | PLANNERS
Revised per Post Bid Addendum #1 dated May 9, 2012
1
SAINT CHARLES HIGH SCHOOL: PHASE TWO
CHARLES COUNTY PUBLIC SCHOOLS
PSC 08.046.11LP
ZZ.
FEBRUARY 2012
3107.004.00
Alternate No. 57 (Deduct): Deduct alternate to revise door specification 08 11 13 by using
standard welding of frames. Continuously weld faces only, backs ( throats ) to be spot welded if
frames have mitered-interlocking, alignment tabs
AAA. Alternate No. 58 (Deduct): Deduct alternate to revise door specification 08 11 13 by Removing
the requirements for steel stiffened doors and change type to Curries 707 Door and Steelcraft L
Series. Ceco can remain as equal. This is applicable at both exterior and Interior metal
doors. Cores at exterior and interior shall be polystyrene, no steel stiffeners required.
BBB. Alternate No. 59 (Deduct): Deduct alternate to switch hollow metal doors from SDI Model 2 to
Model 1, visible edge seams permitted.
CCC. Alternate No. 60 (Deduct): Deduct alternate to remove the LEED requirements for the wood
door specification. (delete the EQ-4.4 & MR-7 Certified Wood requirements from wood doors)
DDD. Alternate No. 61 (Deduct): Deduct alternate to use Plain Sliced Red Oak in lieu of Rotary Cut
White Birch for wood doors.
EEE. Alternate No. 62 (Deduct): Deduct alternate for wood doors to delete Stave Core and use
Particle core. Remove SLC-5 and replace with PC-5. The doors must still have a Lifetime
Limited Warranty with either core.
FFF. Alternate No. 63 (Deduct): Deduct alternate to change USG High Impact paperless drywall to
XP National Gypsum drywall
GGG. Alternate No. 64 (Deduct): Deduct alternate to eliminate 50% of the hanging baffles (APC-9
sheet A2.1D) in the student dining lobby
HHH. Alternate No. 65 (Deduct): Deduct alternate to replace APC-8 with APC-4 at room C102
Information Resource Center
III.
Alternate No. 66 (Deduct): Deduct alternate to reduce block filler coat application from two coats
as required by 9A scope to one coat per the specification 09 91 00
JJJ.
Alternate No. 67 (Deduct): Deduct alternate to eliminate the FSC requirement from wood floor
specification 096429 and 096466
KKK. Alternate No. 68 (Deduct): Deduct alternate to allow third grade or better wood flooring in the
wood flooring specification 096429 and 096466
LLL. Alternate No. 69 (Deduct): Deduct alternate to eliminate all slip resistant flooring at labs and
classrooms. Change floor finish from typical FF-4 and FF9 to FF-2
MMM. Alternate No. 70 (Deduct): Deduct alternate for early carpet purchase. Carpet selection to be
made in 2012 so 9D contractor can purchase specified carpet by end of year and store in 9D
contractor's warehouse (at their expense) until ready for installation. Billing for stored material
in accordance with specifications.
NNN. Alternate No. 71 (Deduct): Deduct alternate to delete furnish and installation of locks from team
locker rooms and boys and girls locker rooms. Locks at all other areas remain in base bid.
ALTERNATES
© 2012 SHW GROUP
01 23 00 - 8
ARCHITECTS | ENGINEERS | PLANNERS
Revised per Post Bid Addendum #1 dated May 9, 2012
1
SAINT CHARLES HIGH SCHOOL: PHASE TWO
CHARLES COUNTY PUBLIC SCHOOLS
PSC 08.046.11LP
FEBRUARY 2012
3107.004.00
OOO. Alternate No. 72 (Add / Deduct): Alternate to delete all floor mats and frames required at
vestibule B117, D100A and F100A. Replace with Tandis abrasive action carpet tile.
PPP. Alternate No. 73 (Deduct): Deduct alternate to allow Honeywell Tridium Open System to list of
approved systems for 230900 specification Instrumentation and Control for HVAC System
QQQ. Alternate No. 74 (Deduct): Deduct alternate to allow AAON as an approved manufacturer for
237000 Central HVAC Equipment specification.
RRR. Alternate No. 75 (Deduct): Deduct alternate to provide an HDPE valve vault in lieu of the
concrete valve vault as specified. All manufacturer requirements apply for the replacement
vault.
SSS. Alternate No. 76 (Deduct): Deduct alternate to include Dukane as an approved manufacturer to
specification 275123 and 275313 specification.
TTT. Alternate No. 77 (Deduct): Deduct alternate to allow substitutions of interior and exterior light
fixtures provided the performance requirements and intent of the contract documents are met.
UUU. Alternate No. 78 (Deduct): Deduct alternate to delete sports lighting poles and foundations at
ball fields. Rough-in to pole locations remain in base bid.
VVV. Alternate No. 79 (Deduct): Deduct alternate to remove TVSS requirements on all panelboards
on load side of transformers and leave at the main service entry only.
WWW.
Alternate No. 80 (Deduct): Deduct alternate to add
WEBS AX Security Tridium and GE Facility Commander as an approved manufacturer to
281300 Access Control specification
XXX. Alternate No. 81 (Deduct): Deduct alternate to add Honeywell Vista Panel Tridium and GE
Facility Commander as an approved manufacturer to 281600 Intrusion Detection Specification
YYY. Alternate No. 82 (Deduct): Deduct alternate to add Edwards as an approved manufacturer to
283100 Fire Alarm Specifications
ZZZ. Alternate No. 83 (Deduct): Deduct alternate to allow Berktek, Hubbell or Oritronics as approved
manufacturers to 272000 Structured Cable specification
END OF SECTION 01 23 00
ALTERNATES
© 2012 SHW GROUP
01 23 00 - 9
ARCHITECTS | ENGINEERS | PLANNERS
Revised per Post Bid Addendum #1 dated May 9, 2012
1
1
2
3
4
5
6
7
8
9
10
07 95 00 ARCHITECTURAL
EXPANSION CONTROL
REFER TO A8.1C
REFER TO A8.1C
H
REFER TO A8.1A
H
1016 Morton Street,
Baltimore, Maryland 21201
P 410.244.5570 F 410.244.5572
shwgroup.com
THERAPY
B110
CONSULTANTS:
EA
CLASSROOM
B109
Building Envelope
Gale Associates, Inc.
1122 Kenilworth Drive, Suite 206
Towson, MD 21204-2143
P 443.279.4500
F 443.279.4560
G
Civil
Whitney Bailey Cox Magnani, LLC
849 Fairmount Avenue Suite 100
Baltimore, MD 21286
P 410.512.4500
F 410.324.4100
G
MECH
B111
Food Service
Nyikos
18205-A Flower Hill Way
Gaithersburg, MD 20879
P 240.683.9530
F 240.683.9532
TESTING /
CONFERENCE
B112
MEP
Hurd & Obenchain, Inc.
11508 Allecingie Parkway
Richmond, VA 23235
P 804-423-6444
F 804-423-6445
EA
CLASSROOM
B108
CORRIDOR
B116
Structural
ADTEK ENGINEERS
3251 Old Lee Highway suite 405
Fairfax, VA 22030
P 703.691.4040
F 703.691.4056
TOILET
B113
TRANSITION
ROOM
B114
F
Pool
Water Technology, Inc.
100 Park Avenue, P.O. Box 614
Beaver Dam, WI
P 920.887.7375
F 920.887.7999
F
EA
CLASSROOM
B107
Theater
Polysonics Corporation
405 Belle Air Lane
Warrenton, VA 20186
540-341-4988
540-341-0909
CORRIDOR
B100
ISR
B115
7
FLOOR FINISH PLAN LEGEND
HATCH
SHOWN
COMMENTS
FLOOR FINISH
FLOOR BASE
POLISHED/STAINED CONCRETE
(CONC-1, CONC-2)
VINYL
COMPOSITION TILE
GLAZED BLOCK (GB-1)
FLOOR FINISH 3 (FF-3)
CARPET (CPT)
RUBBER BASE (RB-2)
N/A
FLOOR FINISH 4 (FF-4)
NON-SLIP VINYL
COMPOSITION TILE
RUBBER BASE (RB-3)
ALTERNATE 16 RUBBER FLOORING (RF-1) W/ 4" INTEGRAL FLASH COVE BASE
FLOOR FINISH 5 (FF-5)
CARPET (CPT)
RUBBER BASE (RB-2)
N/A
FLOOR FINISH 6 (FF-6)
SEALED CONCRETE (CONC-3)
NONE
FLOOR FINISH 6A (FF-6A)
SEALED CONCRETE (CONC-3)
RUBBER BASE (RB-1)
FLOOR FINISH 6B (FF-6B)
SEALED CONCRETE W/
WALK OF MAT (CONC-3)
GLAZED BLOCK (GB-1)
FLOOR FINISH 7 (FF-7)
CERAMIC TILE (CT-1/CT-2)
CERAMIC TILE (CT-3)
N/A
FLOOR FINISH 8 (FF-8)
CARPET (CPT)
RUBBER BASE (RB-2)
N/A
FLOOR FINISH 9 (FF-9)
NON-SLIP VINYL
COMPOSITION TILE
RUBBER BASE (RB-3)
ALTERNATE 18 RUBBER FLOORING (RF-1) W/ 4" INTEGRAL FLASH COVE BASE
FLOOR FINISH 10 (FF-10)
WOOD FLOORING/MDO (WF-1)
WOOD BASE
FLOOR FINISH 11 (FF-11)
ATHLETIC WOOD
FLOORING (WF-2)
VENTED RUBBER
BASE (VB-1)
N/A
FLOOR FINISH 12 (FF-12)
EPOXY RESILIENT FLOORING (ERF)
RUBBER BASE (RB-3)
N/A
FLOOR FINISH 13 (FF-13)
ANTI-STATIC CARPET (CPT-3)
RUBBER BASE (RB-2)
N/A
FLOOR FINISH 14 (FF-14)
ATHLETIC RESILENT
FLOORING (RF-2)
RUBBER BASE (RB-3)
N/A
FLOOR FINISH 15 (FF-15)
QUARRY TILE (QT-1)
QUARRY TILE
N/A
FLOOR FINISH 16 (FF-16)
QUARTZ TILE
GLAZED BLOCK (GB-1)
FLOOR FINISH 1 (FF-1)
FLOOR FINISH 2 (FF-2)
E
BASE BID
FLOOR FINISH NUMBER
D
RUBBER BASE (RB-3)
N/A
ALTERNATE 13 LINOLEUM TILE W/ RUBBER BASE (RB-3)
ALTERNATE 15 QUARTZ TILE W/ RUBBER BASE (RB-3)
INTERDISCIPLINARY
NUTRITION /
FOOD
SCIENCE
(INFS) LAB /
CLOTHING
LAB
B106
E
" I certify that these documents were prepared by or approved by me
and that I am a duly licensed architect under the laws of the State of
Maryland, license # 13000; expires Jan 2, 2012."
SEE ROOM FINISH SCHEDULE FOR LOCATIONS OF FLOOR BASE AND WALK OFF MAT
SEE DETAIL 14/A8.40A
VESTIBULE
B117
MECH
B104
ELEC
B105
D
MULTIPURPOSE
CLASSROOM
B103
INSTALL TILE PARALLEL TO WALLS/ BENCHES. ANGLED HATCH USED FOR
QUANTIFICATION ONLY.
ST. CHARLES
HIGH SCHOOL
PSC No. 08.046.11C
CORRIDOR
B100
GENERAL FINISH SCHEDULE NOTES
C
ROOM FINISH LEGEND NOTES
5/8/2012 5:44:32 PM
C:\Revit Local Files\310700400-CCPSHS2013-A11-CENTRAL_wcurrin(Recovery).rvt
B
REFER TO A8.1A
1. MANUFACTURERS NAMES AND IDENTIFICATION NUMBERS ARE LISTED AS A MEANS OF ESTABLISHING A STANDARD OF
TYPE, FUNCTION, COLOR AND QUANTITY. REFER TO PROJECT MANUAL FOR ADDITIONAL MANUFACTURERS &
PROCEDURES.
2. THE CONTRACTOR SHALL SUBMIT TO THE ARHITECT A SAMPLE OF ALL FINISH MATERIALS FOR APPROVAL
BEFORE MATERIALS ARE APPLIED ON THE JOB
3. VERIFY ALL GRAPHICS WITH THE ARCHITECT BEFORE PAINTING. GRAPHICS MAY NEED TO BE ADJUSTED AFTER
ENLARGING TO REFLECT THE SAME COMPOSITION AS ON THE DRAWINGS.
4. TERMINATE ALL ACCENT PAINTS & RUBBER WALL COVERING ON INSIDE CORNERS ONLY UNLESS OTHERWISE
INDICATED.
5. PAINT ALL INTERIOR & EXTERIOR EXPOSED PIPING. VERIFY COLOR W/ ARCHITECT.
6. PAINT ANY VENTS, GRILLES, PIPING, F.E.C, ETC. SAME COLOR AS ADJACENT WALL.
7. ALL COLORS MAY NOT BE MARKED ON PLANS. MATERIALS NOT NOTED WILL BE COVERED UNDER GENERAL NOTES
OR WILL BE PICKED ON THE JOB BY THE ARCHITECT.
8. ALL CEILING BULKHEADS & SOFFITS TO RECEIVE EGGSHELL PAINT FINISH.
9. ALL COLOR SELECTIONS NOT LISTED TO BE DETERMINED BY ARCHITECT.
10. REFER TO SHEET A8.40 FOR LOCKER TYPES AND DETAILS.
11. PROVIDE HORIZONTAL LOUVER BLINDS AT ALL EXTERIOR WINDOWS EXCEPT AT ENTRIES, VESTIBULES, LOBBIES,
CORRIDORS, STAIRWAYS, CLERESTORIES. PROVIDE HORIZONTAL LOUVER BLINDS AT ALL INTERIOR WINDOWS AND
SIDELITES. DO NOT PROVIDE LOUVER BLINDS ON DOORS.
12. REFER TO SHEET A8.40 FOR INTERIOR MATERIALS SCHEDULE.
13. REFER TO SHEET A8.40 FOR INTERIOR SIGNAGE & FLOOR TRANSITION DETAILS.
14. U.N.O. ALL VISUAL DISPLAY BOARDS TO BE MOUNTED 2'-9" A.F.F.
15. 8" GLAZED COVE BLOCK BASE TO BE USED IN ALL LOCATIONS WHERE CMU WALL MEETS POLISHED CONCRETE FLOOR.
16. 4" TOELESS RUBBER BASE TO BE USED AT ALL CARPET.
17. PROVIDE WALK OFF MATS (WOM-1) AT ALL ENTRY VESTIBULES.
18. REFER TO POOL DOCS FOR SWIMMING POOL & DECK FINISHES.
19. NOT USED
20. PAINT ALL EXPOSED METAL SURFACES IN POOL, INCLUDING, BUT NOT LIMITED TO: DOORS, FRAMES, EXPOSED CEILINGS
21. REFER TO SPECIFICATION FOR INFORMATION REGARDING 05 50 00 METAL FABRICATIONS, 09 91 00 PAINTING, AND 09 96 00
HIGH PERFORMANCE COATINGS FOR REQUIREMENTS FOR METAL PREP. AND FINISH IN THIS AREA.
22. REFER TO FLOOR PLANS FOR LOCKER TYPES AND COUNTS. (A1.1A, A1.1B, A1.2A, A1.2B, A1.3A, A1.4A, A6.4)
LOCKER TYPES ON A8.40.
TOILET
B101B
KITCHENETTE
B101A
5305 Piney Church Road
Waldorf, Charles County
Maryland 20602
PHASE 2
LAUNDRY
B101C
C
CLASSROOM
W/OBSERVATION
WINDOW
B102
Checker
SCALE:
As indicated
© 2012 SHW Group
PRESCHOOL
LAB
B101
ISSUE:
7
02/22/12
5/9/12
CONSTRUCTION DOCUMENTS
ADDENDUM 7
STORAGE
B101D
CONCRETE FINISH LEGEND
1. PAINT GWB CEILING BULKHEAD
2. PAINT RAILS & STRINGERS P-9 U.N.O.
3. PAINT DOORFRAMES P-9 U.N.O.
4. PAINT WIRE-MESH PARTITION 9-11
5. PAINT M.D.O. FLOORING FLAT BLACK
6. REFER TO INTERIOR ELEVATIONS FOR WALL PANEL LAYOUT IN STUDENT DINING, D103
7. REFER TO INTERIOR ELEVATIONS FOR WALL PANEL LAYOUT IN AUDITORIUM E101
8. NOT USED
9. NOT USED
10. COVER ALL WALLS FROM 4" TO 8'-4" ABOVE FLOOR IN MUSIC PRACTICE ROOMS
E125, E126, E127 & E128
11. 4' X 4' PANELS AS SHOWN BY THE DRAWINGS
12. NOT USED
13. COVER ALL WALLS FROM 7'-6" TO 13'-6" ABOVE FLOOR IN BAND ROOM E129 &
CHORAL ROOM E122 & KEYBOARD LAB E121
14. NOT USED
15. NOT USED
16. PROVIDE CAST CONCRETE SEALER ON CONCRETE BENCH, SEE SPEC. SECTION 09 96 00
17. PROVIDE ELEVATOR MANUFACTURER'S STANDARD FINISHES
18. REFER TO FOOD SERVICE DOCS. FOR ADDITIONAL INFO.
19. REFER TO POOL DOCS FOR SWIMMING POOL & DECK FINISHES
CHECKED:
B
CONC-1
CONC-2
1
CONC-3
FIRST FLOOR FINISH PLAN AREA B
1/8" = 1'-0"
REFERENCED ON
1 / A3.1
H
F
SHEET TITLE:
E
FINISH PLAN - 1ST FLOOR
AREA B
D
G
A
A
C
N
A
KEY PLAN
1
2
3
4
5
6
7
8
9
B
A8.1B
(NTS)
SHW Project:
10
3107.004.00
1
H
3
4
5
6
7
8
9
10
TO A8
.1F
REFER TO A8.1G
REFER
2
H
1016 Morton Street,
Baltimore, Maryland 21201
P 410.244.5570 F 410.244.5572
shwgroup.com
CONSULTANTS:
DN
Building Envelope
Gale Associates, Inc.
1122 Kenilworth Drive, Suite 206
Towson, MD 21204-2143
P 443.279.4500
F 443.279.4560
03 33 00 ARCHITECTURAL CONCRETE, TYP.
CONCRETE SEATING RISER
REFER
VESTIBULE
E100B
TO A8
.1E
Civil
Whitney Bailey Cox Magnani, LLC
849 Fairmount Avenue Suite 100
Baltimore, MD 21286
P 410.512.4500
F 410.324.4100
7
G
G
Food Service
Nyikos
18205-A Flower Hill Way
Gaithersburg, MD 20879
P 240.683.9530
F 240.683.9532
VESTIBULE
E100C
CORRIDOR
E113
MEP
Hurd & Obenchain, Inc.
11508 Allecingie Parkway
Richmond, VA 23235
P 804-423-6444
F 804-423-6445
LOBBY
D100B
Structural
ADTEK ENGINEERS
3251 Old Lee Highway suite 405
Fairfax, VA 22030
P 703.691.4040
F 703.691.4056
DIRECTOR'S
OFFICE
E112
DN
F
Pool
Water Technology, Inc.
100 Park Avenue, P.O. Box 614
Beaver Dam, WI
P 920.887.7375
F 920.887.7999
F
Theater
Polysonics Corporation
405 Belle Air Lane
Warrenton, VA 20186
540-341-4988
540-341-0909
09 65 19 QUARTZ TILE
SCIENCE ON A
SPHERE
D101
03 33 00 ARCHITECTURAL CONCRETE AT STAIRS
TO STUDENT DINING, TYP.
SERVICE
AREA
D102B
E
E
DN
03 33 00 ARCHITECTURAL CONCRETE, TYP.
CONCRETE SEATING RISER
" I certify that these documents were prepared by or approved by me
and that I am a duly licensed architect under the laws of the State of
Maryland, license # 13000; expires Jan 2, 2012."
DN
D
D
03 33 00 ARCHITECTURAL CONCRETE, TYP.
DN
DN
DISPLAY CASE
DC-1 (2)
CONTROL JOINTS, TYP.
REFER TO A8.1G
ST. CHARLES
HIGH SCHOOL
PSC No. 08.046.11C
REFER TO A8.1C
REFER TO A8.1C
CONTROL JOINTS, TYP.
5305 Piney Church Road
Waldorf, Charles County
Maryland 20602
PHASE 2
C
C
FIRST FLOOR FINISH PLAN AREA D
1 / A3.1
1/8" = 1'-0"
REFERENCED ON
1
CHECKED:
Checker
SCALE:
As indicated
© 2012 SHW Group
ISSUE:
CONCRETE FINISH LEGEND
FLOOR FINISH PLAN LEGEND
CONC-1
HATCH
SHOWN
CONC-2
5/8/2012 5:44:41 PM
C:\Revit Local Files\310700400-CCPSHS2013-A11-CENTRAL_wcurrin(Recovery).rvt
ROOM FINISH LEGEND NOTES
GENERAL FINISH SCHEDULE NOTES
1. PAINT GWB CEILING BULKHEAD
2. PAINT RAILS & STRINGERS P-9 U.N.O.
3. PAINT DOORFRAMES P-9 U.N.O.
4. PAINT WIRE-MESH PARTITION 9-11
5. PAINT M.D.O. FLOORING FLAT BLACK
6. REFER TO INTERIOR ELEVATIONS FOR WALL PANEL LAYOUT IN STUDENT DINING, D103
7. REFER TO INTERIOR ELEVATIONS FOR WALL PANEL LAYOUT IN AUDITORIUM E101
8. NOT USED
9. NOT USED
10. COVER ALL WALLS FROM 4" TO 8'-4" ABOVE FLOOR IN MUSIC PRACTICE ROOMS
E125, E126, E127 & E128
11. 4' X 4' PANELS AS SHOWN BY THE DRAWINGS
12. NOT USED
13. COVER ALL WALLS FROM 7'-6" TO 13'-6" ABOVE FLOOR IN BAND ROOM E129 &
CHORAL ROOM E122 & KEYBOARD LAB E121
14. NOT USED
15. NOT USED
16. PROVIDE CAST CONCRETE SEALER ON CONCRETE BENCH, SEE SPEC. SECTION 09 96 00
17. PROVIDE ELEVATOR MANUFACTURER'S STANDARD FINISHES
18. REFER TO FOOD SERVICE DOCS. FOR ADDITIONAL INFO.
19. REFER TO POOL DOCS FOR SWIMMING POOL & DECK FINISHES
A
1. MANUFACTURERS NAMES AND IDENTIFICATION NUMBERS ARE LISTED AS A MEANS OF ESTABLISHING A STANDARD OF
TYPE, FUNCTION, COLOR AND QUANTITY. REFER TO PROJECT MANUAL FOR ADDITIONAL MANUFACTURERS &
PROCEDURES.
2. THE CONTRACTOR SHALL SUBMIT TO THE ARHITECT A SAMPLE OF ALL FINISH MATERIALS FOR APPROVAL
BEFORE MATERIALS ARE APPLIED ON THE JOB
3. VERIFY ALL GRAPHICS WITH THE ARCHITECT BEFORE PAINTING. GRAPHICS MAY NEED TO BE ADJUSTED AFTER
ENLARGING TO REFLECT THE SAME COMPOSITION AS ON THE DRAWINGS.
4. TERMINATE ALL ACCENT PAINTS & RUBBER WALL COVERING ON INSIDE CORNERS ONLY UNLESS OTHERWISE
INDICATED.
5. PAINT ALL INTERIOR & EXTERIOR EXPOSED PIPING. VERIFY COLOR W/ ARCHITECT.
6. PAINT ANY VENTS, GRILLES, PIPING, F.E.C, ETC. SAME COLOR AS ADJACENT WALL.
7. ALL COLORS MAY NOT BE MARKED ON PLANS. MATERIALS NOT NOTED WILL BE COVERED UNDER GENERAL NOTES
OR WILL BE PICKED ON THE JOB BY THE ARCHITECT.
8. ALL CEILING BULKHEADS & SOFFITS TO RECEIVE EGGSHELL PAINT FINISH.
9. ALL COLOR SELECTIONS NOT LISTED TO BE DETERMINED BY ARCHITECT.
10. REFER TO SHEET A8.40 FOR LOCKER TYPES AND DETAILS.
11. PROVIDE HORIZONTAL LOUVER BLINDS AT ALL EXTERIOR WINDOWS EXCEPT AT ENTRIES, VESTIBULES, LOBBIES,
CORRIDORS, STAIRWAYS, CLERESTORIES. PROVIDE HORIZONTAL LOUVER BLINDS AT ALL INTERIOR WINDOWS AND
SIDELITES. DO NOT PROVIDE LOUVER BLINDS ON DOORS.
12. REFER TO SHEET A8.40 FOR INTERIOR MATERIALS SCHEDULE.
13. REFER TO SHEET A8.40 FOR INTERIOR SIGNAGE & FLOOR TRANSITION DETAILS.
14. U.N.O. ALL VISUAL DISPLAY BOARDS TO BE MOUNTED 2'-9" A.F.F.
15. 8" GLAZED COVE BLOCK BASE TO BE USED IN ALL LOCATIONS WHERE CMU WALL MEETS POLISHED CONCRETE FLOOR.
16. 4" TOELESS RUBBER BASE TO BE USED AT ALL CARPET.
17. PROVIDE WALK OFF MATS (WOM-1) AT ALL ENTRY VESTIBULES.
18. REFER TO POOL DOCS FOR SWIMMING POOL & DECK FINISHES.
19. NOT USED
20. PAINT ALL EXPOSED METAL SURFACES IN POOL, INCLUDING, BUT NOT LIMITED TO: DOORS, FRAMES, EXPOSED CEILINGS
21. REFER TO SPECIFICATION FOR INFORMATION REGARDING 05 50 00 METAL FABRICATIONS, 09 91 00 PAINTING, AND 09 96 00
HIGH PERFORMANCE COATINGS FOR REQUIREMENTS FOR METAL PREP. AND FINISH IN THIS AREA.
22. REFER TO FLOOR PLANS FOR LOCKER TYPES AND COUNTS. (A1.1A, A1.1B, A1.2A, A1.2B, A1.3A, A1.4A, A6.4)
LOCKER TYPES ON A8.40.
7
2
3
4
5
FLOOR BASE
GLAZED BLOCK (GB-1)
FLOOR FINISH 2 (FF-2)
POLISHED/STAINED CONCRETE
(CONC-1, CONC-2)
VINYL
COMPOSITION TILE
FLOOR FINISH 3 (FF-3)
CARPET (CPT)
RUBBER BASE (RB-2)
N/A
FLOOR FINISH 4 (FF-4)
NON-SLIP VINYL
COMPOSITION TILE
RUBBER BASE (RB-3)
ALTERNATE 16 RUBBER FLOORING (RF-1) W/ 4" INTEGRAL FLASH COVE BASE
FLOOR FINISH 5 (FF-5)
CARPET (CPT)
RUBBER BASE (RB-2)
N/A
FLOOR FINISH 6 (FF-6)
SEALED CONCRETE (CONC-3)
NONE
FLOOR FINISH 6A (FF-6A)
SEALED CONCRETE (CONC-3)
RUBBER BASE (RB-1)
FLOOR FINISH 6B (FF-6B)
SEALED CONCRETE W/
WALK OF MAT (CONC-3)
GLAZED BLOCK (GB-1)
FLOOR FINISH 7 (FF-7)
CERAMIC TILE (CT-1/CT-2)
CERAMIC TILE (CT-3)
N/A
FLOOR FINISH 8 (FF-8)
CARPET (CPT)
RUBBER BASE (RB-2)
N/A
FLOOR FINISH 9 (FF-9)
NON-SLIP VINYL
COMPOSITION TILE
RUBBER BASE (RB-3)
ALTERNATE 18 RUBBER FLOORING (RF-1) W/ 4" INTEGRAL FLASH COVE BASE
FLOOR FINISH 10 (FF-10)
WOOD FLOORING/MDO (WF-1)
WOOD BASE
FLOOR FINISH 11 (FF-11)
ATHLETIC WOOD
FLOORING (WF-2)
VENTED RUBBER
BASE (VB-1)
N/A
FLOOR FINISH 12 (FF-12)
EPOXY RESILIENT FLOORING (ERF)
RUBBER BASE (RB-3)
N/A
FLOOR FINISH 13 (FF-13)
ANTI-STATIC CARPET (CPT-3)
RUBBER BASE (RB-2)
N/A
FLOOR FINISH 14 (FF-14)
ATHLETIC RESILENT
FLOORING (RF-2)
RUBBER BASE (RB-3)
N/A
FLOOR FINISH 15 (FF-15)
QUARRY TILE (QT-1)
QUARRY TILE
N/A
FLOOR FINISH 16 (FF-16)
QUARTZ TILE
GLAZED BLOCK (GB-1)
6
CONSTRUCTION DOCUMENTS
ADDENDUM 7
OLD 8
OLD 10
COMMENTS
FLOOR FINISH
RUBBER BASE (RB-3)
N/A
ALTERNATE 13 LINOLEUM TILE W/ RUBBER BASE (RB-3)
ALTERNATE 15 QUARTZ TILE W/ RUBBER BASE (RB-3)
B
SEE ROOM FINISH SCHEDULE FOR LOCATIONS OF FLOOR BASE AND WALK OFF MAT
H
7
F
SHEET TITLE:
E
SEE DETAIL 14/A8.40A
FINISH PLAN - 1ST FLOOR
AREA D
D
G
A
C
N
A
B
A8.1D
INSTALL TILE PARALLEL TO WALLS/ BENCHES. ANGLED HATCH USED FOR
QUANTIFICATION ONLY.
KEY PLAN
1
02/22/12
5/9/12
BASE BID
FLOOR FINISH NUMBER
FLOOR FINISH 1 (FF-1)
CONC-3
B
7
8
9
(NTS)
SHW Project:
10
3107.004.00
1
2
3
4
5
6
7
8
9
10
H
WEIGHT
ROOM /
FITNESS LAB
F108
EQUIPMENT
STORAGE
F107B
REFER TO A8.1E
REFER TO A8.1H
7
MECHANICAL
F103
H
AEROBICS /
WRESTLING
F107
LOBBY
F100A
MEN'S TOILET
F106
EQUIPMENT
STORAGE
F107A
1016 Morton Street,
Baltimore, Maryland 21201
P 410.244.5570 F 410.244.5572
shwgroup.com
WOMEN'S
TOILET
F105
COMMUNITY
SERVICE
OFFICE
F104
COMMUNITY
SERVICE
OFFICE
F102
CONSULTANTS:
Building Envelope
Gale Associates, Inc.
1122 Kenilworth Drive, Suite 206
Towson, MD 21204-2143
P 443.279.4500
F 443.279.4560
Civil
Whitney Bailey Cox Magnani, LLC
849 Fairmount Avenue Suite 100
Baltimore, MD 21286
P 410.512.4500
F 410.324.4100
CORRIDOR
F100
G
G
Food Service
Nyikos
18205-A Flower Hill Way
Gaithersburg, MD 20879
P 240.683.9530
F 240.683.9532
TOILET /
SHOWER
F121A
UNIFORM
STORAGE
F120
OFFICE
F121
TEAM
LOCKER
ROOM
F123
BUILDING
SERVICES
F122
MEP
Hurd & Obenchain, Inc.
11508 Allecingie Parkway
Richmond, VA 23235
P 804-423-6444
F 804-423-6445
EQUIPMENT
STORAGE
F109
EQUIPMENT
STORAGE
F110
CORRIDOR
F100C
F
Structural
ADTEK ENGINEERS
3251 Old Lee Highway suite 405
Fairfax, VA 22030
P 703.691.4040
F 703.691.4056
F
IDF
F111
TEAM
LOCKER
ROOM
F124
GIRLS TOILET/
SHOWER
F125A
Pool
Water Technology, Inc.
100 Park Avenue, P.O. Box 614
Beaver Dam, WI
P 920.887.7375
F 920.887.7999
Theater
Polysonics Corporation
405 Belle Air Lane
Warrenton, VA 20186
540-341-4988
540-341-0909
OFFICIALS
CHANGING
F112
LAUNDRY
F119
10 51 13
LK-8
(10)
GIRLS
LOCKER
F125
GYM
F101
TOILET /
SHOWER
F113
OFFICE
F118
E
E
TOILET /
SHOWER
F114A
BOYS
LOCKER
F131
" I certify that these documents were prepared by or approved by me
and that I am a duly licensed architect under the laws of the State of
Maryland, license # 13000; expires Jan 2, 2012."
ATHLETIC
DIRECTOR
F114
TRAINING
ROOM
F117
TEAM
LOCKER
ROOM
F130
BOYS TOILET
/ SHOWER
F131A
D
D
BUILDING
SERVICES
F128
CORRIDOR
F100B
CORRIDOR
F100D
EQUIPMENT
STORAGE
F115
TEAM
LOCKER
ROOM
F129
UNIFORM
STORAGE
F126
EQUIPMENT
STORAGE
F116
REFER TO A8.1E
OFFICE
F127
REFER TO A8.1H
TOILET /
SHOWER
F127A
C
ST. CHARLES
HIGH SCHOOL
PSC No. 08.046.11C
CORRIDOR
G100B
5305 Piney Church Road
Waldorf, Charles County
Maryland 20602
PHASE 2
C
CHECKED:
Checker
SCALE:
As indicated
© 2012 SHW Group
REFER TO A8.1D
REFER TO A8.1G
FLOOR FINISH PLAN LEGEND
CONC-1
HATCH
SHOWN
CONC-2
5/8/2012 5:44:50 PM
C:\Revit Local Files\310700400-CCPSHS2013-A11-CENTRAL_wcurrin(Recovery).rvt
ROOM FINISH LEGEND NOTES
A
GENERAL FINISH SCHEDULE NOTES
1. PAINT GWB CEILING BULKHEAD
2. PAINT RAILS & STRINGERS P-9 U.N.O.
3. PAINT DOORFRAMES P-9 U.N.O.
4. PAINT WIRE-MESH PARTITION 9-11
5. PAINT M.D.O. FLOORING FLAT BLACK
6. REFER TO INTERIOR ELEVATIONS FOR WALL PANEL LAYOUT IN STUDENT DINING, D103
7. REFER TO INTERIOR ELEVATIONS FOR WALL PANEL LAYOUT IN AUDITORIUM E101
8. NOT USED
9. NOT USED
10. COVER ALL WALLS FROM 4" TO 8'-4" ABOVE FLOOR IN MUSIC PRACTICE ROOMS
E125, E126, E127 & E128
11. 4' X 4' PANELS AS SHOWN BY THE DRAWINGS
12. NOT USED
13. COVER ALL WALLS FROM 7'-6" TO 13'-6" ABOVE FLOOR IN BAND ROOM E129 &
CHORAL ROOM E122 & KEYBOARD LAB E121
14. NOT USED
15. NOT USED
16. PROVIDE CAST CONCRETE SEALER ON CONCRETE BENCH, SEE SPEC. SECTION 09 96 00
17. PROVIDE ELEVATOR MANUFACTURER'S STANDARD FINISHES
18. REFER TO FOOD SERVICE DOCS. FOR ADDITIONAL INFO.
19. REFER TO POOL DOCS FOR SWIMMING POOL & DECK FINISHES
1
2
1. MANUFACTURERS NAMES AND IDENTIFICATION NUMBERS ARE LISTED AS A MEANS OF ESTABLISHING A STANDARD OF
TYPE, FUNCTION, COLOR AND QUANTITY. REFER TO PROJECT MANUAL FOR ADDITIONAL MANUFACTURERS &
PROCEDURES.
2. THE CONTRACTOR SHALL SUBMIT TO THE ARHITECT A SAMPLE OF ALL FINISH MATERIALS FOR APPROVAL
BEFORE MATERIALS ARE APPLIED ON THE JOB
3. VERIFY ALL GRAPHICS WITH THE ARCHITECT BEFORE PAINTING. GRAPHICS MAY NEED TO BE ADJUSTED AFTER
ENLARGING TO REFLECT THE SAME COMPOSITION AS ON THE DRAWINGS.
4. TERMINATE ALL ACCENT PAINTS & RUBBER WALL COVERING ON INSIDE CORNERS ONLY UNLESS OTHERWISE
INDICATED.
5. PAINT ALL INTERIOR & EXTERIOR EXPOSED PIPING. VERIFY COLOR W/ ARCHITECT.
6. PAINT ANY VENTS, GRILLES, PIPING, F.E.C, ETC. SAME COLOR AS ADJACENT WALL.
7. ALL COLORS MAY NOT BE MARKED ON PLANS. MATERIALS NOT NOTED WILL BE COVERED UNDER GENERAL NOTES
OR WILL BE PICKED ON THE JOB BY THE ARCHITECT.
8. ALL CEILING BULKHEADS & SOFFITS TO RECEIVE EGGSHELL PAINT FINISH.
9. ALL COLOR SELECTIONS NOT LISTED TO BE DETERMINED BY ARCHITECT.
10. REFER TO SHEET A8.40 FOR LOCKER TYPES AND DETAILS.
11. PROVIDE HORIZONTAL LOUVER BLINDS AT ALL EXTERIOR WINDOWS EXCEPT AT ENTRIES, VESTIBULES, LOBBIES,
CORRIDORS, STAIRWAYS, CLERESTORIES. PROVIDE HORIZONTAL LOUVER BLINDS AT ALL INTERIOR WINDOWS AND
SIDELITES. DO NOT PROVIDE LOUVER BLINDS ON DOORS.
12. REFER TO SHEET A8.40 FOR INTERIOR MATERIALS SCHEDULE.
13. REFER TO SHEET A8.40 FOR INTERIOR SIGNAGE & FLOOR TRANSITION DETAILS.
14. U.N.O. ALL VISUAL DISPLAY BOARDS TO BE MOUNTED 2'-9" A.F.F.
15. 8" GLAZED COVE BLOCK BASE TO BE USED IN ALL LOCATIONS WHERE CMU WALL MEETS POLISHED CONCRETE FLOOR.
16. 4" TOELESS RUBBER BASE TO BE USED AT ALL CARPET.
17. PROVIDE WALK OFF MATS (WOM-1) AT ALL ENTRY VESTIBULES.
18. REFER TO POOL DOCS FOR SWIMMING POOL & DECK FINISHES.
19. NOT USED
20. PAINT ALL EXPOSED METAL SURFACES IN POOL, INCLUDING, BUT NOT LIMITED TO: DOORS, FRAMES, EXPOSED CEILINGS
21. REFER TO SPECIFICATION FOR INFORMATION REGARDING 05 50 00 METAL FABRICATIONS, 09 91 00 PAINTING, AND 09 96 00
HIGH PERFORMANCE COATINGS FOR REQUIREMENTS FOR METAL PREP. AND FINISH IN THIS AREA.
22. REFER TO FLOOR PLANS FOR LOCKER TYPES AND COUNTS. (A1.1A, A1.1B, A1.2A, A1.2B, A1.3A, A1.4A, A6.4)
LOCKER TYPES ON A8.40.
3
4
5
FLOOR BASE
POLISHED/STAINED CONCRETE
(CONC-1, CONC-2)
VINYL
COMPOSITION TILE
GLAZED BLOCK (GB-1)
FLOOR FINISH 3 (FF-3)
CARPET (CPT)
RUBBER BASE (RB-2)
N/A
FLOOR FINISH 4 (FF-4)
NON-SLIP VINYL
COMPOSITION TILE
RUBBER BASE (RB-3)
ALTERNATE 16 RUBBER FLOORING (RF-1) W/ 4" INTEGRAL FLASH COVE BASE
FLOOR FINISH 5 (FF-5)
CARPET (CPT)
RUBBER BASE (RB-2)
N/A
FLOOR FINISH 6 (FF-6)
SEALED CONCRETE (CONC-3)
NONE
FLOOR FINISH 6A (FF-6A)
SEALED CONCRETE (CONC-3)
RUBBER BASE (RB-1)
FLOOR FINISH 6B (FF-6B)
SEALED CONCRETE W/
WALK OF MAT (CONC-3)
GLAZED BLOCK (GB-1)
FLOOR FINISH 7 (FF-7)
CERAMIC TILE (CT-1/CT-2)
CERAMIC TILE (CT-3)
N/A
FLOOR FINISH 8 (FF-8)
CARPET (CPT)
RUBBER BASE (RB-2)
N/A
FLOOR FINISH 9 (FF-9)
NON-SLIP VINYL
COMPOSITION TILE
RUBBER BASE (RB-3)
ALTERNATE 18 RUBBER FLOORING (RF-1) W/ 4" INTEGRAL FLASH COVE BASE
FLOOR FINISH 10 (FF-10)
WOOD FLOORING/MDO (WF-1)
WOOD BASE
FLOOR FINISH 11 (FF-11)
ATHLETIC WOOD
FLOORING (WF-2)
VENTED RUBBER
BASE (VB-1)
N/A
FLOOR FINISH 12 (FF-12)
EPOXY RESILIENT FLOORING (ERF)
RUBBER BASE (RB-3)
N/A
FLOOR FINISH 13 (FF-13)
ANTI-STATIC CARPET (CPT-3)
RUBBER BASE (RB-2)
N/A
FLOOR FINISH 14 (FF-14)
ATHLETIC RESILENT
FLOORING (RF-2)
RUBBER BASE (RB-3)
N/A
FLOOR FINISH 15 (FF-15)
QUARRY TILE (QT-1)
QUARRY TILE
N/A
FLOOR FINISH 16 (FF-16)
QUARTZ TILE
GLAZED BLOCK (GB-1)
6
02/22/12
5/9/12
CONSTRUCTION DOCUMENTS
ADDENDUM 7
COMMENTS
FLOOR FINISH
FLOOR FINISH 2 (FF-2)
B
7
BASE BID
FLOOR FINISH NUMBER
FLOOR FINISH 1 (FF-1)
CONC-3
ISSUE:
D
TO A8.1
CONCRETE FINISH LEGEND
G
TO A8.1
FIRST FLOOR FINISH PLAN AREA F
1 / A3.1
1/8" = 1'-0"
REFERENCED ON
REFER
REFER
1
RUBBER BASE (RB-3)
7
N/A
ALTERNATE 13 LINOLEUM TILE W/ RUBBER BASE (RB-3)
ALTERNATE 15 QUARTZ TILE W/ RUBBER BASE (RB-3)
B
SEE ROOM FINISH SCHEDULE FOR LOCATIONS OF FLOOR BASE AND WALK OFF MAT
H
E
FINISH PLAN - 1ST FLOOR
AREA F
D
G
SEE DETAIL 14/A8.40A
A
C
N
A
INSTALL TILE PARALLEL TO WALLS/ BENCHES. ANGLED HATCH USED FOR
QUANTIFICATION ONLY.
8
F
SHEET TITLE:
KEY PLAN
9
B
A8.1F
(NTS)
SHW Project:
10
3107.004.00
1
2
3
4
5
6
7
8
9
10
H
H
1016 Morton Street,
Baltimore, Maryland 21201
P 410.244.5570 F 410.244.5572
shwgroup.com
CONSULTANTS:
Building Envelope
Gale Associates, Inc.
1122 Kenilworth Drive, Suite 206
Towson, MD 21204-2143
P 443.279.4500
F 443.279.4560
7
MISC. METAL SUPPORT STRUCTURE.
PROVIDE UNISTRUT, KENDORF, OR
EQIVALENT FRAMING BETWEEN
JOISTS CAPABLE OF SUPPORTING A
MINIMUM OF 100 LBS. AT EACH
JOINT. LOCATE HANGERS AS
REQUIRED FOR MANUFACTURER
SPECIFICATIONS.
15
G
METAL KICKERS AS REQUIRED
TO SUPPORT STUDS AND
CURTAINWALL SYSTEM (MAX
8'-0" O.C.), TYP.
16.3
G
Food Service
Nyikos
18205-A Flower Hill Way
Gaithersburg, MD 20879
P 240.683.9530
F 240.683.9532
MEP
Hurd & Obenchain, Inc.
11508 Allecingie Parkway
Richmond, VA 23235
P 804-423-6444
F 804-423-6445
10"
G4E
5' - 11"
10" GWB REVEAL - USE ONE
(1) LAYER OF GWB AT
OUTDISE FACE OF WALL
RATHER THAN TWO (2) PER
WALL TYPE (AT REVEAL). USE
GWB TRIM ACCESSORIES AT
INSIDE AND OUTSIDE
CORNERS. CONTIUNE REVEAL
AROUND ENTIRE EXOPSED
PERIMETER OF S.O.S.
BULKHEAD.
Structural
ADTEK ENGINEERS
3251 Old Lee Highway suite 405
Fairfax, VA 22030
P 703.691.4040
F 703.691.4056
WALL TYPE G4E,
BEYOND TYP
MECH. EQUIPMENT,
TYP- SEE M1.13
G4E
05 50 00 METAL FABRICATIONS
F
Civil
Whitney Bailey Cox Magnani, LLC
849 Fairmount Avenue Suite 100
Baltimore, MD 21286
P 410.512.4500
F 410.324.4100
Pool
Water Technology, Inc.
100 Park Avenue, P.O. Box 614
Beaver Dam, WI
P 920.887.7375
F 920.887.7999
F
05 50 00 METAL FABRICATIONS
WITH INTUMESCENT PAINT
13 00 00 SPECIAL CONSTRUCTION
SCIENCE ON A SPHERE
08 44 13 GLAZED ALUMINUM CURTAIN WALLS
INTERIOR ACOUSTIC CURTAIN WALL SYSTEM
Theater
Polysonics Corporation
405 Belle Air Lane
Warrenton, VA 20186
540-341-4988
540-341-0909
29' - 2 1/4"
09 51 13 ACOUSTICAL PANEL CEILINGS
APC-7: 30" x 60" SUSPENDED GRID SYSTEM
17' - 5"
05 50 00 METAL FABRICATIONS
GUARDRAIL
7' - 4"
05 50 00 METAL FABRICATIONS
PROJECTOR SUPPORT
E
E
F.F. LEVEL 1
0' - 0"
" I certify that these documents were prepared by or approved by me
and that I am a duly licensed architect under the laws of the State of
Maryland, license # 13000; expires Jan 2, 2012."
NOTE: DETAIL IS FOR DIGITAL DOME, NOT SCIENCE ON A SPHERE. REFER TO SHEET A6.9.
PROJECTOR IS OFCI ITEM. PROJECTION COVE IS PART OF GC/CM SCOPE.
PROJECTOR IN DIGITAL DOME
12" = 1'-0"
REFERENCED ON
5 / A6.9
4
SECTION - SCIENCE ON A SPHERE
1/4" = 1'-0"
REFERENCED ON
1 / A6.12
3
D
D
16.3
15
16.3
2' - 0"
15
ST. CHARLES
HIGH SCHOOL
PSC No. 08.046.11C
12 33 00 MANUFACTURED PLASTIC LAMINATE CASEWORK
SOUND/PROJECTION SYSTEM CABINET
R 1' - 6
V
"
V
5305 Piney Church Road
Waldorf, Charles County
Maryland 20602
PHASE 2
10" DIA. STEEL TUBE W/ INTUMESCENT PAINT
2' - 0"
PROJECTOR SHELF ABOVE
PROJECTOR ANGLE TYP.
26 50 00 LIGHTING
4" DIA. DOWN LIGHT FIXTURE
C
C
2' - 6"
09 51 13 ACOUSTICAL PANEL CEILINGS
APC-7: 30" x 60" SUSPENDED GRID SYSTEM
05 50 00 METAL FABRICATIONS
PAINTED METAL GUARDRAIL
WC
SCALE:
As indicated
© 2012 SHW Group
'-0
R6
ISSUE:
R
3'
-
0"
"
SUSPENDED SCIENCE ON A
SPHERE BELOW
CHECKED:
R5
1' - 3"
R5
7
02/22/12
5/9/12
CONSTRUCTION DOCUMENTS
ADDENDUM 7
TH
R
O
W
17
'-
LINEAR DIFFUSERS /RETURN
DI
10
"
ST
AN
C
E
2' - 0"
B
17' - 5"
3
3
A6.12
A6.12
T
2' - 0"
T
1' - 5 1/2" 2' - 5"
5/8/2012 5:44:20 PM
C:\Revit Local Files\310700400-CCPSHS2013-A11-CENTRAL_wcurrin(Recovery).rvt
B
SHEET TITLE:
ENLARGED PLANS SCIENCE ON A SPHERE
12 33 00 MANUFACTURED PLASTIC LAMINATE CASEWORK
STORAGE CABINET (AWI #222, SIZE 24"x36"x24",
FINISHED ALL SIDES)
NOTE: EVERYTHING IN CEILING TO BE PAINTED BLACK
A
A
2
REFLECTED CEILING PLAN-SCIENCE ON A
SPHERE
1 / A2.1A
1/4" = 1'-0"
REFERENCED ON
1
FLOOR PLAN-SCIENCE ON A SPHERE
1 / A1.1A
1/4" = 1'-0"
REFERENCED ON
A6.12
SHW Project:
1
2
3
4
5
6
7
8
9
10
3107.004.00
1
2
3
4
5
6
7
8
9
10
6' - 0"
25' - 0"
REFER TO DOOR SCHED.
3' - 0"
REFER TO
3' - 0"
12' - 5"
6' - 8"
3' - 3"
DOOR SCHED.
H
24' - 0"
REFER TO
(6 EQUAL SPACES)
7' - 4"
3' - 2"
REFER TO
DOOR SCHED.
F.F. LEVEL 1
0' - 0"
F.F. LEVEL 1
0' - 0"
REFER TO
Building Envelope
Gale Associates, Inc.
1122 Kenilworth Drive, Suite 206
Towson, MD 21204-2143
P 443.279.4500
F 443.279.4560
F.F. LEVEL 1
0' - 0"
GLAZING TYPE G3 UNO
GLAZING TYPE G3 UNO
GLAZING TYPE G3 UNO
HA-67
ACOUSTIC FRAME;
SMOKE FRAME: GASKET LITES
CONSULTANTS:
DOOR SCHED.
GLAZING TYPE G3 UNO
9' - 0"
REFER TO
DOOR SCHED.
REFER TO
9' - 0"
9' - 0"
DOOR SCHED.
REFER TO
DOOR SCHED.
1016 Morton Street,
Baltimore, Maryland 21201
P 410.244.5570 F 410.244.5572
shwgroup.com
HA-66
HA-68
ACOUSTIC FRAME; SMOKE FRAME: GASKET LITES
GLAZING TYPE G3 UNO
HA-69
HA-70
ACOUSTIC FRAME;
SMOKE FRAME: GASKET LITES
Civil
Whitney Bailey Cox Magnani, LLC
849 Fairmount Avenue Suite 100
Baltimore, MD 21286
P 410.512.4500
F 410.324.4100
G
Food Service
Nyikos
18205-A Flower Hill Way
Gaithersburg, MD 20879
P 240.683.9530
F 240.683.9532
ACOUSTIC FRAME; SMOKE FRAME: GASKET LITES
24' - 7 1/2"
ACOUSTIC FRAME;
SMOKE FRAME: GASKET LITES
2' - 4"
11' - 3 5/8"
1' - 4"
3 EQ SPACES
1' - 4"
2' - 4"
REFER TO
DOOR SCHED.
REFER TO
DOOR SCHED.
8' - 1 5/8"
MEP
Hurd & Obenchain, Inc.
11508 Allecingie Parkway
Richmond, VA 23235
P 804-423-6444
F 804-423-6445
6' - 4"
(2 EQ SPACES)
11' - 3 1/2"
UNO
3' - 0"
UNO
UNO
7' - 0" UNO
G1
G7
G7
G7
G7
G1
G1
1' - 10"
7' - 0" UNO
2' - 10"
G1
F.F. LEVEL 1
0' - 0"
GLAZING TYPE G3
UNO
3' - 0"
Structural
ADTEK ENGINEERS
3251 Old Lee Highway suite 405
Fairfax, VA 22030
P 703.691.4040
F 703.691.4056
8"
4"
7' - 0" UNO
UNO
7' - 0"
2' - 10"
7' - 0" UNO
1' - 8"
1' - 10"
F.F. LEVEL 1
0' - 0"
UNO
7' - 0"
9' - 3 1/2"
DOOR SCHEDULE
REFER TO
F
3' - 0"
2' - 0" 6"
8"
4"
4"
2' - 0" 6"
4"
6' - 0" UNO
4"
6' - 0" UNO
4"
3' - 0"
G1
DOOR SCHED.
9' - 0"
REFER TO
DOOR SCHED.
F.F. LEVEL 1
0' - 0"
REFER TO
G
H
REFER TO
DOOR SCHED.
DOOR SCHED.
2' - 0"
REFER TO
9' - 6 1/2"
DOOR SCHED.
Pool
Water Technology, Inc.
100 Park Avenue, P.O. Box 614
Beaver Dam, WI
P 920.887.7375
F 920.887.7999
F
G1
Theater
Polysonics Corporation
405 Belle Air Lane
Warrenton, VA 20186
540-341-4988
540-341-0909
GLAZING TYPE G5 UNO
HA-71
FRP-1
ACOUSTIC FRAME;
SMOKE FRAME: GASKET LITES
FRP-2
IS-1
IS-2
IS-3
IS-4
IS-5
IN POOL - ADD ALTERNATE 1
7
08 08 00 GLAZING:
GRADIATED CERAMIC FRITTING ON GLASS
(0.125" SOLID DOTS, STAGGERED DOT PATTERN)
THIS PATTERN OF FRITTING OCCURS AT THIS LEVEL
ON CT-60, CT-61, CT-62, CT-63
E
E
31' - 0"
31' - 0"
31' - 0"
6 EQUAL SPACES
6 EQUAL SPACES
6 EQUAL SPACES
" I certify that these documents were prepared by or approved by me
and that I am a duly licensed architect under the laws of the State of
Maryland, license # 13000; expires Jan 2, 2012."
CL
C
L
40% FRIT
COVERAGE
G1
G1
G1
10% FRIT
COVERAGE
G1
G1
G1
G1
ST. CHARLES
HIGH SCHOOL
PSC No. 08.046.11C
C
L
3' - 4"
3' - 4"
6' - 0"
6' - 0"
CL
CL
D
C
L
3' - 4"
CL
17' - 5"
17' - 5"
CL
6' - 0"
17' - 5"
D
G1
G1
F.F. LEVEL 1
0' - 0"
F.F. LEVEL 1
0' - 0"
GLAZING TYPE G3-T UNO
GLAZING TYPE G3-T UNO
5305 Piney Church Road
Waldorf, Charles County
Maryland 20602
PHASE 2
F.F. LEVEL 1
0' - 0"
GLAZING TYPE G3-T UNO
G2: SPANDREL GLASS
CT-60
C
CT-61
ACOUSTIC FRAME - SMOKE FRAME: GASKET LITES
31' - 0"
ACOUSTIC FRAME - SMOKE FRAME: GASKET LITES
CT-62
EQ
EQ
REFER TO
DOOR SCHEDULE
1' - 5 1/2"
REFER TO
EQ
REFER TO
GLAZING LEGEND
ISSUE:
CT- #
CURTAINWALL ALUMINUM FRAME TYPES
(SPECIFICATION: 08 44 13)
GLAZING SPECIFICATION: 08 80 00
7
CW- #
ALUMINUM-FRAMED ENTRANCES AND STOREFRONTS
(SPECIFICATION: 08 41 13)
17' - 5"
17' - 5"
REFER TO
DOOR SCHEDULE
G1
9' - 4"
REFER TO
9' - 4"
3' - 4"
CL
INTERMEDIATE
MULLION/ DOOR
JAMB
INTERMEDIATE
MULLION/ DOOR
JAMB
A
GLAZING TYPE G3-T UNO
G2: SPANDREL GLASS
CT-63
F.F. LEVEL 1
0' - 0"
GLAZING TYPE G3 UNO
CT-64
ACOUSTIC FRAME - SMOKE FRAME: GASKET LITES
F.F. LEVEL 1
0' - 0"
EL. 0' - 0"
GLAZING TYPE G3 UNO
CT-65
ACOUSTIC FRAME
ACOUSTIC FRAME
SPANDREL GLASS
G3
ACOUSTICAL GLASS
G3-T
ACOUSTICAL GLASS TINTED
G3-S
ACOUSTICAL SPANDREL GLASS
G4
INSULATED TEMPERED LOW-E
(EXTERIOR GLAZING)
G5
INSULATED TEMPERED HIGH PERFORMANCE
(EXTERIOR GLAZING)
ALUMINUM WINDOWS
(SPECIFICATION: 08 51 13)
G6
INSULATED OPAQUE SPANDREL GLASS
(EXTERIOR GLAZING)
FRAMELESS GLASS
(SPECIFICATION: 08 41 26)
G7
METAL FACED OPAQUE GLAZING (07 42 43)
HOLLOW METAL FRAME TYPES
(SPECIFICATION: 08 11 13) W/ 'G1' GLAZING
FRP
G1
DOOR SCHED.
6' - 0"
17' - 5"
5/8/2012 10:23:26 AM
C:\Revit Local Files\310700400-CCPSHS2013-A11-CENTRAL_wcurrin.rvt
OPEN
G2
HM- #
FL-#
CL
1/4" CLEAR GLASS
INTERIOR STORE FRONT ALUMINUM FRAME TYPES
(SPECIFICATION: 08 41 13)
G1
10% FRIT
COVERAGE
G1
IS- #
W- #
CL
As indicated
FRAME TYPE LEGEND
HA- #
G1
SCALE:
DOOR SCHED.
B
G1
WC
DOOR SCHEDULE
40% FRIT
COVERAGE
G1
CHECKED:
© 2012 SHW Group
EQ
CL
G1
C
9' - 7 1/8"
16' - 1 7/8"
6 EQUAL SPACES
08 08 00 GLAZING:
GRADIATED CERAMIC FRITTING ON GLASS
(0.125" SOLID DOTS, STAGGERED DOT PATTERN)
THIS PATTERN OF FRITTING OCCURS AT THIS LEVEL ON
CT-60, CT-61, CT-62, CT-63
ACOUSTIC FRAME - SMOKE FRAME: GASKET LITES
SOUND CONTROL DOOR ASSEMBLIES
(SPECIFICATION: 08 34 73) AND
SOUND CONTROL WINDOW ASSEMBLIES
(SPECIFICATION: 08 34 73.13
02/22/12
5/9/12
B
FIBERGLASS REINFORCED PLASTIC DOORS + FRAMES
(SPECIFICATION 08 16 00)
GENERAL NOTES:
SHEET TITLE:
1. SEE DOOR SCHEDULE FOR FIRE RATING OF DOORS' ASSOCIATED FRAMES.
2. WINDOW ONLY FRAMES SHALL HAVE GASKETED LITES WHEN IN SMOKE RATED WALLS. REFERENCE G2.1G2.3 FOR LOCATION OF RATED WALLS.
3. LOCATIONS OF SAFETY GLAZING (TEMPERED) PER IBC 2406 AND THE FOLLOWING:
A. OPENINGS WITH A VERTICAL EDGE WITHIN 24 INCHES OF A DOOR OPENING AND BOTTOM EDGE BELOW
60 INCHES .
B. OPENINGS MEETING ALL OF THE FOLLOWING:
-BOTTOM EDGE OF GLASS LESS THAN 18 INCHES FROM A FLOOR
-TOP EDGE GREATER THAN 36 INCHES ABOVE A FLOOR
-GLASS AREA GREATER THAN 9 FT
-WALKING SURFACE WITHIN 36" OF THE GLASS UNIT
C. AS REQUIRED FOR STRENGTH; OR AS RECOMMENDED BY THE GLASS MFR.
4. SOUND CONTROL DOOR ASSEMBLIES AND SOUND CONTROL WINDOW ASSEMBLIES (SPECIFICATION
08 34 73 AND 08 24 73.13) ARE UNITS THAT DO NOT HAVE INFILL REFERENCED IN GLAZING SPECIFICATION
(08 80 00).
5. FRAME DIMENSIONS ARE ABSTRACT IN NATURE TO INDICATE DESIGN INTENT, FIELD VERIFY ALL MASONARY
ROUGH OPENING DIMENSIONS
INTERIOR FRAME TYPES
A
A7.36
SHW Project:
1
2
3
4
5
6
7
8
CONSTRUCTION DOCUMENTS
ADDENDUM 7
OLD 9
9
10
3107.004.00
Download