← Back to Cortlandcountyny Gov

Document cortlandcountyny_gov_doc_3fcb127a25

Full Text

Cortland County 60 Central Ave Cortland, NY 13045 Dry Storage Design-Build Project I. Project location: The storage facility will be located on the eastern boundary of the Cortland County Highway complex; 4267 Traction Drive Cortland NY, 13045. II. Scope of Work: A. Project Overview. This is a Design-Build project, Bidder must put forth a NYS Engineered Stamped plan to complete the entire Scope of Work as outlined below. 1. The work of the project involves the construction of a post frame 36’W x 80’L x 17’H Post Frame Structure, with option to add 24 additional feet to building length. The main features of the work include, but are not limited to: a) Engineered State Stamped plans. b) Building Package c) Doors and Overhead Doors. d) Concrete floor and aprons. e) Interior Finishes f) Prevailing Wage Rates Apply g) Must Meet OSHA Regulations h) Must submit certified payroll at billings. i) Miscellaneous j) Requirements for Option to increase building size to 36’W x 104’L x 17’H 2. The scope of the WORK in all SECTIONS of this specification shall consist of the furnishing of all labor, materials and equipment and the performance of the Work required by the Contract Documents. Items not specifically mentioned in the Specifications or shown on the drawings, but which are inherently necessary to make a complete working installation, shall be included. B. Work Specifications. The following are a comprehensive list of requirements of the project to be completed. 1. Engineering/Plans ---PAGE BREAK--- a) This is a Design build project-Successful bidder will be required to furnish all NYS engineered State Stamped plans for All phases of the Project including; Structure, insulation, foundation, Com Check/engineering to energy code. 2. Building Package a) Trusses and plate connections: to meet or exceed 55lb. snow loading, with 4/12 roof pitch. b) Steel Roofing and Wall Panels: minimum 29ga. grade 80,000 psi tensile strength. c) Columns: 4-ply (2”x8”) laminated columns with .60 PT 4’ below grade. Southern Yellow Pine. d) Snow Bar: 2 rows of snow bar on each side of the roof. e) Rain Gutter: Rain gutter with two downspouts on each side of building. f) Overhangs: 12” vented overhangs on sides with 12” end wall overhangs complete with vented painted aluminum soffit panels and painted metal fascia. g) Vented Ridge: continuous vented ridge. 3. Doors and Overhead Garage Doors a) Entrance Doors: 3068 Plyco 92 Series steel insulated pre-painted solid doors with stainless hinges, threshold, lockset, deadbolt, closures and weather seal, installed, one will be from insulated to uninsulated space. b) Garage Doors: Three-14’W x 15’H CHI Model 3285 Steel insulated Garage doors, solid (no glass), standard radius track, torsion springs and vinyl perimeter weather seal. Liftmaster “T50” Heavy duty trolley opener with one interior 3 button control station and photo-electric safety reverse system. Installed, Wiring by others. c) Garage Door: One-10’W x 10’H CHI Model 3285 Steel insulated Garage door, solid (no glass), high lift track, torsion springs and vinyl perimeter weather seal. 4. Concrete Floor and Aprons a) Concrete Floor: 4000 lb. psi fibermesh reinforced concrete 8” thick floor, 6 mil poly vapor barrier, power troweled, saw cut and sealed, including perimeter insulation. b) Concrete Aprons: 10’ x 80’ x 6” in front of the Overhead Doors, and 5’ x 5’ x 6” in front of each exterior walk door. 5. Interior Finishes a) 36’ x 20’ Temperature Controlled Space. With two floor 20’ x 16’ room. Walls- Garage area: Interior walls will be complete with Bright white steel (29 ga.) liner panels and the exterior and partition wall will have R-25 Batt- insulation. Ceiling- Finished with bright white steel (29 ga.) liner panels, one attic hatch and R-49 closed Insul-Safe 3 cell blown-in insulation. Ceiling of first floor will have white liner panel only. *see insulation requirements below. Second floor with a 125 lb. live load storage. To include Tongue and grove decking, stairs and rails as per code. Upper and lower room to have 1 hour fire separation. ---PAGE BREAK--- Stairs to be outside of space. Interior doors into space, one on each floor, One hour rating. All HVAC/Plumbing/Electrical by others. b) Cold Storage space. The partition wall will have bright white liner panel installed to the roof deck. 6. Miscellaneous a) Trench Drains-Provide three 4-meter sections of ACO FG/100 with 80,000 lb. vehicle rating, one each at three locations (just inside overhead doors) and run all piping to one new 1,500 gallon oil separator (located outside in a non-traffic area) oil separator to be supplied and installed by others. b) Pipe Bollards: Supply and Install 12-6” Schedule 80 steel pipe bollards with 3’ embedment and full concrete encasement and fill. To have 4’ exposed with safety yellow bollard cover with reflective strip. To be placed on each side of the four OHD openings and on each exterior corner of the building. c) Insulation Requirements: R-25 Fiberglass Wall Insulation- Utilize dense, non-chopped fiberglass insulation with a 6 mil vapor barrier is to be installed to provide moisture control, and to help reduce air infiltration. Vapor barrier is to be installed facing the heated side of the wall to help control moisture and is to be installed with fasteners prior to the installation of the finished interior. R-49 Blown in Fiberglass Insulation- All attic spaces utilize Insul-Safe 3 blown-in insulation. Insulation baffles are to be installed at the building eaves to allow minimum ventilation. A poly vapor barrier is to be installed on the warm side for air infiltration and moisture control. 7. Requirements for Option to increase building size to 36’W x 104’L x 17’H a) Add 24’ of building on Cold side Additional space to include all framing, sheathing, roofing, trusses, overhead door, pipe bollards, trench drain, concrete floor and aprons. Note that 4’ will be added to the space between the temperature- controlled area and first bay, each of the cold bays will stay at 20’W. III. Qualifications and Requirements A. Capacity. Bidder must have a minimum of 10 years’ experience in the post-frame construction industry and describe its capacity to complete the project by: 1. Proposing a safe plan of completing the project (Successful bidder will be required to submit a construction schedule with completion date), including a written safety plan. 2. Describe its access to the necessary labor force, equipment and facilities to complete the Plan. ---PAGE BREAK--- 3. Provide a list of key personnel who will be involved in the Project (include name, years of experience, certifications/education). and/or qualifications to oversee and complete the Plan. Provide a list of at least three references from projects of similar scope and size, completed in the last 5 years. B. Insurance. The CONTRACTOR shall not commence work under this Contract until he/she/it has obtained all insurance required under this paragraph and the COUNTY has approved such insurance. The COUNTY requires the following insurance coverage and amounts: Comprehensive General Liability, including personal injury coverage of $1,000,000.00 per occurrence and $2,000,000.00 in the aggregate and property damage coverage in the amount of $500,000.00 per occurrence and $1,000,000.00 in the aggregate. (ii) Automobile coverage with a combined single limit of $1,000,000.00. (iii) Statutory Workers’ Compensation, Disability Coverage, and Unemployment Insurance. (iv) Professional Liability Insurance in the amount of $1,000,000.00 where applicable. Specialty Insurance as noted below: Not Applicable if checked  Type: Coverage Limit B.2 Such policies are to be in the broadest form available on usual commercial terms and shall be written by insurers of recognized financial standing satisfactory to the COUNTY and who have been fully informed as to the nature of the services to be performed. Except for Worker’s Compensation and professional liability, the COUNTY shall be an additional insured on all such policies with the understanding that any obligations imposed upon the insured (including without limitation, the liability to pay premiums) shall be the sole obligations of the CONTRACTOR and not those of the COUNTY. The CONTRACTOR irrevocably waives all claims against the COUNTY for all losses, damages, claims or expenses resulting from risks commercially insurable under the insurance described in this paragraph. The provision of insurance by the CONTRACTOR shall not in any way limit the CONTRACTOR’S liability under this agreement. C. The CONTRACTOR shall submit at the time of the execution of this agreement, certificates of insurance properly executed by an authorized representative of its insurance underwriter, evidencing such insurance policies to be in full force and effect, naming the COUNTY which shall assume to include its officers, employees, agents and representatives as additional insured. The certificates of insurance shall name specifically “Cortland County, 60 Central Avenue, Cortland, New York 13045” as an additional insured. In addition, the CONTRACTOR must provide an endorsement to the policy showing that the COUNTY is actually insured together with a copy of the policy declarations page. ---PAGE BREAK--- C.1 Each policy of insurance shall contain clauses to the effect that: such insurance shall be primary without right of contribution of any other insurance carried by or on behalf of the COUNTY with respect to its interests, (ii) it shall not be cancelled, including, without limitation, for non-payment of premium, or materially amended, without 30 days prior written notice to the COUNTY, directed to the contracting department and the office of the County Attorney and to the office of the Chair of the Legislature, and the COUNTY shall have the option to pay any necessary premiums to keep such insurance in effect and charge the cost back to the CONTRACTOR. C.2 To the extent it is commercially available, each policy of insurance shall be provided on an “occurrence” basis. If any insurance is not so commercially available on an “occurrence” basis, it shall be provided on a “claim made” basis, and all such “claims made” policies shall provide that: Policy retroactive dates coincide with or precede the CONTRACTOR’S start of the performance of the services (including subsequent policies purchased as renewals or replacements); (ii) The CONTRACTOR will maintain similar insurance for at least 6 years following final acceptance of the services; (iii) If the insurance is terminated for any reason, the CONTRACTOR agrees to purchase an unlimited extended reporting provision to report claims arising from the services performed for the County; (iv) Immediate notice shall be given to the COUNTY through the contracting department and the office of the County Attorney and to the office of the Chair of the Legislature of circumstances or incidents that might give rise to future claims with respect to the services performed under this agreement; Notice of termination of any such policies must be provided to the COUNTY at least ten (10) days in advance of such Notice of termination. CONTRACTOR shall, on or before this 10-day period, provide the COUNTY with a prospective Certificate of Insurance with the above coverage and limits for the balance of the term of this agreement; and (vi) The CONTRACTOR shall obtain replacement insurance within ten (10) days in the absence of which CONTRACTOR shall be in breach of this Agreement. D. All insurance coverage required to be purchased and maintained by the CONTRACTOR under this agreement shall be primary for the defense and indemnification on any action or claim asserted against the COUNTY and/or the CONTRACTOR for work performed under this agreement, regardless of any other collectible insurance or any language in the insurance policies which may be to the contrary. ---PAGE BREAK--- E. Any accident shall be reported to the COUNTY as soon as possible and not later than twenty-four (24) hours from the time of such accident. A detailed written report must be submitted to the COUNTY as soon thereafter as possible as and not later than three days after the date of such accident. IV Mandatory Pre-bid Meeting to be Held on June14th 2PM at the Cortland County Highway Department Administrative Building 4267 Traction Drive, Cortland NY, 13045 ---PAGE BREAK--- E. Indemnification. To the fullest extent permitted by law, Bidder shall defend, indemnify, and hold harmless the County, its officers, agents, and employees, from and against all claims, damages, losses, and expenses, including, but not limited to, attorneys’ fees, damages, penalties, costs, and any other amounts which may arise from Bidder’s or its agents, employees, or subcontractors’ performing the Work referenced in Section I above (the “Work”). F. Other Requirements. 1. Bidder shall comply and shall cause its subcontractors to comply with all applicable laws, ordinances, rules and regulations imposed by applicable authorities including, by way of example, but not limitation, obtaining any necessary permits and complying with prevailing wage laws. 2. Bidder shall have certified payroll, a fall safety plan and its workers shall have completed 10-hour OSHA Training. 3. Bidder shall comply with all applicable state and federal regulations governing the Contract. 4. Bidder shall be responsible for conforming and verifying with the applicable regulatory authorities that all utilities and power are disconnected before commencing the Work, if necessary. 5. Bidder is required to satisfy itself, by personal examination of the Property, as to the Work involved and the difficulties that may be encountered in the performance of the Work. Bidder will not be excused for any failure or omission by Bidder to fulfill every aspect of the requirements, specifications, etc. detailed herein nor will the same be accepted as a basis for any claim for compensation in addition to the amount quoted by Bidder in the Bid. 6. Bidder shall commence the Work within Ninety (90) days of execution of the Contract. The work shall be preformed in a workmanlike manner and in conformity with generally accepted standards and practices, and be completed within 180 days from execution of the Contract. ---PAGE BREAK--- 7. Bidder will be required to furnish a fully executed and notarized AIA document for payment (G702 & G703) excluding retainage withheld of 5% per request for the Work actually completed. County will inspect and approve/disapprove charges within 5 business days of billing submittals, to be paid within thirty (30) days from submission. Upon completion of Work retainage is to be billed separate, with a lean release, due after the County conducts its final inspection of the Property, due within thirty (30) days of approval and acceptance of Property. 8. The Bid and any Contract are not assignable or transferable in any manner and may not be pledged or encumbered without the express written permission of the County. 9. The County expressly reserves the right at any time herein to change the requirements or specifications of this Bid and the Work requested hereunder. The County further reserves the right to reject all Bids received and re-bid the Work or, at its sole discretion, to not award the Contract to any bidder following receipt of any and all Bids received. In no event shall the County be liable to any bidders for any costs incurred in submitting a response to this Bid Notice. This Bid Notice creates no legal obligations on the part of The County.