SLED Opportunity · FLORIDA · ORANGE COUNTY, FLORIDA
AI Summary
Orange County, Florida seeks sealed bids for the construction of the Public Works Bithlo Highway New Maintenance Building. Bids must be submitted electronically by 4:00 PM EST on March 17, 2026. Estimated project cost is $3.8 million. Questions due by March 2, 2026.
NOTICE IS HEREBY GIVEN that Orange County, Florida, henceforth referred to as the County is accepting sealed bids for Public Works Bithlo Highway New Maintenance Building (Y26-730)
Sealed offers for furnishing the above will be accepted up to 4:00 pm EST on Thursday, April 23, 2026.
The Estimated Cost for this project is $3,800,000.00.
NOTE: Respondents are required to submit responses electronically via the OpenGov e-Procurement Platform. Respondents shall not be permitted to hand-deliver, mail, telephone, fax or email offers.
Responses received after the submission deadline and/or transmitted outside of the designated OpenGov e-Procurement Platform shall be rejected.
Important Instructions for Electronic Submittal
The County is ONLY accepting electronic bid submissions using the OpenGov e-Procurement Platform. Respondents shall create a FREE account with OpenGov by signing up at https://procurement.opengov.com/login Once you have completed account registration, browse back to this page, click on "Submit Response", and follow the instructions to submit the electronic bid.
It is the respondent's responsibility to ensure they commence their upload efforts timely to meet the submission deadline. The County shall not be responsible for delays caused by any occurrence, including the respondent's network delays, bandwidth issues, internet outages, or technical difficulties.
OpenGov Technical Support
For Technical Support, respondent's can reach the OpenGov Service Desk:
Chat (preferred): Click the button in the lower right hand corner of the portal
Email: procurement-support@opengov.com
Phone: 1 (650) 336-7167
Hours: Mon-Fri 7am - 10pm EST
Timely Questions Regarding this Solicitation
The question and answer module of OpenGov IS being utilized for this solicitation. Timely questions concerning this solicitation shall be submitted in accordance with the deadline for questions: Monday, March 2, 2026 at 5:00 pm EST. Respondents are instructed not to contact the initiating division directly.
Consideration for modification or alteration of the documents contained in this solicitation shall be requested during the specified question period, before the applicable deadline. No oral interpretation of the meaning of the plans, specifications, or other Contract documents shall be considered binding. The County shall be bound by information and statements only when such statements are written and executed under the authority of the Manager, Procurement Division.
Answers for timely questions will be addressed in the OpenGov question and answer module or as an addenda to this solicitation depending on volume, participants are encouraged to subscribe as a follower and monitor all notifications. Beyond questions and answers, any and all modifications, clarifications, interpretations and supplemental instructions will be in the form of a written addendum which, if issued, will be available for download. All addenda and questions/answers so issued shall become part of the Contract Documents and receipt shall be acknowledged as specified herein.
This provision exists solely for the convenience and administrative efficiency of Orange County. No respondent or other third party gains any rights by virtue of this provision or the application thereof, nor shall any respondent or third party have any standing to sue or cause of action arising there from.
Untimely questions are unable to be submitted in the question and answer module, thereafter respondents raising critical concerns must email corie.cummings@ocfl.net. Critical clarifications may be made via addenda, however, untimely questions may not be considered.
Orange County exercises the rights and privileges conveyed to it by the State of Florida, and the Orange County Charter. It presently operates with an elected chief executive officer, Orange County Mayor, and six elected district commissioners, who together comprise the Board of County Commissioners.
Procurement is an essential function of the County, affecting all operational departments, ongoing projects and future initiatives. The Procurement Division is divided into three (3) Sections, the “Buying Section”, the “Purchasing Section” and the “Contracts Section”.
The Orange County Procurement Division operates under the leadership of Carrie Mathes, MPA, NIGP-CPP, CFCM, CPPO, CPPB as Procurement Division Manager and Chief Procurement Official in accordance with the Orange County Ordinance.
| Event | Date | Location |
|---|---|---|
| Site Visit | 2026-02-23T15:30:11.791Z | 18715 Old Cheney Highway Orlando, Florida 32820 |
Please use the See What Changed link to view all the changes made by this addendum.
The Bid Due Date has been changed to March 26, 2026.
Please use the See What Changed link to view all the changes made by this addendum.
The Bid Due Date has been changed to April 2, 2026.
Please use the See What Changed link to view all the changes made by this addendum.
The Bid Due Date has been changed to April 16, 2026.
Please use the See What Changed link to view all the changes made by this addendum.
The Bid Due Date has been changed to April 23, 2026.
Attachments:
Check references and provide results of reference checks using the comment boxes.
If a Firm, beyond the low three (3), is NOT being evaluated, indicate "Pass" and type "Not Evaluated" in the comments.
Provide an assessment of price reasonableness.
If a Firm, beyond the low three (3), is NOT being evaluated, indicate "Pass" and type "Not Evaluated" in the comments.
I have no conflict of interest in the evaluation of these materials.
Please download the below documents, complete, and upload.
Respondent should supply a list of at least three (3) similar projects successfully completed by the Respondent, as a Prime Contractor or Sub-Contractor within the last ten (10) years, immediately preceding the due date of bids for this Invitation for Bids. Failure to provide this information may be cause for rejection of the response.
Similar Projects shall be defined as follows:
Negative feedback from references may result in offer being found non-responsible.
Respondents are encouraged to provide references beyond the minimum requested references in support of demonstration qualification.
The County is seeking to purchase the following units as owner direct. Please attach supplier quotations for the following equipment:
Additional specifications are located in the #Scope of Services / Specifications and #Solicitation Documents
If awarded this construction contract, the Respondent agrees to complete the work covered by this Contract as follows:
In accordance with #Solicitation Terms and Conditions, Respondent shall upload copies of all applicable licenses and certifications required to lawfully perform the proposed work.
Please download the below documents, complete and have notarized. An online notarization option will be provided for you when responding. Failure to provide complete contract compliance documentation may result in disqualification.
Please download the below documents, complete, and upload.
The respondent nor any other person, firm or corporation nor anyone else to the knowledge of the undersigned, have themselves solicited or employed anyone else to solicit favorable action for this solicitation by the County, also that no head of any department or employee therein, or any officer of Orange County, Florida is directly interested therein.
This offer is genuine and not collusive or a sham; the respondent has not colluded, conspired, connived or agreed directly or indirectly with any other respondent, person, firm or corporation, to put in a sham offer, or compel such other person, firm or corporation, to refrain from making an offer.
The Respondent has not in any manner, directly or indirectly, sought by agreement or collusion, or communication or conference with any person, firm or corporation, to fix the prices of this offer or the offer of any other respondent.
Respondent certifies the firm has implemented a drug free workplace program which complies with Florida Statute 287.087and the Orange County Ordinance Sec. 17-310. Failure to confirm shall deem this offer non-responsive.
The Respondent acknowledges the use of the E-Verify system for newly hired employees is an ongoing obligation for so long as the contractor provides labor under the contract and that the workforce eligibility of all newly hired employees will be properly verified using the E-Verify system.
In accordance with Section 837.06, Florida Statutes, Contractor acknowledges that whoever knowingly makes a false statement in writing with the intent to mislead a public servant in the performance of his or her official duties shall be guilty of a misdemeanor in the second degree, punishable as provided in Section 775.082 or Section 775.083, Florida Statutes.
In addition, the respondent certifies the contractor:
(SELECT ONE)
Respondent shall disclose all material facts pertaining to potential conflicts of interest due to any other clients, contracts, or property interest for this project.
Select "No" for no conflicts of interest
Select "Yes" to disclose potential conflicts of interest
| Note: Respondents indicating "Yes" will be required to submit additional documentation as part of this response. Failure to provide documentation of a possible conflict of interest may result in disqualification. |
The respondent, by attachment to this response, shall submit all information which may be a potential conflict of interest due to other clients, contracts, or property interest for this project.
The statement may be in the form of a memo, table or narrative format in Portable Document Format (pdf).
Respondent shall disclose all material facts pertaining to any felony indictments or convictions in the last ten (10) years, or any pending felony charges, anywhere in the United States, against: 1) Respondent, 2) any business entity related to or affiliated with Respondent, or 3) any present or former executive employee, senior management, key employee, officer, director, stockholder, partner or owner of Respondent or of any such related or affiliated entity. This Disclosure shall not apply to any person or entity who is, or was, solely a stockholder, owning less than 5% of the outstanding shares of a Respondent whose stock is publicly owned and traded.
Select "No" to indicate no felony convictions and/or charges during the time period specified above.
Select "Yes" to disclose felony convictions and/or charges
| Note: Respondents indicating "Yes" will be required to submit additional documentation as part of this response. Failure to provide documentation of felony convictions and/or charges may result in disqualification. |
The respondent, by attachment to this response, submits a summary of all material facts pertaining to any felony indictments or convictions or any pending felony charges, anywhere in the United States during the last ten (10) years.
The statement may be in the form of a memo, table or narrative format in Portable Document Format (pdf).
Respondent shall disclose a summary of past litigation and/or judgments entered against it by any local, state or federal entities for the past ten (10) years. Additionally, the Respondent shall disclose any litigation and/or judgments entered against such entities for the same time period.
Select "No" to indicate no Local, State or Federal entity litigation during the time period specified above.
Select "Yes" to disclose Local, State or Federal Entity Litigation
| Note: Respondents indicating "Yes" will be required to submit additional documentation as part of this response. Failure to provide documentation of Local, State or Federal entity litigation may result in disqualification. |
The respondent, by attachment to this response, submits a summary and disposition of individual cases of litigation and/or judgments entered by or against any local, state or federal entity, by any state or federal court, during the last ten (10) years.
The statement may be in the form of a memo, table or narrative format in Portable Document Format (pdf).
Respondent shall disclose all material facts pertaining to any civil citations, infractions, or convictions for any reason, or any civil litigation, administrative proceeding, or notice of default during the last ten (10) years, anywhere in the United States, in which Respondent or any business controlled by or affiliated with Respondent is, or was, a party.
Select "No" to indicate no civil convictions or civil litigation during the time period specified above.
Select "Yes" to disclose civil convictions or civil litigation.
| Note: Respondents indicating "Yes" will be required to submit additional documentation as part of this response. Failure to provide documentation of civil convictions or civil litigation may result in disqualification. |
The respondent, by attachment to this response, submits a summary and disposition of civil convictions and/or civil litigation during the last ten (10) years.
The statement may be in the form of a memo, table or narrative format in Portable Document Format (pdf).
In accordance with #Solicitation Terms and Conditions, Respondent shall confirm they do not engage in or permit the use of coercion for labor or services as defined in Section 787.06(2), Florida Statutes.
By submitting an offer in response to this solicitation, the respondent acknowledges that, if recommended for award, the timely execution of a Human Trafficking Affidavit is a condition of the contract.
Failure to confirm shall deem the offer non-responsive.
If none of the below are applicable leave this area blank
Upload the following forms only if applicable:
Upload Applicable Items.
Respondents indicating "BID BOND" below shall utilize the "Electronic Bid Bond" section of this portal to submit their documentation.
Failure to provide a valid surety instrument shall result in disqualification.
The required Bid Bond Template is provided on the County's Forms and Resources website (https://www.ocfl.net/vfr).
Respondents are cautioned to refrain from editing the Bid Bond Template structure and requirements, any such deviations shall result in rejection of the bid.
For additional information see: #Bond Requirements and #Submittal Instructions & Solicitation Terms .
Use this feature to upload requirements:
Note: Offers exceeding $100,000 are required to comply with this requirement, failure to submit a bid bond shall deem the offer non-responsive.
If offer is less than $100,000 you may leave this area blank
All Respondents are required to meet the following requirements A and/or B:
The Contract and Sub-Contract Goal Participation Schedule and Good Faith Effort Form can be found at on the County's Forms and Resources website (https://www.ocfl.net/vfr).
Note: Effective August 11, 2020, the Board of County Commissioners approved a change to the M/WBE Ordinance, removing the sliding scale from all construction formal solicitation opportunities.
By submission of a bid I am confirming the following:
Provide a schedule of all sub-contractors anticipated to be engaged in this procurement.
Complete and upload the following:
Schedule of Sub-Contracting and Location
The Schedule of Sub-Contracting and Location can be found at on the County's Forms and Resources website (https://www.ocfl.net/vfr).
2 CFR §200.321 (or 45 C.F.R. §75.330 for Health and Human Services funds) mandates that the Prime Contractor partakes in five “affirmative steps” designed to ensure that small and minority-owned, women-owned business enterprises, and labor surplus area firms have been, and for the duration of the project continue to be, afforded subcontracting opportunities.
Complete and upload the following:
Affidavit of Compliance with 2 CFR §200.321 Requirements
Schedule of Sub-Contracting and Location
These forms can be found at on the County's Forms and Resources website (https://www.ocfl.net/vfr).
The following certification and disclosure regarding payments to influence certain federal transactions are required to be made per the provisions contained in 31 U.S.C 1352, the “Byrd Anti-Lobbying Amendment.”
Complete and upload the following:
The Certification Regarding Lobbying for Contracts, Grants, Loans, and Cooperative Agreements.
This form can be found at on the County's Forms and Resources website (https://www.ocfl.net/vfr).
This certification is required by the regulations implementing Executive Order 12549, Debarment and Suspension (1986) and Executive Order 12689, Debarment and Suspension (1989) at 2 C.F.R. Part 180.
Complete and upload the following:
Federal Debarment Certification Form
This form can be found at on the County's Forms and Resources website (https://www.ocfl.net/vfr).
By checking this box, the respondent acknowledges receipt of the applicable U.S. Department of Labor wage determination(s) included in this solicitation and confirms understanding of, and intent to comply with, all requirements of the Davis–Bacon Act. The proposer further certifies that all covered workers will be paid not less than the prevailing wages and fringe benefits as determined by the U.S. Department of Labor, and that certified payroll records will be maintained and submitted as required.
Respondent confirms that a representative of the firm was present at the Mandatory Pre-Bid Conference and signed in to the meeting, as required to document attendance.
The Bidder acknowledges and agrees that the mobilization fee shall not exceed any caps prescribed in the fee schedule. In the event of a miscalculation or submission of a mobilization line item exceeding this percentage, it is understood and agreed that the mobilization fee shall be capped as prescribed. The bidder acknowledges that the County will adjust the bid accordingly to reflect any prescribed caps, and the adjusted amount shall be used for purposes of evaluation, award and administration. This adjustment shall be made without further action or consent from the Bidder.
Respondent acknowledges that they are solely responsible for reviewing the latest questions and answer, notices and addenda associated with this procurement process. Failure to consider key information and changes within your submission may result in your offer being deemed non-responsive if key data or forms are omitted.
Respondent acknowledges that they are solely responsible for reviewing their submission to ensure all files and attached documents uploaded are uncorrupted. Failure to perform quality assurance on this submission may result in the offer being deemed non-responsive if key data is omitted or inaccessible.
As part of this bid submittal the County is seeking pricing on bid additives and/or deductive. To this end, you are instructed as follows:
Complete all required
Provide 3-5 sentences about the objective of this procurement. Use proper grammar and formatting before copying and pasting here.
IF APPLICABLE ONLY enter a statement concerning the estimated cost. Enter this in sentence format!
( e.g. "The Estimated Cost for this project is $465,000.00.")
IF NOT APPLICABLE - ENTER A DASH ONLY ( e.g. "-")
Consult with Supervisors before allowing mandatoryconferences.
Substantially complete in ______ calendar days from date of Official Notice to Proceed.
Enter number of days in wordsand numbersbelow (lowercase):
i.e. one hundred and eighty (180)
Final completion in ______ consecutive calendar days from date of Official Notice to Proceed.
Enter number of days in wordsandnumbersbelow (lowercase):
i.e. two hundred and ten (210)
This question pertains to Orange County permits only. Permits from outside agencies are not required to be itemized.
Is the County seeking to make Owner Direct Purchases through this contract?
Select special terms and conditions to be included in your draft. These can be modified or deleted in editing later.
Default for this is "No". Consult with your supervisor before considering reciprocal preference.
Is Federal Funding a consideration of this Procurement?
Carefully consider both funding sources and pass-through sources when answering.
Orange County is/may be receiving federal funding through ________________________for the services solicited herein.
SELECT ONE BELOW:
The Business Development Division has established the Minority and Women Owned Business Enterprise Goal at the following percentage:
Enter using this format:
Y0-0000, Title of my Pre-Qualification Solicitation
Respondent shall supply a list of at least
Indicate if the references must be for Prime Contractor work onlyor if references are allowable for work as both a Prime Contractor and a Sub-Contractor.
References shall be within the last ___ years, immediately preceding the due date of bid submittal.
The following insurance coverages are included by Default
Do not include a "$", enter only the numeric value.
Q (ENERGY MONITORING): Per Drawings E.501 looks like the feeders that come from the MDP will be Energy Monitoring. If this is correct, can information be provided because the drawings are not shown?
A: These meters are not required.
Q (CCTV): Can the CCTV Specifications be provided?
A: A CCTV specification will be provided. (See Addendum 4)
Q (FA Pull Station): There are no FA Pull Stations showing on the Drawings. Can this be provided?
A: Carry 6 pull stations for bidding. Locations will be provided to the awarded bidder in the shop drawings.
Q (Ladder Cable Tray): Tele/Data Room 112 has no show any Ladder Cable Tray. Will this be required in this Room?
A: A Ladder Cable Tray will be required for room 112.
Q (EV Chargers): Per the Drawings and Basis of Desing the EV Charger is Nova Charge. Can and approved equal can be considered as well.
A: No. Substitution requests are not allowed during the bidding process.
Q (Primary Utility Line POC): Can the point of connection (POC) for the Primary Utility Conduit Run be provided, or should we assume a 600-foot distance from the New Utility Transformer? This is based on where we assume the POC will be located. Please advise.
A: Use 600’ for bidding purposes. This will have to be finalized with utility.
Q (Data Utility Line POC): Can the point of connection (POC) for the Data Utility Conduit Run be provided, or should we assume a 600-foot distance from the New Tel/Data Room? This is based on where we assume the POC will be located. Please advise.
A: Use 600’ for bidding purposes. This will have to be finalized with utility.
Q (Doors Schedule): On A.601, door schedule, all doors and frames are listed to be Aluminum; should these doors be solid core wood with aluminum frames? If so please specify the species/veneer/stain/paint grade.
A: Doors and frame are to be aluminum. See schedule on A.601 and specs. (See Addendum 4)
Q (Division 27 / Spec Book.): We are missing the specs for DIV 27 from the spec book.
A: See revised specifications (Addendum 4 attachment).
Q (Fire Alarm): What MFR is the current Fire Alarm System?
A: EST is the current manufacturer.
Q (Fire Alarm): Is Siemens an acceptable MFR?
A: Siemens is not acceptable.
Q (Missing Sheet A800): Sheet A800 is missing from the drawings, could you please provide?
A: See Addendum 4 attachment Sheet A.800.
Q (Other Role Requirements): Will there be an opportunity for Project Management/Owner's Representative Services on this project?
A: No, there will not be a third-party Project Management/Owner's Representative Services.
Q (Builders Risk): Is Builders Risk insurance provided by General Contractor?
A: Builders Risk shall be provided by the awarded Bidder.
Q (Solar Panel): The Solar Panel that is specified is no longer manufactured. Could you please advise which other panel the contractor should account for?
A: Provide FEOC compliant panels and equipment. Panels shall be 72 cell minimum and 455W minimum. Any manufacturer that can meet all other requirements in the specifications, and has been producing panels, or equipment, respectfully to each item, for at least five years, is an approved manufacturer.
Q (Solar Panels): According to sheet A.132, the module (panel) spec is a Jinko 72 cell 500W min. A few matters of note: - Is a Jinko alternative acceptable? - The 4” roof perimeter is normally sacrosanct but can be problematic if the panels don’t fit nicely into the designated footprint. - 94 panels art 500W minimum denotes a perceived DC power on the roof, is there a target power requirement on the roof?
A: Provide FEOC compliant panels and equipment. Panels shall be 72 cell minimum and 455W minimum. Any manufacturer that can meet all other requirements in the specifications, and has been producing panels, or equipment, respectfully to each item, for at least five years, is an approved manufacturer. A 4’ minimum perimeter shall be maintained.
Q (Existing Power System Demolition): Can the Existing Amperage for the Existing Power System be provided for the Demolition of the Feeder to OUC and the Generator?
A: Use 600’ for bidding purposes. Final coordination with the utility at time of demolition, and in coordination with the Counties separate demolition permit, must be coordinated. See all electrical specifications and electrical drawings.
Q (Solar Panel): We note that the solar panel specified in the bid documents is no longer manufactured. Can another brand be provided?
A: Provide FEOC compliant panels and equipment. Panels shall be 72 cell minimum and 455W minimum. Any manufacturer that can meet all other requirements in the specifications, and has been producing panels, or equipment, respectfully to each item, for at least five years, is an approved manufacturer.
Q (EF-1-1 & EF-1-2): On the Drawings or the Panelboard Schedule dont show where those two EF will be fed. Can this be provided? Also, is a means of disconnecting it if required on the EF?
A: Motor rated switches are required for fans. Circuiting shall be provided from panel LP1 to device. See E.701.
Q (Solar Panel compliance): It has just come to our attention that the Jinko panels are NOT FEOC compliant. Why this matters: If the project owner intends to claim the commercial tax credit, all material used on the project must be the FEOC compliant. If the system is found to be non-FEOC compliant, the project owner will be denied the tax credit by the IRS. Non-FEOC material is available but procurement needs to be flexible.
A: Provide FEOC compliant panels and equipment. Panels shall be 72 cell minimum and 455W minimum. Any manufacturer that can meet all other requirements in the specifications, and has been producing panels, or equipment, respectfully to each item, for at least five years, is an approved manufacturer.
Q (MDP Breaker (ECB) Location): Where is the MDP Breaker (ECB) located that is not shown on the drawings?
A: Provide MCB within MDP.
Q (Ground Wire): On the Panel Feeder Schedule, some of the feeders dont show the ground wire. Per NEC, this is required. Can this be provided?
A: All ground wires shall be provided per NEC. Use #3 for all panels for bidding purposes.
Q (Metal Wall Panel Spec): Will the architect be completing the 074313 Metal Wall Panel Spec? Currently it is an uncomplete generic spec with none of the options selected.
A: See Metal Specification included in Addendum 4 attachments.
Q (Landscaping): Landscaping plans have a note that says no trees are to be removed and no existing trees will require tree barricades. Tree removal plans show multiple trees to be removed and some existing trees that have tree barricades. Which plan are we to follow?
A: Follow T.100 for tree removal and tree protection locations.
Q (Bollards): A.100 lists bollards around existing septic to be by others. We assume these bollards are to be included per civil plans. Please advise.
A: Bollard in this area will be handled by the county at the time they demolish the existing building.
Q (Fencing): A.100 points out the fence behind the spoils bins with note 3 which indicates new fence. This fence is not shown as new or called out on the civil plans. Is this fence new or existing to remain?
A: The fence behind the new debris bins will be new.
Q (Furniture): Confirming everything called out on I.201 is furnished and installed by owner hired vendor?
A: Correct, furniture by owner vendor. Coordinate delivery and site access.
Q (Milliken Obex Grid walk off Mat ): Please indicate where this is located on the plans
A: Finish F4 is the first 10’ inside of doors 100A and 106A.
Q (FA Heat or Smoke Detectors): There are no FA Heat or Smoke Detectors showing on the Drawings. Can this be provided?
A: Only smoke required above FACP.
Q (Fire Alarm System Design): The provided Fire Alarm System design does not appear to be a code compliant system. Will code compliant engineered drawings be provided?
A: The drawings provided with the solicitation constitute the official bid set. The design team is currently developing the permit set documents, which may include minor revisions; however, these documents will not be issued prior to the bid. Bidders shall base their bids on the documents provided with the solicitation.
Q (No subject): Please provide Proposed Grades for the Pond Design
A: See updated sheet C.006 in Addendum 4 attachments.
Q (No subject): When are the Final Set of Drawings coming out?
A: The drawings provided with the solicitation constitute the official bid set. The design team is currently developing the permit set documents, which may include minor revisions; however, these documents will not be issued prior to the bid. Bidders shall base their bids on the documents provided with the solicitation.
Q (No subject): Please provide the name of the Current Access Controls Contractor
A: Not currently known and not needed as existing system to be demolished and replaced with new. New contractor to be as per specifications.
Q (W18x35 Beam Connection Type): Structural drawings reference a W18x35 beam; however, the connection type (moment versus simple shear) is not explicitly detailed in the framing sheets. Please confirm whether the W18x35 beam-to-support connections are to be designed as simple shear connections or as moment connections. If moment connections are required, please provide the applicable connection detail and performance criteria.
A: There is no W18x35 in the project. It appears like a general symbol in the STEEL BEAM LEGEND and is not in use. All connections are simple shear.
Q (Bond Beam Type and Distribution): Masonry notes reference a 16-inch-deep bond beam at roof level. The tie beam schedule includes multiple beam types (TB-1, TB-2, TB-3) with varying depths. 1. Confirm which bond beam type applies at roof level. 2. Identify any wall segments requiring TB-2 or TB-3 beam types. 3. Confirm whether a single-course bond beam is required unless specifically noted otherwise.
A: Refer to S.210/1 Roof plan for CB-1 and TB-1 Concrete Beam location and S.610/7 for dimensions. CB-1 and TB-1 apply at roof level. Refer to Elevations 3, 4, 5 and 6 on S.210. Provide single course bond beam at sills in openings with (1) #5.
Q (Extent of Fully Grouted Masonry Below Grade): Structural notes require all masonry below grade to be fully grouted; however, the vertical limits of “below grade” masonry are not dimensioned relative to finished grade. Please confirm the vertical extent of masonry requiring full grout (e.g., from top of footing to finished grade or other defined elevation).
A: Fully grouted Masonry applies from top of footing (-1’- 0”) to Top of floor slab ( Level = +0’-0”)(U.N.O.). (Step footing as required for plumbing)
Q (Corrosion-Inhibiting Admixture Requirements): Cast-in-place concrete specifications reference corrosion-inhibiting admixtures “where indicated,” but no specific locations are identified in the structural drawings. Please confirm locations where corrosion-inhibiting admixture is required. If not specifically indicated on the drawings, confirm that corrosion inhibitor is not required for this project.
A: Corrosion-inhibiting admixtures are not required.
Q (Lintel Type at Openings): Specifications permit either precast concrete lintels or field-constructed reinforced masonry lintels. Opening details reference lintels but do not clearly identify which type governs. 1. Confirm that typical door and window openings may utilize field-constructed reinforced masonry lintels unless otherwise noted. 2. Identify any openings requiring precast lintels.
A: Per Elevations 3, 4, 5 and 6 on S.210 All Lintels at openings are cast in place concrete beams except at east and west elevation for small openings, then a precast lintel can be used.
Q (Roof Deck Attachment Method): Steel decking specifications allow mechanical fasteners in lieu of puddle welds unless otherwise noted. Structural drawings reference deck weld spacing but do not clearly state whether mechanical fastening is acceptable throughout. Please confirm that mechanical fasteners may be used in lieu of puddle welds for roof deck attachment where permitted by Section 05 31 00, unless specifically detailed otherwise on the structural drawings.
A: “METAL DECK NOTES: Typ. Roof shall consist of 1.5 type-B 20 GA Galv. Metal Deck. Fasten Metal Deck to supports using (7) 5/8” puddle weld at ea. support per 36” width [36/7], (5) #10 TEK screws at midspan of side laps and 5/8” puddle welds at 6” O.C. along edges U.N.O. on plans.” See METAL DECK NOTES in S.210.
Q (Voice Evacuation System): The specifications require a full voice/alarm communication system including redundant amplifiers, microphones, and zoned speaker circuits. The permit drawings indicate speaker/strobe devices but do not clearly depict amplifier racks, voice evacuation riser diagrams, or equipment layouts. Please confirm whether a full voice evacuation system with redundant amplification is required for this project, or if standard addressable speaker/strobes without central voice paging are acceptable.
A: Horn system is required.
Q (Firefighters Smoke Control Station (FSCS)): The specifications require a UL 864 UUKL-listed Firefighters Smoke Control Station with manual override switches, LED status indication, graphic panel layout, weekly self-test, and printer. The permit drawings do not clearly show a dedicated FSCS panel or smoke management control schematic. Please confirm whether a Firefighters Smoke Control Station is required for this building and identify the specific smoke exhaust fans, doors, dampers, and zones to be controlled.
A: The FSCS is not required, disregard.
Q (Atrium Smoke Management): The fire alarm specification references atrium smoke exhaust and beam detectors. The architectural and electrical drawings do not clearly identify an atrium space. Please confirm whether the building contains an atrium requiring smoke control integration. If not, confirm that atrium smoke control language in the specification does not apply to this project.
A: This is not applicable to this project, disregard.
Q (Remote FACUs and Fiber Network): The specification references multiple remote fire alarm control units interconnected via single-mode fiber (Style 7). The permit drawings do not clearly indicate fiber routing or remote node quantities. Please confirm whether fiber interconnection between FACUs is required and identify the number and locations of all remote nodes.
A: This is not applicable to this project, disregard.
Q (No-Splice Wiring Requirement): The specification states that no wire splices are permitted and all wiring shall be continuous and uncut between devices and terminal blocks. Typical device-to-device loop routing is shown in the drawings without special notation. Please confirm whether the no-splice requirement applies to all fire alarm circuits, including SLC and NAC loops.
A: No splices permitted.
Q (Conduit Requirement for All Fire Alarm Circuits): The specification requires all fire alarm wiring to be installed in conduit (minimum 3/4"), with no free wiring permitted. The drawings do not detail conduit routing or quantities for each device circuit. Please confirm that all fire alarm circuits are required to be installed in conduit in all spaces, including accessible ceiling spaces.
A: Confirmed.
Q (Surge Suppression Scope): The fire alarm and electrical specifications require surge protection at: • All conductors entering or leaving the building • All sprinkler/fire protection connections • All addressable loops • All NAC circuits • Telephone lines • 120V power circuits • Dedicated local ground buses The permit drawings do not clearly detail this level of surge protection. Please confirm that surge suppression is required at all locations identified in the specifications and clarify whether this scope is fully intended for this project.
A: Confirmed.
Q (Generator Commissioning & Maintenance): The generator specification requires: • 24-hour fuel capacity at 100% load • 150% containment basin • Five-hour load bank testing • Fuel included in bid • 24-month maintenance contract • BAS integration and remote annunciation • Infrared scanning • NETA testing The electrical drawings show generator and ATS but do not detail maintenance contract or load bank sequence. Please confirm that all commissioning, maintenance, and load bank requirements outlined in the specification are required as part of this project.
A: Confirmed.
Q (VFD Bypass and Line Reactors): The VFD specification requires bypass, line reactors, RS485 interface, factory startup, and testing. Mechanical drawings show VFD designation but do not indicate bypass or line reactors. Please confirm whether all VFDs are required to include bypass and line reactors per specification.
A: Confirmed.
Q (Ground Rod Requirements): The grounding specification requires three (3) 30-foot ground rods minimum, delta spaced, with exothermic weld connections. The permit drawings do not clearly depict 30-foot rod installation. Please confirm whether 30-foot ground rods are required for this project or if standard 10-foot ground rods are acceptable.
A: Confirmed.
Q (Turnkey Access Control Scope): The access control specification appears to require a fully programmed, commissioned, and integrated Lenel-based system including surge suppression, startup, training, and warranty visits. The drawings show access control panels and door devices but do not clearly define programming or head-end responsibilities. Please confirm whether the electrical contractor is responsible for furnishing, programming, and commissioning the complete access control system, or if County IT/Owner vendor provides programming and head-end integration.
A: Contractor to provide entire system and programming in coordination with the Owner.
Q (Sub-Metering Integration): Panelboard specifications require sub-metering at certain panels and integration with EMS/BAS. Panel schedules on drawings do not clearly show metering modules. Please confirm which panelboards require sub-metering and identify responsibility for BAS/EMS integration.
A: Not applicable.
Q (Hydronic Piping Applicability): Specification Sections 23 21 13 (Hydronic Piping) and 23 21 16 (Hydronic Piping Specialties) include requirements for chilled-water piping, expansion tanks, air separators, balancing valves, and related specialties. The mechanical drawings do not indicate any chilled-water piping system, pumps, expansion tanks, or related hydronic components. Please confirm that hydronic/chilled-water piping systems are not part of this project and that these specification sections are not applicable.
A: These specification sections are not applicable.
Q (Scroll Water Chiller Section Applicability): Specification Section 23 64 23 (Scroll Water Chillers) includes requirements for a packaged air-cooled chiller and associated BAS integration. No chiller is shown on the mechanical floor plans, schedules, control diagrams, or details. Please confirm that Section 23 64 23 is not applicable to this project.
A: These specification sections are not applicable.
Q (HVAC Water Treatment Applicability): Specification Section 23 25 00 (HVAC Water Treatment) includes requirements for chemical feeders, corrosion inhibitors, and service programs associated with closed-loop water systems. No closed-loop hydronic system is shown in the drawings. Please confirm that HVAC water treatment requirements are not applicable.
A: These specification sections are not applicable.
Q (Commissioning Scope Clarification): Specification Section 23 08 00 (Commissioning of HVAC) includes detailed commissioning procedures and documentation requirements. Please clarify the level of commissioning expected for this project: a) Basic equipment startup and TAB verification only, or b) Full third-party commissioning process with formal functional performance testing and documentation. Additionally, please confirm whether the Owner has retained a Commissioning Agent.
A: Basic equipment startup and TAB verification only.
Q (Controls Division of Responsibility): The mechanical control diagrams indicate DDC control of the AHU and VAV terminals. Specification Section 23 09 00 assigns installation responsibility for certain inline devices to the mechanical contractor. Please clarify the division of responsibility between the Mechanical Contractor and the Controls/BAS Contractor for the following: • Furnishing and installing VAV terminal controllers and actuators • Furnishing and installing space temperature sensors • Furnishing and installing airflow measuring stations • Integration to the County BAS system Clear delineation is requested to avoid scope overlap or omission.
A: See section 230900. The bidding General Contractor shall determine the delineation of scope between their sub-consultants providing numbers to them.
Q (Bipolar Ionization Device (BPI-1)): The AHU control diagram references a bi-polar ionization device (BPI-1). Please confirm: a) Whether this device is required. b) Which contractor is responsible for furnishing and installing the device. c) Whether BAS monitoring and alarming is required for this device.
A: Yes, bi-polar ionization is required. It is typically furnished and installed by the mechanical contractor. The basis of design is Global Plasma Solutions, and American Ion. The devices typically have an integral alarm, but our preference is to tie that into the BAS. Specification section 23 44 00 Air Purification System will be provided.
Q (Underground Domestic Water Service Scope Delineation): Drawings reference underground domestic water installation to 5'-0" outside building. Please confirm: 1. Plumbing contractor scope limits for underground domestic water. 2. Civil contractor responsibility beyond 5'-0" from building. 3. Required underground piping material and depth. 4. Point-of-connection invert elevation.
A: 1. Plumbing scope limit is to 5’-0” outside of building. 2. Yes, then Civil picks up DCW main. 3. Material is per specifications. 4. Depth is min.-2’-0” coordinate actual depth with Civil.
Q (Complete Water Treatment System Responsibility): Water Treatment Renovation Plan (P4.01) indicates new chlorine injection package, contact tank, iron filters, water softener, bladder tank, brine tank, and UV integration. Please confirm plumbing contractor responsibility includes: 1. Equipment procurement (direct purchase from WCC). 2. Equipment setting and anchoring. 3. Interconnecting piping and bypasses. 4. Drain piping. 5. Electrical conduit rough-in or coordination only. 6. Startup and commissioning coordination.
A: Plumbing contractor responsibility includes equipment procurement, setting and anchoring, interconnecting piping and bypasses drain piping, and startup and commissioning coordination. Electrical contractor shall install electrical conduit rough-ins but coordinate with plumbing contractor.
Q (Water Treatment Vendor Restriction): Specification 22 31 00 references direct purchase from Water Control Corporation. Please confirm: 1. Whether WCC is mandatory or approved equals permitted. 2. Whether plumbing contractor is required to purchase equipment direct. 3. Whether standard contractor markup is permitted on direct-purchase equipment.
A: 1. WCC is mandatory. 2. Plumbing contractor shall purchase equipment direct. 3. Bidders are advised that the County cannot provide guidance regarding contractor markup on direct-purchase equipment, as this is a project-specific and contractual matter.
Q (Water Treatment Backwash Discharge): Water treatment equipment discharges to floor drain system. Please confirm: 1. Maximum backwash discharge rate (GPM). 2. Whether multiple units can regenerate simultaneously. 3. Confirmation floor drain sizing is adequate. 4. Discharge location (sanitary vs storm).
A: Maximum backwash is 10 GPM. Floor drain is adequate. Discharge shall be to sanitary.
Q (6-Month Water Softener Maintenance Contract): Specification 22 31 00 requires a 6-month maintenance service contract. Please confirm: 1. This contract is to be included in base bid. 2. Service period start date (Substantial Completion vs Startup). 3. Whether salt replenishment is included or owner-provided.
A: Contract shall be included in base bid. Service period shall start at startup. Salt replenishment shall be included.
Q (Electric Water Heater Classification and Startup): Please confirm: 1. Required heater classification (Commercial vs Light-Duty). 2. Concrete housekeeping pad requirement. 3. Factory-authorized startup required for specified heater size. 4. Electrical scope boundary (Division 22 vs 26).
A: 1. It is Light-duty water heater. 2. Provide water heater stand. 3. No. Install as per Manufacturer’s installation instructions. 4. Div 22- Furnish the electric water heater complete with internal controls and factory wiring. Coordinate electrical requirements including voltage, phase, and full load amperage. Div 26 - Provide all power wiring, conduit, disconnect switch, overcurrent protection, and final electrical connections to the water heater.
Q (Grease Interceptor Requirement): Specifications include grease interceptor section; plans do not clearly indicate location. Please confirm: 1. Whether grease interceptor is required for breakroom sink. 2. Required size (GPM and gallon capacity). 3. Location and traffic rating (if required).
A: No grease interceptors are required. Please follow drawings provided.
Q (Trap Seal Protection Method): Drawings show trap guard insert detail; specifications include trap seal primer valves. Please confirm: 1. Trap guard inserts only (no water primers required). 2. No primer water distribution piping required above ceiling.
A: Provide Trap guards.
Q (Hot Water Recirculation System Requirements): Pressure Riser and Piping Length Table indicate recirculation loop. Please confirm: 1. Recirculation loop required to serve breakroom sink. 2. Balancing valves required at each branch. 3. Maximum pipe length table compliance mandatory even with recirc.
A: 1. Recirculation loops is not required for break room sink. 2. No balancing valves required at each branch. It is 1 big loop for all. 3. Maximum pipe length is compliant with how piping is shown on floor plans. Public lavs are at less than 2 feet and breakroom sink (other fixtures) is less than 43 feet.
Q (Thermostatic Mixing Valve Configuration): Schedule indicates central thermostatic mixing valve. Please confirm: 1. Single central mixing valve only (no point-of-use mixing at showers). 2. Final temperature setpoint requirement. 3. Monitoring ports required for commissioning.
A: 1. Central mixing valve. No point of use at showers. 2. Mixing valve setpoint is 110F. 3. Provide thermometer wells or temperature gauges on the hot water inlet, cold water inlet, and tempered water outlet of the mixing valve for proper commissioning.
Q (Water Hammer Arrestor Installation): Water hammer arrestor schedule provided. Please confirm: 1. Arrestors required at each flush valve and quick-closing fixture. 2. Concealed type acceptable above ceiling.
A: 1.Yes. 2. Acceptable.
Q (Conflict Resolution Language): Specification Section 23 05 00 states that in case of discrepancy, higher cost governs. Please confirm that formal RFI responses will supersede this clause and clarify governing scope prior to bid.
A: No, RFI responses will not supersede this clause.
Q (AWI Certification Requirement): Quality Assurance sections reference the requirement of an AWI Certification by the installer and labels. There is a limited number of Installers that have the Certification, there is a smaller number of those who provide the labels, as they are long lead times and additional cost. Please confirm full compliance with Specification Sections is required.
A: AWI Certification and labels are required as specified.
Q (Flag Pole Location): There is a flag specification, however one is not located on the plans. Is there a flag pole on this project or does this specification not apply to this project?
A: A flagpole is required and will be located at a later date at the direction of the owner within 30’ of the building.
Q (Desk & Chairs Specifications): The desks and chairs are not provided in the specifications. Please provide.
A: Furniture will be provided through owner.
Q (Water Treatment Equipment): On Sheet P401 General Note A. it states that all new water treatment equipment shall be manufactured and provided by Water Control Inc. Are we to purchase and install this equipment? Or install only? Or is Water Control Inc furnishing and installing?
A: Plumbing contractor responsibility includes equipment procurement, setting and anchoring, interconnecting piping and bypasses drain piping, and startup and commissioning coordination. Electrical contractor shall install electrical conduit rough-ins but coordinate with plumbing contractor.
Q (No subject): 1. Gutter – Plans show a 4-inch gutter, and color is not specified. We do not install 4-inch systems and typically provide 6-inch K-style gutters for proper performance. Please confirm if we must bid 4-inch or if 6-inch K-style is acceptable. 2. Soffit – The plans indicate 22 gauge. Please confirm if the overhang dimension is consistent throughout the entire project or varies by area. 3. Fascia – Fascia size is not specified. Kindly confirm required dimensions.
A: 1. Gutters are NOT drawn at 4”. Gutters drawn a box gutter that are 6”W x 10.5”H. They are NOT K- Style and are a specific design. 2. The soffit is the same depth on all sides of the building. 3. Fascia depth is nominally 11” all around building.
Q (New Utility Transformer Requirements): Please clarify the exact requirements for the new utility transformer shown on E501 and confirm whether the transformer will be furnished and set by the power company or if it is to be provided under this contract. If contractor-provided, please provide complete specifications (KVA, Primary/Secondary Voltage, Enclosure Requirements,...)
A: Utility transformer to be provided by Duke.
Q (Panel PV): How many readily available breakers are required in panel PV?
A: Two (2) 150A breakers.
Q (Site Data Point of Connection): The nearest point of connection (POC) for site data/communications appears to be located north east of the new construction, at the residential side. If this assumption is correct, the required conduit route may require directional boring to cross the stormwater ditch and the existing asphalt roadway (Vermont Street). Please identify the exact approved POC location for the site data/communications connection and provide revised drawings/details showing the intended routing and crossing requirements (including any jurisdiction/permit requirements for roadway and ditch crossings).
A: The anticipated connection is on the Old Cheney Side in the middle of the site near the curb cut.
Q (Confirmation of Existing Utility Pole as (POC)): Please confirm whether the Electrical Contractor shall assume reuse of the existing utility pole at the fence line as the point of connection (POC) for the new power connection?
A: Anticipate connection at Old Cheney Rd with new Duke service drop. Duke will choose the service drop location as in industry standard.
Q (EV Charger Scope and Services): Please confirm that no additional services are required beyond furnishing and installing the EV charging stations as shown?
A: Furnish and install the EV charging stations. Coordinate with the owner for connection to County network.
Q (Exterior and Site Lighting Requirements): There are currently no exterior building lighting fixtures or site lighting poles shown on the Contract Drawings (refer to E.101 – Electrical Site Plan and E.201 – Lighting Plan). Please confirm whether exterior building-mounted lighting and/or site lighting are required under this project scope. If required, please provide revised drawings indicating fixture types, locations, photometric requirements, and associated circuitry.
A: Carry 14 Wall Packs in the bid. Locations determined later. There are no light poles in the project.
Q (Room 112): On Sheet I.101, Room 112 does not appear to have a finish schedule indicated. Please clarify.
A: Flooring F3, Walls W1, Ceiling C1, Base B1. Provide FT Plywood on all surfaces as required for equipment.
Q (Furniture and Appliances): Could you please confirm whether the appliances (microwave and refrigerator), whiteboard, TV, bulletin board, furniture, and lockers are to be Contractor Furnished and Contractor Installed (CFCI)? If yes, could you please clarify the brands and models?
A: Appliances can be found in spec section 113100 and are to be GC provided and installed. Lockers can be found in spec section 105113 and are to be GC provided and installed. Furniture and TV to be provided through owner vendor. See Whiteboard and Bulletin Board spec with this release.
Q (Pre-existing Maintenance Building): A.001-KN1 indicates that the “pre-existing highway maintenance building is to be demolished.” However, A.100-KN7 notes that the “existing building is to remain, not in scope.” Both keynotes appear to reference the same area. Please clarify.
A: The owner has chosen to stay in the building through construction. The existing building will remain until the new building is constructed and then will be demolished by the county under separate contract.
Q (Bollards): A.100 - KN8 indicated "bollards by others". Please clarify if the bollards are to be provided and installed by the GC.
A: Bollard in this area will be handled by the county at the time that they demolish the existing building.
Q (BAS HVAC Controls): Please confirm that BAS for this building can connect to the existing Orange County JCI Metasys Server
A: Confirmed.
Q (M.601 HVAC Controls): Per Control Drawing M.601, AHU‑1‑1 includes a complex sequence of operation. Please confirm whether all control components, programming, and sequencing for this air‑handling unit are to be provided and implemented by the controls contractor, or if the unit manufacturer will furnish the required control components and factory‑mounted controls as part of their scope.
A: The control sequence and associated control points are required. Any control points that can be provided by the air handling unit manufacturer should be provided by them, and the controls contractor should coordinate with the mechanical contractor to decide which control points remain for the controls contractor to include.
Q (BAS - 230900-16 Warranty): Per specification Section 230900‑16, a three‑year warranty for both material and labor is required. Please confirm if the full three‑year warranty is mandated.
A: Confirmed. Please follow the specifications as written.
Q (230900-64 - BAS Training): Per specification Section 230900‑64, a total of 144 hours of BAS training is indicated for the owner. Please confirm whether the full 144 hours are required to be provided by the BAS contractor, or advise if a different number of hours is intended for the BAS contractor to include.
A: Training shall be 24 hours and shall be videoed and provided as part of the close-out documentation.
Q (Step-down Transformer Specification): Please provide specifications for step-down transformers shown on E501?
A: Provide SDT sized per A.501 and coordinated with brands of other electrical equipment to have a complete single manufacturer system.
Q (Patch Cords): Spec indicates Owner provided patch cords. Drawings/spec notes reference patch cables and specify Siemon models—confirm who furnishes/installs. (Spec 27 26 26 §2.7.E/§2.8; ES.501/ES.701).
A: Patch cords are by owner.
Q (Existing Building Demo): Has it been decided if the demo of the existing building will be included in this proposal or will it be a new RFP? If it is to be included, how can we gain access to the building, as we were unable to do so at the Pre-Bid Meeting?
A: The owner has chosen to maintain use of the building through construction. The existing building will remain until the new building is constructed and then will be demolished by the county.
Q (Panel Schedule versus Single Line): A discrepancy has been identified between the single line diagram on Sheet E.501 and the panel schedules on Sheet E.701 regarding which panelboards are to be provided with Main Lug Only (MLO) versus Main Circuit Breaker (MCB). Please confirm, by panel designation, which panels shall be furnished as MLO and which shall be furnished as MCB, and provide revised drawings/schedules to resolve the conflict.
A: Assume all to be MCB for the bid process.
Q (Emergency Lighting / Battery Backup Requirements for Interior Fixtures): Please confirm that, excluding exit signs, no other interior lighting fixtures are required to be provided with emergency battery backup (i.e., no “EM” fixtures) unless specifically shown/identified. If emergency (battery backup) lighting is required, please identify the required fixture types/locations and provide revised drawings/fixture schedule indicating which fixtures are to be emergency and how they are to be circuited.
A: Assume one bug eye wall mount EM fixture per room for the bid process.
Q (Roof plan): Please confirm roof slope for new standing seam metal.
A: Roof slope is 5/8” / 12” as drawn.
Q (Missing Specifications): The specifications appear to be missing Divisions 31, 32, and 33. Please provide.
A: See Addendum 4 for revised specifications.
Q (Soffit Panel): The soffit plan details call out a 22 gauge unvented panel. Specifications have no information on the soffit panel. Please clarify what panel is required.
A: See Addendum 4 for revised specifications.
Q (Metal siding panel design): Elevations show 2 different metal siding panel conditions, color and/or profile. Please clarify which one to use.
A: The profile will be LW-7 in the Latitude Metal Siding series and two different colors: a tan and a medium gray. Please see render on the cover for color approximations. Colors are not custom; they are chosen from the manufacturer's complete palette.
Q (Metal Siding Spec Clarification): Metal Siding Spec does not clarify what is required. Pages 07 42 13-6,7, 8 list various gauges, textures, colors(standar and/or custom). Please advise/clarify.
A: The profile will be LW-7 in the Latitude Metal Siding series and two different colors: a tan and a medium gray. Please see render on the cover for color approximations. Colors are not custom; they are chosen from the manufacturer's complete palette. They will be 22-guage, standard texture. See Addendum 4 for revised specifications.
Q (Metal Wall Panel Specifications): Specifications index list metal wall panels but no specs are provided only for roof and soffit. Please provide full metal wall panel specifications.
A: The profile will be LW-7 in the Latitude Metal Siding series. The roof panels will be R-Mer Span panels in white. See Addendum 4 for revised specifications.
Q (Polished Concrete): What is the grit for the polished concrete?
A: Level 3 - 800 grit. See Addendum 4 for revised specifications.
Q (Automatic Transfer Switch): Please provide specifications for Automatic Transfer Switch on Sheet E501?
A: Assume ASCO, Generac, Eaton or Schnieder as the ATS BOD. Sized at 25% above the maximum amperage.
Q (Solar Shade Openness): Please provide details of the specified solar shade openness.
A: The shades will be 3% openness. See Addendum 4 for revised specifications.
Q (Fire Sprinkler System): WIll the county accept an NFPA-13 sprinkler system?
A: Please follow the specifications and fire protection drawings.
Q (Metal Siding Panel Profile): The specifications call out the 7/8'' latitude Metal Siding panel. That is a series of profiles. Please clarify exact profile to be used.
A: The profile will be LW-7 in the Latitude Metal Siding series. See Addendum 4 for revised specifications.
Q (No subject):
A: Are there bacon wage rates requirements for this project? No.
SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.