REVISED MT. SAN ANTONIO COMMUNITY COLLEGE DISTRICT. Addendum No. 1. May 9, 2018 HUMANITIES SOCIAL SCIENCES BUILDING 26 RESTROOM REMODEL Bid No.

Size: px
Start display at page:

Download "REVISED MT. SAN ANTONIO COMMUNITY COLLEGE DISTRICT. Addendum No. 1. May 9, 2018 HUMANITIES SOCIAL SCIENCES BUILDING 26 RESTROOM REMODEL Bid No."

Transcription

1 REVISED MT. SAN ANTONIO COMMUNITY COLLEGE DISTRICT May 9, 2018 HUMANITIES SOCIAL SCIENCES BUILDING 26 RESTROOM REMODEL To All Bidders: All bidders shall acknowledge receipt of this Addendum on the bid form. Acknowledgement of receipt of this Addendum shall be taken as prime facie evidence that, prior to submission of this bid, the bidder was fully cognizant of all provisions of the Addendum and of all work and conditions affected thereby. FAILURE TO ACKNOWLEDGE RECEIPT OF THIS ADDENDUM MAY BE CAUSE TO REJECT BID AS BEING NON-RESPONSIVE. In case of conflict among Bid Documents, Contract Documents and this Addendum, this Addendum shall govern. This Addendum forms a part of the Bid Documents and modifies the original bid documents for the above-referenced project. The following changes, additions, or deletes shall be made. All other terms and conditions remain the same. Changes/Additions Item 1: Prime Contractor, by submitting a bid, is acknowledging that he/she has made a thorough inspection of the project site and contract documents prior to submitting a Prime Contract bid for this Category. Item 2: Prime Contractor shall perform all operations in connection with, or incidental to, the project specifications, complete as shown on the drawings and/or identified in the specifications or incidental to the requirements of this Prime Contractor and/or specified herein, unless specifically excluded. In the case of discrepancies in the plans or drawings, the greater quantity or quality shall prevail. Item 3: Prime Contractor shall coordinate all subcontractors necessary to complete this scope of work. The breakdown of the scope of work summary by specifications, noted below, is for organizational purposes only. Specific requirements, regardless if noted or not, under the respective specification sections, do not exempt or preclude this Prime Contractor from complying with and/or performing the work as it is intended in accordance with the contract documents and the requirements of all applicable governing agencies.

2 Page 2 of 6 Item 4: Move-ins and allowable construction time and manpower shall be provided to accommodate the construction scheduled durations. Item 5: Prime Contractor is responsible to verify location and elevations of existing utilities prior to commencement of work. Item 6: Prime Contractor shall make all efforts to coordinate and properly schedule with advance notice any testing and inspections necessary for the execution of this scope of work. Item 7: All debris generated by this Prime Contractor s work shall be legally hauled and disposed of offsite on a daily basis or as coordinated with Construction Manager and the work area(s) shall be left broom clean. Item 8: Prime Contractor shall protect all existing on/offsite improvements. Any damage sustained by the work of this Prime Contractor to existing improvements shall be repaired immediately within 48 hours, or as directed by the Construction manager or Owner by this Prime Contractor at no additional expense to the Owner. Item 9: Inclement weather is foreseeable during operations of this trade, this Prime Contractor shall use its best effort to leave the site in a condition that minimizes the effects of erosion caused by such weather. Prime Contractor to protect all work from effects of inclement weather at its own cost. Protection of this Prime Contractor s work area is the responsibility of same. Item 10: PLEASE NOTE: It is the Prime Contractor s responsibility to supervise their crew and/or their subcontractor and is required to have a Superintendent on site at all times to manage their crews and their subcontractor s at any time either are on site performing work under Prime Contractor s scope of work. If a Superintendent is not present while their crews and/or subcontractor is performing work, Prime Contractor s contract sum will be deducted a $500/day. Should this continue, the Prime Contractor and their subcontractor will be required to suspend work until a superintendent arrives. Any delays associated with this which result in a cost impact to others or has an impact on the schedule, said cost to maintain schedule or cost which impact others will be deducted from Prime Contactor s contract sum. Item 11: If there is a conflict within any of the contract documents then the most stringent shall apply. Item 12: Any reference to subcontractor or contractor as noted on the plans, specification or scope of work shall be synonymous with this Prime Contractor.

3 Page 3 of 6 Item 13: Parking will be allowed on campus in a location defined by the Owner. Item 14: PLEASE NOTE: The beginning of work means the Prime Contractor accepts the condition of the existing substrate. If any repairs and/or replacement is required to the substrate, all the cost associated to remove and/or replace installed finished product and costs to repair and add backing by others shall be at the expense of this Prime Contractor. Item 15: Prime Contractor is responsible to coordinate with the Owner for all shut downs and change overs between existing and new systems, at each phases. Shut downs/change overs that affect any occupied spaces will only be allowed during off hours (nights/weekends/holidays). Prime Contractor shall include any and all costs for shutdowns and change overs in their bid. Item 16: Includes sealing of all penetrations and openings, including acoustical and or fire caulking of walls and decks. Item 17: Includes all pipe and device identifications including labels, tagging, and/or painting as required. Item 18: Provide all hoisting necessary to complete scope. Item 19: Submittals for long lead equipment (equipment having a lead time longer than 4 weeks) must be provided within 2 weeks of award of contract. Delays in providing submittals will be considered a delay to the critical path and will be treated as such per the terms of the contract. Item 20: Onsite storage and laydown space of a minimum 20ftx40ft will be provided to the Prime Contractor in a lot adjacent to the project. Prime Contractor shall provide fencing and storage containers as necessary for the project. Additional space for delivery and hoisting of equipment must be coordinated at least 5 working days in advance of delivery, the Construction Manager and Owner, and will be only for the day(s) approved for deliver and hoisting. Item 21: Include all traffic control, barricades, flagmen, and maintenance as needed to complete this scope of work. Includes providing traffic plans, trucking route plans and permitting as may be required for the execution of this scope of work. This Prime Contractor shall define and obtain approval for haul routes for materials from the MtSAC and local jurisdictions. Any delays in obtaining the approval will be the responsibility of this Prime Contractor. Prime Contractor shall provide flagmen at any location where construction vehicles are entering or leaving the areas of construction onto a non-construction campus area (parking lot and or campus road) and where required by municipality requirements.

4 Page 4 of 6 Item 22: Includes at least one Pre-Job meeting with Construction Manager and Owner prior to start of work. Item 23: All equipment and operations shall be compliant with campus EIR, SCAMQD and all CARB requirements. Item 24: Work will be divided into two phases. Phase 1 is 26A restrooms (3 floors) and Phase 2 is 26D restrooms (4 floors). Each phase will have approximately 4 months to complete. Item 25: Corrections on sheets P201 through P207, all toilets in non-ada stalls should read WC-2, not WC-1. Item 26: Replace all horizontal and vertical, main risers and branch lines, domestic cold and hot water piping above ground within the restrooms. Reconnect to all existing pipes outside of restrooms. Pipes to match existing if not shown on drawings. All above groundwater piping shall be copper type L. Replace all valves, water hammer arresters and trap primer lines (copper type K). Item 27: Replace all above and below ground, inside the walls and above ceiling, (2-6 ) sanitary waste and vent piping within the restrooms. Reconnect to all existing waste and vent pipes outside of restrooms. Item 28: Existing waste pipes below ground outside the restrooms to remain. Item 29: Line all existing-to-remain waste pipes under the building floor slab (including outside the restrooms) and outside the building. Use fiberglass resin for 3-inch and larger pipes. Allow for 300 ft. of fiberglass lining outside the building. Item 30: Specified water closets on sheet P002 is floor mounted type (AS Madera). Spec section referenced wall mounted type (AS Afwall). All water closets (WC-1 and WC-2) shall be wall-mounted American Standards Afwall series. Item 31: All toilet seats shall be black. Item 32: Water closet and urinal flush valves shall be Sloan Royal series with Sloan Optima Plus Systems SMO EBV89A battery-powered sensor operated actuator. Item 33: All faucets shall be provided with angle stops Dahl mini-ball valves (lead-free) with threaded FIP inlet

5 Page 5 of 6 Item 34: Lavatory faucets in student restrooms shall be Chicago Faucets EQ series sensor type faucets, 4-inch fixed centers, 0.35 gpm, complete with Self-Sustaining Power System (SSPS), stainless steel braided hoses, and concealed mechanical mixing valves. Item 35: Lavatory faucets in staff restrooms shall be Chicago Faucets E-Tronic series sensor type faucets single hole, 0.35 gpm, complete with Self-Sustaining Power System (SSPS), stainless steel braided hoses, and concealed mechanical mixing valves. Item 36: Replace existing single and dual wall mount drinking fountains with all dual Haws model 1117L with 1920 bottle filler. Provide stainless steel railing on both sides. Rework existing wall openings, patch and paint as required to match existing wall and floor conditions. Total seven drinking fountains. Item 37: Remove and replace all interior and exterior doors and frames. Provide all new doors and frames including hardware. New exterior doors and frames shall be metal hollow to match existing. New interior doors shall be wood with hollow metal frames to match existing. Item 38: Toilet partitions shall be provided with heavy-duty hardware (standard), in lieu of institutional hardware per spec. Complete with stainless steel, adjustable, selfclosing, barrel hinges (J and L ) in 3 sections, cam ( ), latches and clothes hook (B233). Item 39: At student restrooms, in lieu of one continuous large mirror above the lavatories, provide individual mirror above each lavatory. Provide mirror, 24 x 36 stainless steel Basis of Design Bobrick B-290. Equal products are by American Specialties, Inc. or Bradley Corporation or another proven equal product. Item 40: Add $200,000 allowance for lead paint and asbestos abatement (mirror mastic, TSI elbows inside the walls and door frames) and other unforeseen conditions. Item 41: Contractor shall demo all walls to exposed all piping Item 42: First Fire Systems is the fire alarm service contractor and monitoring company. Item 43: Contractor shall barricade and protect all working areas from public access. Item 44: Contractor shall maintain clean and dust-free outside of working areas. Item 45: Contractor shall observe noise level during construction.

6 RESPONSE TO RFIs: Page 6 of 6 Question 1: Demolition is called for after hours per general conditions, please verify that this is correct. Response: Demolition shall be scheduled from 10pm to 6am, Monday through Saturday, including cutting of floors and walls. Question 2: There is a callout for a concrete curb D on page A2.2, but there is no reference detail for concrete curb D. Response: The only concrete curb is detail 11/A2.2. The D symbol is for furring wall framing detail D/A2.1 referenced from legend on A2.2. Question 3: During the demolition of toilets, the existing concrete will be removed around the toilet ring in order to remove the existing waste line. Provide a detail showing the concrete placement at these locations. Response: Per keynote 1 on sheet AD2.1 with demolition of exiting toilets, new grout fill is to be provided within floor slab where voids are created by the removal of existing toilets. Question 4: Fixture schedule WC-2 does not give us reference for the particular toilet, can you provide a type for WC-2? Response: WC-2 is the same as WC-1, except that WC-1 is mounted at ADA height. Part of the Remarks column in Fixture Schedule on sheet P002 for WC-2 should correctly read same as WC-1 but incorrectly noted WC-2. They are both the same toilet, WC-1 is wall mounted at ADA height and WC-2 is wall mounted at standard height. Question 5: P303 shows a point of connection for the waste lines to the first cleanout outside the building, wanted to verify that we will taking new waste lines outside of the building per plan. Response: All POC for waste lines shall be inside the restrooms. All below ground waste piping within restrooms shall be replaced with new pipes, sizes to match existing. All underground waste lines outside the restrooms shall remain and shall be lined to outside the building. Question 6: There are no sprinkler plans or notes on architectural drawings calling for adjustments of existing sprinkler head, so wanted to verify that the existing ceiling will match the new ceiling heights of 9. Response: Yes, new ceilings will be at existing ceiling height of 9-0. END OF ADDENDUM