Bid No. B14-02 Building 100 HVAC Improvements

Similar documents
ADDENDUM TO RFQ/P DOCUMENTS PROJECT # ADDENDUM: #01

SECTION ADMINISTRATIVE REQUIREMENTS SECTION ADMINISTRATIVE REQUIREMENTS

ADDENDUM TO RFP DOCUMENTS

05BDB ADDENDUM 002. Thomas W. Wathen Business Division Building Renovation GENERAL ITEMS:

TELEPHONE: (215) Addendum No Cooling Plant Replacement SDP Contracts No. B-080C, B-081C and B-082 of 2017/18

ADDENDUM THREE SPECIFICATIONS. Vincennes University Renovations of the Curtis G. Shake Learning Resources Center

December 31, 2015 A. THE BID OPENING DATE IS UNCHANGED. B. Questions, Additions, and Deletions

FIRE SPRINKLER SYSTEM SUBMITTAL CHECKLIST AND APPLICATION

PMA ONLINE TRAINING. Commercial Drawings. One Hour Continuing Education

Cone HVAC Modernization. Thursday, September 1, 2016 Pre Proposal Conference

Stantec Architecture Inc South Flores Street Suite 201 San Antonio TX Tel: (210) Fax: (210)

SECTION SUBMITTALS. A. PART A and DIVISION 1 of PART B are hereby made a part of this SECTION.

SECTION CLOSEOUT SUBMITTALS SECTION CLOSEOUT SUBMITTALS

Residential Construction Checklist Single and Two Family Construction

Addendum No. 1 page 1

A/E REVIEW CHECKLIST HVAC

A. Section includes administrative provisions for coordinating construction operations on Project including, but not limited to, the following:

ADDENDUM NO. 3, March 14, 2017 A.B.C. No

Facility Services Subgroup Preface for Divisions 21` through 28

CITY OF MORRO BAY / CAYUCOS SANITARY DISTRICT

SECTION PROJECT COORDINATION VIA BIM

HAMMEL ASSOCIATES ARCHITECTS, LLC 2 5 E A S T G R A N T S T R E E T, S U I T E L A N C A S T E R, P E N N S Y L V A N I A

ADDENDUM #1. April 29, 2009

ADDENDUM #2 September 12, 2018

SECTION PROJECT MANAGEMENT AND COORDINATION

Ingham County Request for Proposals Public Safety Radio System Project Manager and Consulting Services Packet #120-18

4. Special Systems Design: including Fire Alarm and Security. C. Electrical and Telecommunications Ductbanks: Refer to Section 16118

MSU Barnard Hall 105 Cleanroom Installation PPA # Page 1

BUILDING PLAN REVIEW REQUIREMENTS

MPA Project No. M495-C1 Refrigerated Container Storage Improvements Project Location: Conley Terminal, Boston, MA

ADDENDUM NO. 4 TO THE CONTRACT DOCUMENTS SUPPLEMENTAL INFORMATION

BIRMINGHAM CITY SCHOOLS (BCS) OPERATIONAL CENTER COMPLEX: BID PACKAGE D

ADDENDUM NO. TWO. To the Plans and Specifications for: PALM COAST READINESS CENTER PALM COAST, FL For FLORIDA DEPT. OF MILITARY AFFAIRS

Architect s Letter of Certification

University of Central Florida Main Campus. Electric. Service and Meter Installations Requirements. Issued January 26 th, 2017.

IFB PAINTING AT HAYDON ELEMENTARY ADDENDUM #1

ADDENDUM NO. 1 REQUEST FOR QUALIFICATIONS (RFQ) AND REQUEST FOR PROPOSALS (RFP) FOR. RFQ/RFP No. 15P40. Campus Center East HVAC Unit Replacement

Quality Control Checklist - Design Drawings

INVITATION TO TENDER ITT No. PS FIRE HALL 5 + HOUSING CONSTRUCTION. ADDENDUM No. 2 and AMENDMENT No. 2

Architect s Letter of Certification

ELECTRICAL GENERAL DESIGN AND CONSTRUCTION STANDARD PART 1: GENERAL Electrical/Telecommunications Design

PREFACE ********************************************************** IT IS NOT INTENDED THAT THESE STANDARDS BE COPIED AND USED AS A SPECIFICATION!

2. Electrical rooms shall be centrally located and stacked so that feeder conduits and bus duct are run as straight and short as possible.

Construction Phase Project Management and Documentation

CONVEYANCE PIPELINE AND PUMP STATION

Commercial Infill Project Guide

SECTION D BIM COORDINATION DRAWINGS - CONTRACTORS

12560 W. Cedar Drive Lakewood, CO Barry Himmelman President

APPLICATION FOR COMMERCIAL CONSTRUCTION FIRE AND LIFE SAFETY PLAN REVIEW PROJECT INFORMATION: Project phone: Project Address: City: State: Zip:

10930 W. Sam Houston Parkway N., Suite 900

Single-Family Dwelling Submittal Requirements

SECTION BASIC MATERIALS AND METHODS. A. The requirements of the General Conditions and Supplementary Conditions apply to all Work herein.

M1.0 MECHNANICAL FLOOR PLAN

SECTION SHORT CIRCUIT, COMPONENT PROTECTION, FLASH HAZARD AND SELECTIVE COORDINATION STUDY

U of I Facilities Standards Updates for 2017

Anticipated schedule, Page 2. Change the Contract Term from 635 Days to be 1,127 Days.

This section applies to the requirements for the performance of power system studies by both the Design Engineer and the Contractor.

ADDENDUM NO. 02 July 31, 2012

Answer: Only to ChurchWoods, LLC.

FAB GSE Remodel ITB Solicitation #1538 Invitation to Bid (ITB) for General Contracting Services. ADDENDUM #4 December 5, 2014

SECTION MECHANICAL IDENTIFICATION

Acknowledge receipt of this Addendum in the space provided on the Bid Form. Failure to do so may disqualify Bidder.

ADDENDUM NO. 2 PROJECT: COURTLAND PUMP STATION CONTRACT: IFB NO COM.00030

PROGRAMMING SCHEMATIC DESIGN DESIGN DEVELOPMENT CONSTRUCTION DOCUMENTS. room) Scalable bubble diagrams schedules describing programmatic

FTEV Repair Mezzanine Bldg Hurlburt Field, Florida SECTION DESIGN AFTER AWARD

NILES RENOVATION PHASE IV

ADDENDUM NO. 1. November 6, 2016 BIDDING AND CONTRACT DOCUMENTS FOR

03/7/12 Issuance UTD Section Page 1 of 5 Electrical General

REVISION #1. Section. fire alarm B. C. the hot. intent of. required. manufacturer. materials. C. Warranty

CLARIFICATIONS 1. See attached meeting minutes from the Pre-Bid meeting on June 14, 2017.

CYPRESS FAIRBANKS MEDICAL CENTER HOSPITAL

Address: South Elgin, IL Phone: ( ) - Fax: ( ) - Cell: ( ) - Contractor Type: Phone: ( ) - Fax: ( ) - Cell: ( ) - Contact Type:

NEVADA DEPARTMENT OF TRANSPORTATION Addendum 3 to RFP July 28, 2017

Electrical requirements for plans on all new homes, additions, remodels & Service upgrades

KINGS COUNTY JAIL EXPANSION PHASE III COUNTY OF KINGS

Merrick Pet Care New Distribution Center Hereford, Texas

GRICE-TRIVERS JOINT VENTURE ARCHITECTS PAGE 1 PROJECT NO

September 6, 2018 CITY OF BERKELEY SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO C ADDENDUM NO.

B. Manufacturers: Square-D, G.E. or Westinghosue.

COMMERCIAL / INDUSTRIAL APPLICATION FOR PLAN EXAMINATION AND BUILDING PERMIT

CHICAGO LANDMARKS PERMIT APPLICATION AND PRE-PERMIT SUBMISSION REQUIREMENTS

Design Deliverables. Summary. A. Expectations for Design Deliverables:

Software Services, Section 16748, Add as an attachment to this section Attachment A enclosed with this addendum.

1. State that all workmanship must conform to all pertinent laws, ordinances and regulations of all bodies having jurisdiction.

PLAN SUBMITTAL REQUIREMENTS

National BIM Standard - United States Version 3

PROJECT TITLE PROJECT NO: CONTRACT TITLE GRANT NO: UNIVERSITY OF CALIFORNIA, DAVIS CITY, CALIFORNIA

Chuck Caesar. VIA: /Webposting April 27, 2017

.1 Applicability: These criteria shall be applied as follows:

APPLICATION FOR PLANNED UNIT DEVELOPMENT (PUD) DEVELOPMENT PLAN

SECTION EMERGENCY RESPONDER RADIO COVERAGE SYSTEMS

SECTION MECHANICAL IDENTIFICATION

PART 0 DESIGN STANDARDS 0.01 GENERAL DESIGN GUIDELINES

BIM Introduction. Building Information Management Definitions, Applications and general information. Betty Bezos

SECTION ADMINISTRATIVE REQUIREMENTS

SAN FRANCISCO UNIFIED SCHOOL DISTRICT FACILITIES, DESIGN AND CONSTRUCTION ADDENDUM NO. 2

Addendum No. 3 Tender Call No Revised Closing: 12:00 NOON (LOCAL TIME), April 24, 2017

University of Houston Master Construction Specifications Insert Project Name SECTION MECHANICAL SCOPE OF WORK PART 1 - GENERAL

ADDENDUM NO. 1 TO THE CONTRACT DOCUMENTS AND SPECIFICATIONS DATED JULY 2017 FLORIDA GOVERNMENTAL UTILITY AUTHORITY PROJECT NO.

1. All electrical switches and outlets used shall be equal to Hubbell heavy duty, specification grade or equivalent quality.

Transcription:

Bid No. B14-02 Building 100 HVAC Improvements Addendum No. 1 This Addendum No. 1 sets forth modifications to portions of the bid and contract documents for the above-referenced work described as: Building 100 HVAC Improvements Summary: Due to the tight timeline of the project and availability of Building 100 Site Activity is very limited. There is also some drawing clarifications. 1) Attachment C to Agreement/Contract: Site Activity Limitations Added to Bid Documents (see attached) Changes Special Conditions, Page 120, Item 8.1) Hours and Days of Work at the Site. a) Work is to be performed primarily during nights and weekends. Project estimated start date is October 28, 2013 with substantial completion on or before January 1, 2014. b) Work to start during the week days is to be no earlier than 5:00PM. c) Work to stop during the week days no later than 6:00AM. d) Weekend work is to be coordinated with the Project Manager and scheduled around school activities. e) Beginning December 20, 2013 the Building will be available for work during the daytime hours, 7:00AM to 5:00PM through January 1, 2014. f) Notice is to be issued 5 days in advance of any scheduled work with any Occupant(s) to notify and coordinate when staff is affected by construction work in their area. 2) Substantial Completion: RFI Question: The schedule outlined at the Pre-Construction Meeting is very aggressive. The shutdown period between 12/20/13 and 01/01/14, includes five

(5) Holidays. Can commissioning of controls, balancing, attic demolition and submittal of close-out documents, including O & M Manual and Record Drawings extend until the end of January? Clarification for Substantial Completion: All new physical construction (air and hydronic systems) and controls system complete and functional. BMS control systems shall be functional including economizer, fan control, duct static pressure control, VAV terminal box / thermostat control (with pre-programmed cfms). System shall be capable of providing air flow and heating with individual zone control. The following may be completed after the substantial completion date (outside of occupied hours): final controls commissioning and trending, final air balance, attic demolition, and submittal of final close out documents. Substantial Completion as described above done by 1/1/14 with final completion as described above done by 1/31/14. 3) Liquidated Damages: Special Conditions, Page 120, Item 3 Liquidated Damages. Liquidated Damages are specified at $150.00 per day. Liquidated Damages are changed to $500.00 per day. 3. Liquidated Damages. The per diem rate of Liquidated Damages for delayed Substantial Completion, delayed submission of Submittals and delayed completion of Punchlist shall be as set forth herein. 3.1 Delayed Substantial Completion. If Substantial Completion is not achieved on or before expiration of the Contract Time, the Contractor shall be liable to the District for Liquidated Damages from the date of expiration of the Contract Time to the date that the Contractor achieves Substantial Completion of the Work is Five Hundred Dollars ($500.00) per day. 3.2 Delayed Submission of Submittals. If the Contractor fails to submit a Submittals in accordance with the Submittal Schedule, the Contractor shall be liable to the District for Liquidated Damages for each delayed Submittal at the rate of Five Hundred Dollars ($500.00) from the date that such Submittal was due to be submitted pursuant to the Submittal Schedule and the date that the Contractor actually submits the Submittal to the Architect and/or Engineer. 3.3 Delayed Punchlist. If the Contractor fails to complete Punchlist within the time established pursuant to the Contract Documents, the Contractor shall be liable to the District for Liquidated Damages from the date established for completion of Punchlist until the date that all Punchlist is actually completed.

3.4 Surety Liability. Subject only to limitations established by the penal sum of the Performance Bond, the Surety issuing the Performance Bond shall be liable to the District for Liquidated Damages due from the Contractor. 4. Clarification on Drawings: Question 1) Drawing E0.1 has a Note 12 besides a new 40 Amp breaker panel (40A-3P). Yet Note 12 is missing from the single line diagram notes on the same sheet. Answer to Question 1) Disregard any references to note #12. This note is not used. Question 2) Drawing E0.1 has a Note 4 describing a ¾ conduit from the (3) VFD s to new mechanical control panel. Where is the new BMS control panel located? Is it to be located along the north wall of the Basement adjacent to the VFD s serving AHU-1 and AHU-2? Answer to Question 2) The BMS panel is located in the room south of the room with the VFD s. This room was accessed during the pre-bid walk-thru. 5. Clarification on Drawings: Question 1) Drawing E.01 indicates that the disconnect for RF-1 is 100 Amps with 100 Amp fuses. A new 15HP motor is scheduled to be installed in the existing RF-1. At 480 volts this seems to be oversized. Can we use 30 Amp or 60 Amp disconnects with 30 Amp Fuses? Answer 1) Fused switch should be 60A with 40A fuses. Question 2) Drawing E.01 indicates that the conductors from the existing 70 Amp breaker to the gutter are replaced. Single line diagram Note #2 indicates #8 copper. Should we replace the existing breaker or increase the conductor size to match ratings? Answer 2) MCA for combined motor loads is 27.8 FLA. Maximum output current of VFD s AHU-1 & 2 is 37.3 FLA. #8 wire is good for 50A and is sufficient. Breaker is sized for maximum start-up load. Question 3) Please verify that all control wiring shall be installed in conduit.

Answer 3) Yes all controls wiring, including low voltage shall be in conduit throughout with the exception of thermostat wiring concealed within walls. Thermostat wiring shall either be fished down in walls or where this is not possible it shall be installed in surface mounted wire mold (color to match wall) with pre-approval of the College. Question 4) On Drawing M7.1, Detail 4, Note #2, ASI/1-6000 is specified. Can Johnson Controls components be used? Answer 4) Yes Johnson or Trane are the allowed vendors for controllers. Please disregard reference to ASI controller on detail 4/M7.1. Additional Scope - Fire Protection: The Contractor shall include in their bid the modification of existing fire sprinkler piping, heads and supports in the basement area in accordance with NFPA 13 requirements. Please note the following: 1. The existing fire sprinkler system covers the existing mechanical room, MDF room, electrical room and areaway in the basement only. It does not extend into the basement crawl space and does not cover the first floor at all. 2. Existing fire piping and heads were installed around, over and under existing ductwork and equipment to provide coverage. Most ductwork and equipment is being demolished and relocation of sprinkler piping and heads is required to suit new duct and equipment layout to cover all obstructed areas. 3. Modification of existing fire riser including flow switch, check valve and other components is not required as part of this project. 4. Engineered fire sprinkler drawings and design are now being prepared by the College for DSA approval but will not be available until after bid due date. 5. Contractor shall include in their bid modification of piping and relocation of up to ten (10) sprinkler heads. This shall include revising pipe supports as necessary. Contractors bid shall be submitted with the assumption that modifications will be done in accordance with the Engineered drawings and no cost adjustments shall be made once drawings are provided to Contractor with the exception of more than 10 heads requiring relocation/modification.

6. All work shall be installed and tested in accordance with NFPA 13 requirements. Drawings: Drawing M6.1: Revise detail 1/M6.1 per attached revised detail. Drawing M6.2 (new): Add detail 1/M6.2 (attached)

Cabrillo Community College District SITE ACTIVITY LIMITATIONS (ATTACHMENT C TO AGREEMENT/CONTRACT) The permitted hours and days of Work activities at the Site and other limitations on the Site Work activities are set forth in Attachment C, to the Contract for Labor and Materials. Limitations set forth in Attachment C must be incorporated into and reflected in the Construction Schedules prepared by the Contractor pursuant to the Contract Documents. No adjustment of the Contract Time or the Contract Price will be allowed due to limitations/prohibitions on Work activities at the Site set forth in Attachment C to the Contract for Labor and Materials. 1. Work to be performed primarily during nights and weekends. Work to start during the week days is to be no earlier than 5:00PM. Work to stop during the week is to be no later than 6:00AM. Weekend work is to be coordinated with the Project Manager and scheduled around school activities. 2. Beginning December 20, 2013 the Building will be available for work during the daytime hours, 7:00AM to 5:00PM through January 1, 2014. 3. Notice is to be issued 5 days in advance of any scheduled work with any Occupant(s) to notify and coordinate when staff is affected by construction work in their area. B14-02 BLDG 100 HVAC IMPROVEMENTS 41 AGREEMENT (2012 REV) SECTION 00510