addendum number 01 to the bid documents bid number: … addendum 1.pdf · training for...

21
SAN JOSE EVERGREEN COMMUNITY COLLEGE DISTRICT SJECCD – Measure G-2010 January 31, 2018 San Jose City College Page 1 of 5 #31332 Campus HVAC Equipment and Controls Addendum No. 1 ADDENDUM NUMBER 01 TO THE BID DOCUMENTS To all general contract bidders of record on the Bid Proposal: BID NUMBER: G2010-0184 #31332 SJCC Campus HVAC Equipment and Controls San Jose City College Addendum Date: January 31, 2018 A. This addendum shall be considered part of the bid documents for the above mentioned project as though it had been issued at the same time and shall be incorporated integrally therewith. Where provisions of the following supplementary data differ from those of the original bid documents, this Addendum shall govern and take precedence. B. Bidders are hereby notified that they shall make any necessary adjustments in their estimates as a result of this Addendum. It will be construed that each bidder’s proposal is submitted wi th full knowledge of all modifications and supplemental data specified herein. The bid documents are modified and clarified, as follows: Item #1: Bidder’s Questions and Responses: Bid Question #1 Per "Construction careers Program Participation", please confirm if apprentices will be through respective union hall. Per 1.2.1.2, trade unions to dispatch apprentices per unions rules. Response: Document 00 73 00 Supplemental Conditions; Article 1.1 Construction Careers Program Participation does not have article 1.2.1.2. Document 00 73 00 Supplemental Conditions; Article 1.2 Employment of Apprentices does have article 1.2.1.2 Trade Union Participation. The District provides training for apprenticeship programs administer by the state. The District is requesting a good faith effort to request by name apprentices at the respective union hall that are enrolled in the District’s training programs, rather that apprentices not affiliated with the District’s training programs. Bid Question #2 Hours listed for construction noise are 7:30am-6pm. Please confirm if these are to be the regular construction hours, including for crane pick of new rooftop unit, etc. Note that AC-2 changeout may require early morning pick, including traffic control, depending on if slab in front of the tech center can hold crane weight. Response: Hours identified for construction noise are for outside construction to mitigate noise to adjacent neighborhoods. Contractor may have earlier starts for inside work within the buildings identified on the contract documents. Contractor shall coordinated work hours with the District’s Representative when establishing the schedule for the project. Some evening or weekend work may be required for utility shutdowns or work that disrupts college operations. The promenade approach to the Technology Center has six (6) inch thick concrete with ½” reinforcement steel (#4 rebar) on sixteen (16) inch centers, both

Upload: others

Post on 26-Jun-2020

4 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: ADDENDUM NUMBER 01 TO THE BID DOCUMENTS BID NUMBER: … Addendum 1.pdf · training for apprenticeship programs administer by the state. The District is requesting a good faith effort

SAN JOSE EVERGREEN COMMUNITY COLLEGE DISTRICT

SJECCD – Measure G-2010 January 31, 2018 San Jose City College Page 1 of 5 #31332 Campus HVAC Equipment and Controls Addendum No. 1

ADDENDUM NUMBER 01 TO THE BID DOCUMENTS

To all general contract bidders of record on the Bid Proposal:

BID NUMBER: G2010-0184

#31332 SJCC Campus HVAC Equipment and Controls

San Jose City College

Addendum Date: January 31, 2018

A. This addendum shall be considered part of the bid documents for the above mentioned project as

though it had been issued at the same time and shall be incorporated integrally therewith. Where

provisions of the following supplementary data differ from those of the original bid documents, this

Addendum shall govern and take precedence.

B. Bidders are hereby notified that they shall make any necessary adjustments in their estimates as a

result of this Addendum. It will be construed that each bidder’s proposal is submitted with full

knowledge of all modifications and supplemental data specified herein.

The bid documents are modified and clarified, as follows:

Item #1: Bidder’s Questions and Responses:

Bid Question #1 – Per "Construction careers Program Participation", please confirm if apprentices

will be through respective union hall. Per 1.2.1.2, trade unions to dispatch apprentices per unions

rules.

Response: Document 00 73 00 Supplemental Conditions; Article 1.1 Construction Careers Program

Participation does not have article 1.2.1.2. Document 00 73 00 Supplemental Conditions; Article 1.2

Employment of Apprentices does have article 1.2.1.2 Trade Union Participation. The District provides

training for apprenticeship programs administer by the state. The District is requesting a good faith effort

to request by name apprentices at the respective union hall that are enrolled in the District’s training

programs, rather that apprentices not affiliated with the District’s training programs.

Bid Question #2 – Hours listed for construction noise are 7:30am-6pm. Please confirm if these are

to be the regular construction hours, including for crane pick of new rooftop unit, etc. Note that

AC-2 changeout may require early morning pick, including traffic control, depending on if slab in

front of the tech center can hold crane weight.

Response: Hours identified for construction noise are for outside construction to mitigate noise to

adjacent neighborhoods. Contractor may have earlier starts for inside work within the buildings identified

on the contract documents. Contractor shall coordinated work hours with the District’s Representative

when establishing the schedule for the project. Some evening or weekend work may be required for utility

shutdowns or work that disrupts college operations. The promenade approach to the Technology Center

has six (6) inch thick concrete with ½” reinforcement steel (#4 rebar) on sixteen (16) inch centers, both

Page 2: ADDENDUM NUMBER 01 TO THE BID DOCUMENTS BID NUMBER: … Addendum 1.pdf · training for apprenticeship programs administer by the state. The District is requesting a good faith effort

SAN JOSE EVERGREEN COMMUNITY COLLEGE DISTRICT

SJECCD – Measure G-2010 January 31, 2018 San Jose City College Page 2 of 5 #31332 Campus HVAC Equipment and Controls Addendum No. 1

ways. The promenade is an acceptable pick location provided appropriate blocking is provided for

outriggers. Contractor shall have the company providing crane services to inspect the site to determine

appropriate pick location based on traffic, pedestrians, and stable pick location. Contract shall submit a

site utilization and safety plan for removing and replacing AC-2 on the Technology Center.

Bid Question #3 – Will there be designated contractor parking, or do we figure for daily parking in

paid spaces?

Response: Parking passes shall be provided by the District. Contractor shall park in lots designated for

student parking. District shall not charge a fee for the parking passes. If the parking pass is not displayed

in the windshield of the vehicle, the District police will issue a parking ticket and this cost shall be borne

by the Contractor or individual that received the ticket.

Bid Question #4 – Please clarify on abatement if we are to figure for abatement in our

scope/pricing, or if any discovered items requiring abatement will be covered by GC.

Response: District shall test for hazardous material at the Theater Lobby. If test results confirm

hazardous materials are present the Contractor shall be responsible to provide a licensed abatement

subcontractor to abate/mitigate hazardous material during construction. The allowance is changed to

included hazardous material abatement. If abatement is required the District shall pay the cost for hazmat

abatement/mitigation from the allowance or through change order at the District’s discretion. The District

does not determine the scope of work for each subcontractor. Subcontracts are the responsibility of the

Prime Contractor.

Bid Question #5 – Is Mechanical required to carry any structural calcs/drawings/fees? Or is this

provided by GC as part of plan-spec drawings?

Response: No structural calculations, drawings or fees are required to be provided by the mechanical

contractor. This project received DSA Exemption and a registered structural engineer as already verified

new unit weights and deemed no structural modifications required.

Bid Question #6 – Are there any OSHPD requirements for the new scope of work? Torque testing,

etc?

Response: No, this is not an OSHPD project. There will be a certified DSA inspector and pull tests are

required for the new unit anchor bolts (see Sheet M-5.2 and associated anchorage details for test

requirements).

Bid Question #7 – Please confirm air balance scope for new rooftop unit. Are diffusers downstream

to be verified for CFM readings?

Response: Yes, all supply & return diffusers, downstream of AC-2, that serve the telecom & electrical

rooms on floors 1 through 5 shall be rebalanced to the CFMs provided on the drawings.

Bid Question #8 – Are shop or coordination drawings required for new scope of work? Majority of

work involves controls, so we are not sure if shop/coordination drawings will help.

Response: No shop drawings are required for this project.

Page 3: ADDENDUM NUMBER 01 TO THE BID DOCUMENTS BID NUMBER: … Addendum 1.pdf · training for apprenticeship programs administer by the state. The District is requesting a good faith effort

SAN JOSE EVERGREEN COMMUNITY COLLEGE DISTRICT

SJECCD – Measure G-2010 January 31, 2018 San Jose City College Page 3 of 5 #31332 Campus HVAC Equipment and Controls Addendum No. 1

Bid Question #9 – Please confirm if electrical scope listed under 260501 is to be carried by the

mechanical contractor. If so, will C-10 licensed sub be required?

Response: Electrical contractor, with C-10 license, is to perform all electrical scope on this project. For

electrical scope in the 1st floor electrical/telecom room of the Technology Center, refer to provided pdf of

the single line as-built for electrical panels that will be affected by the required shutdown for rerouting the

conduit/wiring from Panel ‘1HA’ to Transformer ‘1T1’.

Bid Question #10 – Please confirm if we are to assume working through ceiling grid, or will access

be provided with prior scheduling through GC?

Response: The work does involve working above the ceiling, either via an access door or removal of

ceiling tiles. Mechanical contractor shall coordinate with GC regarding delineation of scope.

Bid Question #11 – For AC-2 crane pick, will required signage, fencing, etc. be provided by GC, or

is it to be carried by mechanical sub?

Response: The District does not determine the scope of work for each subcontractor. Subcontracts are

the responsibility of the Prime Contractor (the contractor that signs the agreement with the District).

District requires a site utilization and safety plan to be approved by the District representative. Contractor

shall provide means and methods that guarantee the safety of workers, students, faculty, administrators,

and the public at large.

Bid Question #12 – Please clarify bonding requirement. Paragraph 8 in 001115 states bond for

100% of the contract price, while paragraph 2 in 002113 calls for bid security of 10% of the

contract price.

Response: Document 00 11 15 Notice to Contractors calling for Bids, Article 8 is the requirement for

Performance and Payment Bonds for the successful bidder ONLY. The bonding for performance and

payment bonds is 100% of the bidder’s proposal price. Document 00 21 13 Instructions to bidders, Article

2 is the requirement for the Bid Security. Bid Security shall be in the form of certified check made

payable to the District or a Bid Bond. All bidders are required to provide a bid security in the amount of

10% of the bidder’s proposal price. The District will return the Bid Security to Contractors that do not

have the lowest responsible and responsive bids. If the bidder is the low responsible and responsive

bidder and withdraws the bid without valid reasons per Public Contract Code, the bidder forfeits the bid

security.

Bid Question #13 – Will the District provide a staging location on campus to store materials and

equipment?

Response: District shall provide a staging location, see enclosed Document: SJCC_Map-Staging

Location. Contractor shall provide screened temporary fencing and must keep area locked. Contractor

may choose to use container for material and equipment, and if this method is used, no fencing is

required. Container must be locked. Contractor responsible to protect parking lot surface, damages to lot

shall be repaired by Contractor. District reserves the right to change the staging location identified on the

enclosed map.

Page 4: ADDENDUM NUMBER 01 TO THE BID DOCUMENTS BID NUMBER: … Addendum 1.pdf · training for apprenticeship programs administer by the state. The District is requesting a good faith effort

SAN JOSE EVERGREEN COMMUNITY COLLEGE DISTRICT

SJECCD – Measure G-2010 January 31, 2018 San Jose City College Page 4 of 5 #31332 Campus HVAC Equipment and Controls Addendum No. 1

Item #2: Changes to Specification Division 00 and Division 01:

A. Document 00 11 15 Notice to Contractors Colling for Bids:

- Article 6 - Contractors License Classification: License Classification is changed from “B and C20”

to ‘B”.

- Article 12 - Job Walk: Requirements are changed from “Mandatory Job-Walk” to Non-Mandatory

Job-Walk”.

B. Document 00 31 07 Bid Question Form:

- Deadline for Questions extended to February 6, 2018 at 5:00pm.

- Final Addendum anticipated on or before February 9, 2018.

C. Document 00 41 13 Bid Proposal:

- Allowance #1: Add Hazmat Abatement as approved use of allowance.

- Contractor License Classification changed from “B and C20” to “B”

D. Document 00 73 10 Special Conditions:

- Article 4.1 Milestone 3 has been changed from “6/1/18 to 6/8/18” to “5/29/18 to 6/4/18”. The

following sentence was added to Milestone 3: “The first week after Spring Semester is the most

inactive time on the campus. If a crane is used to remove and replace AC-2, the lift operation may

occur on Monday-Friday; weekend work is not required for this construction activity.”

- Article 4.1 Milestone 5; added “Spring break is from March 26 through March 30, 2018, no classes

are schedule over Spring break.” SJECCD 2017-18 Instructional Calendar is provided as a reference

document.

- Article 6 Construction Access: Item “c” has been added to Article 6; The District will issue three (3)

sets of keys to the awarded contractor. On occasion the contractor will be required to get access by

calling the Campus Police to gain entry; there will be isolated cases for this situation.

- Article 16.Hazardous Materials: Added the following sentence; “The District shall perform hazardous

material testing in Theater Lobby and the Construction Manager shall provide the Hazardous Material

testing results to the Contractor.”

- Article 22 General Conditions Article 6.3.1 - Submittal of Preliminary Construction Schedule: Added

the sentence, “The construction schedule shall include tasks by building including but not limited to

the following: Equipment and device lead times, demolition, roofing, equipment pads, installation of

new equipment and devices, electrical, refrigerant lines, TAB, graphics, and commissioning."

E. Document 01 21 00 Allowances:

- Allowance #1 - Adds Hazmat Abatement as approved use of allowance.

Item #3: Engineering Addendum #1: Technical Specifications and Drawings:

A. Drawing G-0.0 Cover Sheet: Summary of Work – Commissioning; Changed to the following:

COMMISSIONING CONTRACTORS TO INCLUDE TIME TO PARTICIPATE AS NEEDED IN THE COMMISSIONING PROCESS. COMMISSIONING SCOPE TO INCLUDE: NEW AC-2 TECH CENTER, NEW VAV CONTROLLERS, NEW DP SENSOR FOR HHW AND CHW IN THEATRE AND NEW BAS GRAPHICS/MAPPED POINTS. INSTALLATION VERIFICATION AND START-UP DOCUMENTATION TO BE COMPLETED AND SUBMITTED BY INSTALLING CONTRACTORS. FUNCTIONAL

Page 5: ADDENDUM NUMBER 01 TO THE BID DOCUMENTS BID NUMBER: … Addendum 1.pdf · training for apprenticeship programs administer by the state. The District is requesting a good faith effort

SAN JOSE EVERGREEN COMMUNITY COLLEGE DISTRICT

SJECCD – Measure G-2010 January 31, 2018 San Jose City College Page 5 of 5 #31332 Campus HVAC Equipment and Controls Addendum No. 1

PERFORMANCE TESTS WILL BE DEMONSTRATED BY THE RESPONSIBLE CONTRACTOR AND WITNESSED BY THE COMMISSIONING AUTHORITY. FUNCTIONAL TESTING WILL BE EXECUTED AT THE END OF THE PROJECT WHEN ALL SCOPE IS COMPLETED. CONTRACTORS RESPONSIBLE FOR FIXING ISSUES IDENTIFIED DURING THE COMMISSIONING PROCESS.

AS-BUILT DOCUMENTATION

IN ADDITION TO DIVISION 0/1 REQUIREMENTS, CONTRACTOR SHALL MAINTAIN AS-BUILTS

DRAWINGS, DOCUMENTING ALL CHANGES TO THE DRAWINGS, ON SITE. ALL CHANGES MADE

TO DRAWINGS DURING CONSTRUCTION SHALL BE PICKED UP IN AUTOCAD AND UPON

COMPLETION OF PROJECT, CONTRACTOR SHALL PROVIDE AN ELECTRONIC COPY OF AS-BUILT

DRAWINGS, IN AUTOCAD 2013 OR LATER, TO THE DISTRICT.“

B. Drawing M-1.1.1 through M-1.1.6: General Sheet Note D; Revised the tonnage and quantity of

temporary cooling per floor as follows:

1. 1ST

FLOOR (T117): (2) 1.5 TON MOVIN COOL

2. 2ND

FLOOR (T208): (1) 1.5 TON MOVIN COOL

3. 3RD

FLOOR (T308): (1) 1.5 TON MOVIN COOL

4. 4TH

FLOOR (T417): (1) 1.5 TON MOVIN COOL

5. 5TH

FLOOR (T512A): (2) 1.5 TON MOVIN COOL

CONTRACTOR SHALL USE THE <E> 115 V POWER OUTLETS FOR POWER. IF

CONTRACTOR USES OWN TEMPORARY COOLING SYSTEM, CONTRACTOR

SHALL PROVIDE 208V POWER (IF REQUIRED BY EQUIPMENT.

C. Drawing M-5.2: Detail 6: Added Note #4 to Detail as follows:

4. WHEN MOUNTING TO A CONCRETE WALL, USED 3/8” HILTI KB-YZ, WITH

2-1/2” MIN. EMBEDMENT, IN (6) LOCATIONS.

Sincerely,

Priscilla Louangrath

Purchasing Agent

Phone: 408-270-6496

E-mail: [email protected]

Encl. Documents:

Document 00 11 15 Notice to Contractors Colling for Bids

Document 00 41 13 Bid Proposal

Document 00 73 10 Special Conditions

Document 01 21 00 Allowances

SJECCD 2017-18 Instructional Calendar ((For Reference only)

Drawing G-0.0 Cover Sheet

Drawings M-1.1.1 through M-1.1.6

Drawing M-5.2

PDF titled “Tech Center Single Line As-Built” (For Reference only)

Page 6: ADDENDUM NUMBER 01 TO THE BID DOCUMENTS BID NUMBER: … Addendum 1.pdf · training for apprenticeship programs administer by the state. The District is requesting a good faith effort

SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT

Measure G-2010 San Jose` City College #31332 – Campus HVAC Equipment & Controls Addendum No. 1

DOCUMENT 00 11 15 - NOTICE TO CONTRACTORS CALLING FOR BIDS

Version: 05/2015 Page 1

DOCUMENT 00 11 15

NOTICE TO CONTRACTORS CALLING FOR BIDS

DISTRICT: SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT

PROJECT DESCRIPTION: SAN JOSE CITY COLLEGE CAMPUS HVAC EQUIPMENT & CONTROLS, #31332 BID #G2010.0184

LAST DATE/TIME FOR 2:00 P.M. SUBMITTAL OF FEBRUARY 20, 2018 BID PROPOSAL:

PLACE FOR SUBMITTAL OF SAN JOSE EVERGREEN COMMUNITY COLLEGE DISTRICT BID PROPOSALS: DISTRICT OFFICES BUILDING, Reception Desk 40 SOUTH MARKET ST.

SAN JOSE, CA 95113 BID AND CONTRACT DOCUMENTS AVAILABLE AT:

http://www.sjeccd.edu/district-services/fiscal-services/purchasing-bids

NOTICE IS HEREBY GIVEN that the above-named California Community College District, acting by and through its Board of Trustees, hereinafter the “District” will receive up to, but not later than the above-stated date and time, sealed Bid Proposals for the Contract for the Work generally described as SAN JOSE CITY COLLEGE – CAMPUS HVAC EQUIPMENT & CONTROLS, #31332.

1 Summary of Work. The project entails new 10 ton rooftop AC unit, new split systems, Building Management System (BMS) upgrades and replacement/repairs to controllers and devices. Trade contractors associated with this project include HVAC, Electrical, and Controls. Contractor must coordinate its work with a scheduled power shut-down, as well as ongoing day-to-day operations of an active school site.

2 Submittal of Bid Proposals. All Bid Proposals shall be submitted on forms furnished by the District and are contained herein. Bid Proposals must conform with, and be responsive to, the Bid and Contract Documents, copies of which may be obtained from the District as set forth above. Only ‘sealed” Bid Proposals with the Bid # G2010.0184 on the outside of the envelope, submitted to the District at or prior to the date and time set forth above for the public opening and reading of Bid Proposals shall be considered.

3 Bid and Contract Documents. Electronic versions of the Bid and Contract Documents are available at the location stated above. The Bid and Contract Documents can also be viewed at most Bay Area Builders Exchanges. The Contractor shall be solely responsible for any printing and reproduction costs of the Bid and Contract Documents.

4 Documents Accompanying Bid Proposal. Each Bid Proposal shall be accompanied by: (a) the required Bid Security; (b) Proposed Subcontractors Form; (c) Non-Collusion Declaration; (d) the “Agreement to be Bound” and the “Agreement of Contractors”; and (e) Small/ Disadvantaged Business Utilization Form. All information or responses of a Bidder in its Bid Proposal and other

Page 7: ADDENDUM NUMBER 01 TO THE BID DOCUMENTS BID NUMBER: … Addendum 1.pdf · training for apprenticeship programs administer by the state. The District is requesting a good faith effort

SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT

Measure G-2010 San Jose` City College #31332 – Campus HVAC Equipment & Controls Addendum No. 1

DOCUMENT 00 11 15 - NOTICE TO CONTRACTORS CALLING FOR BIDS

Version: 05/2015 Page 2

documents accompanying the Bid Proposal shall be complete, accurate and true. Incomplete, inaccurate or untrue responses or information provided therein by a Bidder shall be grounds for the District to reject such Bidder’s Bid Proposal for non-responsiveness.

5 Prevailing Wage Rates. Pursuant to California Labor Code §§1770-1782, the Director of the

Department of Industrial Relations (DIR) of the State of California has determined the generally prevailing rates of wages in the locality in which the Work is to be performed. Copies of these determinations, entitled “PREVAILING WAGE SCALE”, are maintained at the District’s Offices located at 40 South Market St., San Jose, California 95113, and are available to any interested party upon request. The Contractor awarded the Contract for the Work shall post a copy of all applicable prevailing wage rates for the Work at conspicuous locations at the Site of the Work. The Contractor and all Subcontractors performing any portion of the Work shall pay not less than the applicable prevailing wage rate for the classification of labor provided by their respective workers in prosecution and execution of the Work.

6 Contractors License Classification. In accordance with the provisions of California Public Contract Code §3300, the District requires that Bidders possess the following classification(s) of California Contractors License at the time that the Contract for the Work is awarded: License Classification (B). Any Bidder not so duly and properly licensed shall be subject to all penalties imposed by law. No payment shall be made for work, labor, materials or services provided under the Contract for the Work unless and until the Registrar of Contractors verifies to the District that the Bidder awarded the Contract is properly and duly licensed to perform the Work.

7 Contractors Registration. Each Bidder submitting a proposal to complete the work, labor, materials, and/or services (“Work”) subject to this procurement must be a Department of Industrial Relations registered contractor pursuant to Labor Code §1725.5 (“DIR Registered Contractor”). A Bidder who is not a DIR Registered Contractor when submitting a proposal for the Work is deemed not qualified and the proposal of such a Bidder will be rejected for non-responsiveness. Pursuant to Labor Code §1725.5 all Subcontractors identified in a Bidder’s Subcontractors’ List

shall be DIR Registered Contractors. If awarded the Contract for the Work, at all times during performance of the Work, the Bidder and all Subcontractors, of any tier, shall be DIR Registered Contractors.

8 Bonds. The successful bidder will be required to furnish a Performance Bond and a Payment Bond, each in the amount of 100% of the Contract Price. The costs associated with providing these bonds should be included in the total amount of the bid as submitted by the Contractor.

9 Contract Time. Substantial Completion of the Work shall be achieved by (135) calendar days after the date for commencement of the Work as set forth in the Notice to Proceed issued by the District. Failure to achieve Substantial Completion within the Contract Time will result in the assessment of Liquidated Damages as detailed in Document 00 73 10 Special Conditions.

10 Bid Security. Each Bid Proposal shall be accompanied by Bid Security in an amount not less than ten percent (10%) of the maximum amount of the Bid Proposal. Failure of any Bid Proposal to be accompanied by Bid Security in the form and in the amount required shall render such Bid Proposal to be non-responsive and rejected by the District.

11 No Withdrawal of Bid Proposals. Bid Proposals shall not be withdrawn by any Bidder for a period of ninety (90) days after the opening of Bid Proposals. During this time, all Bidders shall guarantee prices quoted in their respected Bid Proposals.

12 Job-Walk. The District will conduct a Non-Mandatory Job-Walk for all contractors to perform the Work. The Job-Walk will be conducted beginning at:

Page 8: ADDENDUM NUMBER 01 TO THE BID DOCUMENTS BID NUMBER: … Addendum 1.pdf · training for apprenticeship programs administer by the state. The District is requesting a good faith effort

SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT

Measure G-2010 San Jose` City College #31332 – Campus HVAC Equipment & Controls Addendum No. 1

DOCUMENT 00 11 15 - NOTICE TO CONTRACTORS CALLING FOR BIDS

Version: 05/2015 Page 3

10:00 AM on 01/18/2018

Bidders are to meet at Building K (old Child Development Center) located on the San Jose` City College Campus adjacent to 787 Mansfield Drive, San Jose, CA at the above date and time for the Job Walk. It is the Bidder’s responsibility to place their name on the sign-in sheet at proof of attendance. Late arrivals may be prevented from attending at the sole discretion of the District. All attendees should park in the Building K parking lot (entrance on Mansfield Drive) or bring quarters to buy a parking permit for other Lots.

13 Process and deadline for Bid Questions: All questions must be emailed to the District’s Program Manager at [email protected], with a copy email to Purchasing at [email protected]. The deadline to submit questions is 5:00 PM on 02/06/2018. A question form is included herein, see Bid Document, 00 31 07. If you do not use the question form, you must still include the same details in your question that are requested by the form. The District will issue written response(s) to the bid questions as Amendments to the bid documents. Do not direct questions to any other person associated with this project; such action will only slow the District’s ability to respond to your inquiry.

14 Substitute Security. In accordance with the provisions of California Public Contract Code §22300, substitution of eligible and equivalent securities for any monies withheld by the District to ensure the Contractor’s performance under the Contract will be permitted at the request and expense of the Contractor and in conformity with California Public Contract Code §22300. The foregoing notwithstanding, the Bidder to whom the Contract is awarded shall have ten (10) days following action by the District’s Board of Trustees to award the Contract to such Bidder to its written request to the District to permit the substitution of securities for retention under California Public Contract Code §22300. The failure of such Bidder to make such written request to the District within said ten (10) day period shall be deemed a waiver of the Bidder’s rights under California Public Contract Code §22300.

15 Waiver of Irregularities. The District reserves the right to reject any and all Bid Proposals or to waive any irregularities or informalities in any Bid Proposal or in the bidding procedure.

16 Award of Contract. The Contract for the Work, if awarded, will be by action of the District’s Board of Trustees to the responsible Bidder submitting the lowest responsive Bid Proposal. If the Bid Proposal requires Bidders to propose prices for Alternate Bid Items, the District’s selection of Alternate Bid Items, if any, for determination of the lowest priced Bid Proposal and for inclusion in the scope of the Contract to be awarded shall be in accordance with the Instructions for Bidders. The District reserves the right to reject any and all Bid Proposals or to waive any irregularities or informalities in any Bid Proposal or in the bidding procedure.

17 Construction Estimate (Base Bid only): Approximately $570,000.00 18 Construction Careers Agreement. General Contractors submitting bids must provide evidence of acceptance of the terms and conditions of the Construction Careers Agreement (PSA) between San Jose / Evergreen Community College District and the Santa Clara & San Benito Counties Building and Construction Trades Council at the time of bid. Therefore, contractors must submit the completed and signed “Agreement to Be Bound” and the completed and signed “Agreement of Contractors” with their bid. Additionally, all contractors and subcontractors of any tier on this project will be subject to, and will also be required to be bound by the PSA. The PSA can be found at:

http://www.sjeccd.edu/Bids/Documents/Construction%20Careers%20Agreement%20w%20all%2

0Docs%206-25-13.pdf

Page 9: ADDENDUM NUMBER 01 TO THE BID DOCUMENTS BID NUMBER: … Addendum 1.pdf · training for apprenticeship programs administer by the state. The District is requesting a good faith effort

SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT

Measure G-2010 San Jose` City College #31332 – Campus HVAC Equipment & Controls Addendum No. 1

DOCUMENT 00 11 15 - NOTICE TO CONTRACTORS CALLING FOR BIDS

Version: 05/2015 Page 4

18 Small and Disadvantaged Business Enterprises. The District has set a goal of 15% combined utilization of small and disadvantaged contractors & suppliers on all projects unless otherwise noted. A. The District recognizes small and disadvantaged Contractor and Supplier certifications

granted to firms by any of the following agencies:

Department of General Services Bureau of Minority & Women Business Opportunities (DGS BMWBO) Federal Department of Transportation National Minority Development Council (NMSDC) or its affiliates Women Business Enterprise National Counsel (WBENC) National Women Business Owners Corporation (NWBOC) Minority Business Enterprise Council (MBEC) State of California San Francisco Human Rights Commission City of Oakland City of San Jose County of Santa Clara County of Alameda County of San Mateo

The District reserves the right to revise this list at its own discretion

B. The Small and Disadvantaged Contractor/Supplier Utilization Form, Section 00 42 13, is required to be submitted with each bid.

E. If there is no anticipated participation of small and disadvantaged businesses on this project, a

justification letter must be submitted with the bid for SJECCD’s review. If the District, in its sole discretion, determines that the Contractor has provided reasonable justification of the contractor’s failure to attain the anticipated level of participation, then the Contractor will not be subject to sanctions including removal from a SJECCD Prequalified Bidder’s List, if applicable.

END OF DOCUMENT

Page 10: ADDENDUM NUMBER 01 TO THE BID DOCUMENTS BID NUMBER: … Addendum 1.pdf · training for apprenticeship programs administer by the state. The District is requesting a good faith effort

SAN JOSÈ / EVERGREEN COMMUNITY COLLEGE DISTRICT

Measure G-2010 San Jose` City College #31332 – Campus HVAC Equipment & Controls Addendum No. 1

DOCUMENT 00 31 07 BID QUESTION FORM

Version: 02/2015 Page 1

To: San Jose Evergreen Community College District 40 South Market St. San Jose, CA 95113

Attention: Chris Untrauer

Email: [email protected]

Cc: [email protected]

Bid Package #G2010.0184 Campus HVAC Equipment & Controls

Bid Question From : Company Attention:

Date:

Re:

Reference Drawing No. Reference Detail(s) :

Reference Spec. Section Reference Paragraph(s) :

Question:

Answer:

Answered By: Firm:

Date:

Question Included in Addendum No. to Bid Package No.

By: Date:

Last Date and Time questions can be received is

Date: 02/06/18 Time: 5:00 PM

Page 11: ADDENDUM NUMBER 01 TO THE BID DOCUMENTS BID NUMBER: … Addendum 1.pdf · training for apprenticeship programs administer by the state. The District is requesting a good faith effort

SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT

Measure G-2010 San Jose` City College #31332 – Campus HVAC Equipment & Controls Addendum No. 1

DOCUMENT 00 41 13 - BID PROPOSAL

Version: 07/19/2017 Page 1 of 4

DOCUMENT 00 41 13

BID PROPOSAL

TO: SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT, a California Community

College District, acting by and through its Board of Trustees ("the District"). FROM: _____________________________________________

(Name of Bidder)

_____________________________________________

(Address)

_____________________________________________

(City, State, Zip Code)

_____________________________________________

(Federal Tax I. D.)

_____________________________________________

(Telephone/Fax)

_____________________________________________

(Contractor’s License Number)

_____________________________________________

(Contractor’s DIR Registration Number)

_____________________________________________

[E-Mail Address of Bidder’s Representative(s)]

_____________________________________________

[Name(s) of Bidder's Authorized Representative(s)]

1. Bid Proposal

1.1 Acknowledgment of Bid Allowances. The Bidder confirms that the Bid Proposal amount shown in paragraph 1.2 below, incorporates and is inclusive of all Allowances detailed in Section 01 21 00 for added work at District’s request.

Allowance #1, Additional hardware, equipment and control wiring, if determined during construction that the additional hardware/equipment, other than that identified on the drawings, is required for a fully operable system. Hazmat Abatement: $60,000.00

Total Schedule of Allowances……………………………………………..…$60,000.00

1.2 Base Bid Proposal Amount. The undersigned Bidder proposes and agrees to perform the Contract including, without limitation, providing and furnishing any and all of the labor, materials, tools, equipment and services necessary to perform the contract & complete the San Jose` City College – Campus HVAC Equipment & Controls, project #31332 for the sum of: Dollars

Page 12: ADDENDUM NUMBER 01 TO THE BID DOCUMENTS BID NUMBER: … Addendum 1.pdf · training for apprenticeship programs administer by the state. The District is requesting a good faith effort

SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT

Measure G-2010 San Jose` City College #31332 – Campus HVAC Equipment & Controls Addendum No. 1

DOCUMENT 00 41 13 - BID PROPOSAL

Version: 07/19/2017 Page 2 of 4

$____________________________________________________________. The Bidder confirms that it has checked all of the above figures and that the Bid Proposal amount includes the allowances described in Paragraph 1.1 above. Furthermore, the Bidder understands that neither the District nor any of its agents, employees or representatives shall be responsible for any errors or omissions on the part of the undersigned Bidder in preparing and submitting this Bid Proposal. The Contract Award will be pursuant to Document 00 21 13, Instructions to Bidders, Paragraph 12.3, in accordance with Public Contract Code Section 20103.8(a), the lowest bid shall be the lowest bid price on the base contract without consideration of the prices on the additive or deductive items described in Paragraph 1.3 below.

1.3 Bid Alternates. The Bidder’s price proposal for bid alternates is set forth in the

Bid Alternates section below. Reference Section 01 23 00 for the description of the Bid Alternates required and enter the calculated amount below.

Bid Alternates shall state the NET AMOUNT to be ADDED TO or DEDUCTED FROM the BASE BID PRICE, as applicable.

The changes described in each Bid Alternate shall only become incorporated into the work if the District elects to proceed with one or more or any combination of the Bid Alternates and amends the District-Contractor Agreement accordingly. The selection of Bid Alternates may occur prior to the Contract Date, or may, by the Agreement, be deferred for possible selection at a subsequent date.

Acceptance or Rejection: Acceptance or rejection of each Bid Alternate is at the discretion of the District. None, any, or all Bid Alternates may be accepted or rejected in any sequence by the District.

Modifications to the work shall require furnishing and installing the selected Bid Alternate materials and labor to the satisfaction of the District’s Representative at no additional cost to the District other than described in the applicable Bid Alternate.

Extent of Bid Alternates: Bidders shall determine the full extent of work affected by each Bid Alternate and shall make full and proper allowance for such extent.

Each Bid Alternate price must include all labor, materials, equipment, facilities, transportation, and services to complete all work related to the Bid Alternate.

No increase in Contract days or extension of Contract completion schedule shall be made for work required by Bid Alternate improvements.

Bid Alternates: NA

Page 13: ADDENDUM NUMBER 01 TO THE BID DOCUMENTS BID NUMBER: … Addendum 1.pdf · training for apprenticeship programs administer by the state. The District is requesting a good faith effort

SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT

Measure G-2010 San Jose` City College #31332 – Campus HVAC Equipment & Controls Addendum No. 1

DOCUMENT 00 41 13 - BID PROPOSAL

Version: 07/19/2017 Page 3 of 4

1.4 Acknowledgment of Bid Addenda. The Bidder confirms that this Bid Proposal

incorporates, and is inclusive of, all items or other matters contained in Addenda issued by or on behalf of the District.

Addenda # ___ to the Bid Documents has been received & acknowledged. ____ (initial) Addenda # ___ to the Bid Documents has been received & acknowledged. ____ (initial) Addenda # ___ to the Bid Documents has been received & acknowledged. ____ (initial) Addenda # ___ to the Bid Documents has been received & acknowledged. ____ (initial)

2. Documents Accompanying Bid. The Bidder has submitted with this Bid Proposal the following: (a) Bid Security; (b) Proposed Subcontractors Form; (c) Non-Collusion Declaration; (d) Construction Careers Agreement To Be Bound and Construction Careers Program Agreement of Contractors and (e) Small/Disadvantaged Business Utilization Form. The Bidder acknowledges that if this Bid Proposal and the foregoing documents are not fully in compliance with applicable requirements set forth in the Notice to Contractors Calling for Bids, the Instructions to Bidders and in each of the foregoing documents, the Bid Proposal may be rejected as non-responsive.

3. Award of Contract. If the Bidder submitting this Bid Proposal is awarded the Contract, the undersigned will execute and deliver to the District the Agreement in the form attached hereto within five (5) working days after notification of Intent to Award the Contract. Concurrently with delivery of the executed Agreement to the District, the Bidder awarded the Contract shall deliver to the District: (a) Certificates of Insurance evidencing all insurance coverages required under the Contract Documents; (b) the Performance Bond; (c) the Labor and Material Payment Bond; (d) the Certificate of Workers’ Compensation Insurance; and (e) the Drug-Free Workplace Certificate. Failure of the Bidder awarded the Contract to strictly comply with the preceding may result in the District’s rescission of the award of the Contract and forfeiture of the Bidder’s Bid Security. In such event, the District may, in its sole and exclusive discretion elect to award the Contract to the responsible Bidder submitting the next lowest Bid Proposal, or to reject all Bid Proposals.

4. Contractor's License. The undersigned Bidder is currently and duly licensed in accordance with the California Contractors License Law, California Business & Professions Code §§7000-7020., under the following classification “B” bearing License Number__________________, with expiration date of ____________. The Bidder certifies that: (a) it is duly licensed, in the necessary class(es), for performing the Work of the Contract Documents; (b) that such license shall be in full force and effect throughout the duration of the performance of the Work under the Contract Documents; and (c) that all Subcontractors providing or performing any portion of the Work shall be so properly licensed to perform or provide such portion of the Work.

5. Contractor’s Registration. Each Bidder submitting a proposal to complete the work, labor, materials and/or services (“Work”) subject to this procurement must be a Department of Industrial Relations registered contractor pursuant to Labor Code §1725.5 (“DIR Registered Contractor”). A Bidder who is not a DIR Registered Contractor, when submitting a proposal for the Work is deemed “not qualified” and the proposal of such a Bidder will be rejected for non-responsiveness. Pursuant to Labor Code §1725.5, all

Page 14: ADDENDUM NUMBER 01 TO THE BID DOCUMENTS BID NUMBER: … Addendum 1.pdf · training for apprenticeship programs administer by the state. The District is requesting a good faith effort

SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT

Measure G-2010 San Jose` City College #31332 – Campus HVAC Equipment & Controls Addendum No. 1

DOCUMENT 00 41 13 - BID PROPOSAL

Version: 07/19/2017 Page 4 of 4

Subcontractors identified in a Bidder’s Subcontractors’ List shall be DIR Registered Contractors. If awarded the Contract for the Work, at all times during performance of the Work, the Bidder and all Subcontractors, of any tier, shall be DIR Registered Contractors.

6. Designation of Subcontractors: Subcontractors’ List. Each Bidder shall submit a list of its proposed Subcontractors (with location of businesses and contractors’ license numbers) for the proposed Work as required by Bidletting and Subcontracting Fair Practices Act (California Public Contract Code §§4100 – 4114) on the form published. The failure of any Bid Proposal to include information required by the Subcontractors’ List will result in a rejection of the Bid Proposal for non-responsiveness..

7. Acknowledgment and Confirmation. The undersigned Bidder acknowledges its receipt, review and understanding of the Drawings, the Specifications and other Contract Documents pertaining to the proposed Work. The undersigned Bidder certifies that the Contract Documents are, in its opinion, adequate, feasible and complete for providing, performing and constructing the Work in a sound and suitable manner for the use specified and intended by the Contract Documents. The undersigned Bidder certifies that it has, or has available, all necessary equipment, personnel, materials, facilities and technical and financial ability to complete the Work for the amount bid herein within the Contract Time and in accordance with the Contract Documents.

By: ______________________________________ (Signature)

(Corporate Seal)

_________________________________________ (Typed or Printed Name)

Title: _________________________________________ END OF DOCUMENT

Page 15: ADDENDUM NUMBER 01 TO THE BID DOCUMENTS BID NUMBER: … Addendum 1.pdf · training for apprenticeship programs administer by the state. The District is requesting a good faith effort

SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT

Measure G-2010 San Jose` City College #31332 – Campus HVAC Equipment & Controls Addendum No. 1

DOCUMENT 00 73 10 - SPECIAL CONDITIONS

Version: 2/2015 Page 1

DOCUMENT 00 73 10

SPECIAL CONDITIONS

1. Application of Special Conditions. These Special Conditions are part of the Contract

Documents for the Work generally described as: Campus HVAC Equipment and Controls,

#31332. In accordance with Contracting Definitions Article 11.1.3, these Special Conditions shall control over the General Conditions.

2. Drawings and Specifications. The number of sets of the Drawings and Specifications, which the District will provide to the Contractor, pursuant to Article 1.1.3 of the General Conditions is

THREE (3).

3. Insurance.

3.1 Contractor’s Insurance. Pursuant to Article 5 of the General Conditions, the Contractor shall obtain and maintain the following insurance coverages with minimum coverage amounts as set forth below:

Commercial General Liability Insurance:

Per Occurrence $1,000,000

Aggregate $2,000,000

Commercial Automobile Liability Insurance:

Per Occurrence $1,000,000

Aggregate $2,000,000

Workers Compensation Insurance: In accordance with limits established by law.

3.2 Builders Risk Insurance. In accordance with Article 5.3 of the General Conditions coverage shall be provided for the full insurable value of the Work. Coverage for the perils of earthquakes is not to be included within the scope of coverage under the Builders Risk Insurance Policy.

3.3 Subcontractor’s Insurance. Pursuant to Article 5 of the General Conditions, the Contractor shall obtain and maintain the following insurance coverages with minimum coverage amounts as set forth below:

Commercial General Liability Insurance:

Per Occurrence $1,000,000

Aggregate $2,000,000

Commercial Automobile Liability Insurance:

Per Occurrence $1,000,000

Aggregate $2,000,000

Workers Compensation Insurance: In accordance with limits established by law.

Page 16: ADDENDUM NUMBER 01 TO THE BID DOCUMENTS BID NUMBER: … Addendum 1.pdf · training for apprenticeship programs administer by the state. The District is requesting a good faith effort

SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT

Measure G-2010 San Jose` City College #31332 – Campus HVAC Equipment & Controls Addendum No. 1

DOCUMENT 00 73 10 - SPECIAL CONDITIONS

Version: 2/2015 Page 2

4. Contract Time. Substantial Completion shall be achieved One Hundred Thirty-five (135) calendar days after the date for commencement of the Work as set forth in the Notice to Proceed.

Notice to Proceed is anticipated to be issued by the District around March 19, 2018. Failure to achieve the requirements of a milestone shall result in the assessment of Liquidated Damages in a daily rate as specified in the Agreement and in these Special Conditions, as referenced to in Section 6.5 of the General Conditions.

4.1 Construction Milestones – Total Calendar Days: 135

If the Notice to Proceed is not issued on March 19, 2018, then the 135 calendar days shall be

reduced and the substantial completion date of July 31, 2018 and all Construction Milestone substantial completion dates shall still remain in effect as the contract requirement determent, for the project.

Construction Milestones

Milestones Start Date Substantial

Completion

Calendar

Days

1. Submittals 03.19.18 04.02.18 14

2. Long Lead-Time Procurement 03.19.18 05.31.18 74

3. Technology Center AC-2 Replacement 05.29.18 06.04.18 7

4. Theater Lobby - Split Systems 05.26.18 06.17.18 23

5. Substantial Completion 03.19.18 07.31.17 135

Milestone 1: Submittals. All Product Data (including controls components), Shop Drawings, and General Condition Submittals, including but not limited to Safety Plan, Waste Minimization Plan, SWPP Plan, Temporary Facilities and Controls, Schedule of Values, Project Schedule, and Delivery Schedule shall be submitted to the Program Manager for review in accordance with Submittal Procedures of the specifications. The intent of this milestone is to complete long lead and critical submittals that allow long lead procurement to proceed and establish the remaining milestones, schedule, and completion of the project.

Milestone 2: Long Lead-Time Procurement. All products, components, and parts required to complete Milestones 3 and 4 shall be available for installation of the AC units prior to commencement of Milestones 3 and 4. Contractor shall submit a delivery schedule of all critical equipment and material to complete the work on time.

Milestone 3: Technology Center AC-2 Replacement. AC-2 unit provides cooling to five (5) IT rooms, which is a critical controlled environment for the college’s network, data, and telephony service to students and faculty. Contractor shall demo the existing AC unit and install and have the new unit providing conditioned air in seven (7) days. During this down time, the contractor shall provide temporary cooling for all five IT rooms. The first week after Spring Semester is the most inactive time on the campus. If a crane is used to remove and replace AC-2, the lift operation may occur on Monday-Friday; weekend work is not required for this construction activity. There may be some flexibility on the start and end date of the seven (7) days allowed for this work, but it must be completed between the end of Spring Session (May 25, 2018) and the beginning of Summer Session (June18, 2018). Any changes to the start and end date within flexible period for this work must be submitted with the preliminary project schedule for approval. Other work associated with the replacement of AC-2 can be completed per the approved Project Schedule, but must not interfere with college operations.

Page 17: ADDENDUM NUMBER 01 TO THE BID DOCUMENTS BID NUMBER: … Addendum 1.pdf · training for apprenticeship programs administer by the state. The District is requesting a good faith effort

SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT

Measure G-2010 San Jose` City College #31332 – Campus HVAC Equipment & Controls Addendum No. 1

DOCUMENT 00 73 10 - SPECIAL CONDITIONS

Version: 2/2015 Page 3

Milestone 4: Theater Lobby - Split Systems. Theater Lobby has a café and is a gathering place for students and faculty. All construction activity within the lobby for the split systems shall be completed between May 26, 2018 and June 17, 2018. Construction outside the lobby, such as condenser pad and equipment may be worked on prior to the break between Spring Session and Summer Session provided the work does not interfere with college operations.

Milestone 5: Substantial Completion. All work shall be completed by July 31. 2018. The work shall not interfere with college operations. Exhibit A: Spring-18_Schedule is provided for the contractor to schedule work when class is not in session. All classes in the Exhibit provide the class room, which also provide the building for the class. In the exhibit the class room will have a suffix associated with the class room. An example is T419; T is for the building Technology Center, 419 is the classroom that is on the 4

th floor of the Technology Center

buildings. The table below provides the building name associated with the suffix of the classroom on Exhibit A. Building Suffix Example Technology Center T T419 Career Tech CT CT114 Cosmetology C C108 Science Complex S S102 Business B B201 Library (LRC) L L105 Summer Session (2018) class schedule shall not be established until February 2018. Exhibit B: Summer-17_Schedule is provided as an example of the typical lighter class load for Summer Sessions. District shall provide Summer 2018 Class Schedule when it becomes available in February 2018. Intersession break, between Spring and Summer Sessions: May 26, 2018 through June 17, 2018, no classes are scheduled. Contractor shall perform work that would interfere with college operations during this time frame. Spring break is from March 26 through March 30, 2018, no classes are scheduled over Spring break. Work areas in commons spaces, such as the Student Services building, Library building, and corridors of all buildings, may require performing the work on off-hours or the work can be scheduled during intersession break defined above. The college may have rentals that are not included in the class schedules. Rental schedules shall be provided as they become available. Commissioning shall be completed by the Substantial Completion date of July 31, 2018.

5. Liquidated Damages for Delayed Substantial Completion. The Contractor shall be subject to

assessment of Liquidated Damages for failure to achieve Substantial Completion by the above

stated Substantial Completion date at the per diem rate of One Thousand Dollars ($1,000.00) until Substantial Completion is achieved.

Contractor shall complete All Punch List items associated with Substantial Completion on or

before August 14. 2018. The per diem assessment of Liquidated Damages for delayed completion of Punch List items fourteen (14) days after Substantial Completion is Fifty Dollars

Page 18: ADDENDUM NUMBER 01 TO THE BID DOCUMENTS BID NUMBER: … Addendum 1.pdf · training for apprenticeship programs administer by the state. The District is requesting a good faith effort

SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT

Measure G-2010 San Jose` City College #31332 – Campus HVAC Equipment & Controls Addendum No. 1

DOCUMENT 00 73 10 - SPECIAL CONDITIONS

Version: 2/2015 Page 4

($50) per item, per day, until all Punch List items are completed. No notice of imposition of these Punch List liquidated damages will be given to Contractor, nor will be required as a condition precedent to charging same to Contractor.

6. Construction Access. In order to minimize the impact of construction activities to the Campus, the Contractor is responsible for securing the site including building, exterior walkways, lay-down/storage areas and staging areas as well as pathways to, from and around the work area(s). Contractor is also responsible for supplying a safe and unobstructed path of travel around the work area(s). The Contractor is to provide proper access and protection for the work area(s) and shall utilize signage, chain link fencing with fabric or slats, etc. and other means and methods to accomplish these requirements. The perimeter construction fence may require rearranging for construction duration to accommodate Campus functions or access to adjacent work.

a. Traffic:

i. Extreme caution must be practiced when driving on the premises. When driving construction equipment or making deliveries during school hours, two (2) or more ground guides shall lead the vehicle across the area of travel. In no case shall driving take place across playgrounds or other pedestrian paths during class period changes or other times when crowds are present. The speed limit on-the Premises shall be five (5) miles per hour (maximum) or less if conditions require.

ii. All paths of travel for deliveries, including without limitation, material, equipment, and supply deliveries, shall be reviewed and approved by District in advance. Any damage will be repaired to the pre-damaged condition by the Contractor.

iii. The District shall designate a construction entry to the Site. If Contractor requests, and the District determines it is required, and to the extent possible, District shall designate a staging area so as not to interfere with the normal functioning of school facilities. Location of gates and fencing shall be approved in advance with District and at Contractor's expense.

iv. Parking areas shall be reviewed and approved by District in advance. No parking is to occur under the drip line of trees or in areas that could otherwise be damaged.

b. All of the above shall be observed and complied with by the Contractor and all workers on the Site. Failure to follow these directives could result in individual(s) being suspended or removed from the work force at the discretion of the District. The same rules and regulations shall apply equally to delivery personnel, inspectors, consultants, and other visitors to the Site.

c. The District will issue three (3) sets of keys to the awarded contractor. On occasion the contractor will be required to get access by calling the Campus Police to gain entry; there will be isolated cases for this situation.

7. Site Utilization. Contractor is responsible for conforming to, and containing their activities within the confines of the project area as defined on the drawings and as approved by the District. A Work Plan shall be submitted showing at least the area of work, durations, utilities affected, wayfinding signage, safety facilities, fencing and access. The Work Plan shall be submitted by the Contractor and approved by the District prior to the start of work in any project area as defined in the drawings.

8. Contractors working adjacent to project. There may be other contractors working adjacent to

Page 19: ADDENDUM NUMBER 01 TO THE BID DOCUMENTS BID NUMBER: … Addendum 1.pdf · training for apprenticeship programs administer by the state. The District is requesting a good faith effort

SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT

Measure G-2010 San Jose` City College #31332 – Campus HVAC Equipment & Controls Addendum No. 1

DOCUMENT 00 73 10 - SPECIAL CONDITIONS

Version: 2/2015 Page 5

this project. Contractor must coordinate work with these contractors for utility connections, access to work, and other items as set forth in Article 9 of the General Conditions.

9. Rain Days. For purposes of Article 6.4.1 of the General Conditions, Five (5) Rain Days (days of actual precipitation of 0.10 inch or greater based on NOAA climatological data for San Jose, California last revised in April 16, 2012 are expected during the Contract Time. The Contractor’s Construction Schedules prepared pursuant to Article 6 of the General Conditions shall incorporate the number of expected Rain Days set forth above and there shall be no adjustments to the Contract Time on account of unusually severe weather conditions resulting from rainfall until the actual number of Rain Days exceed those set forth above.

10. Owner-Furnished, Owner-Installed (OFOI) Items. The following items will be OFOI: NA

11. Owner-Furnished, Contractor-Installed (OFCI) Items. The following items will be OFOI: NA

12. Existing Campus Utility Connections. Contractor shall maintain all services (Electrical, Fire Alarm, HVAC hot/cold water, Voice/Data, Domestic water, etc.) to all adjacent buildings at all times during Construction. All utility interruptions must be scheduled with the Program Manager

and Campus Representatives at least 72 hours in advance. Refer also to Section 01 51 10 of the Contract Documents.

Shift work and/or overtime work may be required for abatement, tie-ins and shutdowns for trade work. Contractor shall provide all necessary manpower and supervision required to accommodate shift work and/or overtime, in order to minimize disruption to daily operations. No adjustment to contract sum will be granted for overtime or shift work. It shall be understood and agreed that all costs associated with such work for this Project will have already been included in the fixed Contract Price.

13. Submittals and Material Delivery Schedule. Contractor shall submit to Program Manager a schedule indicating lead times and required delivery dates for all major components under this

scope of work within 14 calendar days after award of Contract.

14. Storm Water Pollution Prevention. There will be a “Zero Tolerance” for unregulated use of storm drains. Do not dump, spill, empty, or wash anything into a storm drain under any circumstances. This restriction includes all wash waters from tools, vehicles or equipment.

15. Noise. Construction noise shall not be present before 7:30 a.m. or after 6:00pm. Delivery trucks should not be on campus and idling motors waiting to make deliveries prior to 7:30 a.m.

16. Hazardous Materials. Hazardous materials abatement work must be done by a properly licensed and certified contractor. The District shall perform sample testing in Theater Lobby and the Construction Manager shall provide the Hazardous Material testing results to the Contractor.

17. EIR Compliance. The Environmental Impact Report and its associated Mitigation Monitoring and Reporting Program (MMRP) prepared for San Jose / Evergreen Community College District Projects shall apply to this project. The Report and the Mitigation Measures are available at the Program Manager’s office for review.

18. Or Equal. In circumstances throughout the technical specifications and drawings where the information regarding the request to substitute a specified item for an “or equal” may conflict with Document 00 21 13 - Instruction for Bidders, Item 23 - Substitution of Specified Items, the latter

Page 20: ADDENDUM NUMBER 01 TO THE BID DOCUMENTS BID NUMBER: … Addendum 1.pdf · training for apprenticeship programs administer by the state. The District is requesting a good faith effort

SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT

Measure G-2010 San Jose` City College #31332 – Campus HVAC Equipment & Controls Addendum No. 1

DOCUMENT 00 73 10 - SPECIAL CONDITIONS

Version: 2/2015 Page 6

shall prevail. In circumstances throughout the technical specifications and drawings where only one brand or model is listed, and such item is not designated as a District Standard, the term “or equal” shall apply.

19. District Standards. Pursuant to Public Contract Code 3400(b) and General Conditions Article 3.8.2, the District is in the process of standardizing some building components and systems, including but not limited to the list below, throughout the San Jose / Evergreen Community College District or specific to each of the two campuses, in order to match other products in use on a particular public improvement either completed or in the course of completion:

Tridium Niagara FX Front End

Johnson FX70 JACEs

Bellimo Actuators

Hawkeye current sensors

20. Special Care. During demolition and construction designated areas must be given special care to ensure the equipment is not damaged. Any “protective cover” must be approved by the Program Manager and Campus Representatives before hand and any disconnections, etc. must be coordinated 72 hours in advance, no exceptions.

21. Markups on Changes to the Work: In the event of Changes to the Work, pursuant to Article 8 of the General Conditions, the mark-up for all overhead, General Conditions costs and profit, for added scope and reductions in scope are defined in Section 01 26 00.

22. General Conditions Article 6.3.1 - Submittal of Preliminary Construction Schedule. Add the following sentence to this Article: “Submit all construction schedules in both printed and electronic format, with scheduling logic available for review by the District.” The construction schedule shall include tasks by building including but not limited to the following: Equipment and device lead times, demolition, roofing, equipment pads, installation of new equipment and devices, electrical, refrigerant lines, TAB, graphics, and commissioning.

23. Construction Careers Program Agreement. In order to be responsive, all prime contractors submitting bid proposals on this project must submit the Construction Careers Agreement’s Appendix A – “Agreement to be Bound” and Appendix B – Construction Technology Program “Agreement of Contractors” with their Bid Proposals. Furthermore, the District requires that the apparent low bidder and the apparent second lowest bidder submit the signed “Agreement To Be Bound” and “Agreement of Contractors” for each company on their Subcontractor’s list to the District within three (3) business days after bids are publicly opened. Copies of the executed

agreements must be submitted via email to Priscilla Loungrath – SJECCD/Purchasing at:

[email protected].

Note: All tiers of Subcontractors, whether required to be listed by statute or not, shall execute

both Appendix A – “Agreement to be Bound” and Appendix B -Construction Technology Program – “Agreement of Contractors” of the Construction Careers Agreement, as well as the “Contractor Work-Assignment Form” included at the end of this Section, prior to the beginning of any work.

24. Employment of Students. To be considered in compliance with the Construction Careers Agreement, the Contractor and its Subcontractors shall, during the duration of the Contract, utilize at least (1) full-time (40 hours per week) student interns enrolled in the San Jose / Evergreen Community College District’s internship program, or an equivalent hourly rate of intern employment pro-rated over the duration of the project. The Contractor shall report compliance in its monthly Progress Status Report.

END OF DOCUMENT

Page 21: ADDENDUM NUMBER 01 TO THE BID DOCUMENTS BID NUMBER: … Addendum 1.pdf · training for apprenticeship programs administer by the state. The District is requesting a good faith effort

SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT

Measure G-2010 San Jose` City College #31332 – Campus HVAC Equipment & Controls Addendum No. 1

SECTION 01 21 00 - ALLOWANCES

Version: 10/2012 Page 1

SECTION 01 21 00

ALLOWANCES PART 1 - GENERAL 1.01 SUMMARY

A. This Section includes administrative and procedural requirements governing the following:

1. Lump sum allowances. 1.02 RELATED SECTIONS

A. Section 01 33 00 - Submittal Procedures 1.03 SELECTION AND PURCHASE

A. At the earliest practical date after award of the Contract, advise Architect of the date when final selection and purchase of each product or system described by an allowance must be completed to avoid delaying the Work.

1.04 SUBMITTALS

A. Submit product data and shop drawings matching the treatments of existing conditions in accordance with the conditions of the contract.

1.05 USE OF ALLOWANCES

A. Allowances will be used only at the direction and/or approval of the District.

B. The Contractor shall list all allowances on the Bid Proposal and include in the Base Bid. The Contractor’s costs for overhead, profit and applicable taxes shall be included in the allowance. The Contract Sum shall be adjusted by Change Order if the actual quantity required is more than or less than the quantity as specified in the Bid Proposal.

PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION 3.01 SCHEDULE OF ALLOWANCES

A. Project-specific Schedule of Allowances.

Allowance Amount Description

#1 $60,000

Additional hardware, equipment and control wiring, if determined during construction that the additional hardware/equipment, other than that identified on the drawings, is required for a fully operable system. Hazmat Abatement.

END OF SECTION