Upload
others
View
2
Download
0
Embed Size (px)
Citation preview
Measure E Series 1 Improvements – IHS Classroom Modernization and UHS Science Classroom Modernization Addendum A
ADDENDUM NO. A
TO: All Registered Bidders
DATE: December 6, 2017
PROJECT: Irvine Unified School District
Measure E Series 1 Improvements - IHS Classroom Modernization and UHS Science Classroom Modernization
CONTACT: Milo Oostinga, Ledesma & Meyer Construction Co., Inc.
This Addendum forms a part of the Contract Documents for the Project described above and
shall supersede referenced sections of the original Bidding Documents. This Addendum is an
integral part of said Bidding Documents and shall be acknowledged in the Contractor’s Bid
Proposal form. Failure to acknowledge receipt of this Addendum in the Bid may cause the Bid
to be rejected.
This addendum is divided into seven (7) parts: Instructions and Procedures, Public Works Bid
Package, Project Specifications, Drawings, Prior Addenda, Other Documents, and Pre-Bid
Questions.
I. INSTRUCTIONS AND PROCEDURES
1. The following changes, omissions and/or additions to the Bid Specification shall apply to proposals made for and to the execution of the various parts of the work affected thereby, and all other conditions shall remain the same.
2. Careful note of the Addendum shall be taken by all parties of interest so that the proper allowance may be made in all computations and estimates, and all trades affected shall be fully advised in the performance of the work which will be required of them.
3. In case of conflict between the Drawings, Specifications, and this Addendum, this
Addendum shall govern.
Measure E Series 1 Improvements – IHS Classroom Modernization and UHS Science Classroom Modernization Addendum A
PREQUALIFICATION NOTIFICATION
1. A list of the prequalified contractors will be posted on Irvine Unified School District’s Website and Crisp Imaging / Planwell on December 7, 2017 by 2:00pm;
https://iusd.org/about/departments/business-services/facilities-planning-construction-services/bidder-information
II. PUBLIC WORKS BID PACKET
1. Notice Calling for Bids, Revise as follows:
• BID DEADLINE: 10:00am of the 9th day of January 2018
2. Information for Bidders. Item 10. Interpretation of Project Documents, Revise as follows:
• On or before December 18, 2017 by 12:00 P.M.
3. Supplemental Conditions, Attachment A – Contract Document Listing: Remove the “Attachment A – Contract Document Listing” in its entirety and replace with the “Attachment A – Contract Document Listing” dated December 6, 2017 and labeled Addendum A.
4. Supplemental Conditions, Attachment C – Trade Specific Inclusions: Remove the “Attachment C – Trade Specific Inclusions” in its entirety and replace with the “Attachment C –Trade Specific Inclusions” dated December 6, 2017 and labeled Addendum A.
III: PROJECT SPECIFICATIONS - Original Bid Documents are hereby replaced by
Addendum No. A (DSA Approved) Documents in their entirety.
IRVINE HIGH SCHOOL 1. See attached Irvine High School Addendum No. A, dated December 5, 2017 for
clarification on items that have changed from the Original Bid Documents to Addendum No. A Documents.
UNIVERSITY HIGH SCHOOL 2. See attached University High School Addendum No. A, dated December 4, 2017 for
clarification on items that have changed from the Original Bid Documents to Addendum No. A Documents.
IV: DRAWINGS - Original Bid Documents are hereby replaced by Addendum No. A
(DSA Approved) Documents in their entirety.
IRVINE HIGH SCHOOL 1. See attached Irvine High School Addendum No. A, dated December 5, 2017 for
clarification on items that have changed from the Original Bid Documents to Addendum No. A Documents.
Measure E Series 1 Improvements – IHS Classroom Modernization and UHS Science Classroom Modernization Addendum A
UNIVERSITY HIGH SCHOOL 2. See attached University High School Addendum No. A, dated December 4, 2017 for
clarification on items that have changed from the Original Bid Documents to Addendum No. A Documents.
V: CHANGES TO PRIOR ADDENDA
None.
VI: OTHER DOCUMENTS
1 See attached Irvine High School Addendum No. A, dated December 4, 2017 2. See attached University High School Addendum No. A, dated December 5, 2017.
VII: PRE-BID QUESTIONS
No. 1 Question: (CM’s RFBI #IHS-001) – Gilbert & Stearns, submitted 11/27/17 - IHS - Lighting Control Symbols – Please see Lighting Controls symbols as shown on sheet E-0.1.- 1.) The Hexagon wall mount symbol containing the letter "L" is to be an on/off control station: Line or Low Voltage? 2.) The Hexagon wall mount symbol containing the letter "E" is to be Entrance Lighting Dimming Control Station. Is this to be Low Voltage. 3.) Plan sheets for most rooms show a Hexagon Wall Mount Symbol containing the letter "I". Please assign function to this symbol. 4.) Plan sheets do not include any form of Lighting Control/s Drawing/s for Classrooms, Common Areas, Work Rooms, and/or Misc. Please provide drawings for above. 5.) Please Define the Brand of, type of, Symbols Lists for Devices with Part Numbers for, the Desired Lighting Control System. I.E. "Light", Lutron, or other. The Specs are not definitive as to this requirement. 6.) Symbol on Symbols List, sheet E-01 shows a Triangle for the combination, power, data, audio/visual devices. Please specify the Make, Model, Part numbers, finishes for trims, type, color, style, material/s of the flanges and covers. Answer: Lighting control is to be Low Voltage. The hexagon with “I” indicates a master control station at the teacher’s desk. Refer to Spec section 260943 Part 1, 1.08 Submittals contractor to provide lighting control plans. Part 2, 2,01 for manufacturers accepted. As to the combination floor boxes refer to spec section 260533 for acceptable devices. FBA Engineering.
No. 2 Question: (CM’s RFBI #IHS-002) – Gilbert & Stearns, submitted 11/27/17 - IHS- Bid Package #10 (Electrical) - Scope of Work - Job: Irvine High School - The Scope of work dictates that Bid Package #10 Electrical and Low Voltage, Signal, & Fire Systems, will be responsible for removing "ALL" surface/exposed conduits, devices, raceways, etc. in each room of each building. Bid Package #10 will be responsible to "Cut, Remove, patch, paint, replace as new, any wall surfaces, to accomplish the recessing of said items into wall cavities. In most instances as seen at Job Walk, this may be possible to do the recessing into
Measure E Series 1 Improvements – IHS Classroom Modernization and UHS Science Classroom Modernization Addendum A
walls, in some cases such as Classroom "SLG", it may not even be possible to hide all requested into the wall cavities due to walls being concrete. Answer: Conduit shall be concealed in walls or run in surface mounted raceway when it is not possible to conceal conduit in walls. FBA Engineering.
No. 3 Question: (CM’s RFBI #IHS-003) American Electric, submitted 11/2817 – IHS- Manufacturer of Existing Electrical Gear - Job: Irvine High School Who is the manufacturer of the existing gear? Answer: Multiple manufacturers used on campus, contractor to verify each piece of equipment. FBA Engineering.
No. 4 Question: (CM’s RFBI #IHS-004) American Electric, submitted 11/2817 – IHS –
Electrical Ground Rods - Are copper clad ground rods acceptable in lieu of chemical grounds? Answer: 1) No, copper clad ground rods are not acceptable in lieu of chemical grounds. FBA Engineering.
No. 5 Question: (CM’s RFBI #IHS-005) American Electric, submitted 11/28/17 – IHS – MC Cable – Is the use of steel MC Cable acceptable for fixture whips? Answer: Yes, the use of steel MC Cable is acceptable for fixture whips only.
FBA Engineering.
No. 6 Question: (CM’s RFBI #IHS-006) Couts Heating & Cooling submitted 11/29/17 – IHS – Temperature Controls – The HVAC control diagrams (Irvine HS) indicate Andover equipment. Please verify who the existing BAS/temperature controls contractor is for each campus? Please provide the contact information for the person(s) overseeing each campus. Answer: Will be addressed in Addendum No. 1 – Milo Oostinga
No. 7 Question: (CM’s RFBI #IHS-007) Continental Flooring, submitted 12/1/17 – IHS – Resilient Flooring - Koster VAP 1 2000 – Section 09 05 61 - Please confirm that the "Koster VAP I 2000" is only required at the areas to receive Resilient Flooring. IUSD does not require the "Koster VAP I 2000" at Carpet Areas, Tandus does require any type of Moisture Mitigation with the use of their "Powerbond Cushion RS" backing system. This has been the Standard IUSD direction for Moisture Mitigation. Answer: Will be addressed in Addendum No. 1 – Milo Oostinga
No. 8 Question: (CM’s RFBI #UHS-001) Gilbert & Stearns, submitted 11/15/17 – IHS & UHS – Flush Wall Mount P Please see sheet E0.2 Single Line Drawings far left side of sheet. Plan indicates adding A 70A, 3pole C.B. to existing Panel "PAB" and to provide a new Panel "PAB2". I have not been able to find location for new Panel "PAB2" on plans. However, on sheet EC2.03 at Room SLG there is a flush wall mount panel symbol shown at AA and 16 lines with a designation of "SLG". Is this "SLG" the same panel as "PAB2"? Answer: This is in fact the same panel. Please rename the panel on the single
line diagram to read "SLG". FBA Engineering.
No. 9 Question: (CM’s RFBI #UHS-002) Gilbert & Stearns, submitted 11/15/17 – IHS – Drywall Finish for Exposed Electrical to be Recessed – Please see sheet AB2.1 note # D207, and Large Bold Print "General Note" on sheet "EA2.03. These
Measure E Series 1 Improvements – IHS Classroom Modernization and UHS Science Classroom Modernization Addendum A
notes and typ. Others throughout, indicate that all exposed conduit, raceways, wires, Boxes, etc. are to be removed from surface of walls and recessed into the respective "Wall Cavities". This appears to be typical for M, WL, and room SLG. Is it the responsibility of Bid Package # 10 "Electrical" to remove all drywall and wall finishes as needed, and to subsequently replace same, or does all drywall and wall finishes remove and replace by another Bid package? Answer: Will be clarified in Addendum 1. LMCCI.
No. 10 Question: (CM’s RFBI #UHS-003) Gilbert & Stearns, submitted 11/27/17 – IHS & UHS – Alternate Clarification – The Architectural Sheets indicate two Alternates for Building "M". The Electrical Drawings indicate Alternates #1 & #3 only for building "WL". The Electrical plans indicate "no" alternate #2 and show no alternate/s for "M" at all. The "Bid Form only shows an Alternate (1) for IHS and (2) for UHS. Answer: This RFI should be for Irvine HS not University. The Alternates have been added and will be issued on Addendum 1. FBA Engineering.
No. 11 Question: (CM’s RFBI #UHS-004) Precision Air Balance, submitted 11/27/17 – IHS & UHS – Air Balance - Substitution Request – Will Precision Air Balance
Co.'s NEBB certification be accepted as an equal? Answer: Will be addressed in Addendum No. 1 – Milo Oostinga
No. 12 Question: (CM’s RFBI #UHS-005) American Electric, submitted 11/28/17 – UHS – Electrical Breaker Panels – Are the 100 amp 3 pole breakers feeding panels CH and LP new or existing and where are the distribution boards located that are feeding these panels? Answer: The 100 amp 3 pole circuit breakers shall be new, match existing
manufacturer, type and AIC rating. Panel CH will be fed from existing load center
#3, located in the open courtyard between the two buildings outside of classroom
309. Panel LP will be fed from existing distribution board DPL1, located inside
prep/storage room #L712. FBA Engineering.
No. 13 Question: (CM’s RFBI #UHS-006) American Electric, submitted 11/28/17 – UHS – Electrical Distribution Boards/Routing of Conduits – The site plan does not show the distribution boards or the routing of these conduits, can a drawing be issued for routing and for a reference on how long the feeders will be? Answer: Distribution Board DPL2 is in prep/storage room L712, route conduits concealed in accessible space. Load center #3 is in the open area between the buildings outside of room 309, route conduit up to roof and across the roof then down to load center #3 where existing conduits are. We will be issuing an addendum which will have the routing included. FBA Engineering.
No. 14 Question: (CM’s RFBI #UHS-007) American Electric, submitted 11/28/17 – UHS
– Relocating of Existing Electrical Fixture – There is an existing fixture shown with note 2 stating to relocate Existing fixture to location indicated. Where is the new location and will this require the existing circuit to be tied back in to feed items downstream and will there need to be conduit and wire extended to the new location? Answer: Refer to sheet AJ2.1 detail #3 for location of existing light fixture,
keynote #319. FBA Engineering.
Measure E Series 1 Improvements – IHS Classroom Modernization and UHS Science Classroom Modernization Addendum A
No. 15 Question: (CM’s RFBI #UHS-008) American Electric, submitted 11/28/17 – UHS – Electrical Receptacles, Conduit and Wire – Are the receptacles, conduit and wire shown in shaded areas part of an alternate bid? Answer: Provide receptacles, conduit and wire in shaded areas as Alternate #2
per Architectural sheet AC2.2, Keynote #232. FBA Engineering.
No. 16 Question: (CM’s RFBI #UHS-009) American Electric, submitted 11/28/17 – UHS – Electrical Ground Rods – Are copper clad ground rods acceptable in lieu of chemical grounds? Answer: No, copper clad ground rods are not acceptable in lieu of chemical
grounds. FBA Engineering.
No. 17 Question: (CM’s RFBI #UHS-010) Continental Flooring, submitted 12/1/17 – UHS – Specification Section 09 06 00 - Schedule for Finishes – There is no Section 09 06 00 Schedules for Finishes in the Specification Book. Please have the Architect issue this section. Answer: Spec section 09 06 00 will be issued as Addendum 1. HMC Architects.
No. 18 Question: (CM’s RFBI #UHS-011) Continental Flooring, submitted 12/1/17 – UHS – Sheet Flooring – Sheet AC2.2 - Rooms C312-314 & C317-319 has Keynote 223 "Provide (N) Sheet Flooring & Base. What flooring are they looking for? There is no Sheet Flooring listed in the Finish Schedule or the Specifications. Answer: Rooms C312-314 and C317-319 will have RT 1 - resilient flooring
(same as Rooms 315,316). Keynote will be clarified in Addendum 1. HMC
Architects.
No. 19 Question: (CM’s RFBI #UHS-012) Continental Flooring, submitted 12/1/17 – UHS – Resilient Flooring - Koster VAP 1 2000 – Section 09 05 61 - Please confirm that the "Koster VAP I 2000" is only required at the areas to receive Resilient Flooring. IUSD does not require the "Koster VAP I 2000" at Carpet Areas, Tandus does require any type of Moisture Mitigation with the use of their "Powerbond Cushion RS" backing system. This has been the Standard IUSD direction for Moisture Mitigation. Answer: Confirmed that Koster VAP I 2000 to be used at resilient flooring only.
At UHS, all classrooms will have resilient flooring. HMC Architects.
No. 20 Question: (CM’s RFBI #UHS-013) AJ Fistes, submitted 12/4/17 – UHS – Prefabricated Ramps – There is a specification section in Bid Package #1 111324 Prefabricated Ramps of which there are no documents. Answer: There are no prefabricated ramps at University High School; therefore,
specs does not contain section 111324. HMC Architects
No. 21 Question: (CM’s RFBI #IHS-008) AJ Fistes, submitted 12/4/17 – IHS Prefabricated Ramps – There are specification sections in Bid Package #1 111324 Prefabricated Ramps of which there are no documents. Answer: There are no prefabricated ramps at University High School; therefore,
specs does not contain section 111324. HMC Architects
No. 22 Question: (CM’s RFBI #IHS-009) AJ Fistes, submitted 12/4/17 – IHS – Flush Wood Doors & Plastic Faced Wood Doors – Bid Package #2 81416 and 81423
Measure E Series 1 Improvements – IHS Classroom Modernization and UHS Science Classroom Modernization Addendum A
Flush Wood Doors and Plastic Faced Wood Doors also, has no Specification Section. Please advise. Answer: Removed per Addendum A
No. 23 Question: (CM’s RFBI #IHS-010) Alpha Mechanical, Inc., submitted 12/4/17 – IHS Contact Information for Existing Roofing - Please provide contact information of the contractor who provided the existing roofing warranty. Answer: Will be addressed in Addendum No. 1 – Milo Oostinga
No. 24 Question: (CM’s RFBI #IHS-011) Alpha Mechanical, Inc., submitted 12/4/17 – IHS – Curb Modification - Note 1 required to provide existing curb medication to accommodate the footprint of the new unit. Please, clarify exactly what modifications are required. Provide drawings with modified curb. Answer: Will be addressed in Addendum No. 1 – Milo Oostinga
No. 23 Question: (CM’s RFBI #UHS-014) Thompson Engineering- Structured Cabling Systems, submitted 12/5/17 – Structured Cabling System - The drawings for Building C and Building L show data outlets in the classrooms but during the walk last week it was mentioned that the School District pulls and terminated the data themselves and they just went through these buildings and installed new CAT6A cable a few months ago. It was mentioned that the only data work would be to relocate data cabline that is currently in wire mold into new conduit and boxes that would be installed within the walls. The drawings do not detail the location of these outlets so a quote can be generated. Answer: Will be addressed in Addendum No. 1 – Milo Oostinga
No. 24 Question: (CM’s RFBI #UHS-015) Dow Diversified - Material Casework, submitted 12/5/17 – Clarification on what material casework we are to bid/provide a. Elevations show WI number – which is Plastic Laminate b. Details on Sheet A10.03 – Calls our Plastic Laminate c. We have 2 spec section 06 41 16 – Casework, which is Plastic Laminate Casework and 12 35 53 – Laboratory Casework Solid Wood. Answer: UHS has no plastic laminate, please bid on solid wood casework.
a.WI numbers indicate casework design, not material/finish.
b. Detail call out will be revised as part of Addendum 1.
c. 06 41 16 will be removed from specs as part of Addendum 1.
R. Oh HMC Architects 12/5/17.
No. 25 Question: (CM’s RFBI #UHS-016) Dow Diversified - Attachment C 12/5/17 –
Please provide the following clarification(s): 1. Attachment “C a. Item #173 – States that Bid Package #1 – shall provide all casework countertop Demo of existing casework that is NOT specifically shown to shown to be modified or removed and re-install b. Item #174 – States that Bid Package #4 – Shall provide and install all new casework, countertops and finished carpentry as shown. Provide all casework Demo required for casework modifications, replacements and storage. 2. Please advise as to how one would provide demo and modifications. Drawings do not state this information. Answer: Will be clarified in Addendum A – Attachment C
Measure E Series 1 Improvements – IHS Classroom Modernization and UHS Science Classroom Modernization Addendum A
END OF ADDENDUM
3184072 ADDENDUM NO. A - 1 University High School Classroom Modernization
HMC ARCHITECTS
3546 Concours Street Ontario, California 91764
December 5, 2017 Irvine High School Classroom Modernization Irvine Unified School District HMC # 3184072 DSA # ADDENDUM NO. A The following changes, additions, deletions or corrections shall become a part of the Contract Documents for the project named above and all other conditions shall remain the same. The bidders shall be responsible for transmitting this information to all affected subcontractors and suppliers prior to the closing of bids. Acknowledge receipt of this Addendum in spaces provided on the Bid Form. Failure to acknowledge will subject Bidder to disqualification. SPECIFICATIONS Item No. AD-A.1: Reference Deleted Sections A. The following specification sections are hereby deleted: 08 12 14, Hollow Metal Frames - Knock-Down 08 13 13, Hollow Metal Doors 12 35 53, Laboratory Casework Solid Wood Item No. AD-A.2: Reference Revised Sections A. The following revised specification sections are hereby issued: 08 71 00, Door Hardware Item No. AD-A.3: Reference New Sections A. The following new specification sections are hereby issued: 08 11 13, Hollow Metal Doors and Frames Item No. AD-A.4: Reference Section 09 06 00, Schedules for Finishes A. Delete Subparagraph 3.04.C.1.c, substitute therefor: "c. Product Number: 746" Item No. AD-A.6: Reference Section 09 51 53, Acoustical Ceilings - Glue-Up A. In Paragraph 2.02.A, delete the following text:
Irvine High School Classroom Modernization
3184072 ADDENDUM NO. A - 2 University High School Classroom Modernization
"… No. 741 …" Substitute therefor: "… No. 746 …" DRAWINGS Item No. AD-A.7: Reference Revised Drawings A. The following revised drawings are hereby issued:
Sheet G1.2: 1. Added enlargement call out “G1/A1.2” at exiting ramp. 2. Added enlargement call out “E1/A1.2” at existing ADA parking 3. Added Keynote #1 at existing gates in the path of travel Sheet C2.1: 1. Revised “ADA RAMP DEMO DETAIL” Sheet C3.1: 1. Revised landing and walkway near existing ramp. Sheet C4.1 1. Added detail reference to Keynote# 24 Sheet C5.1 1. Removed Detail A/C5.1 – Acid neutralizing tank removed from scope 2. Added new detail “E/C5.1” Terminal Cleanout Structure 3. Added additional information to detail standard 111-4 and removed type-2 detail Sheet A1.2 1. On detail E1 additional striping was added to the non ADA and adjusted ADA
striping – follow dimensions indicated. 2. Revised detail E7 and added additional information to the clearances required.. 3. Added existing ramp detail G1, new landing to be provided per civil drawings. Sheet A2.00 1. Added color information to the truncated domes on detail A7 Sheet AA2.2 1. Added door call out M001, M002, M003, M004, M005 Sheet AA3.1 1. Removed new ceiling legend Sheet AA3.2 1. Refer to “Ceiling Plan Legend” – revised note “(N) 2’-4’ Acoustical ceiling tile in
suspended T-Bar” to read “(N) 2’-4’ Acoustical ceiling tile in existing suspended T-Bar”
Sheet AA4.1 1. Revised roof note type 2. Added Roof guard near existing roof access hatch Sheet AA7.1 1. Added potential trash bin location Sheet AA7.2 1. Added additional detail reference on interior elevations detail F1-N 2. Added door call out M002 and M003 Sheet AA9.1 1. Updated door schedule and hardware groups. Sheet AB2.2 1. Added exterior signage callout detail 327
Irvine High School Classroom Modernization
3184072 ADDENDUM NO. A - 3 University High School Classroom Modernization
2. Added door call out WL021, WL017, WL018, WL019, WL020, WL022, WL023 3. Removed Keynote 279 from classroom WL5 Sheet AB3.1 1. Removed new ceiling legend Sheet AB3.2 1. Refer to “Ceiling Plan Legend” – revised note “(N) 2’-4’ Acoustical ceiling tile in
suspended T-Bar” to read “(N) 2’-4’ Acoustical ceiling tile in existing suspended T-Bar”
Sheet AB4.1 1. Revised roof note type 2. Added Roof guard near existing roof access hatch Sheet AB7.1 1. Added potential trash bin location Sheet AB7.2 1. Added door callout WL024 at Vestibule WL20 Sheet AB7.3 1. Added door callout WL019 and WL020 on enlarged view A1 2. Added detail reference to interior elevation F1-N Sheet AB9.1 1. Updated door schedule and hardware groups. Sheet AC2.1 1. Added verification view on enlarge plan A1 2. Revised keynote near door SLG01B from Keynote 297 to 299 3. Added keynote 328 near door SLG01C 4. Added Door call out SLG01C Sheet AC8.1 1. Updated door schedule Sheet AD2.1 1. Updated clearances on enlarged plan A1 2. Updated door schedule 3. Updated graphics on interior view D5-W Sheet A10.02 1. Revised detail G3, J3 2. Added Detail E7 3. Added Detail G7 Sheet A10.04 1. Added general note #1 Sheet A10.05 1. Revised detail 1, A1, C3, E3, G3, G5, C7 AND A9 Sheet A10.06 1. Added detail E1 Sheet A10.07 1. Revised detail A1, E1, G3 and G5 Sheet A10.20 1. Removed detail A5 2. Revised Detail E5, G7 and G9 Sheet S1.3 1. Revised detail 9 Sheet SA4.1 1. Added additional notes to mechanical unit locations. Sheet SB4-1 1. Added additional notes to mechanical unit locations.
Irvine High School Classroom Modernization
3184072 ADDENDUM NO. A - 4 University High School Classroom Modernization
Sheet MA2.2 1. Added general note for corridor construction Sheet MA4.2 1. Revised keynote # 1 Sheet MB4.2 1. Revised Keynote #1 Sheet P6.1 1. Revised Keynote 1 2. Revised Keynote 6 Sheet E0.5 1. REVISED SCHEDULES Sheet E0.6 1. Revised entire sheet Sheet E1.01 1. Added FAA location in building D Sheet EA2.05 –Sheet EB2.02A 1. Added exit see enlarged view 1 Sheet EB2.05 – Revised entire sheet Sheet EB2.05A – Revised entire sheet Sheet EC2.05 – Revised Entire sheet
HMC ARCHITECTS By______________________________________________ (Kevin Wilkeson)
Revised entire sheet Revised entire sheet
Irvine High School Classroom Modernization
3184073 ADDENDUM NO. A - 1 University High School Science Classroom Modernization
HMC ARCHITECTS
3546 Concours Street
Ontario, California 91764
December 4, 2017 University High School Science Classroom Irvine Unified School District HMC # 3184073 DSA # 04-116557 ADDENDUM NO. A
The following changes, additions, deletions or corrections shall become a part of the Contract Documents for the project named above and all other conditions shall remain the same. The bidders shall be responsible for transmitting this information to all affected subcontractors and suppliers prior to the closing of bids. Acknowledge receipt of this Addendum in spaces provided on the Bid Form. Failure to acknowledge will subject Bidder to disqualification. SPECIFICATIONS
Item No. AD-A.1: Reference Deleted Sections A. The following specification sections are hereby deleted: 08 31 13, Access Doors 08 51 23, Steel Windows Item No. AD-A.2: Reference Revised Sections A. The following revised specification sections are hereby issued: 08 71 00, Door Hardware 22 40 00, Plumbing Fixtures Item No. AD-A.3: Reference Section 03 30 00, Concrete A. In Paragraph 2.06.C, delete the following text: "… 4,000 …" Substitute therefor: "… 4,500 …" Item No. AD-A.4: Reference Section 11 48 00, Cleaning Equipment A. Delete Subparagraphs 1.01.C.2 and 1.0.1.C.3, Substitute therefor: "2. 26 05 00. 3. 26 05 33. 4. 26 05 33.13"
3184073 ADDENDUM NO. A - 2 University High School Science Classroom Modernization
DRAWINGS Item No. AD-A.5: Reference Revised Drawings A. The following revised drawings are hereby issued: G1.0
1. Added M2.1 Mechanical Floor Plan (Bldg 700) As-Built sheet for reference only to
demonstrate that building has required smoke, fire, and combination dampers
2. Added C4.2
C1.1 1. Updated graphics to reflect revisions to drop off zone
C-2.1 1. Hatches depicting removals and corresponding call-outs were updated to reflect
revisions to drop off zone
2. Added Demolition item #6 and corresponding quantity.
3. Added demolition hexagon callouts #6 on plan view
C-3.1 1. Drop Off Zone width was increased to 8’
2. Added 12” retaining curb to back of Drop Off Zone
3. Added 0.15’ of Grind and Overlay
4. Updated graphics and corresponding call-outs to reflect revisions to drop off zone
5. Revised Construction Item #3 and corresponding quantity
6. Added detail specifications to construction bubbles #3 on plan view.
7. Added the detail specification to Construction Item #5
8. Added Construction Items #7 & #8 and their corresponding quantities
C-4.1 1. Drop Off Zone width was increased to 8’
2. Added 12” retaining curb to back of Drop Off Zone
3. Added 0.15’ of Grind and Overlay
4. Updated graphics and corresponding call-outs to reflect revisions to drop off zone
5. Added construction bubbles on plan view.
6. Added Construction Items and Quantities list to sheet
A1.10 1. Detail 1/A1.10 added concrete paving work from accessible parking to new student drop-
off
2. Detail 2/A1.10 Student Drop Off revised
AC2.1 1. Keynote D219- Prepare Glulam for repair, patching, and paint relocated to the (2) on
Southwest corner of the building.
AC2.2 1. Replaced legend call of “short-throw” to “ultra short-throw” projectors.
AC2.3
1. Clearances at doors 316B, 320A, and 316A has been revised.
3184073 ADDENDUM NO. A - 3 University High School Science Classroom Modernization
2. Keynote 257 added to designate accessible 6’ wide fume hood.
3. Keynote 233 added.
4. Added Keynote 299 to sink in Room C307.
5. Added verbiage “protect in place” to keynote 224.
6. Added verbiage “4’ wide” to keynote 214 and “fume hood-6’ wide” to keynote 257.
7. Replaced keynote 271 to 263 in room C315 south exit.
AJ2.1 1. Women’s Toilet J116 location of toilet in accessible stall revised to 1’-6”
2. Trash bin locations added in Women’s and Mens’ Toilet (J116 and J114).
3. Girl’s Toilet J117 accessible entry adjusted for door frame.
4. Added two civil detail references to new asphalt paving areas by girls/boys toilet
remodeled entry.
5. Flipped door at ambulatory water closet in J117.
6. Added keynote 295-painted gyp. To J114 and J116.
7. Revised Girls Toilet J117 accessible door and CMU wall as detailed
AL2.1 1. Revised emergency showers to show as-built condition in all classrooms and added
existing casework below. Existing emergency showers are to remain, protect in place.
2. Delete relocation of emergency shower at L712 Prep/Storage - West. Leave existing
and protect in place.
3. ADA student lab stations in rooms 703, 704, 708, 709 are to remain; Removed keynote
D209 from AL2.1 - Teachers demonstration stations in all classrooms to remain and
protect in place.
4. Keynote D220 added.
5. Flipped existing door direction in L709 per as-built condition
AL2.2 1. Removed keynote 202 - Teachers demonstration stations in all classrooms to remain
and protect in place
2. Removed keynote 212- accessible casework in rooms L705, 707
3. Keynotes 233 and 224 added.
4. Added verbiage “Centered between existing casework typical” referring to markerboard
locations.
5. Added detail E3/AL8.1 of existing ADA student stations on Keynote 284
6. Flipped existing door direction in L709 per as-built condition
7. Added enlarged plan reference C7/A10.03 to room L702
8. Added interior elevation ref. E5/AL8.1 in room L705
AC4.1 1. Keynote 409 revised to “existing glu-lam beam to be re-finished to match existing paint;
provide sheet metal cap to match existing at the end of beams where need”
AC8.1 1. Detail C4 revised to reflect accessible cabinet under fume food; and added cabinet
under non-accessible sink area (ref. detail A5/A10.03).
2. Detail E4 - added ref detail A3/A10.05 to fume hood.
3. Changed section cut detail to G3/A10.03
4. Revised A1 to reflect end panel condition. Added section detail marker at ADA sink
area. Added lower cabinets at the last bay because it does not need to be an accessible
work area.
3184073 ADDENDUM NO. A - 4 University High School Science Classroom Modernization
5. Revised G1 added section detail marker at accessible sink and work surface area.
6. Added section detail marker to G4.
7. Revised E1 and C1 to reflect projectable whiteboard height to 5’
AC8.2 1. Revised A4 and C4 to reflect projectable whiteboard height to 5’
AJ8.1 1. Revised Keynote 275, 276, 276.1, 276.2 to note installation of dispenser to be flush with
adjacent finish and added detail E7/A10.04
2. Added keynote D253 to accessible urinal in interior elevation C1.
AL8.1 1. Added E3/AL8.1 of existing accessible student station
2. Added E5/AL8.1 typical markerboard elevation
3. Revised A1 and A5 elevations to reflect 5’ high markerboards
A9.00 1. Door Schedule: Revised door width of door #120A from 3’-4” to 3’-6”
2. Door Panel Types: Added roller shade to door type 03:S
3. Doors A117A and 120A have added comments “VIF actual size”
A10.01 1. Removed paving details A7, C7, G7, J7, J9. Details shown on Civil Sheets.
2. Revised detail E5 Vault Riser Extension and E7 Paver at Manhole
A10.02 1. Detail A8 revised to reflect 5’ high white board and remove wall mounted projector
screen.
2. Detail A3 added “9” MIN” for sign location adjacent to door (per DSA ACS comment)
3. Detail J1 calculations added for assisted listening system sign (per DSA ACS comment)
A10.03 1. Detail A1 – Added note #2; Revised backing note
2. Detail A3 (Fume Hood) moved to Sheet A10.05
3. Detail A3 added “Typ. Base Cabinet Detail”
4. Revised detail E7 for clarity
5. Detail J5 omitted.
6. Detail G1 revised for welding connections
A10.04 1. Detail A3 – Note #4 added to item #3 - Mirror
2. Detail A1 – Revised HSS size; Added note for 5lb operating weight
3. Revised connection callouts on details G1, G5, G7, J1, J5, J7
4. Detail G3 – gas turret location and note revised
A10.05 1. Detail A3 - Fume Hood moved to this sheet.
2. Detail A5 - Backing for Fume hood added.
3. Detail J1 – Added diffuser fastener to T-bar note
M0.01
3184073 ADDENDUM NO. A - 5 University High School Science Classroom Modernization
1. Revised and added a figure to show thermostat mounting height to capture the obstructed forward reach condition.
P0.02:
1. Following description added to S-1: for location, existing, and architectural detail.
2. Following description added to S-2: for location and existing.
3. Following description added to S-3: for location and architectural detail.
4. Following description added to S-4: for location and architectural detail.
5. Following description added to S-5: for location and architectural detail.
6 Sink S-6 added.
PA2.1:
1. Keynote 1 revised.
2. Keynote 2 revised.
PA2.2:
1. Keynote 1 revised.
2. Keynote 2 revised.
3. General notes added.
4. Added gas turret call outs.
5. Revised gas turret call outs.
PB2.2:
1. Revised sink call outs in Alternate plan.
PB2.3:
2. Revised sink call outs in Alternate plan.
P5.01:
3. Revised gas turret call outs on Detail 3.
P6.01:
1. Added OSHPD OPA #2878-10 to model No.
2. Added 40” max height of tank
3. Added chain attachment notes to frame
E0.1 1. Added existing combination smoke fire damper and existing smoke damper to the
Symbol List. E0.5
1. Added existing smoke dampers t the riser diagram. E1.01
1. Revised fire alarm annunciator call out note. EL2.04
1. Added the existing smoke dampers to the Fire Alarm Plan. EC2.01
1. Added plan note #2 and note callouts clarifying demolition of the existing fume hoods.
3184073 ADDENDUM NO. A - 6 University High School Science Classroom Modernization
EC2.03 1. Added connection to (2) fume hoods.
Item No. AD-A.6: Reference New Drawings A. The following new drawing is hereby issued: C4.2 (added sheet to accommodate all the new details)
HMC ARCHITECTS
By______________________________________________ (Kevin Wilkeson)
Principal, AIA, LEED AP HMC Architects
Measure E Series 1 Improvements – IHS Classroom
Modernization and UHS Science Classroom Modernization
IRVINE UNIFIED SCHOOL DISTRICT
IRVINE, CA
ATTACHMENT “A” CONTRACT DOCUMENT LISTING
Attachment A Contract Drawing Listing – Page 1
Measure E Series 1 Improvements – IHS Classroom Modernization and UHS Science Classroom Modernization
Addendum No. A
ITEM SHEET DESCRIPTION AUTHORDSA Approval
DATE
1 G1.0 Title Sheet HMC 11/22/17
2 G1.1 Fire Access Site Plan HMC 11/22/17
3 G1.3 Building Code Analysis HMC 11/22/17
4 C1.1 Construction Map HMC 11/22/17
5 C2.1 Demolition Plan HMC 11/22/17
6 C3.1 Grading Plan HMC 11/22/17
7 C4.1 Details HMC 11/22/17
8 C4.2 Details HMC 11/22/17
9 A1.10 Site Plan HMC 11/22/17
10 AC2.1 Building C (300) – Demo Floor Plan & Alt 1 HMC 11/22/17
11 AC2.2 Building C (300) – Remodel Floor Plan (Alt. 2 in Keynote) HMC 11/22/17
12 AC2.3 Building C (300) – Enlarged Remodel Floor Plan & Alt. 1 HMC 11/22/17
13 AJ2.1 Building J3 Toilet – Demo / Remodel / Reflected Ceiling Plan HMC 11/22/17
14 AL2.1 Building L (700) – Demo Floor Plan HMC 11/22/17
15 AL2.2 Building L (700) – Remodel Floor Plan HMC 11/22/17
16 AC3.1 Building C (300) – Demo / Remodel RCP HMC 11/22/17
17 AL3.1 Building L (700) – Demo RCP HMC 11/22/17
18 AL3.2 Building L (700) – Remodel RCP HMC 11/22/17
19 AC4.1 Building C (300) – Roof Plan HMC 11/22/17
20 AJ5.1 Building J – Exterior Elevations and Sections HMC 11/22/17
21 AC8.1 Building C (300) – Interior Elevations HMC 11/22/17
22 AC8.2 Building C (300) – Interior Elevations (Alternate 1) HMC 11/22/17
23 AJ8.1 Building J – Interior Elevations HMC 11/22/17
24 AL8.1 Building L – Interior Elevations HMC 11/22/17
25 A9.00 Door Schedule HMC 11/22/17
26 A10.01 Details HMC 11/22/17
27 A10.02 Details HMC 11/22/17
28 A10.03 Details – Casework HMC 11/22/17
29 A10.04 Details – Misc. HMC 11/22/17
30 A10.05 Details – Misc. HMC 11/22/17
31 A10.06 Details – Roof HMC 11/22/17
32 S1.1 General Notes HMC 11/22/17
33 S1.2 General Notes HMC 11/22/17
34 S1.3 Typical Concrete Details HMC 11/22/17
35 S1.4 Typical Wood & Masonry Details HMC 11/22/17
36 SB4.1 Building C (300) Roof Framing Plan HMC 11/22/17
37 SJ2.1 Building J3 Found. & Roof Framing Plans HMC 11/22/17
38 M0.01 Legend, General Notes & Sheet Index HMC 11/22/17
39 M0.02 Equipment Schedules HMC 11/22/17
40 MB2.l Building 300 Demo Floor Plan HMC 11/22/17
41 MB2.2 Building 300 Remodel Floor Plan HMC 11/22/17
42 MB3.1 Building 300 Demo & Remodel Roof Plan HMC 11/22/17
43 M4.01 Air Flow Diagrams HMC 11/22/17
44 M5.01 Air Flow Diagrams HMC 11/22/17
45 M5.02 Control Diagrams HMC 11/22/17
46 M6.01 HVAC Details HMC 11/22/17
47 P0.01 Legend, General Notes, Abbreviations, and Sheet Index HMC 11/22/17
48 P0.02 Schedule Sheet HMC 11/22/17
49 P1.1 Site Plan HMC 11/22/17
50 PA2.1 Building 700 Demo HMC 11/22/17
ATTACHMENT "A"
Measure E Series 1 Improvements – IHS Classroom Modernization and UHS Science Classroom Modernization
CONTRACT DOCUMENT LISTING
December 6, 2017
The listing below comprises all of the “plan” documents included within the bid documents under this contract. Unless otherwise noted, all
documents prepared for the Measure E Series 1 Improvements – IHS Classroom Modernization and UHS Science Classroom Modernization are
from HMC Architects.
Measure E Series 1 Improvements – IHS Classroom Modernization and UHS Science Classroom Modernization:
UNIVERSITY HIGH SCHOOL
Attachment A Contract Drawing Listing – Page 2
Measure E Series 1 Improvements – IHS Classroom Modernization and UHS Science Classroom Modernization
Addendum No. A
51 PA2.2 Building 700 Remodel Floor Plan HMC 11/22/17
52 PB2.1 Building 300 Demo Floor Plan HMC 11/22/17
53 PB2.2 Building 300 Drainage Remodel Floor Plan HMC 11/22/17
54 PB2.3 Building 300 Domestic Water, Gas, and CA Remodel Floor Plan HMC 11/22/17
55 PB3.1 Building 300 Remodel Roof Plan HMC 11/22/17
56 PJ2.1 Building J3 Enlarged Toilet Plans HMC 11/22/17
57 P5.01 Building 300 Drainage Remodel Floor Plan HMC 11/22/17
58 P6.01 Plumbing Details HMC 11/22/17
59 E0.1 Symbol List, Notes and Sheet Index HMC 11/22/17
60 E0.2 Single Line Diagram HMC 11/22/17
61 E0.3 Classroom AV Technology Detail HMC 11/22/17
62 E0.4 Fire Alarm System Calcs, Notes and Details HMC 11/22/17
63 E0.5 Fire Alarm Systems Riser Diagram HMC 11/22/17
64 E1.01 Overall Site Electrical Plan HMC 11/22/17
65 E1.02 Enlarged Site Electrical Plan HMC 11/22/17
66 EL2.01 Building L (700) Demolition Electrical Plans HMC 11/22/17
67 EL2.02 Building L (700) Power Plan HMC 11/22/17
68 EL2.03 Building L (700) Telecom Plan HMC 11/22/17
69 EL2.04 Building L (700) Fire Alarm Plan HMC 11/22/17
70 EL2.05 Building L (700) Lighting Plan HMC 11/22/17
71 EJ2.01 Building J3 Lighting Plan HMC 11/22/17
72 EC2.01 Building C (300) Demolition Electrical Plans HMC 11/22/17
73 EC2.02 Building C (300) Lighting Plans HMC 11/22/17
74 EC2.03 Building C (300) Power Plans HMC 11/22/17
75 EC2.04 Building C (300) Telecom Plans HMC 11/22/17
76 EC2.05 Building C (300) Fire Alarm Plans HMC 11/22/17
77 EC2.06 Building C (300) Roof Electrical Plan HMC 11/22/17
78 E3.01 Panel Schedules HMC 11/22/17
79 M-2.1 Mechanical Floor Plan (Reference Only) HMC 11/22/17
80 G1.0 Title Sheet HMC 11/30/17
81 G1.1 Fire Access Site Plan HMC 11/30/17
82 G1.2 Site Plan / Code Analysis HMC 11/30/17
83 G2.1 Building Code Analysis HMC 11/30/17
84 C1.1 Construction Map HMC 11/30/17
85 C2.1 Demolition Plan HMC 11/30/17
86 C3.1 Grading Plan HMC 11/30/17
87 C3.2 Grading Plan HMC 11/30/17
88 C3.3 Horizontal Control HMC 11/30/17
89 C4.1 Utility Plan HMC 11/30/17
90 C4.2 Utility Plan HMC 11/30/17
91 C5.1 Details HMC 11/30/17
92 A1.2 Enlarged Site Plan HMC 11/30/17
93 A2.00 Site Details HMC 11/30/17
94 A2.01 Site Details HMC 11/30/17
95 AA2.1 Building M Demo Floor Plan HMC 11/30/17
96 AA2.2 Building M Remodel Floor Plan HMC 11/30/17
97 AA3.1 Building M Demo Reflected Ceiling Plan HMC 11/30/17
98 AA3.2 Building M Remodel Reflected Ceiling Plan HMC 11/30/17
99 AA4.1 Building M Demo / Remodel Roof Plans HMC 11/30/17
100 AA7.1 Building M Enlarged Toilet Plans and Interior Elevations HMC 11/30/17
101 AA7.2 Building M Alt 2 Enlarged Plans and Interior Elevations HMC 11/30/17
102 AA8.1 Interior Elevations HMC 11/30/17
103 AA9.1 Building M Finish Schedule HMC 11/30/17
104 AB2.1 Building WL Demo Floor Plan HMC 11/30/17
105 AB2.2 Building WL Remodel Floor Plan HMC 11/30/17
106 AB3.1 Building WL Demo Reflected Ceiling Plan HMC 11/30/17
107 AB3.2 Building WL Remodel Reflected Ceiling Plan HMC 11/30/17
108 AB4.1 Building WL Demo / Remodel Roof Plans HMC 11/30/17
109 AB7.1 Building WL Enlarged Toilet Plans and Interior Elevations HMC 11/30/17
110 AB7.2 Building WL Enlarged Alt 1 Floor Plans and Interior Elevations HMC 11/30/17
111 AB7.3 Building WL Enlarged Alt 2 Floor Plan and Interior Elevations HMC 11/30/17
112 AB8.1 Interior Elevations HMC 11/30/17
113 AB9.1 Building WL Finish & Door Schedule HMC 11/30/17
114 AC2.1 Room SLG Demo / Remodel Plan HMC 11/30/17
IRVINE HIGH SCHOOL
Attachment A Contract Drawing Listing – Page 3
Measure E Series 1 Improvements – IHS Classroom Modernization and UHS Science Classroom Modernization
Addendum No. A
115 AC3.1 Room SLG Demo / Remodel Reflected Ceiling Plan HMC 11/30/17
116 AC8.1 Room SLG Interior Elevations, Finish, Door & Window Schedule HMC 11/30/17
117 AD2.1 Existing Toilet Building L2 Plans and Int. Elevations, and Door Schedule HMC 11/30/17
118 A10.02 Signage Details HMC 11/30/17
119 A10.03 Wall Details HMC 11/30/17
120 A10.04 Door and Window Details HMC 11/30/17
121 A10.05 Ceiling Details HMC 11/30/17
122 A10.06 Roof Details HMC 11/30/17
123 A10.07 Casework Details HMC 11/30/17
124 A10.20 Misc. Details HMC 11/30/17
125 S1.1 General Notes HMC 11/30/17
126 S1.2 General Notes HMC 11/30/17
127 S1.3 Typical Concrete Details HMC 11/30/17
128 S1.4 Typical Metal Stud Details HMC 11/30/17
129 S1.5 Typical Metal Stud Details HMC 11/30/17
130 SA4.1 Building M – Existing Partial Roof Framing Plan HMC 11/30/17
131 SB4-1 Building WL - Existing Partial Roof Framing Plan HMC 11/30/17
132 SC2.1 Room SLG – Demo / Remodel Foundation Plan HMC 11/30/17
133 M0.1 Legend, General Notes & Sheet Index HMC 11/30/17
134 M0.2 Equipment Schedules HMC 11/30/17
135 M1.1 Title 24 Forms HMC 11/30/17
136 M1.2 Title 24 Forms HMC 11/30/17
137 M1.3 Title 24 Forms HMC 11/30/17
138 M1.4 Title 24 Forms HMC 11/30/17
139 M1.5 Title 24 Forms HMC 11/30/17
140 M5.1 Air Flow Diagrams HMC 11/30/17
141 M6.1 Control Diagrams HMC 11/30/17
142 M6.2 Control Diagrams HMC 11/30/17
143 M6.3 Control Diagrams HMC 11/30/17
144 M6.4 Control Diagrams HMC 11/30/17
145 M6.5 Control Diagrams HMC 11/30/17
146 M7.1 HVAC Details HMC 11/30/17
147 M7.2 HVAC Details HMC 11/30/17
148 MA2.1 Building M Demo Floor Plan HMC 11/30/17
149 MA2.2 Building M Remodel Floor Plan HMC 11/30/17
150 MA4.1 Building M Demo Roof Plan HMC 11/30/17
151 MA4.2 Building M Remodel Roof Plan HMC 11/30/17
152 MA7.2 Building M Floor Plan – ALT 2 HMC 11/30/17
153 MB2.1 Building WL Demo Floor Plan HMC 11/30/17
154 MB2.2 Building WL Remodel Floor Plan HMC 11/30/17
155 MB4.1 Building WL Demo Roof Plan HMC 11/30/17
156 MB4.2 Building WL Remodel Roof Plan HMC 11/30/17
157 MB7.2 Building M Floor Plan – ALT 1 HMC 11/30/17
158 MB7.3 Building M Floor Plan – ALT 2 HMC 11/30/17
159 MC2.1 Building SLG Demo/Remodel Floor Plans HMC 11/30/17
160 P0.01 Legend, General Notes, Abbreviations, and Sheet Index HMC 11/30/17
161 P0.02 Schedule Sheet HMC 11/30/17
162 P1.1 Site Plan HMC 11/30/17
163 PA2.1 Building M Demo Floor Plan HMC 11/30/17
164 PA2.2 Building M Remodel Floor Plan HMC 11/30/17
165 PA4.1 Building M Demo Roof Plan HMC 11/30/17
166 PA4.2 Building M Remodel Roof Plan HMC 11/30/17
167 PB2.1 Building WL Demo Floor Plan HMC 11/30/17
168 PB2.2 Building WL Remodel Floor Plan HMC 11/30/17
169 PB4.1 Building WL Demo Roof Plan HMC 11/30/17
170 PB4.2 Building WL Remodel Roof Plan HMC 11/30/17
171 PC2.1 Building SLG Demo-Remodel Plans HMC 11/30/17
172 P5.1 Enlarged Floor Plans HMC 11/30/17
173 P5.2 Enlarged Alternate 2 Floor Plans HMC 11/30/17
174 P6.1 Details HMC 11/30/17
175 E0.1 Symbol List, Notes and Details HMC 11/30/17
176 E0.2 Single Line Diagram HMC 11/30/17
177 E0.3 Lighting Fixture Schedule, Notes and Details HMC 11/30/17
178 E0.4 Telecommunications Systems Riser, Notes and Details HMC 11/30/17
179 E0.5 Fire Alarm Systems Calcs, Notes and Details HMC 11/30/17
180 E0.6 Fire Alarm System Riser Diagram HMC 11/30/17
Attachment A Contract Drawing Listing – Page 4
Measure E Series 1 Improvements – IHS Classroom Modernization and UHS Science Classroom Modernization
Addendum No. A
181 E0.7 Classroom AV Technology Detail HMC 11/30/17
182 E0.8 Building M Indoor Lighting Title 24 Calculation HMC 11/30/17
183 E0.9 Building WL Indoor Lighting Title 24 Calculations HMC 11/30/17
184 E0.10 Building SLG Indoor Lighting Title 24 Calculations HMC 11/30/17
185 E1.01 Overall Site Electrical Plan HMC 11/30/17
186 E1.02 Enlarged Site Electrical Plan HMC 11/30/17
187 EA2.01 Building M Demolition Electrical Plan HMC 11/30/17
188 EA2.02 Building M Lighting Plan HMC 11/30/17
189 EA2.03 Building M Power Plan HMC 11/30/17
190 EA2.04 Building M Telecom Plan HMC 11/30/17
191 EA2.05 Building M Fire Alarm Plan HMC 11/30/17
192 EA2.06 Building M Roof Electrical Plan HMC 11/30/17
193 EB2.01 Building WL Demolition Electrical Plan HMC 11/30/17
194 EB2.02 Building WL Lighting Plan HMC 11/30/17
195 EB2.02A Building WL Lighting Plan – ALT 1 and 3 HMC 11/30/17
196 EB2.03 Building WL Power Plan HMC 11/30/17
197 EB2.03A Building WL Power Plan – ALT 1 and 3 HMC 11/30/17
198 EB2.04 Building WL Telecom Plan HMC 11/30/17
199 EB2.04A Building WL Telecom Plan – ALT 1 and 3 HMC 11/30/17
200 EB2.05 Building WL Fire Alarm Plan HMC 11/30/17
201 EB2.05A Building WL Fire Alarm Plan – ALT 1 and 3 HMC 11/30/17
202 EB2.06 Building WL Roof Electrical Plan HMC 11/30/17
203 EC 2.01 Room SLG Demolition Electrical Plan HMC 11/30/17
204 EC2.02 Room SLG Lighting Plan HMC 11/30/17
205 EC2.03 Room SLG Power Plan HMC 11/30/17
206 EC2.04 Room SLG Telecom Plan HMC 11/30/17
207 EC2.05 Room SLG Fire Alarm Plan HMC 11/30/17
208 E3.01 Panel Schedules and Details HMC 11/30/17
SPECIFICATION MANUALS
SECTION TITLE AUTHORDSA Approval
DATE
Project Manual Cover HMC 11/22/17
Seals Page HMC 11/22/17
Table of Contents HMC 11/22/17
Summary of Work HMC 11/22/17
Price and Payment Procedures HMC 11/22/17
Request for Information HMC 11/22/17
Administrative Requirements HMC 11/22/17
Network Analysis Schedules HMC 11/22/17
Alteration Project Procedures HMC 11/22/17
Quality Requirements HMC 11/22/17
Performance and Operation Testing HMC 11/22/17
Temporary Facilities and Controls HMC 11/22/17
General Commissioning Requirements HMC 11/22/17
O&M Review HMC 11/22/17
Mechanical Commissioning Requirements HMC 11/22/17
Electrical Commissioning Requirements HMC 11/22/17
Selective Demolition HMC 11/22/17
Concrete Repair HMC 11/22/17
Repair and Maintenance - Concrete HMC 11/22/17
Concrete HMC 11/22/17
Concrete Sealer HMC 11/22/17
Polished Concrete Topping HMC 11/22/17
Self-Leveling Concrete Topping HMC 11/22/17
Coring and Sawing of Concrete HMC 11/22/17
Unit Masonry Cleaning HMC 11/22/17
Structural Steel HMC 11/22/17
Metal Decking - Roof HMC 11/22/17
Cold-Formed Metal Framing HMC 11/22/17
Metal Fabrications HMC 11/22/17
Finish Carpentry HMC 11/22/17
Casework HMC 11/22/17
Built-Up Membrane Roofing Repair HMC 11/22/17
Roofing Membrane Penetrations HMC 11/22/17
UNIVERSITY HIGH SCHOOL
DIVISION
00 01 01
00 01 05
00 01 10
01 10 00
01 20 00
01 26 10
01 30 00
06 41 16
07 01 51
07 01 52
03 81 27
04 01 20
05 12 00
05 31 23
05 40 00
03 35 43
03 53 17
01 91 14
01 91 17
01 91 18
02 41 19
03 01 31
05 50 00
06 20 00.10
01 35 16
01 40 00
01 45 24
01 50 00
01 91 13
01 32 16.13
03 01 33
03 30 00
03 35 35
Attachment A Contract Drawing Listing – Page 5
Measure E Series 1 Improvements – IHS Classroom Modernization and UHS Science Classroom Modernization
Addendum No. A
Water Repellents HMC 11/22/17
Insulation HMC 11/22/17
Firestopping HMC 11/22/17
Firestopping for Wiring Devices HMC 11/22/17
Joint Sealants HMC 11/22/17
Hollow Metal Doors and Frames HMC 11/22/17
Access Doors HMC 11/09/17
Steel Windows HMC 11/09/17
Door Hardware HMC 11/22/17
Glazing HMC 11/22/17
Common Work Results for Flooring Preparation HMC 11/22/17
Schedules for Finishes HMC 11/22/17
Gypsum Board HMC 11/22/17
Ceramic Tile HMC 11/22/17
Acoustical Ceilings - Lay-In HMC 11/22/17
Acoustical Suspension Systems HMC 11/22/17
Resilient Base HMC 11/22/17
Resilient Tile Flooring HMC 11/22/17
Rubber Tile Flooring HMC 11/22/17
Painting HMC 11/22/17
Markerboards HMC 11/22/17
Tackboards HMC 11/22/17
Tackable Wall Panels HMC 11/22/17
Identification Signs HMC 11/22/17
Signs - Restrooms HMC 11/22/17
Exit Signage HMC 11/22/17
Exterior Signs HMC 11/22/17
Toilet Compartments HMC 11/22/17
Fire Extinguishers HMC 11/22/17
Miscellaneous Specialties HMC 11/22/17
Cleaning Equipment HMC 11/22/17
Laboratory Equipment HMC 11/22/17
Laboratory Fume Hoods HMC 11/22/17
Laboratory Work Surfaces HMC 11/22/17
Roller Shades HMC 11/22/17
Laboratory Casework HMC 11/22/17
Entrance Mats HMC 11/22/17
Pipes and Tubes for Plumbing Piping and Equipment HMC 11/22/17
General Duty Valves for Plumbing Piping HMC 11/22/17
Facility Water Distribution System HMC 11/22/17
Sanitary Sewer, Vent and Storm Drain HMC 11/22/17
Plumbing Equipment HMC 11/22/17
Plumbing Fixtures HMC 11/22/17
Basic Mechanical and Plumbing Requirements HMC 11/22/17
Hangers and Supports for HVAC and Plumbing Piping and Equipment HMC 11/22/17
Identification for HVAC Piping and Equipment HMC 11/22/17
HVAC and Plumbing Insulation HMC 11/22/17
General Commissioning of HVAC and Plumbing HMC 11/22/17
HVAC and Plumbing Commissioning HMC 11/22/17
Facility Natural-Gas Piping HMC 11/22/17
Common Work Results for Electrical HMC 11/22/17
Basic Electrical Material and Methods HMC 11/22/17
Conduit and Wire HMC 11/22/17
Panelboards and Terminal Cabinets HMC 11/22/17
Lighting Fixtures HMC 11/22/17
General Telecommunications System Information HMC 11/22/17
Communications Infrastructure Systems HMC 11/22/17
Structured Cabling Systems HMC 11/22/17
Integrated Audio Video Systems and Equipment for Classrooms HMC 11/22/17
Fire Alarm/Voice Evacuation System HMC 11/22/17
Site Clearing HMC 11/22/17
Earthwork HMC 11/22/17
Backfilling HMC 11/22/17
Asphalt Paving HMC 11/22/17
Sitework Concrete HMC 11/22/17
Portland Cement Concrete Paving HMC 11/22/1732 13 14
31 10 00
31 22 00
31 23 23
32 12 16
32 13 13
27 00 00
27 05 28
27 10 00
27 41 16
28 46 20
26 05 00
26 05 33
26 05 33.13
26 24 16
26 50 00
23 05 53
23 07 00
23 08 00
23 08 01
23 11 23
22 13 00
22 30 00
22 40 00
23 05 01
23 05 29
12 35 53
12 48 13
22 05 03
22 05 23
22 11 00
11 48 00
11 53 10
11 53 13
11 53 14
12 24 13
10 14 33
10 14 54
10 21 00
10 44 13
10 80 00
10 11 16
10 11 23
10 11 26
10 14 00
10 14 23
09 53 23
09 65 13
09 65 19
09 65 21
09 90 00
09 05 61
09 06 00
09 29 00
09 30 13
09 51 00
08 31 13
08 51 23
08 71 00
08 80 00
07 19 00
07 21 00
07 84 00
07 84 13
07 92 00
08 11 13
Attachment A Contract Drawing Listing – Page 6
Measure E Series 1 Improvements – IHS Classroom Modernization and UHS Science Classroom Modernization
Addendum No. A
Pavement Markings HMC 11/22/17
Project Manual Cover HMC 11/30/17
Seals Page HMC 11/30/17
Table of Contents HMC 11/30/17
Summary of Work HMC 11/30/17
Price and Payment Procedures HMC 11/30/17
Request for Information HMC 11/30/17
Administrative Requirements HMC 11/30/17
Network Analysis Schedules HMC 11/30/17
Alteration Project Procedures HMC 11/30/17
Quality Requirements HMC 11/30/17
Performance and Operation Testing HMC 11/30/17
Temporary Facilities and Controls HMC 11/30/17
General Commissioning Requirements HMC 11/30/17
O&M Review HMC 11/30/17
Mechanical Commissioning Requirements HMC 11/30/17
Electrical Commissioning Requirements HMC 11/30/17
Selective Demolition HMC 11/30/17
Concrete Repair HMC 11/30/17
Concrete Walls Repair HMC 11/30/17
Concrete HMC 11/30/17
Concrete Floor Finishing HMC 11/30/17
Concrete Sealer HMC 11/30/17
Polished Concrete Topping HMC 11/30/17
Self-Leveling Concrete Topping HMC 11/30/17
Coring and Sawing of Concrete HMC 11/30/17
Cold-Formed Metal Framing HMC 11/30/17
Metal Fabrications HMC 11/30/17
Finish Carpentry - Installation of Doors HMC 11/30/17
Finish Carpentry HMC 11/30/17
Casework HMC 11/30/17
Built-Up Membrane Roofing Repair HMC 11/30/17
Roofing Membrane Penetrations HMC 11/30/17
Water Repellents HMC 11/30/17
Insulation HMC 11/30/17
Firestopping HMC 11/30/17
Firestopping for Wiring Devices HMC 11/30/17
Joint Sealants HMC 11/30/17
Hollow Metal Doors and Frames HMC 11/30/17
Hollow Metal Frames - Knock Down HMC 11/30/17
Hollow Metal Doors HMC 11/30/17
Flush Wood Doors HMC 11/30/17
Plastic Faced Wood Doors HMC 11/30/17
Access Doors HMC 11/30/17
Steel Windows HMC 11/30/17
Door Hardware HMC 11/30/17
Glazing HMC 11/30/17
Common Work Results for Flooring Preparation HMC 11/30/17
Schedules for Finishes HMC 11/30/17
Gypsum Board HMC 11/30/17
Ceramic Tile HMC 11/30/17
Acoustical Ceilings - Lay-In HMC 11/30/17
Acoustical Ceilings - Glue-Up HMC 11/30/17
Acoustical Suspension Systems HMC 11/30/17
Resilient Base HMC 11/30/17
Resilient Tile Flooring HMC 11/30/17
Rubber Tile Flooring HMC 11/30/17
Sheet Carpeting HMC 11/30/17
Painting HMC 11/30/17
Markerboards HMC 11/30/17
Tackboards HMC 11/30/17
Tackable Wall Panels HMC 11/30/17
Identification Signs HMC 11/30/17
Signs - Restrooms HMC 11/30/17
10 11 16
10 11 23
10 11 26
10 14 00
10 14 23
09 65 13
09 65 19
09 65 21
09 68 16
09 90 00
09 29 00
09 30 13
09 51 00
09 51 53
09 53 23
08 51 23
08 71 00
08 80 00
09 05 61
09 06 00
08 12 14
08 13 13
08 14 16
08 14 23
08 31 13
07 19 00
07 21 00
07 84 00
07 84 13
07 92 00
08 11 13
06 20 00
06 20 00.10
06 41 16
07 01 51
07 01 52
03 35 43
03 53 17
03 81 27
05 40 00
05 50 00
03 01 31
03 01 33
03 30 00
03 35 00
03 35 35
01 91 13
01 91 14
01 91 17
01 91 18
02 41 19
01 32 16.13
01 35 16
01 40 00
01 45 24
01 50 00
00 01 10
01 10 00
01 20 00
01 26 10
01 30 00
32 17 23
IRVINE HIGH SCHOOL00 01 01
00 01 05
Attachment A Contract Drawing Listing – Page 7
Measure E Series 1 Improvements – IHS Classroom Modernization and UHS Science Classroom Modernization
Addendum No. A
Exit Signage HMC 11/30/17
Exterior Signs HMC 11/30/17
Fire Extinguishers and Cabinets HMC 11/30/17
Miscellaneous Specialties HMC 11/30/17
Roller Shades HMC 11/30/17
Laboratory Casework Solid Wood HMC 11/30/17
Entrance Mats HMC 11/30/17
Pipes and Tubes for Plumbing Piping and Equipment HMC 11/30/17
General Duty Valves for Plumbing Piping HMC 11/30/17
Facility Water Distribution System HMC 11/30/17
Sanitary Sewer, Vent and Storm Drain HMC 11/30/17
Plumbing Equipment HMC 11/30/17
Plumbing Fixtures HMC 11/30/17
Basic Mechanical and Plumbing Requirements HMC 11/30/17
Common Motor Requirements for HVAC Equipment HMC 11/30/17
Hangers and Supports for HVAC and Plumbing Piping and Equipment HMC 11/30/17
Vibrations and Seismic Controls for HVAC Piping and Equipment HMC 11/30/17
Identification for HVAC Piping and Equipment HMC 11/30/17
Duct Cleaning HMC 11/30/17
Testing, Adjusting, and Balancing for HVAC and Plumbing HMC 11/30/17
HVAC and Plumbing Insulation HMC 11/30/17
General Commissioning of HVAC and Plumbing HMC 11/30/17
HVAC and Plumbing Commissioning HMC 11/30/17
Facility Natural-Gas Piping HMC 11/30/17
HVAC Ducts and Casings HMC 11/30/17
Air Duct Accessories HMC 11/30/17
HVAC Fans HMC 11/30/17
Air Outlets and Inlets HMC 11/30/17
Packaged Rooftop Air Conditioning Units - Large Capacity HMC 11/30/17
Common Work Results for Electrical HMC 11/30/17
Basic Electrical Material and Methods HMC 11/30/17
Conduit and Wire HMC 11/30/17
Lighting Control System HMC 11/30/17
Panelboards and Terminal Cabinets HMC 11/30/17
Lighting Fixtures HMC 11/30/17
General Telecommunications System Information HMC 11/30/17
Communications Infrastructure Systems HMC 11/30/17
Structured Cabling Systems HMC 11/30/17
Uninterruptable Power Supply Systems HMC 11/30/17
Telephone System HMC 11/30/17
Integrated Audio Video Systems and Equipment for Classrooms HMC 11/30/17
IP Based Communications System HMC 11/30/17
Portable Assistive Listening System HMC 11/30/17
Intrusion Detection System HMC 11/30/17
Fire Alarm/Voice Evacuation System HMC 11/30/17
Site Clearing HMC 11/30/17
Earthwork HMC 11/30/17
Asphalt Paving HMC 11/30/17
Sitework Concrete HMC 11/30/17
Pavement Marking HMC 11/30/17
Tactile Warning Surfaces HMC 11/30/1732 17 26
31 10 00
31 22 00
32 12 16
32 13 13
32 17 23
27 41 16
27 51 00
27 51 26
28 31 00
28 46 20
27 00 00
27 05 28
27 10 00
27 22 16
27 30 00
26 05 33
26 05 33.13
26 09 43
26 24 16
26 50 00
23 33 00
23 34 00
23 37 00
23 81 09
26 05 00
23 07 00
23 08 00
23 08 01
23 11 23
23 31 00
23 05 29
23 05 48
23 05 53
23 05 91
23 05 93
22 13 00
22 30 00
22 40 00
23 05 01
23 05 13
12 35 53
12 48 13
22 05 03
22 05 23
22 11 00
10 14 33
10 14 54
10 44 13
10 80 00
12 24 13
Attachment A Contract Drawing Listing – Page 8
Measure E Series 1 Improvements – IHS Classroom Modernization and UHS Science Classroom Modernization
Addendum No. A
Measure E Series 1 Improvements – IHS Classroom
Modernization and UHS Science Classroom Modernization
IRVINE UNIFIED SCHOOL DISTRICT
IRVINE, CA
ATTACHMENT “C” TRADE SPECIFIC INCLUSIONS
Attachment “C”- Trade Specific Inclusions – Page 1
Measure E Series 1 Improvements – IHS Classroom Modernization and UHS Science Classroom Modernization
ADDENDUM A
Measure E Series 1 Improvements – IHS Classroom Modernization and UHS Science
Classroom Modernization
ATTACHMENT “C” – TRADE SPECIFIC INCLUSIONS
GENERAL BUILDING
December 6, 2017
Contractor includes full compliance and scope coverage with, but not limited to, the below
listed Specification Section(s) and all other Specification Sections that interface with the
work assigned to the bid package. Contractor is responsible for Specification Section that
pertain to its scope of work, whether specifically designated in this Attachment or not.
BID PACKAGE #1:
(IRVINE HIGH SCHOOL)
02 41 19 Selective Demolition
03 01 31 Concrete Repair
03 01 33 Concrete Walls Repair
03 30 00 Concrete
03 35 00 Concrete Floor Finishing
03 35 35 Concrete Sealer
03 35 43 Polished Concrete Topping
03 53 17 Self-Leveling Concrete Topping
03 81 27 Coring and Sawing of Concrete
07 19 00 Water Repellents
11 13 24 Prefabricated Ramps
31 10 00 Site Clearing
31 22 00 Earthwork
32 12 16 Asphalt Paving
32 13 13 Sitework Concrete
32 17 23 Pavement Marking
32 17 26 Tactile Warning Surfaces
(UNIVERSITY HIGH SCHOOL)
02 41 19 Selective Demolition
03 01 31 Concrete Repair
03 01 33 Repair and Maintenance - Concrete
03 30 00 Concrete
03 35 35 Concrete Sealer
03 35 43 Polished Concrete Topping
03 53 17 Self-Leveling Concrete Topping
03 81 27 Coring and Sawing of Concrete
04 01 20 Unit Masonry Cleaning
07 19 00 Water Repellents
11 13 24 Prefabricated Ramps
31 10 00 Site Clearing
Attachment “C”- Trade Specific Inclusions – Page 2
Measure E Series 1 Improvements – IHS Classroom Modernization and UHS Science Classroom Modernization
ADDENDUM A
31 22 00 Earthwork
32 12 16 Asphalt Paving
32 13 13 Sitework Concrete
32 13 14 PCC Paving
31 33 17 Trenching
31 23 23 Backfilling
32 13 14 Portland Cement Concrete Paving
31 17 23 Pavement Markings
BID PACKAGE #2:
(IRVINE HIGH SCHOOL)
06 20 00 Finish Carpentry - Installation of Doors
08 11 13 Hollow Metal Doors and Frames (Added per Addendum A)
08 12 14 Hollow Metal Frames Knock Down (Removed per Addendum A)
08 13 13 Hollow Metal Doors (Removed per Addendum A)
08 14 16 Flush Wood Doors (Removed per Addendum A)
08 14 23 Plastic Faced Wood Doors (Removed per Addendum A)
08 51 23 Steel Windows (Removed per Addendum A)
08 71 00 Door Hardware
(UNIVERSITY HIGH SCHOOL)
06 20 00 Finish Carpentry - Installation of Doors
08 11 13 Hollow Metal Doors and Frames
08 51 23 Steel Windows (Removed per Addendum A)
08 71 00 Door Hardware
BID PACKAGE #3:
(IRVINE HIGH SCHOOL)
05 40 00 Cold-Formed Metal Framing
05 50 00 Metal Fabrications (Removed per Addendum A)
06 20 00.10 Finish Carpentry
07 21 00 Insulation
07 84 00 Firestopping
07 92 00 Joint Sealants
08 31 13 Access Doors
09 06 00 Schedules for Finishes
09 29 00 Gypsum Board
10 44 13 Fire Extinguishers and Cabinets
(UNIVERSITY HIGH SCHOOL)
05 12 00 Structural Steel
05 31 23 Metal Decking – Roof
05 50 00 Metal Fabrications (Removed per Addendum A)
05 40 00 Cold-Formed Metal Framing
06 20 00.10 Finish Carpentry
07 21 00 Insulation
07 84 00 Firestopping
Attachment “C”- Trade Specific Inclusions – Page 3
Measure E Series 1 Improvements – IHS Classroom Modernization and UHS Science Classroom Modernization
ADDENDUM A
07 92 00 Joint Sealants
08 31 13 Access Doors (Removed per Addendum A)
09 29 00 Gypsum Board
10 44 13 Fire Extinguishers
BID PACKAGE #4:
(IRVINE HIGH SCHOOL)
06 41 16 Casework
07 92 00 Joint Sealants (as applicable for work in this bid package)
12 35 53 Laboratory Casework Solid Wood
(UNIVERSITY HIGH SCHOOL)
06 41 16 Casework
07 92 00 Joint Sealants (as applicable for work in this bid package)
11 53 10 Laboratory Equipment
11 53 13 Laboratory Fume Hoods
11 53 14 Laboratory Work Surfaces
12 35 53 Laboratory Casework Solid Wood
BID PACKAGE #5:
(IRVINE HIGH SCHOOL)
09 51 00 Acoustical Ceilings - Lay-In
09 53 23 Acoustical Suspension Systems
09 51 53 Acoustical Ceilings - Glue-Up
10 11 16 Markerboards
10 11 23 Tackboards
10 11 26 Tackable Wall Panels
(UNIVERSITY HIGH SCHOOL)
09 51 00 Acoustical Ceilings - Lay-In
09 53 23 Acoustical Suspension Systems
10 11 16 Markerboards
10 11 23 Tackboards
10 11 26 Tackable Wall Panels
BID PACKAGE #6:
(IRVINE HIGH SCHOOL)
07 92 00 Joint Sealants (as applicable for work in this bid package)
09 05 61 Common Work Results for Flooring Preparation
09 65 13 Resilient Base
09 65 19 Resilient Tile Flooring
09 65 21 Rubber Tile Flooring
09 68 16 Sheet Carpeting
09 30 13 Ceramic Tile
12 48 13 Entrance Mats
(UNIVERSITY HIGH SCHOOL)
07 92 00 Joint Sealants (as applicable for work in this bid package)
Attachment “C”- Trade Specific Inclusions – Page 4
Measure E Series 1 Improvements – IHS Classroom Modernization and UHS Science Classroom Modernization
ADDENDUM A
09 05 61 Common Work Results for Flooring Preparation
09 30 13 Ceramic Tile
09 65 13 Resilient Base
09 65 19 Resilient Tile Flooring
09 65 21 Rubber Tile Flooring
BID PACKAGE #7:
(IRVINE HIGH SCHOOL)
05 50 00 Metal Fabrications (Added per Addendum A)
08 80 00 Glazing
09 06 00 Schedules for Finishes
09 90 00 Painting
10 14 00 Identification Signs
10 14 23 Signs - Restrooms
10 14 33 Exit Signage
10 14 54 Exterior Signs
12 24 13 Roller Shades
(UNIVERSITY HIGH SCHOOL)
05 50 00 Metal Fabrications (Added per Addendum A)
08 80 00 Glazing
09 06 00 Schedules for Finishes
09 90 00 Painting
10 14 00 Identification Signs
10 14 23 Signs - Restrooms
10 14 33 Exit Signage
10 14 54 Exterior Signs
10 21 00 Toilet Compartments
11 48 00 Cleaning Equipment
12 24 13 Roller Shades
BID PACKAGE #8:
(IRVINE HIGH SCHOOL)
01 91 17 Mechanical Commissioning Requirements (as applicable for work in this bid package)
01 91 18 Electrical Commissioning Requirements (as applicable for work in this bid package)
02 41 19 Selective Demolition (as applicable for work in this bid package)
03 81 27 Coring and Sawing of Concrete (as applicable for work in this bid package)
07 92 00 Joint Sealants (as applicable for work in this bid package)
08 31 13 Access Doors (as applicable for work in this bid package)
22 05 03 Pipes and Tubes for Plumbing Piping and Equipment
22 05 23 General Duty Valves for Plumbing Piping
22 11 00 Facility Water Distribution System
22 13 00 Sanitary Sewer, Vent and Storm Drain
22 30 00 Plumbing Equipment
22 40 00 Plumbing Fixtures
23 05 01 Basic Mechanical and Plumbing Requirements (as applicable for work in this bid package)
Attachment “C”- Trade Specific Inclusions – Page 5
Measure E Series 1 Improvements – IHS Classroom Modernization and UHS Science Classroom Modernization
ADDENDUM A
23 05 29 Hangers and Supports for HVAC and Plumbing Piping and Equipment (as
applicable for work in this bid package)
23 05 93 Testing, Adjusting, and Balancing for HVAC and Plumbing (as applicable for work in
this bid package)
23 07 00 HVAC and Plumbing Insulation (as applicable for work in this bid package)
23 08 00 General Commissioning of HVAC and Plumbing (as applicable for work in this bid
package)
23 08 01 HVAC and Plumbing Commissioning (as applicable for work in this bid package)
23 11 23 Facility Natural-Gas Piping
32 12 16 Asphalt Paving (as applicable for work in this bid package)
32 13 13 Sitework Concrete (as applicable for work in this bid package)
(UNIVERSITY HIGH SCHOOL)
01 91 17 Mechanical Commissioning Requirements (as applicable for work in this bid package)
01 91 18 Electrical Commissioning Requirements (as applicable for work in this bid package)
02 41 19 Selective Demolition (as applicable for work in this bid package)
03 81 27 Coring and Sawing of Concrete (as applicable for work in this bid package)
07 92 00 Joint Sealants (as applicable for work in this bid package)
08 31 13 Access Doors (as applicable for work in this bid package)
22 05 03 Pipes and Tubes for Plumbing Piping and Equipment
22 05 23 General Duty Valves for Plumbing Piping
22 11 00 Facility Water Distribution System
22 13 00 Sanitary Sewer, Vent and Storm Drain
22 30 00 Plumbing Equipment
22 40 00 Plumbing Fixtures
23 05 01 Basic Mechanical and Plumbing Requirements (as applicable for work in this bid
package)
23 05 29 Hangers and Supports for HVAC and Plumbing Piping and Equipment (as
applicable for work in this bid package)
23 07 00 HVAC and Plumbing Insulation (as applicable for work in this bid package)
23 08 00 General Commissioning of HVAC and Plumbing (as applicable for work in this bid
package)
23 08 01 HVAC and Plumbing Commissioning
23 11 23 Facility Natural-Gas Piping
32 12 16 Asphalt Paving (as applicable for work in this bid package)
32 13 13 Sitework Concrete (as applicable for work in this bid package)
32 13 14 PCC Paving (as applicable for work in this bid package)
31 33 17 Trenching (as applicable for work in this bid package)
31 23 23 Backfilling (as applicable for work in this bid package)
32 13 14 Portland Cement Concrete Paving (as applicable for work in this bid package)
31 17 23 Pavement Markings (as applicable for work in this bid package)
BID PACKAGE #9:
(IRVINE HIGH SCHOOL)
01 91 17 Mechanical Commissioning Requirements
01 91 18 Electrical Commissioning Requirements (as applicable for work in this bid package)
02 41 19 Selective Demolition (as applicable for work in this bid package)
Attachment “C”- Trade Specific Inclusions – Page 6
Measure E Series 1 Improvements – IHS Classroom Modernization and UHS Science Classroom Modernization
ADDENDUM A
07 01 51 Built-Up Membrane Roofing Repair
07 01 52 Roofing Membrane Penetrations
07 92 00 Joint Sealants (as applicable for work in this bid package)
08 31 13 Access Doors (as applicable for work in this bid package)
23 05 01 Basic Mechanical and Plumbing Requirements
23 05 13 Common Motor Requirements for HVAC Equipment
23 05 29 Hangers and Supports for HVAC and Plumbing Piping and Equipment
23 05 48 Vibrations and Seismic Controls for HVAC Piping and Equipment
23 05 53 Identification for HVAC Piping and Equipment
23 05 91 Duct Cleaning
23 05 93 Testing, Adjusting, and Balancing for HVAC and Plumbing
23 07 00 HVAC and Plumbing Insulation
23 08 00 General Commissioning of HVAC and Plumbing
23 08 01 HVAC and Plumbing Commissioning
23 31 00 HVAC Ducts and Casings
23 33 00 Air Duct Accessories
23 34 00 HVAC Fans
23 37 00 Air Outlets and Inlets
23 81 09 Packaged Rooftop Air Conditioning Units - Large Capacity
(UNIVERSITY HIGH SCHOOL)
01 91 17 Mechanical Commissioning Requirements
01 91 18 Electrical Commissioning Requirements (as applicable for work in this bid package)
02 41 19 Selective Demolition (as applicable for work in this bid package)
07 01 51 Built-Up Membrane Roofing Repair
07 01 52 Roofing Membrane Penetrations
07 92 00 Joint Sealants (as applicable for work in this bid package)
08 31 13 Access Doors (as applicable for work in this bid package)
11 48 00 Cleaning Equipment
23 05 01 Basic Mechanical and Plumbing Requirements
23 05 29 Hangers and Supports for HVAC and Plumbing Piping and Equipment
23 05 53 Identification for HVAC Piping and Equipment
23 07 00 HVAC and Plumbing Insulation
23 80 00 General Commissioning of HVAC and Plumbing
23 08 01 HVAC and Plumbing Commissioning
BID PACKAGE #10:
(IRVINE HIGH SCHOOL)
01 91 17 Mechanical Commissioning Requirements (as applicable for work in this bid package)
01 91 18 Electrical Commissioning Requirements
02 41 19 Selective Demolition (as applicable for work in this bid package)
03 01 31 Selective Demolition (as applicable for work in this bid package)
03 81 27 Coring and Sawing of Concrete (as applicable for work in this bid package)
07 84 13 Firestopping for Wiring Devices
07 92 00 Joint Sealants (as applicable for work in this bid package)
08 31 13 Access Doors (as applicable for work in this bid package)
Attachment “C”- Trade Specific Inclusions – Page 7
Measure E Series 1 Improvements – IHS Classroom Modernization and UHS Science Classroom Modernization
ADDENDUM A
10 80 00 Miscellaneous Specialties
26 05 00 Electrical General Provisions
26 05 33 Basic Electrical Material and Methods
26 05 33.13 Conduit and Wire
26 09 43 Lighting Control System
26 24 16 Panelboards and Terminal Cabinets
26 50 00 Lighting Fixtures
27 00 00 General Telecommunications System Information
27 05 28 Communications Infrastructure Systems
27 10 00 Structured Cabling Systems
27 22 16 Uninterruptable Power Supply Systems
27 30 00 Telephone System
27 41 16 Integrated Audio Video Systems and Equipment for Classrooms
27 51 00 IP Based Communications System
27 51 26 Portable Assistive Listening System
28 31 00 Intrusion Detection System
28 46 20 Fire Alarm/Voice Evacuation System
32 12 16 Asphalt Paving (as applicable for work in this bid package)
32 13 13 Sitework Concrete (as applicable for work in this bid package)
(UNIVERSITY HIGH SCHOOL)
01 91 17 Mechanical Commissioning Requirements (as applicable for work in this bid package)
01 91 18 Electrical Commissioning Requirements
02 41 19 Selective Demolition (as applicable for work in this bid package)
03 81 27 Coring and Sawing of Concrete (as applicable for work in this bid package)
07 84 13 Firestopping for Wiring Devices
07 92 00 Joint Sealants (as applicable for work in this bid package)
08 31 13 Access Doors (as applicable for work in this bid package)
10 80 00 Miscellaneous Specialties
11 48 00 Cleaning Equipment (as applicable for work in this bid package)
26 05 00 Common Work Results for Electrical
26 05 33 Basic Electrical Material and Methods
26 05 33.13 Conduit and Wire
26 09 43 Lighting Control System
26 24 16 Panelboards and Terminal Cabinets
26 50 00 Lighting Fixtures
27 00 00 General Telecommunications System Information
27 05 28 Communications Infrastructure Systems
27 10 00 Structured Cabling Systems
27 41 16 Integrated Audio Video Systems and Equipment for Classrooms
28 46 20 Fire Alarm/Voice Evacuation System
32 12 16 Asphalt Paving (as applicable for work in this bid package)
32 13 13 Sitework Concrete (as applicable for work in this bid package)
32 13 14 PCC Paving (as applicable for work in this bid package)
31 33 17 Trenching (as applicable for work in this bid package)
31 23 23 Backfilling (as applicable for work in this bid package)
Attachment “C”- Trade Specific Inclusions – Page 8
Measure E Series 1 Improvements – IHS Classroom Modernization and UHS Science Classroom Modernization
ADDENDUM A
32 13 14 Portland Cement Concrete Paving (as applicable for work in this bid package)
31 17 23 Pavement Markings (as applicable for work in this bid package)
Attachment “C” Trade Specific Inclusions
Measure E Series 1 Improvements – IHS Classroom Modernization and UHS Science Classroom Modernization
Attachment “C” Trade Specific Inclusions
SUMMARY OF WORK
1. PART 1 GENERAL
A. SECTION INCLUDES
1. Work included.
2. Contractor use of site.
3. Work Sequence
B. WORK INCLUDED
1. Work of this contract is comprised of the following:
University High School – Alterations to Buildings 700 and 300
Science Classrooms, and Alterations to Restroom J3. Site
Improvements include but are not limited to; walkways, utilities,
landscaping and driveways/fire lanes.
Irvine High School – Alterations to Buildings M and WL Classrooms
as well as a Science Large Group Classroom in Building S.
All work will be done on occupied and fully operational campuses.
2. Construct the work of each contract under a single lump sum contract.
Multiple contracts will be awarded by the District as outlined in the
Notice Calling for Bids and in accordance with the Construction
Manager’s Attachment “C” Trade Specific Inclusions for each work
scope Bid Package. Division “00” and “01” of the Project Manual will
be a part of ALL bids and contracts in ALL Bid Packages.
a. Trade Specific Inclusions includes a spreadsheet which contains
the special conditions of each Bid Package Contract. Columns
containing a “yes” indicate that the work under the “Description”
is to be a part of the Bid Package Contract noted at the top of the
list. Columns containing a “no” indicate that the work under the
“Description” is to be excluded by the Bid Package Contractor
noted at the top of the list.
b. The work included in each specification section includes, but is
not limited to, the furnishing of all labor, materials, appliances,
tools, equipment, facilities, transportation, applicable taxes and
services necessary for, and incidental to, performing all
operations in connection with the specification section complete
as shown on the drawings and / or specified therein.
c. ALL of the work in each specification section MUST be
included in the work scope “Bid Package” for which it has been
assigned unless it has been SPECIFICALLY noted within the
Trade Specific Inclusions to be excluded. CONTRACTOR
MUST EXAMINE ALL SPECIFICATION SECTIONS AND
DRAWINGS for related work that may be specified or shown on
the drawings and required to be included under their specific Bid
Package or referenced specification section.
d. In the unlikely event that the same work called out in this
Contractor’s Bid Package is also called out in the Bid Package of
another contractor or contractors, BOTH this
Contractor and the other contractor/s will be expected to have
included the work in their bids. It is not the District’s intention
Attachment “C” Trade Specific Inclusions
Measure E Series 1 Improvements – IHS Classroom Modernization and UHS Science Classroom Modernization
for this double coverage to happen, however if it does, the
District will seek a credit quotation from all affected contractors
and the contractor offering the smallest credit or least favorable
terms to the District shall be the contractor directed to perform
the work. The other affected contractor/s shall have their contract
work scope/s and price/s reduced by their proposed credit
amounts.
C. WORK BY OWNER
1. Items noted “NIC” (Not In Contract) will be furnished and installed by
the Owner.
D. OWNER FURNISHED PRODUCTS
1. Items noted “OFCI” (Owner Furnished – Contractor Installed) will be
furnished by the Owner and installed by the Contractor.
2. Items noted “OFOI” (Owner Furnished – Owner Installed) will be
furnished by the Owner and installed by the Owner.
3. Owner’s responsibilities:
a. Arrange for and deliver Owner reviewed shop drawings, product
data, and samples to the Contractor .
b. On turnover, inspect products jointly with Contractor.
c. Arrange for manufacturer’s warranties, inspections, and service.
4. Contractor’s responsibilities:
a. Review Owner reviewed shop drawings, product data, and
samples.
b. Obtain products from District warehouse, inventory and inspect
for completeness and/or damage, jointly with Construction
Manager and deliver to each site.
c. Handle, store, install, assemble, and finish products
d. Repair or replace items damaged after receipt.
e. Submit claims for transportation damage and replace damaged,
defective, or deficient items.
5. Products:
a. See equipment schedules.
6. Items furnished by Owner for installation by Contractor (OFCI):
a. See equipment schedules.
E. CONTRACTOR USE OF THE SITE
1. Contractor shall have use of the site throughout the construction period
as regulated by the Construction Manager.
2. Construction operations: Limited to area indicated on drawings.
F. WORK SEQUENCE
1. Construct work in accordance with the Project Construction Schedule,
Attachment “E” Bid Schedule.
END OF SECTION
Attachment C (Addendum A)December 6, 2017
Project Bid No. 100E006-16-021
Measure E Series 1 Improvements - IHS Classroom Modernization UHS Science Classroom Modernization
Page 1
ITEM: DESCRIPTION:
BID PACKAGE
Gene
ral
Cons
truc
tion
Door
s,Fr
ames
&Ha
rdw
are
Fram
ing,
Dryw
all &
Plas
ter
Case
wor
k
Acou
stica
l,Vi
sual
Disp
lay
Boar
ds
Floo
ring
Spec
ialty
Cont
ract
or
Plum
bing
HVAC
Elec
trica
l &Lo
w V
olta
ge
1 2 3 4 5 6 7 8 9 10
1
Contractor shall include within their base bid the following University HighSchool allowances as a part of their contract amount for use by the Districtfor unforeseen conditions. Allowances may be used only upon writtendirection from the Construction Manager, and shall require daily verificationby Construction Manager and IOR of time and materials used in the formof signed T&M tickets. No unsigned daily tickets will be recognized forfinancial compensation. Any unused portion of allowances shall be creditedback to Owner at the conclusion of the project.
$25,000 $5,000 $15,000 $10,000 $15,000 $5,000 $5,000 $25,000 $10,000 $25,000
2
Contractor shall include within their base bid the following Irvine HighSchool allowances as a part of their contract amount for use by the Districtfor unforeseen conditions. Allowances may be used only upon writtendirection from the Construction Manager, and shall require daily verificationby Construction Manager and IOR of time and materials used in the formof signed T&M tickets. No unsigned daily tickets will be recognized forfinancial compensation. Any unused portion of allowances shall be creditedback to Owner at the conclusion of the project.
$25,000 $7,500 $20,000 $15,000 $15,000 $7,500 $7,500 $30,000 $25,000 $35,000
3
Contractor shall fingerprint all employees to meet DOJ and EducationCode requirements and comply with all requirements of contractdocuments for all employees who are physically working on the schoolsites. Provide employees with company shirts clearly identifying theircompany on the front and back, and shall require subcontractors to dolikewise.
yes yes yes yes yes yes yes yes yes yes
4Please be sure all areas are safe and secure, with all materials andequipment within the construction area at all times. All gates separatingconstruction areas from the campus must remain closed at all times.
yes yes yes yes yes yes yes yes yes yes
5No one shall have any contact or communication with students and or staffat anytime. Please contact the Construction Manager if you have anyissues or concerns.
yes yes yes yes yes yes yes yes yes yes
6
Due to local city ordinance, Construction start times will be strictlyenforced. No work shall start before 7:15am. Contactors shall not showup to any of the sites until 7:00am. Any fines or violations incurred will bepaid for by Contractor(s) in violation. The District nor the ConstructionManager will be held responsible for these violations.
yes yes yes yes yes yes yes yes yes yes
7Properly & completely coordinate all work through the ConstructionManager to ensure that all work is properly and efficiently installed per thecontract documents.
yes yes yes yes yes yes yes yes yes yes
8All deliveries of material and/or equipment shall be coordinated andapproved by the Construction Manager prior to commencement of work. yes yes yes yes yes yes yes yes yes yes
9Provide all job verification and field measuring as may be needed and/orrequired to ensure that the work is coordinated and fits properly prior toany ordering or fabricating of materials.
yes yes yes yes yes yes yes yes yes yes
Attachment C (Addendum A)December 6, 2017
Project Bid No. 100E006-16-021
Measure E Series 1 Improvements - IHS Classroom Modernization UHS Science Classroom Modernization
Page 2
10Provide cleanup on a daily basis to ensure a clean, safe & accessible workenvironment for all trades. Each Contractor shall provide a detailed walkthrough and cleaning at the end of each and every work day.
yes yes yes yes yes yes yes yes yes yes
11
All requested lead times and fabrication times will not be considered. It willbe the Contractor's responsibility to make any and all arrangements toensure all items are delivered to the jobsite per the project constructionschedule.
yes yes yes yes yes yes yes yes yes yes
12
ALL Contractors shall be familiar with and comply with the South Coast AirQuality Management District (SCAQMD) standards throughout the durationof the project. Provide adequate and proper fugitive dust control (PM10)during all operations within this Bid Packages scope of work as required byapplicable codes and/or ordinances. Comply with the South Coast AirQuality Management District (SCAQMD). This includes but is not limited toMachinery, vehicles and/or foot traffic.
yes yes yes yes yes yes yes yes yes yes
13
If required, carefully remove and reinstall any chain link and/or temporaryfencing encountered while installing work and/or obtaining access to thework area to the satisfaction of the Construction Manager. Fencing shall berepaired, relocated and replaced on a daily basis to insure a safe andsecure site.
yes yes yes yes yes yes yes yes yes yes
14
If required by the Contract documents, Contractor shall include the cost ofpreparation and printing of all shop drawings and submittals for basecontract work items, including all revisions to shop drawings during theapproval process. Reasonable additional copies required for coordinationwith other trades, copies for the project record, etc. as required throughcompletion of the Project.
yes yes yes yes yes yes yes yes yes yes
15
At no time will any Contractor or Subcontractor park their vehicles aroundor between buildings. All vehicles will be parked at designated parkingareas per the Site Logistic Plans found in Attachment F of the BidDocuments. Only vehicles with the consent of the Construction Manger willbe allowed to park outside designated parking areas.
yes yes yes yes yes yes yes yes yes yes
16
The Construction Manager will review and approve the placement of alltemporary storage containers, trailers and stored materials. All locationsshall be coordinated with each Site Logistic Plan for each site. Refer to theSite Logistic Plans within Attachment F of the Bid Documents.
yes yes yes yes yes yes yes yes yes yes
17
All Contractors shall provide continual cleanup of existing hard surfaces ona daily basis to comply with the AQMD and SWPPP standards. This shallinclude but not limited to manual sweeping, wash down or street sweepingof surrounding existing hard surfaces.
yes yes yes yes yes yes yes yes yes yes
18Provide accurate & neatly drawn dimensioned as-built record drawings forwork installed. The Project Inspector will have the As-Built set that willneed to be updated weekly.
yes yes yes yes yes yes yes yes yes yes
ITEM: DESCRIPTION:
BID PACKAGE
Gene
ral
Cons
truc
tion
Door
s,Fr
ames
&Ha
rdw
are
Fram
ing,
Dryw
all &
Plas
ter
Case
wor
k
Acou
stica
l,Vi
sual
Disp
lay
Boar
ds
Floo
ring
Spec
ialty
Cont
ract
or
Plum
bing
HVAC
Elec
trica
l &Lo
w V
olta
ge
1 2 3 4 5 6 7 8 9 10
Attachment C (Addendum A)December 6, 2017
Project Bid No. 100E006-16-021
Measure E Series 1 Improvements - IHS Classroom Modernization UHS Science Classroom Modernization
Page 3
19
Comply with all City, State, Local Jurisdictional Agencies, AQMD, HealthDepartment, SCE, IRWD, California Regional Water Quality Control Board(SWPPP), and CAL/OSHA requirements and obtain permits as required.The Contractor shall prepare and submit all necessary paperwork to theCity and other governing agencies, as required to obtain an encroachmentpermit, approved haul route, hauling permits, AQMD permits, and anyother requirement that must be complied with so that the work in thisContract can be accomplished.
yes yes yes yes yes yes yes yes yes yes
20
All Contractors will be expected to understand, supply, and implement allBMP’s in relation to their specific scope of work through the course ofconstruction. All waste and washout materials must be properly containedand disposed of offsite. No washout or disposal of cement, plaster, mortar,drywall mud, paint, etc. and wash water (if applicable to scope of work) isto be placed in the storm drain or waste system.
yes yes yes yes yes yes yes yes yes yes
21
Additional temporary fencing is required for work outside the constructiontemporary fencing shown on the Site Logistics Plan (Attachment F). Itshall be the responsibility of that particular Bid Package conducting theirspecific work to provide and maintain. No areas shall be left open orunsafe at anytime. This is not an option of the contractor. This is arequirement to ensure a safe and secure site.
yes yes yes yes yes yes yes yes yes yes
22 Properly protect existing finishes and improvements scheduled to remainwhen performing work within this Bid Package.
yes yes yes yes yes yes yes yes yes yes
23
All trades are to have a physical copy of their firm's IIPP and projectspecific MSDS/SDS sheets onsite as required by CALOSHA. Submit allMSDS submittals to the Construction Manager for record and coordinationwith other trades.
yes yes yes yes yes yes yes yes yes yes
24
This Bid Package shall provide all required submittals within ten (10) daysafter the Notice to Proceed is issued. Contractor will be assessed twohundred dollars ($200.00) per calendar day for each late submittal itemnoted on the submittal log.
yes yes yes yes yes yes yes yes yes yes
25
Following return receipt of approved submittals, Contractor is responsibleto promptly notify the Construction Manager in writing of any questions thatare unresolved on approved submittals that will delay delivery. Unless theOwner receives such notice within 3 calendar days of return receipt ofsubmittal by Contractor, all claims for delays shall be invalid.
yes yes yes yes yes yes yes yes yes yes
26Contractor shall notify Construction Manager in writing of allinconsistencies in the drawings/specifications and subsequent shopdrawings prior to order.
yes yes yes yes yes yes yes yes yes yes
27
Prime Contractor is responsible to manage each project site separate fromthe other. All Submittals, Shop Drawings, RFI’s, Payment Applications,Cost Change Management (PCO’s, COR’s, CO’s), Daily Reports,Inspection Requests, Schedules, Owner’s Meetings, Certified Payroll, etc.are to be managed separately for the two (2) project sites.
yes yes yes yes yes yes yes yes yes yes
ITEM: DESCRIPTION:
BID PACKAGE
Gene
ral
Cons
truc
tion
Door
s,Fr
ames
&Ha
rdw
are
Fram
ing,
Dryw
all &
Plas
ter
Case
wor
k
Acou
stica
l,Vi
sual
Disp
lay
Boar
ds
Floo
ring
Spec
ialty
Cont
ract
or
Plum
bing
HVAC
Elec
trica
l &Lo
w V
olta
ge
1 2 3 4 5 6 7 8 9 10
Attachment C (Addendum A)December 6, 2017
Project Bid No. 100E006-16-021
Measure E Series 1 Improvements - IHS Classroom Modernization UHS Science Classroom Modernization
Page 4
28
The Bid Schedule indicates milestones as well as planned start andcompletion dates for the construction period. Contractor is to prepare andsubmit a detailed construction schedule to the Construction Manager withinfive (5) days after NTP is received and consequent monthly scheduleupdates are to be made and provided to the District by the 1st of eachmonth.
yes yes yes yes yes yes yes yes yes yes
29
Contractor includes all supervision, materials, taxes, delivery costs,equipment, and installation labor required to perform the scope of work asdefined herein in full accordance with the Contract Schedule and all of theContract Documents, and all applicable codes, laws and industrystandards.
yes yes yes yes yes yes yes yes yes yes
30
Contractor is responsible for coordinating all inspections required for thisscope of work. Inspection requests must be made to the ConstructionManager at least forty eight (48) hours prior to inspection. Contractor shallnotify Construction Manager of all scheduled inspections and subsequentdeficiency or approval status.
yes yes yes yes yes yes yes yes yes yes
31
Contractor includes all items consistent with this scope of work that areindicated in the complete set of Contract Documents, specifications andaddenda. This Contractor’s scope of work is not limited to a particular setor part of the Contract Documents but rather the entire set of documents.
yes yes yes yes yes yes yes yes yes yes
32
The District will occupy the sites and existing buildings (except thebuildings or portions of buildings of the active phasing segment) during theentire construction period. Cooperate with the District during constructionoperations to minimize conflicts and facilitate District usage. Perform theWork so as not to interfere with the District’s operations.
yes yes yes yes yes yes yes yes yes yes
33
Contractor acknowledges that several move-ons will be required ofContractor to complete its work as directed by Construction Manager andthat all associated costs are included. It is agreed and understood that thatthe Project is phased and that multiple areas will be under constructionsimultaneously requiring multiple crews. Contractor includes move-onsand mobilization as required by the Project Schedule and as directed bythe Construction Manager. It is the responsibility of the Contractor to allowfor sufficient move-ons to complete the project per the Project Schedule.
yes yes yes yes yes yes yes yes yes yes
34
Contractor is responsible to obtain and pay for performance and paymentbonds to cover all work included in its base Contract. The cost of thesebonds is included in the base Contract amount. Payment of all ChangeOrder bond premiums shall be the responsibility of Contractor and beincluded in scope change responses.
yes yes yes yes yes yes yes yes yes yes
ITEM: DESCRIPTION:
BID PACKAGE
Gene
ral
Cons
truc
tion
Door
s,Fr
ames
&Ha
rdw
are
Fram
ing,
Dryw
all &
Plas
ter
Case
wor
k
Acou
stica
l,Vi
sual
Disp
lay
Boar
ds
Floo
ring
Spec
ialty
Cont
ract
or
Plum
bing
HVAC
Elec
trica
l &Lo
w V
olta
ge
1 2 3 4 5 6 7 8 9 10
Attachment C (Addendum A)December 6, 2017
Project Bid No. 100E006-16-021
Measure E Series 1 Improvements - IHS Classroom Modernization UHS Science Classroom Modernization
Page 5
35
Contractor will verify conditions related to this scope of work prior to thestart of work. The Construction Manager shall be immediately notified inwriting of any discrepancies between the Contract Documents and existingconditions. Failure to notify the Construction Manager of anydiscrepancies prior to start of work will indicate that the Contractor concursthat site conditions match the contract documents.
yes yes yes yes yes yes yes yes yes yes
36
Prime Contractors are to have onsite supervision at all times in which thePrime Contractor’s firm has employees working onsite or in the event thata Subcontractor is onsite. Supervision is to be done by a qualified person,who is authorized to make decisions on behalf of each Bid PackageContractor's firm and is to be accepted by the Construction Manager.
yes yes yes yes yes yes yes yes yes yes
37
Prime Contractor shall designate an on site “safety officer” who shall beresponsible for the safety of the Contractor’s personnel and his associatedsubcontractors’ – safety officer is to hold at a minimum OSHA 10certification. The designated safety person shall be onsite at all timesduring the Contractors work operations. All Safety procedures andprecautions shall fully comply with all OSHA and governing agencyrequirements. Copies of all accident reports and incident reports shall beimmediately issued to the Owner.
yes yes yes yes yes yes yes yes yes yes
38
The Contractor is to completely store and secure all materials, tools, andmiscellaneous items and render them safe at end of day’s work. At notime is material or equipment to be stockpiled outside of constructionfencing.
yes yes yes yes yes yes yes yes yes yes
39
All components, equipment, and work including installation shall fullycomply with current accessibility codes. Contractor shall request specificwritten direction from Architect and/or Owner before proceeding with anywork or ordering any materials that are non-compliant.
yes yes yes yes yes yes yes yes yes yes
40
Contractor must take all necessary precautions to prevent disturbingknown or unknown existing above ground and underground/under slabutilities, and/or structures not be removed in this scope of work. Contractorshall notify the Construction Manager immediately upon disturbing saidutilities.
yes yes yes yes yes yes yes yes yes yes
41
Protect existing asphalt and or concrete, striping and landscape/ irrigation -any and all damage will be contractor's responsibility to remove and/ orreplace to the Construction Manager's discretion. Re-strip all areasaffected by construction and/ or damaged. Power wash and clean allareas as required to restore to the original condition before start ofconstruction.
yes yes yes yes yes yes yes yes yes yes
42All lunch breaks will be taken off site or in construction laydown areas.Absolutely no eating within the school classrooms and/or buildings will beallowed.
yes yes yes yes yes yes yes yes yes yes
43 Provide and pay for all layout, staking and engineering as required tocomplete work in this Bid Package.
yes yes yes yes yes yes yes yes yes yes
ITEM: DESCRIPTION:
BID PACKAGE
Gene
ral
Cons
truc
tion
Door
s,Fr
ames
&Ha
rdw
are
Fram
ing,
Dryw
all &
Plas
ter
Case
wor
k
Acou
stica
l,Vi
sual
Disp
lay
Boar
ds
Floo
ring
Spec
ialty
Cont
ract
or
Plum
bing
HVAC
Elec
trica
l &Lo
w V
olta
ge
1 2 3 4 5 6 7 8 9 10
Attachment C (Addendum A)December 6, 2017
Project Bid No. 100E006-16-021
Measure E Series 1 Improvements - IHS Classroom Modernization UHS Science Classroom Modernization
Page 6
44
All Prime Contractors shall provide a minimum of 1 trash container(s) forwaste, trash, lunch trash and construction debris. This includesprocurement of all hauling permits and/or dump fees which may berequired. Containers shall meet the requirements of the SWPPP'sregulations. This applies equally to any/all subcontractors employed by thePrime Contractor. Contractors that fail to comply with this item will have adumpster provided for them and their contract charged accordingly.
yes yes yes yes yes yes yes yes yes yes
45 This Bid Package shall provide and pay for security measures for all theironsite stored materials, tools and equipment.
yes yes yes yes yes yes yes yes yes yes
46Repair any adjacent grades and/or finishes damaged as a result of theexecution of the work in this Bid Package, including vehicle traffic. yes yes yes yes yes yes yes yes yes yes
47This Bid Package shall not use any restrooms, furniture, drinking fountainsor any items within the schools during construction operations. yes yes yes yes yes yes yes yes yes yes
48Provide all fire stopping materials as required by code for penetrations ofwork through rated walls, ceilings and partitions, as applicable to yourrespective work.
yes yes yes yes yes yes yes yes yes yes
49Furnish and install all braces, brackets, and specialty support or mountingsystems which may be required to install work in this Bid Package. yes yes yes yes yes yes yes yes yes yes
50
Provide all required and dimensioned backing, blocking and openinginformation (including configuration information) in writing for work in thisBid Package to the Construction Manager. (Information MUST be provided5 days prior to start of Bid Package 3 framing).
yes yes yes yes yes yes yes yes yes
51Whenever the term "contractor" or "general contractor" is used anywherewithin the project manual, drawings, or any addenda (including futureaddenda), said term shall be interpreted as the applicable Bid Package.
yes yes yes yes yes yes yes yes yes yes
52Properly and completely coordinate all work through the ConstructionManager with all other trades to ensure that all work is properly andefficiently installed per the contract documents.
yes yes yes yes yes yes yes yes yes yes
53
Load, properly haul, and legally dispose of in an offsite location all unusedexcess or unsuitable "spoils" generated by this Bid Package. This includesprocurement and payment of all hauling permits and/or dump fees whichmay be required. This Bid Package will be responsible to provide properand adequate dust control measures per SCAQMD Rule 403 requirementsuntil said spoils are removed from the site. This Bid Package shall beresponsible for the SWPPP BMP's during these operations.
yes yes yes
54
Provide all temporary fencing & toilets for areas as shown on the SiteLogistic Plans (Attachment F in the Bid Documents). This will include 4temporary toilets and 1 wash station (minimum) at each site for the entireduration of the projects per the schedule provided in the Bid Documents.Toilets to shall be cleaned twice a week and per OSHA standards.Cleaning times shall be scheduled through the Construction Manager andcoordinated with school site activities.
yes
ITEM: DESCRIPTION:
BID PACKAGE
Gene
ral
Cons
truc
tion
Door
s,Fr
ames
&Ha
rdw
are
Fram
ing,
Dryw
all &
Plas
ter
Case
wor
k
Acou
stica
l,Vi
sual
Disp
lay
Boar
ds
Floo
ring
Spec
ialty
Cont
ract
or
Plum
bing
HVAC
Elec
trica
l &Lo
w V
olta
ge
1 2 3 4 5 6 7 8 9 10
Attachment C (Addendum A)December 6, 2017
Project Bid No. 100E006-16-021
Measure E Series 1 Improvements - IHS Classroom Modernization UHS Science Classroom Modernization
Page 7
55
At all exterior openings (existing or new) that are to be demolished for anew door or window opening shall be properly secured (plywood, etc.) afterdemo activities. This shall be continuously maintained until new doorwindow is provided.
yes no
56 Furnish & install all sleeves required for work within the scope of thiscontractor.
yes yes yes yes yes
57This Bid Package shall provide all prep work and/or skim coat to providean acceptable surface for all floor covering. This shall include grinding offloors, bead blasting and moisture mitigation as required.
no yes
58This Bid Package shall layout and provide all parking lot and drivewaystriping, or any pavement markings shown on both asphalt and concretesurfaces as required per the contract documents.
yes
59This Bid Package shall install all asphalt slurry seal as indicated per thecontract documents. All existing playground and parking lot striping that willbe obscured due to the new slurry seal shall be re painted.
yes
60
This Bid Package shall furnish, install and continually maintain throughoutthe duration of the project a 6 foot high temporary chain link fence with 20'wide locked entrance gates. Fence, gates and privacy fabric must becontinually maintained to prohibit young children from gaining access tothe site and also deter persons of all ages from entering the site afterhours. If fences or gates are damaged or vandalized in anyway, this BidPackage contactor must repair or replace applicable sections within 24hours or less. This Bid Package to provide for (1) relocation at each site ofsaid fencing and gates as directed by the Construction Manager and alsoprovide for final removal and disposal of said fencing and gates as directedby the Construction Manager. Please refer to the Logistic Plans withinAttachment F of the Bid Documents for locations of these staging areasand construction areas requiring this temporary fencing. Please reviewand walk the areas with the Construction Manager prior to installation ofstaging areas. Provide construction signage on temp fencing, temporarybarricades and warning devices to protect project school site activities fromconstruction activities. Keep the temporary fencing gate shut at all times tokeep secure separation from District operations outside the constructionwork area.
yes
61
This Bid Package shall provide for twelve (12) general site and buildingcleanup operations including manpower, dumpsters and all costs fordebris disposal. This will take place when directed by theConstruction Manager. Each clean up shall consist of (1) 40 yard roll offbin and (2) men at a minimum of two days each clean up.
yes
62This Bid Package shall be responsible to make all repairs to irrigation andlandscaping that is damaged as a result of executing work within this BidPackage.
yes yes yes
63 This Bid Package shall demo and properly dispose of all concrete, curbs,asphalt, railings as indicated per the contract documents.
yes
64 This Bid Package shall provide and install all hand rails and guard rails asindicated per the contract documents.
yes
ITEM: DESCRIPTION:
BID PACKAGE
Gene
ral
Cons
truc
tion
Door
s,Fr
ames
&Ha
rdw
are
Fram
ing,
Dryw
all &
Plas
ter
Case
wor
k
Acou
stica
l,Vi
sual
Disp
lay
Boar
ds
Floo
ring
Spec
ialty
Cont
ract
or
Plum
bing
HVAC
Elec
trica
l &Lo
w V
olta
ge
1 2 3 4 5 6 7 8 9 10
Attachment C (Addendum A)December 6, 2017
Project Bid No. 100E006-16-021
Measure E Series 1 Improvements - IHS Classroom Modernization UHS Science Classroom Modernization
Page 8
65 Unless specifically noted otherwise within this Trade Specific Inclusions,this Bid Package shall be responsible for all demolition.
yes
66 This Bid Package shall provide and install all parking lot/vehicular signageas indicated per the contract documents.
yes
67 This Bid Package shall provide all contrasting colors at stair grooves. yes
68 Provide, install and maintain a plastic or temporary wall between theoccupied administration office and the construction area.
yes
69
Provide and maintain a 3 yard dumpster at each building for the duration ofthe project for lunch trash. This includes the disposing of accumulatedtrash in said trash cans on a daily basis and providing new liners whenneeded.
yes
70 This Bid Package is responsible to provide carpet patch where items are tobe removed and/or demolished (walls, casework etc.).
yes
71
All finishes should match adjacent finishes when patching in new work.Where items are cut demolished or removed, patch surfaces affected tomatch adjacent surface. Match material texture and patter. Removefasteners and anchors and patch holes.
yes yes yes yes yes yes yes yes yes yes
72It shall be this Bid Packages responsibility to patch concrete, flooringwhere plumbing is to be removed and capped. This is in regards to areasnot specifically shown to be demolished on the Demolition Drawings.
no yes
73
Provide final site clean up and power washing of all PCC concrete paving& asphaltic paving prior to the district taking occupancy. This shall takeplace at areas of construction, lay down areas and path of travel to andfrom work areas.
yes
74 This Bid Package shall provide and install all anchor bolts that required tobe drilled and epoxied.
yes
75 Provide and install all truncated domes as shown on the ContractDocuments.
yes
76 This Bid Package shall be responsible to remove, properly protect, storeand reinstall whiteboards as indicated on the drawings.
yes
77
This Bid Package shall be responsible for all demolition, framing,hardboard, tile and finishes as required to perform the relocation of existingor installation of new restroom accessories. This pertains to existingrestrooms only.
yes
78
This Bid Package shall be responsible for all demolition, framing,hardboard, tile and finishes as required to perform the relocation of existingor installation of new restroom plumbing fixtures. This pertains to existingrestrooms only.
yes
79Completely furnish and install all galvanized sheet metal items notspecifically noted to be furnished and installed by the Bid Package 7, 8, 9,10.
yes
80 Completely furnish and properly install all louvers not specifically includedwithin Bid Packages 2 & 10.
yes
81 All Demolition activities shown on the Plumbing Sheets shall be this BidPackage's responsibility to perform.
no yes
ITEM: DESCRIPTION:
BID PACKAGE
Gene
ral
Cons
truc
tion
Door
s,Fr
ames
&Ha
rdw
are
Fram
ing,
Dryw
all &
Plas
ter
Case
wor
k
Acou
stica
l,Vi
sual
Disp
lay
Boar
ds
Floo
ring
Spec
ialty
Cont
ract
or
Plum
bing
HVAC
Elec
trica
l &Lo
w V
olta
ge
1 2 3 4 5 6 7 8 9 10
Attachment C (Addendum A)December 6, 2017
Project Bid No. 100E006-16-021
Measure E Series 1 Improvements - IHS Classroom Modernization UHS Science Classroom Modernization
Page 9
82 All Demolition activities shown on the Mechanical Sheets shall be this BidPackage's responsibility to perform.
no yes
83 All Demolition activities shown on the Electrical Sheets shall be this BidPackage's responsibility to perform.
no yes
84 Completely furnish and properly install all door louvers, including any doorlouvers shown on the mechanical drawings.
yes
85
Completely caulk and seal the BACKSIDE of all exterior hollow metalframes and mullion joints prior to installing same within the work of this BidPackage with a silicone waterproof caulk to ensure that said joints do notleak.
yes
86This Bid Package shall install all exterior thresholds in a bed of caulkingwhether or not indicated on the within the contract documents. Type ofcaulking shall be per Specifications.
yes
87
After installation of NEW exterior hollow metal doors and/or windows,provide temporary plywood in opening until new glass/glazing is installed.This is to provide a secure opening against unwanted entrance into thebuildings.
no yes
88This Bid Package shall receive and install all finish hardware for aluminumand operable glass doors as noted per the Door Hardware Schedule. yes
89 Furnish and install all aluminum storefronts and aluminum windows. yes
90Completely furnish and properly install all glass and glazing (includingrated glass) as required in the specifications and as noted on the drawings. yes
91 All patching of existing fireproofing required per the Contract Documentsshall be this Bid Package's responsibility.
yes
92 Furnish and install access doors (rated and non-rated) which arespecifically shown on the construction documents.
yes no no no
93 Completely provide and install all fire extinguishers and cabinets. yes
94Completely furnish and properly install all slotted soffit vent screens. ThisBid Package shall paint any structure black, that is visible through the vent. yes
95 Completely furnish and properly install all building paper required on allexterior walls including openings in same.
yes
96Completely furnish and install all drywall as required at recessed lightfixtures, fire extinguisher cabinets and recessed electrical panels asrequired to maintain the required fire rating of the assemblies
yes no no
97 Completely furnish and properly install all "Fry Reglet" type moldings andtrims whenever specified and/or shown.
yes
98 Completely furnish and install all Cementous board. yes
99 Completely furnish and properly install all lath and scratch coats underceramic tile as indicated per the contract documents.
yes no
100 All Simpson Titen HD Anchors shall be this Bid Package's responsibility toprovide and install per the Contract Documents.
no yes
101 This Bid Package shall provide and install all caulking at exterior hollowmetal and aluminum door/window frames.
no yes
ITEM: DESCRIPTION:
BID PACKAGE
Gene
ral
Cons
truc
tion
Door
s,Fr
ames
&Ha
rdw
are
Fram
ing,
Dryw
all &
Plas
ter
Case
wor
k
Acou
stica
l,Vi
sual
Disp
lay
Boar
ds
Floo
ring
Spec
ialty
Cont
ract
or
Plum
bing
HVAC
Elec
trica
l &Lo
w V
olta
ge
1 2 3 4 5 6 7 8 9 10
Attachment C (Addendum A)December 6, 2017
Project Bid No. 100E006-16-021
Measure E Series 1 Improvements - IHS Classroom Modernization UHS Science Classroom Modernization
Page 10
102
Completely furnish & properly install all Unistrut NOT shown on thestructural drawings of the Construction Documents, but required by this BidPackage in order to properly complete and/or support their respectivework.
yes yes yes yes yes yes
103Furnish and install all thermal and sound insulation as indicated per thecontract documents including all supports and attachments as needed. yes
104This Bid Package shall provide and install all backing, blocking, block outsetc. unless specifically noted otherwise within this Trade SpecificInclusions.
yes
105This Bid Package shall provide and install all tackable wall panels asindicated per the contract documents. This shall include all patchwork due to reconfiguration of all new work.
yes
106
Install all marker boards and whiteboards as indicated per the contractdocuments. These will be contractor furnished, contractor install. Allassociated hardware, screws, brackets and/or mounts shall be providedand installed by this Bid Package.
yes
107This Bid Package shall completely provide and properly install all framing,drywall, semi recessed fire extinguisher cabinets and fire extinguishers asindicated per the contract documents.
yes
108 All Simpson framing hardware to be provided by this Bid Package. yes
109 Provide all drywall patching at all construction areas shown on the contractdocuments.
yes
110All backing and/or framed block outs required for new light fixtures,speakers, electrical devices and HVAC openings shall be provided by thisBid Package.
yes no no no no
111 Provide and install wall and ceiling blocking, backing, supports etc. asrequired for T-Bar ceiling installation.
yes
112 Provide and install all wall coverings per the contract documents. yes
113Furnish and install all hanger and support wires for light fixtures, electricaldevices and HVAC registers in suspended acoustical ceilings for the BidPackage 9 and 10 to attach their respective fixtures and devices to.
yes no no
114 OMIT
115This Bid Package will turn over the necessary quantity of ceiling tiles to theBid Package 10 to install devices within tile to be set in the T-Bar grid. Tileshall be turned over upon request by the Bid Package 10.
yes
116 Provide and install all seismic bracing/cables which may be required ofwork within this Bid Package.
yes yes yes yes
117This Bid Package shall provide and install new rubber base where existingwall covering and/or drywall is scheduled to be removed and replaced andincluding new wall construction.
yes
ITEM: DESCRIPTION:
BID PACKAGE
Gene
ral
Cons
truc
tion
Door
s,Fr
ames
&Ha
rdw
are
Fram
ing,
Dryw
all &
Plas
ter
Case
wor
k
Acou
stica
l,Vi
sual
Disp
lay
Boar
ds
Floo
ring
Spec
ialty
Cont
ract
or
Plum
bing
HVAC
Elec
trica
l &Lo
w V
olta
ge
1 2 3 4 5 6 7 8 9 10
Attachment C (Addendum A)December 6, 2017
Project Bid No. 100E006-16-021
Measure E Series 1 Improvements - IHS Classroom Modernization UHS Science Classroom Modernization
Page 11
118
Provide all wall covering at all construction areas. In addition to the areasspecifically called out on the documents, this bid package shall include wallcovering to match existing when other bid packages disturb finishes toperform their respective work. This also includes all infill walls for newdoor and window frames that are adjacent to existing walls that have wallcovering on them.
yes
119 Furnish and install stone thresholds per plans and specifications. yes
120 This Bid Package shall be responsible to float concrete curbs for theinstallation of ceramic tile.
yes
121 Install all cement mortar beds at ceramic tile floors and walls (brown coat)as per the Contract Documents.
yes
122
Completely caulk and seal the exterior cracks and joints of all hollow metaldoor frames, window frames, mullions, hose bibs, pipes, electrical boxesand fixtures. This is to ensure that the exterior cracks and joints do notleak prior to painting. Provide backer rod as required.
yes
123This Bid Package is responsible to provide a primer coat of paint at allgypsum board walls scheduled to receive vinyl covered tackable wallpanels, FRP, casework, stainless steel wall flashings etc.
yes
124 Caulking and sealants as specified (anywhere that requires paint) exceptfor those areas already specifically noted otherwise.
yes
125This Bid Package shall apply a final coat of paint (interior and exterior)after completion of all finish work as scheduled by the ConstructionManager.
yes
126 This Bid Package shall paint all exposed plumbing and electrical piping.Color shall be selected by the Architect.
yes
127 This Bid Package shall install all backer rod and caulking required at allhollow metal frames, storefront frames and operable glass walls .
yes
128
Provide all painting at all construction areas. In addition to the areasspecifically called out on the documents, this bid package shall includepainting to match existing when other bid packages disturb finishes toperform their respective work. All new work installed by others that isexposed and adjacent to existing painted work, this Bid Package shallpaint to match.
yes
129
All new and existing hollow metal frames / doors and wood doors shall beproperly prepped and painted by this Bid Package. This Bid Package shallalso repair all dings, dents, scratches, holes etc. This shall include allinterior and exterior openings, inside and out.
yes
130 Provide all paint touch up and final coats as necessary per the Architectsand Owners Punch List.
yes
131This Bid Package shall be responsible to remove, spread and/or stackdoors so that the Bid Package 3 contractor can prep and paint prior toinstallation.
yes
ITEM: DESCRIPTION:
BID PACKAGE
Gene
ral
Cons
truc
tion
Door
s,Fr
ames
&Ha
rdw
are
Fram
ing,
Dryw
all &
Plas
ter
Case
wor
k
Acou
stica
l,Vi
sual
Disp
lay
Boar
ds
Floo
ring
Spec
ialty
Cont
ract
or
Plum
bing
HVAC
Elec
trica
l &Lo
w V
olta
ge
1 2 3 4 5 6 7 8 9 10
Attachment C (Addendum A)December 6, 2017
Project Bid No. 100E006-16-021
Measure E Series 1 Improvements - IHS Classroom Modernization UHS Science Classroom Modernization
Page 12
132
At all interior and exterior locations where painting is required due to allwork associated within this project. Provide coats of paint from corner tocorner and floor to ceiling. Where items are cut, removed or demolishedand painting is required to match adjacent surfaces, paint the entire wall ofthe repair (corner to corner).
yes
133Completely provide and properly install all room identification / signage andall other signage not specifically noted to be furnished and/or installed byanother Bid Package within these Trade Specific Inclusions
yes
134 Provide and install all corner guards indicated on the contract documents. yes
135This Bid Package shall be responsible to relocate existing fire sprinklerlines and or heads in order to perform work by all trades. Provide testingof systems as required.
yes
136
Cut, cap and as-built, to protect all risers for storm drain, sewer, water andgas site systems below grade so as to protect during construction. This BidPackage is also responsible to relocate and bring up to proper elevationduring installation of site work concrete and landscaping.
yes
137 Completely furnish and properly install all handicap protective insulation onwaste and water lines where required by code.
yes
138 Layout, furnish and install all backing as required for plumbing fixtures. yes
139 This Bid Package shall provide and install insulation on all new condensatelines located in all attic spaces whether shown or not.
yes
140All thermostats that are in the construction area, this Bid Package willremove, relocate, store, protect and reinstall after renovations arecomplete. This is typical at all sites.
yes
141
As part of the "safe-off" activities this Bid Package shall isolate the areaunder construction and protect supply and return systems from dust andconstruction debris. System shut down and restarted after completion ifnecessary. Inspect filters and replace if needed.
yes
142Furnish and install all low voltage conduit and wire as required for theHVAC energy management system, except for underground EMS conduitbetween buildings.
yes
143 Completely furnish and properly install all wall louvers/grilles shown on thedrawings of the construction documents.
yes
144 Paint the interior of all ceiling and wall supply and return HVAC register"cans" flat black.
yes
145 This Bid Package shall provide and properly install all control relaysrequired for Energy Management System interface.
yes
146Provide adequate and proper electrical power for (and make finalconnections to) all Bid Package's work requiring same whether noted onthe construction documents or not.
yes
147Carefully coordinate fire alarm system to provide all necessary means,engineering, and devices to ensure compatible signaling by and betweenwork with all other Bid Packages.
yes
ITEM: DESCRIPTION:
BID PACKAGE
Gene
ral
Cons
truc
tion
Door
s,Fr
ames
&Ha
rdw
are
Fram
ing,
Dryw
all &
Plas
ter
Case
wor
k
Acou
stica
l,Vi
sual
Disp
lay
Boar
ds
Floo
ring
Spec
ialty
Cont
ract
or
Plum
bing
HVAC
Elec
trica
l &Lo
w V
olta
ge
1 2 3 4 5 6 7 8 9 10
Attachment C (Addendum A)December 6, 2017
Project Bid No. 100E006-16-021
Measure E Series 1 Improvements - IHS Classroom Modernization UHS Science Classroom Modernization
Page 13
148 Provide and maintain all temporary building lighting continuously during thelife of the project. Provide per CAL/OSHA.
yes
149
Provide and maintain all temporary portable power (spider) boxes in allbuildings, along with cords connecting same to power supply for use by allbuilding trades during the life of the project. Provide per industry andOSHA standards. This includes enough power for electrical weldersfurnished by other Bid Packages.
yes
150 Remove and relocate/reinstall all speakers, motion sensors and clocksrequired by the reconfiguration of the new work being installed.
yes
151Completely furnish and properly install all necessary conduit, power andfire alarm connections to all combination smoke and fire dampeners andA/C units.
yes
152
Furnish and install all line voltage conduit and wire and all low voltageconduit only where required for work by other Bid Packages, unlessspecified otherwise in these Work Scope Special Conditions. All emptyconduits to be installed with pull rope.
yes
153 This Bid Package shall provide and properly install all contactors requiredfor Energy Management System interface.
yes
154This Bid Package will take delivery of ceiling tiles from the Bid Package 5Contractor so as to install ceiling devices within the T-bar grid system priorto the installation of ceiling tile.
yes
155Provide and install all conduit, J hooks, sleeves and pathways for the lowvoltage systems as noted per the Contract Documents. Cabling andequipment to be provided and installed by this Bid Package.
yes
156
Prior to any work commencing, review the entire existing electricalsystem's conditions and safe off all existing electrical power that is requiredto provide a safe working environment. Areas not affected by Constructionshall remain up and running for the site staff.
yes
157
This Bid Package shall install all underground exterior conduits includingbut not limited to layout, saw cutting, asphalt and concrete demo anddisposal, excavation, conduit with pull strings, backfill, concrete/asphaltand/or irrigation/landscaping patch back & repair. Repair and/or restripeareas damaged or removed by this Bid Package.
yes
158
All Owner Furnished Contractor Installed projectors, wireless access points, television monitors, including all associated brackets and mounts shall beinstalled by this Bid Package. Bid Package is to coordinate pickup at theDistrict Warehouse through the Construction Manager. All associatedhardware, screws, brackets and/or mounts shall be provided and installedby this Bid Package.
no yes
159 Existing motion sensors to be protected, removed and replaced as neededwhether shown on the drawings or not.
yes
160All surface mounted conduit and boxes shall be removed and installedconcealed within the walls as noted per the contract documents. yes
ITEM: DESCRIPTION:
BID PACKAGE
Gene
ral
Cons
truc
tion
Door
s,Fr
ames
&Ha
rdw
are
Fram
ing,
Dryw
all &
Plas
ter
Case
wor
k
Acou
stica
l,Vi
sual
Disp
lay
Boar
ds
Floo
ring
Spec
ialty
Cont
ract
or
Plum
bing
HVAC
Elec
trica
l &Lo
w V
olta
ge
1 2 3 4 5 6 7 8 9 10
Attachment C (Addendum A)December 6, 2017
Project Bid No. 100E006-16-021
Measure E Series 1 Improvements - IHS Classroom Modernization UHS Science Classroom Modernization
Page 14
161
It shall be this Bid Packages responsibility to keep all electrical, data,telephone, fire alarm, security systems operational during construction.Any temporary means to bypass systems at the construction areas will bepart of the contract.
yes
162This Bid Package shall remove, properly store, reinstall existing WirelessAccess Points at all rooms called out for ceilings to be removed andinstalled with new.
yes
163Provide fire alarm testing as required at all sites where devices are to beremoved and/or relocated or effected by the classroom enclosure scope ofwork.
yes
164 Provide all necessary testing and certifications of fire alarm aftercompletion of construction for all sites.
yes
165
Provide and install all roof patch at all sites as required. This patch workshall be performed in a manner so as Irvine Unified School District canmaintain their existing warranties. Please coordinate with ConstructionManager for the proper patch for each associated type of roof.
yes
166
Caulking and sealants between work in this trade and all other tradesexcept where specifically noted otherwise. In the case of conflict betweenBid Packages 1 through 10, the trade installing last shall be responsible forapplicable caulking and sealants.
yes yes yes yes yes yes yes yes yes yes
167
Furnish and install access doors/panels (rated and non-rated) which arenot specifically shown on the construction documents, but which arerequired to gain code or maintenance access to work in this Bid Package.Access doors shall not be placed in locations which are determinedobjectionable to the Architect. Provide the opening size and layout inwriting to the Construction Manager for review and distribution to the BidPackage 5 contractor.
yes yes yes
168
Provide all fire stopping materials as required by code for penetrations ofwork by this Bid Package through rated walls and partitions. Theapplicable Bid Package that causes the penetration, be it by design or fieldcondition, shall furnish and install proper sleeves and fire stopping sealantas required by code. This also includes Acoustical Sealant wherespecified on the documents.
yes yes yes yes yes
169 Completely furnish and properly install all escutcheons for pipepenetrations by work within this Bid Package.
yes yes yes yes
170
Immediately after the acoustical ceiling grid has been installed in a room orarea, jointly walk with the Bid Package 5 Contractor and locate light fixtureand diffusers so the Bid Package 5 Contractor can immediately installsupport wires prior to installation of fixtures and diffusers.
yes yes
171
If additional demolition is required other than what is specifically noted onthe contract documents for the Bid Package 1 Contractor to perform, theBid Package needing to perform their associated work will be responsiblefor demolition, repairs and patching back to match existing as necessary.This applies to items that are not otherwise stipulated within this TradeSpecific Inclusion.
yes yes yes yes yes yes yes yes yes yes
ITEM: DESCRIPTION:
BID PACKAGE
Gene
ral
Cons
truc
tion
Door
s,Fr
ames
&Ha
rdw
are
Fram
ing,
Dryw
all &
Plas
ter
Case
wor
k
Acou
stica
l,Vi
sual
Disp
lay
Boar
ds
Floo
ring
Spec
ialty
Cont
ract
or
Plum
bing
HVAC
Elec
trica
l &Lo
w V
olta
ge
1 2 3 4 5 6 7 8 9 10
Attachment C (Addendum A)December 6, 2017
Project Bid No. 100E006-16-021
Measure E Series 1 Improvements - IHS Classroom Modernization UHS Science Classroom Modernization
Page 15
172
This Bid Package shall be responsible to demolish any concrete and/orfinishes to properly install all work not specially called out on the drawingsfor Bid Package 1 to demolish. This includes all patch back to matchexisting conditions.
yes yes yes
173 This Bid Package shall provide all casework and countertopdemolition of existing casework yes no
174
This Bid Package shall provide and install all new casework,countertops and finish carpentry as shown per the contractdocuments. Provide all casework skinning of unfinished ends due todemolition and casework modifications.
no yes
175Provide and install all material and/or hardware not specially called out inthe hardware schedule, in order to provide a complete and operable doorand / or window assembly.
yes
176Provide and install all material and hardware not specially called out in thehardware schedule, in order to provide a complete and operable Aluminumassembly.
yes
176 This Bid Package shall include all work associated with Attachment G. yes
177
This Bid Package shall properly regrade adjacent finishes to new concreteand/ or asphalt elevations to provide a smooth transition from existing tonew. This shall include reestablishing landscape and irrigation to matchexisting.
yes
178This Bid Package shall be responsible to adjust all existing electrical andplumbing items (not specifically called out on the contract documents) inorder to provide new site concrete and asphalt work.
yes no no
179
The Construction Manager & District shall be notified in writing no less than48 hours prior to any site services being shut down and/or interrupted.This needs to be coordinated and scheduled through the ConstructionManager.
yes yes yes yes yes yes yes yes yes yes
ITEM: DESCRIPTION:
BID PACKAGE
Gene
ral
Cons
truc
tion
Door
s,Fr
ames
&Ha
rdw
are
Fram
ing,
Dryw
all &
Plas
ter
Case
wor
k
Acou
stica
l,Vi
sual
Disp
lay
Boar
ds
Floo
ring
Spec
ialty
Cont
ract
or
Plum
bing
HVAC
Elec
trica
l &Lo
w V
olta
ge
1 2 3 4 5 6 7 8 9 10
Attachment C (Addendum A)December 6, 2017
Project Bid No. 100E006-16-021
Measure E Series 1 Improvements - IHS Classroom Modernization UHS Science Classroom Modernization
Page 16
180
Final Cleaning per contract documents. Final cleanup of all interior andexterior surfaces after construction of the building and prior to acceptanceby the District. CLEANUP REQUIREMENTS1. Clean glass and all surfaces exposed to view, remove temporary labels,stains and foreign substances.2. Vacuum carpet and all other soft surfaces.3. Clean at plumbing fixtures to a sanitary condition in classrooms.4. Clean T-Bar ceilings5. Clean all window ledges.6. Clean and polish all casework inside and out.7. Clean all doors, frames and polish hardware surfaces.8. Clean light fixture lenses that show dirt when lights are on.9. Clean walls, vinyl walls, soffits and ceilings of dust, stains, hand marksand like defects.10. Remove trash and debris, sweep and power wash all asphaltic andconcrete construction areas within the temp fence line, including theexterior of the building. THIS FINAL CLEANING SECTION STANDSALONE AND DOES NOT RELIEVE THE PRIME CONTRACTOR OF HISCLEANING RESPONSIBILITIES AS NOTED IN THE SPECIFICATIONS.
yes
181
At all locations where gypsum board and/or finishes are called to beremoved, replaced, redone this Bid Package shall remove all trim anddevices as necessary for others to complete their respective work. If thesedevices are damaged, this Bid Package shall include replacement of same.This shall include safe and secure storage.
yes yes yes
182This Bid Package shall deep clean and shampoo flooring that is affectedby the classroom enclosure scope of work including path of travel/ accessroutes to and from the Construction Area.
yes
183This Bid Package shall perform all testing and balancing of existing andnew HVAC systems affected by the scope of work for this project. yes
184 This Bid Package shall perform all chlorination testing and report for newwater piping installed.
yes
185All work associated with the Asbestos & Lead Survey Reports/ HazardousBuilding Material Survey and Specifications per Attachment G of the BidDocuments shall be the responsibility of this Bid Package.
yes
186Furnish and install all flooring finishes including carpet, resilient flooring,sealed concrete, stained concrete and base as noted per the ConstructionDocuments.
yes
187This Bid Package Contractor to provide demolition or drywall (if notspecifically called out on the demolition drawings) for backing,hardware, and patch back of drywall.
yes
The Items below are all site specific.Irvine High School
ITEM: DESCRIPTION:
BID PACKAGE
Gene
ral
Cons
truc
tion
Door
s,Fr
ames
&Ha
rdw
are
Fram
ing,
Dryw
all &
Plas
ter
Case
wor
k
Acou
stica
l,Vi
sual
Disp
lay
Boar
ds
Floo
ring
Spec
ialty
Cont
ract
or
Plum
bing
HVAC
Elec
trica
l &Lo
w V
olta
ge
1 2 3 4 5 6 7 8 9 10
Attachment C (Addendum A)December 6, 2017
Project Bid No. 100E006-16-021
Measure E Series 1 Improvements - IHS Classroom Modernization UHS Science Classroom Modernization
Page 17
IHS 1This Bid Package to provide and install blocking as required perdetail E1 on Sheet A10.03. This includes any removal andreplacement of existing drywall in order to install new blocking.
yes
IHS 2 This Bid Package to provide and install all hollow metal framegrouting as required per the contract documents
yes no
IHS 3 Provide and install all countertop brackets / brace per the contractdocuments
yes
IHS 4 Provide installation of owner furnished contractor installed teachersstation.
yes
IHS 5 This bid package to provide and install "EM1" entrance mats. yes
IHS 6
This bid package to provide and install all material necessary tomodify roof curbs as required to accommodate the installation of newair handling unit per the contract documents keynote 6 on SheetMB4.1
yes
IHS 7This bid package to reinstall markerboards on side walls after wallpatch and paint per the contract documents keynotes on Sheet AB2.2 yes
IHS 8This bid package to remove and discard of existing markerboardsthat are not to be reinstalled per the contract documents. yes
IHS 9This bid package to provide and install all necessary material toconstruct DF dry well per Contract Documents Sheet A10.20 Det. C3. yes
IHS 10 This bid package to provide and install railing at drinking fountain percontract documents Sheet A10.20 Det. C1.
yes
IHS 11 This bid package to include & provide all associated work to performall Asbestos & Lead abatement per Attachment G.
yes
IHS 12 All BP's Define night work & 6 day work week buildings. yes yes yes yes yes yes yes yes yes yes
IHS 13This bid package to provide holding tanks for the CM/Inspector trailerlocated on the Logistics Plan - Attachment F & empty once a week. yes
IHS 14 This bid package to provide power & data to the CM / Inspectortrailers as shown on the Logistics Plan Attachment F.
yes
IHS 15 This bid package to provide all measures to existing concretesubfloor to accept new flooring.
yes
IHS 16This bid package is responsible to remove existing doors frame andfloor closer where occurs, and return door hardware to the district. yes
IHS 17 This bid package to be responsible to remove existing lockers &anchorage.
yes
IHS 18This bid package to be responsible for the removal of all translucentceiling panels as required by the contract documents. yes
IHS 19 This bid package to be responsible for the removal of existingskylight lenses & replace with new per the contract documents.
yes
ITEM: DESCRIPTION:
BID PACKAGE
Gene
ral
Cons
truc
tion
Door
s,Fr
ames
&Ha
rdw
are
Fram
ing,
Dryw
all &
Plas
ter
Case
wor
k
Acou
stica
l,Vi
sual
Disp
lay
Boar
ds
Floo
ring
Spec
ialty
Cont
ract
or
Plum
bing
HVAC
Elec
trica
l &Lo
w V
olta
ge
1 2 3 4 5 6 7 8 9 10
Attachment C (Addendum A)December 6, 2017
Project Bid No. 100E006-16-021
Measure E Series 1 Improvements - IHS Classroom Modernization UHS Science Classroom Modernization
Page 18
IHS 20This bid package to be responsible for the removal and installment ofall projectors & mounts and reinstall in location shown on theRemodel RCP of the contract documents.
yes
IHS 21
This Bid Package shall include in their base bid 14,000 sqft of drywallremoval, replacement including all removal and trash fee's, patchingback to match existing finishes. PLEASE NOTE, THIS IS ABOVE ANDBEYOND WHAT IS CURRENTLY CALLED OUT FOR THE BIDPACKAGE 1 CONTRACTOR TO REMOVE PER THE DEMOLITIONDRAWINGS AND WHAT IS CURRENTLY CALLED OUT FOR THIS BIDPACKAGE CONTRACTOR TO PROVIDE PER THE FINISH DRAWINGS.
yes
IHS 22
This Bid Package shall include in their base bid 14,000 sqft of misc.interior painting of drywall as directed by the Construction Manager,PLEASE NOTE, THIS IS ABOVE AND BEYOND WHAT IS CURRENTLYCALLED ON IN THE CONTRACT DOCUMENTS TO PROVIDE.
yes
University High School
UHS 1All BP's to be aware of existing 1-hr fire rating as shown on G1.3. Anycontractor disturbing said ratings shall be responsible for reinstallingfire caulking, pads, spray, etc…
yes yes yes yes yes yes yes yes yes yes
UHS 2
This bid package to field verify location of existing tank, removal ofpavers, clean out sledge and debris within acid neutralizer. Raise rim& install new cleanout / manhole cover. Reinstall pavers to matchexisting condition.
yes
UHS 3 This bid package to install all truncated domes. yes
UHS 4 This bid package is responsible for all concrete, asphalt, landscapingdemolition & provide new per the civil drawings.
yes
UHS 5 This bid package is responsible to provide all new & existing hand &guardrails as shown on the contract documents.
yes
UHS 6 This bid package shall be responsible to remove, store & reinstallbenches as shown on the contract documents.
yes
UHS 7This bid package is responsible to repair glu-lam beams whichinclude patching to match existing. Also installing new sheet metalcap.
yes
UHS 8This bid package is responsible to remove all markerboards, tackboards, & miscellaneous items as noted in plan attached to wall /floor salvage & store for reinstallation.
yes
UHS 9 This bid package is responsible to provide new end panels atcasework that is partially removed per the contract documents.
yes
UHS 10This bid package is responsible for all concrete needing to beremoved in order to install new plumbing. This includes patchingback to match existing.
yes
UHS 11 This bid package is responsible to remove fume hoods. yes
UHS 12 Tis bid package is responsible to disconnect ductwork connected tofume hoods.
yes
ITEM: DESCRIPTION:
BID PACKAGE
Gene
ral
Cons
truc
tion
Door
s,Fr
ames
&Ha
rdw
are
Fram
ing,
Dryw
all &
Plas
ter
Case
wor
k
Acou
stica
l,Vi
sual
Disp
lay
Boar
ds
Floo
ring
Spec
ialty
Cont
ract
or
Plum
bing
HVAC
Elec
trica
l &Lo
w V
olta
ge
1 2 3 4 5 6 7 8 9 10
Attachment C (Addendum A)December 6, 2017
Project Bid No. 100E006-16-021
Measure E Series 1 Improvements - IHS Classroom Modernization UHS Science Classroom Modernization
Page 19
UHS 13This bid package is responsible to remove existing doors, protect inplace existing door frame & prepare surface to receive new finish. yes
UHS 14This bid package is responsible to provide all patch & repair ofdrywall as called out on the contract documents to match existingconditions.
yes
UHS 15This bid package is responsible to remove, salvage & store forreinstallation of all existing low voltage & powered devices shown onthe contract documents.
UHS 16 This bid package is responsible to remove, store & reinstall fireextinguishers as shown on the contract documents.
yes
UHS 17 This bid package is responsible to remove existing door hardware &prepare surface for paint as shown on the contract documents. yes
UHS 18 This bid package is responsible to paint all interior faces of roomfrom floor base to ceiling including existing & new doors.
yes
UHS 19This bid package is to provide all whiteboard as shown on thecontract documents. Also provide installation of existing whiteboardsas shown on the contract documents.
yes
UHS 20this bid package is responsible to provide data, power & back boxesfor short throw projectors as shown on the contract documents.
UHS 21
This bid package is responsible to reinstall all wall mounted devices,accessories & miscellaneous items in original location on plan.Unless otherwise noted within the Attachment C - Trade SpecificInclusions.
yes
UHS 22 This bid package is responsible to provide new fire extinguishers asshown on the contract documents.
yes
UHS 23 This bid package is responsible to provide & install new fume hoodsas shown on the contract documents.
UHS 24 This bid package is responsible to provide & install eye wash / delugeshower, ice maker & ion exchange tank.
yes
UHS 25 This bid package is responsible to relocate base / acid cabinet asshown on the contract documents.
yes
UHS 26 This bid package is responsible to provide & install dishwasher. yes
UHS 27 This bid package is responsible to provide & install flammablecabinet.
yes
UHS 28 This bid package is responsible to provide & install refrigerator withfreezer on bottom as shown on the contract documents.
yes
UHS 29 This bid package is responsible to provide & install upright rod setwith crossbar.
yes
UHS 30 This bid package is responsible to provide & install wire mesh dooras shown on the contract documents.
yes
UHS31 This bid package is responsible to provide & install ConcreteMasonry Unit construction.
yes
UHS 32 This bid package is responsible to remove, store & reinstall toiletpartitions as shown on the contract documents.
yes
ITEM: DESCRIPTION:
BID PACKAGE
Gene
ral
Cons
truc
tion
Door
s,Fr
ames
&Ha
rdw
are
Fram
ing,
Dryw
all &
Plas
ter
Case
wor
k
Acou
stica
l,Vi
sual
Disp
lay
Boar
ds
Floo
ring
Spec
ialty
Cont
ract
or
Plum
bing
HVAC
Elec
trica
l &Lo
w V
olta
ge
1 2 3 4 5 6 7 8 9 10
Attachment C (Addendum A)December 6, 2017
Project Bid No. 100E006-16-021
Measure E Series 1 Improvements - IHS Classroom Modernization UHS Science Classroom Modernization
Page 20
UHS 33 This bid package is responsible to paint ceilings as called for onSheet AJ2.1.
yes
UHS 34
This Bid Package shall include in their base bid 10,000 sqft of drywallremoval, replacement including all removal and trash fee's, patchingback to match existing finishes. PLEASE NOTE, THIS IS ABOVE ANDBEYOND WHAT IS CURRENTLY CALLED OUT FOR THE BIDPACKAGE 1 CONTRACTOR TO REMOVE PER THE DEMOLITIONDRAWINGS AND WHAT IS CURRENTLY CALLED OUT FOR THIS BIDPACKAGE CONTRACTOR TO PROVIDE PER THE FINISH DRAWINGS.
yes
UHS 35
This Bid Package shall include in their base bid 10,000 sqft of misc.interior painting of drywall as directed by the Construction Manager.PLEASE NOTE, THIS IS ABOVE AND BEYOND WHAT IS CURRENTLYCALLED ON IN THE CONTRACT DOCUMENTS TO PROVIDE.
yes
ITEM: DESCRIPTION:
BID PACKAGE
Gene
ral
Cons
truc
tion
Door
s,Fr
ames
&Ha
rdw
are
Fram
ing,
Dryw
all &
Plas
ter
Case
wor
k
Acou
stica
l,Vi
sual
Disp
lay
Boar
ds
Floo
ring
Spec
ialty
Cont
ract
or
Plum
bing
HVAC
Elec
trica
l &Lo
w V
olta
ge
1 2 3 4 5 6 7 8 9 10