ADDENDUM NO. 1 PROJECT: Administrative Upgrades at Adams … · 2020. 4. 1. · Location: NISD...
Transcript of ADDENDUM NO. 1 PROJECT: Administrative Upgrades at Adams … · 2020. 4. 1. · Location: NISD...
ADDENDUM NO. 1 PROJECT: Administrative Upgrades at Adams Hill School Northside Independent School District RSCSP No: 2020-004 March 26, 2020
Garza/Bomberger & Associates | 5545 Fredericksburg Road, Ste.100, San Antonio, TX. 78229 210-349-7000 210-349-7820 (fax)
Page 1
The following addendum is issued to change, amplify or further explain the plans and specifications and shall therefore take precedence over the original contract documents in the event of conflict:
PROJECT MANUAL DESCRIPTIVE ITEMS Item 1.1 Page 2
ARCHITECTURAL DRAWINGS DESCRIPTIVE ITEMS Items 1.2 thru 1.5 Pages 2 and 3
ARCHITECTURAL DRAWINGS AD1.1 8.5” x 11” AD1.2 11” x 17” AD1.3 8.5” x 11”
ATTACHMENTS:
Attachment ‘A’ - Pre-Proposal Conference Agenda to be held 3/30/2020 6 pages
Attachment ‘B’ - Northside ISD Purchasing Department Memo dated 3/24/2020 1 page
Attachment ‘C’ - Addendum No. 1 – Technology Items, dated 3/26/2020 1 page
ADDENDUM NO. 1
PROJECT: Administrative Upgrades at Adams Hill School Northside Independent School District RSCSP No: 2020-004
March 26, 2020
Garza/Bomberger & Associates | 5545 Fredericksburg Road, Ste.100, San Antonio, TX. 78229 210-349-7000 210-349-7820 (fax)
Page 2
***** PROJECT MANUAL *****
Item 1.1 - Reference Invitation to Offerors;
A. Paragraph 5;
1. Pre-Proposal Conference; The voluntary Pre-Proposal Conference originally scheduled to be conducted at 2:00 p.m. on Monday, March 30th has been modified. Conference will be held via WebEx video conferencing in lieu of meeting at the Northside Activity Center. A copy of the Pre-Proposal Conference Agenda is included in this addendum as Attachment ‘A’. Conference participants can join the meeting by going to:
https://nisd.webex.com/nisd/j.php?MTID=m441a608d69665aa20dcbfbd6866df8a7 Meeting number (access code): 961 246 307 Meeting password: Hms7Ms9g5J3
Monday, March 30, 2020, 2:00 pm | (UTC-05:00) Central Time (US & Canada) | 1 hr
Join by phone: Tap to call in from a mobile device (attendees only)+1-408-418-9388 United States TollGlobal call-in numbers
Join from a video system or application Dial [email protected] can also dial 173.243.2.68 and enter your meeting number.
Join using Microsoft Lync or Microsoft Skype for Business Dial [email protected]
2. Tour of the School: Following the Pre-Proposal Conference, an on-site tour of the area within theproject scope will be conducted beginning at 3:30 p.m. All interested participants shall meet atAdams Hill Elementary School, located at 9627 Adams Hill Drive, San Antonio, Texas 78245.Tour will be conducted in small groups in compliance with COVID-19 recommendations.
B. Paragraph 7 - Schedule For Proposal Receipt And Opening Of Proposals, Subparagraph 2;
1. Proposals shall be received by the Owner in accordance with the Northside ISD PurchasingDepartment directive dated March 24, 2020, included with this Addendum as Attachment ‘B’.
2. Change date for receipt of proposals to April 14, 2020; time remains the same.
3. Northside ISD will host a remote viewing of proposal opening as indicated on Attachment ‘B’.
***** DRAWINGS *****
Item 1.2 - Reference Sheet A1.4, Section 9; the attached Addendum Drawing AD1.1 indicates dimensions of cast stone at top of column.
ADDENDUM NO. 1 PROJECT: Administrative Upgrades at Adams Hill School Northside Independent School District RSCSP No: 2020-004 March 26, 2020
Garza/Bomberger & Associates | 5545 Fredericksburg Road, Ste.100, San Antonio, TX. 78229 210-349-7000 210-349-7820 (fax)
Page 3
Item 1.3 - Reference Sheet A1.7;
A. Delete drawing 3 CANOPY DETAIL in its entirety, and replace with drawing on attached Addendum Drawing AD1.2.
B. Drawings 5 TYP. HANDRAIL ELEVATION and 7 TYP. HANDRAIL ELEVATION, Change all references from 1” O.D. GLAVANIZED STL. to 1 ½” NOM. GALVANIZED STEEL.
Item 1.4 - Reference Sheet A2.6, 20 STEEL WINDOW SILL; delete detail in its entirety, and replace with drawing as indicated on attached Addendum Drawing AD1.3.
Item 1.5 - Reference Sheet A6.0, 1 REFLECTED CEILING PLAN;
A. Delete reference to detail 4/A6.0.
B. Delete drawing 4 CEILING DETAIL in its entirety.
***** END OF ADDENDA *****
F
KING SIZE BRICK, COLOR - ASTL. TUBE COLUMN, REF. STRUCT. DWGS.EQ. EQ.
PRE-COMPRESSEDSEALANT
CAST STONE CAP
3x4x1/4"STEEL ANGLE
2 5/8"10"
2 5/8"1' - 8 3/4"
4 5/8" 5"
1" 4 3/8"
1
ADDE
NDUM
NO.
:
PROJ
ECT
NO.:
REF.
SHE
ET:
DATE
:FO
RAD
AMS
HILL
ELE
MENT
ARY
SCHO
OLNO
RTHS
IDE
INDE
PEND
ENT
SCHO
OL D
ISTR
ICT
9627
ADA
MS H
ILL D
R, S
AN A
NTON
IO, T
X 78
245
ADMI
NIST
RATI
ON U
PGRA
DES
AT1
3/26/2
020
19-2
10
A1.4
AD1.1
SCALE: 1 1/2" = 1'-0"9 SEATING AREA SECTION
0.103' - 4"
6 1/4"
6" MIN.
EQ.EQ.
PRE-FINISHED MTL. FASCIA5/8" PLYWOOD
18 GA. RECEIVER CHANNEL
ROOF SYSTEM IV5/8" GLASS-FACED COVER BOARD
1 1/2" MTL. DECKPRE-FINISHED MTL. LINER PANELS
22 GA. CLEAT
1/4"
/ 12
"
PRE-FINISHED PERFORATED MTL. PANELS TYPE - A
STL. TUBE BEAM BEYOND
PROVIDE STL. TUBE CAP, WELD SHUT, TYP. AT ALL EXPOSED OPENINGS
STL. TUBE BEAM, REF. STRUCT. DWGS.
STEEL ANGLES, WELD TO STEEL BEAM
STL. TUBE BEAM, REF. STRUCT. DWGS.
STL. TUBE BEAM, REF. STRUCT. DWGS.
SELF TAPPING FASTENER, TYP.
1 1" × 1/4" STEEL BARS, TYP.
4"
VARI
ES
ADDE
NDUM
NO.
:
PROJ
ECT
NO.:
REF.
SHE
ET:
DATE
:FO
RAD
AMS
HILL
ELE
MENT
ARY
SCHO
OLNO
RTHS
IDE
INDE
PEND
ENT
SCHO
OL D
ISTR
ICT
9627
ADA
MS H
ILL D
R, S
AN A
NTON
IO, T
X 78
245
ADMI
NIST
RATI
ON U
PGRA
DES
AT3/2
6/202
01
19-2
10
A1.7
AD1.2
SCALE: 3" = 1'-0"1 CANOPY DETAIL
GLAZING AS SCHED.STL. FRAME GROUT FILLED
(APPLIED) STEEL STOP
8" C.M.U. INVERTED BOND BEAM
WALL BASE AS SCHED.FINISH FLOORAS SCHED.
CONC. CURBREF. STRUCT. DWGS.
1" BULLNOSE
1 1/2" 2 3/4"
2"3/8
"8"
BACKER ROD AND SEALANT BOTH SIDES
2 1/2"x2"x1/4 STEEL ANGLESUB-SILL SET IN FULL BED OF SEALANTKING SIZE SOLDIER COURSE
RIGID INSULATION
OPEN JOINT WEEPS @ 30" O.C.
MORTAR NETTING
GROUT FILLED
MEMBRANE FLASHINGCONT. AIR BARRIER
SEAL STRIP MEMBRANEMEMBRANE FLASHING
5 3/4" 2"
SAWCUT EXISTING CONCRETE FOR WATERSTOP
WATERSTOP
1
4" C.M.U.4"
3 5/8"
ADDE
NDUM
NO.
:
PROJ
ECT
NO.:
REF.
SHE
ET:
DATE
:FO
RAD
AMS
HILL
ELE
MENT
ARY
SCHO
OLNO
RTHS
IDE
INDE
PEND
ENT
SCHO
OL D
ISTR
ICT
9627
ADA
MS H
ILL D
R, S
AN A
NTON
IO, T
X 78
245
ADMI
NIST
RATI
ON U
PGRA
DES
AT1
3/26/2
020
19-2
10
A2.6
AD1.3
SCALE: 3" = 1'-0"20 STEEL WINDOW SILL
Administrative Upgrades at Pre‐Proposal Conference Agenda Adams Hill Elementary School ‐ NISD Page 1 of 6
PRE‐PROPOSAL CONFERENCE AGENDA
Project: Administrative Upgrades at Adams Hill ES RFCSP #2020‐004
Meeting Date / Time: March 30, 2020 / 2:00 pm
Meeting Location: WebEx https://nisd.webex.com/nisd/j.php?MTID=m441a608d69665aa20dcbfbd6866df8a7 Meeting number (access code): 961 246 307 Meeting password: Hms7Ms9g5J3
1. Introduction of Representatives
Owner Northside ISD Leroy San Miguel Assistant Superintendent for Facilities and Operations James Evans Director of Facilities Construction Marilyn Sevedge Senior Project Manager Wayne Cure Construction Inspections Manager
Architect Garza/Bomberger & Associates Roy Lewis, AIA Principal Rick Manning, AIA Project Manager
Civil Engineer CDSmuery Steven Lin, P.E. Senior Project Manager
Structural Engineer IES Engineers Agustin Tellez, P.E. Principal
MEP Engineer Alderson & Associates Taylor Koerth, P.E. Project Manager
Technology/Security Combs Consulting Group William Glaskox Infrastructure Studio Manager
Landscape/Irrigation CFZ Group Leticia Zavala, ASLA President
Roofing Hollon+Cannon Group Mel Hollon Principal
GeoTech/CMT Arias Geoprofessionals Gerry Shepherd, P.E. Senior Geotechnical Engineer
2. Project Information
‐ Proposal Receipt and Opening of Proposals
Due Date: April 14, 2020 per Addendum No. 1
Time: 10:30 am (Proposal Opening to follow via Youtube http://tiny.cc/nisdbidopenings)
Location: NISD Purchasing Conf. Rm., 607 Richland Hills Dr., Ste. 700, SAT 78245.‐ NISD will limit the time to accept proposals to one hour prior to due date and time. ‐ Plans are available through GBA or at certain plan rooms; coordinate with GBA. Please sign the sign in sheet which will be distributed as an addendum
ATTACHMENT 'A' toAddendum No. 1
Administrative Upgrades at Pre‐Proposal Conference Agenda Adams Hill Elementary School ‐ NISD Page 2 of 6
3. Project Description
‐ Upgrade of the the existing Admin area to include demolition/renovation of existing spaces and adjacent lobby in order to expand the Administrative Suite.
‐ Includes demolition and replacement of entry canopy. ‐ Renovation/expansion of Lobby. ‐ Fire Alarm upgrade to entire facility.
4. Project Schedule
‐ Start Date: June 8, 2020 (Notice of Award: April 30, 2020, N‐T‐P to be determined) ‐ Completion Date: December 28, 2020 (Must be complete and ready for occupancy) ‐ Refer to Phasing Schedule on Drawings for Work that must be completed prior to August 24, 2020
5. Estimated Project Budget
– $4,100,000.00
6. Allowances
– Contingency Allowance: $75,000.00– Testing and Balancing Allowance: $15,000.00– Unforeseen Conditions Allowance: $25,000.00– Building Letters Allowance: $5,000.00– Miscellaneous Steel Allowance: $5,000.00
7. Unit Prices
– N/A
8. Alternates
– Alternate #1: Add Fire Alarm Voice Annunciation to include speakers for alarm notification.
9. Addenda
– Addendum No. 1 – Issued 3/36/2020.– Any changes arising out of questions requiring interpretation, clarification, or correction to the
Construction Documents will be made by Addendum. All questions shall be submitted in writing by endof day, Wednesday, April 8, 2020.
10. Substitutions
– Limited number, but not all of products/manufacturers will be added by addenda prior to bidding– Contractor may submit list of Substitution Requests within 30 days after Contract execution per Section
01 60 00 – Material and Equipment
11. Proposal Requirements
– Proposal shall be submitted with the proper proposal security as defined in the Front End Specificationand shall include all alternates, project name and number and original copies with original signaturesand seals. Proposal security needs to be submitted with the proposal package meeting the requirementslisted on NISD Purchasing website. i.e. raised seal.
– Contractors are encouraged to refer to Competitive Proposal Checklist listed after Schedule 8 in theTable of Contents, which identifies forms to be submitted in a triplicate with Section dividers and thenumber of copies.
Administrative Upgrades at Pre‐Proposal Conference Agenda Adams Hill Elementary School ‐ NISD Page 3 of 6
– Proposal Form ‐
Offeror will list bid pricing both numerically and written for base bid and alternate(s). Base bid sumwill include allowance(s) as listed in Section 01 23 00 – Alternates; total amount of allowances asindicated on the Proposal Form.
Offeror will list the names of the Project Manager, Project Superintendent and Project Support. Asingle person cannot be listed as a Project Manager and Project Superintendent. If two names areprovided for Project Manager and/or Project Superintendent, both resumes will be reviewed andthe points will be issued based on the individual with the least amount of experience. Please noteresumes for the Project Manager and Project Superintendent will need to be submitted underExhibit B‐Project Management Ability. Any other resumes provided will not be reviewed.
12. Proposal Selection Criteria– NISD ranks offerors by best value and not by lowest bid. Therefore, it is important to submit a complete
proposal package as identified in the Front End Specifications.– Proposals are evaluated on five divisions
Relevant Experience
Project Management Ability
Past Performance
Subcontractor and Supplier Support Capability
Price Proposal– Per the Evaluation Matrix provided in the Front End Specifications each division will be evaluated by
but not limited to a committee consisting of NISD Administrators, NISD Project Manager andConsultant.
Relevant Experience (Max 11 Pts)o Experience as a Contractor (Max 4 Pts) – Number of years as a contractor under the
submitted Contracting name and as listed in the A‐305 ‐ Contractor QualificationStatement. In order to receive max points, the contractor will need to reflect 9 or moreyears in business on the Contractor Qualification Statement A‐305 under the submittedcontracting name.
o Representative Projects (Max 7 Pts) – List of projects of similar dollar value (in relation tothe Budget) and scope, which are substantially complete. List shall include Project Name,Architect/Engineer, Cost of Project, date of completion, scope of project and ContactPerson. Projects are not required to be K‐12 or education related facilities. In order toreceive max points contractor will need to provide 7 or more projects and will not bepenalized for submitting additional projects.
Project Management Ability (Max 11 Pts)o Project Support (Max 1 Pt) – Offeror shall provide written evidence of sufficient resources
necessary to manage, staff and successfully complete the project. This written descriptionshall include the year the company was founded, number of offices, number of employeesand additional resources to ensure the completion of the project by the listed deadlines.Offeror is encouraged to provide an organizational chart.
o Project Superintendent Experience (Max 5 pts) – Offeror shall provide a resume(s) for theindividual(s) listed on the Proposal Form for review under Exhibit B‐Project ManagementAbility. Resume(s) shall provide experience of the individual(s) as a ProjectSuperintendent, with the current or past contractors. Total years of constructionexperience will not suffice. Years as an owner of a contracting company can supplementexperience. Sample resumes will be provided in Addendum #1.
o Project Manager Experience (Max 5 pts) – Offeror shall provide a resume(s) for the
Administrative Upgrades at Pre‐Proposal Conference Agenda Adams Hill Elementary School ‐ NISD Page 4 of 6
individual(s) listed on the Proposal Form for review under Exhibit B‐Project Management Ability. Resume(s) shall provide experience of the individual(s) as a Project Manager, with the current or past contractors. Total years of construction experience will not suffice. Years as an owner of a contracting company can supplement experience. Sample resumes will be provided in Addendum #1.
Past Performance (Max 8 Pts) – Contractor’s with no prior experience with any ISDs will startwith the full 8 points. All contractor with experience with NISD will be evaluated based on theirrecent substantially complete projects.o Timely Completion (Max 2 pts)o Coordination of Trades (Max 1pt)o Quality of Workmanship (Max 1pt)o Warranty Responsiveness (Max 2 pts)o Punchlist Length & Completion (Max 2 pts)
Subcontractor and Supplier Support Capability (Max 25 Pts) – Offeror will be evaluated basedon subcontractors and suppliers listed under Schedule 2 in the proposal package. Please note allItems of Work need to have the name of subcontractor/supplier. If the prime contractor isself‐performing the work, the prime contractors name needs to be listed on the Schedule 2and the type of work being performed needs to be listed on the A‐305 ‐ Contractor’sQualification Statement under paragraph 3.1. All omissions on the Schedule 2 will receive nopoints for the Item of Work omitted. Any licensed trades need to be registered with TDLR.o Site Work (Max 3 Pts)o Structural (Max 3 Pts)o Architectural (Max 10 Pts)o Mechanical (Max 3 Pts)o Electrical (Max 5 Pts)o Plumbing (Max 1 Pt)
Price Proposal (Max 45 Pts) – Offeror submitting the lowest bid proposal will receive themaximum points and all other offerors will receive points based on the price percentage abovethe lowest bid. The percentage scale will be based on the size and budget of the project. NISDreserves the right to accept alternates in any order or combination to determine the total costof the submitted bids.
Site Visit
A. Site visit will be conducted immediately following at the project site at 3:30 p.m.
12. Questions
Administrative Upgrades at Pre‐Proposal Conference Agenda Adams Hill Elementary School ‐ NISD Page 5 of 6
EXAMPLE PROJECT MANAGER RESUMENAME Project Role: Project Manager
EDUCATION/CERTIFICATIONSMS in Construction Engineering, University of Texas, 1995 BS in Construction Science, University of Texas, 1993 OSHA Certification Certified Health & Safety Official Roadrunner Foundation
Summary of Qualifications
Twenty (20) years construction experience, sixteen (16) years as a Project Manager
*Construction project management, multimillion dollar construction projects, estimating, qualitycontrol, cost control, safety, progress evaluation, expenditure approval, payroll, policydevelopment, policy implementation, regulatory compliance, documentation.
*Managing all phases of multimillion dollar construction projects. Estimating time and materialcosts. Maintaining quality and cost control. Conducting weekly safety meetings. Preparing andadministering project budgets of up to $46 million. Approving all expenditures and payroll.Developing and implementing policies and procedures. Ensuring compliance with governmentregulations. Preparing all project documentation.
EXPERIENCE
2005 – Present Young General Contractors, Austin, Texas Project Manager
Royal - HS – Boerne, TX - Currently responsible for managing $45 million project for construction of new high school. Monitor progress of project at all stages. Administer project budget. Approve all expenditures and payroll. Maintain quality and cost control. Develop and implement policies and procedures. Ensure compliance with government regulations, engineering drawings, and customer specifications
Brown MS– San Antonio, TX-Reno/Classroom Additions to existing campus ($40,000,000) Strong ES– San Antonio, TX-Reno/Classroom Additions to existing campus ($20,000,000) Cody HS – San Antonio, TX-Reno/Classroom Additions to existing campus ($18,000,000)
1996 – 2005 Construction Company, San Antonio, Texas Project Manager
Smithson ES, Beckworth, ES – San Antonio, TX- Renovation and Classroom Additions to existing campus ($3,000,000)
Franklin MS – San Antonio, TX - Renovations and Classroom Additions to existing campus ($700,000)
Walker HS, Carmichael HS, Eisenhower HS – San Antonio, TX-HVAC Replacement to existing campus ($2,500,000)
Hartford MS – San Antonio, TX-New Campuses ($12,000,000)
Johnson ES, Murphy ES, Robertson MS, Brown HS – San Antonio, TX-Kitchen Renovations ($900,000)
Branson MS – San Antonio, TX – Science Lab Additions to existing campus ($1,500,000)
Administrative Upgrades at Pre‐Proposal Conference Agenda Adams Hill Elementary School ‐ NISD Page 6 of 6
EXAMPLE SUPERINTENDENT RESUMENAME Role: Superintendent
EDUCATION BS in Civil Engineering, University of Texas San Antonio, 1982
Summary of QualificationsTwenty-Eight (28) year’s construction experience; fifteen (15) years as a Superintendent.
Coordinates all site construction activities and supervises all field personnel as required to successfully complete the project on schedule and within budget. This includes maintaining the highest quality, supervising all trade and field personnel, while administering good construction safety practices with all on-site activities. Maintains the job site office and closes out projects. Reports to Vice President. Coordinates and supervises all construction activities. Directs all field personnel to achieve completion of the project on schedule, with quality workmanship that conforms to original plans and specifications. Maintains construction schedule, identifies and solves problems. Orders materials and schedules inspections as necessary throughout the process. Understands the project plans and specifications. Maintains positive relationships with customers, contractors, suppliers and other employees. Prepares, schedules and supervises completion of a final punch list. Promotes job site safety, encourages safe work practices and rectifies job site hazards immediately. Ensures all company employees and contractors are adhering to the company safety policy. Maintains an organized job site to include construction office.
RELEVANT EXPERIENCE1995 – Present Rowdy Construction Company, San Antonio, Texas
Job Superintendent 2005 – Present Bevo General Contractors, San Antonio, Texas
Job Superintendent
Brookshire HS – San Antonio, TX - Currently responsible for managing $45 million project for construction of new high school. Monitor progress of project at all stages. Administer project budget. Approve all expenditures and payroll. Maintain quality and cost control. Develop and implement policies and procedures. Ensure compliance with government regulations, engineering drawings, and customer specifications
Whitmore MS – Bryan, TX-Renovations and Classroom Additions to existing campus ($3,500,000)
Harrisburg ES – Lake Sommerville, TX- Renovation and Classroom Additions to existing campus ($2,000,000)
Beyer HS – San Antonio, TX-Renovation and Classroom Additions to existing campus ($3,900,000)
1995 – 2005 Boswick & Hansen Construction Co, San Antonio, Texas Job Superintendent
Smithson ES, Beckworth, ES – San Antonio, TX-Renovation and Classroom Additions to existing campus ($1,900,000)
Franklin MS – San Antonio, TX-Renovations and Classroom Additions to existing campus ($2,500,000)
Walker HS, Carmichael HS, Eisenhower HS – San Antonio, TX-HVAC Replacement to existing campus ($6,000,000)
Hartford MS – San Antonio, TX-New Campus ($13,000,000)
Johnson ES, Murphy ES, Robertson MS, Brown HS – San Antonio, TX-Kitchen Renovations ($2,000,000)
ATTACHMENT 'B' toAddendum No. 1
8200 IH-10 West, Suite 103 • San Antonio, Texas 78230
4425 South Mopac, Building IV, Suite 800 • Austin, Texas 78735
322 Longview Drive • Sugarland, Texas 77478
March 26th, 2020
Roy Lewis Garza/Bomberger & Associates 5545 Fredericksburg Road, Suite 100 San Antonio, Texas 78229
Subject: Addendum #1 for Adams Hill ES Admin Upgrade
Mr. Lewis,
This addendum was generated to clarify or change the initial design documents. A description of what changed is outlined below. Please contact us with any questions.
Sheet(s): 28 13 00 Specification Section 2.02 – Acceptable Manufacturers (Page 6) Description of change:
1. Added Item:
H. Surge Suppression Protection
1. APC 24 PRM24
2. APC PNETR6 modules
3. Or approved equivalent
Sheet(s): 28 13 00 Specification Section 3.03 – System Requirements (Page 14) Description of change:
1. Added Item:
K. Exterior ESS Camera Surge Protection
1. Provide surge suppressor for all exterior mounted cameras.
2. Surge suppression shall be configured to protect video, power and data wiringfor exterior cameras.
3. Surge protection shall be rack mounted.
Please do not hesitate to contact us if you have any questions regarding this or any other matter.
Sincerely,
Oscar Merlo Security Studio Designer COMBS Consulting Group
ATTACHMENT 'C' toAddendum No. 1