21
ADDENDUM #02: FOR NEW DEPARTMENT OF PUBLIC WORKS FACILITY COUNTY OF PASSAIC NEW JERSEY C-19-004 ISSUED FOR BID ARCHITECTS: CONSTRUCTION MANAGER: CMA PROJECT NO. 1227C March 15,2019 __________________ ______ Steven M. Coppa, AIA Principal License # AI-08322 Mark B. Montalbano, AIA Principal License # AI-15992

ADDENDUM #02 - Passaic County, New Jersey Addendum 2... · responses to bidder questions : 1. please see attached bidder questions and responses. changes to the project manual: 1

  • Upload
    others

  • View
    3

  • Download
    0

Embed Size (px)

Citation preview

Page 1: ADDENDUM #02 - Passaic County, New Jersey Addendum 2... · responses to bidder questions : 1. please see attached bidder questions and responses. changes to the project manual: 1

ADDENDUM #02: FOR

NEW DEPARTMENT OF PUBLIC WORKS FACILITY

COUNTY OF PASSAIC NEW JERSEY

C-19-004

ISSUED FOR BID

ARCHITECTS:

CONSTRUCTION MANAGER:

CMA PROJECT NO. 1227C

March 15,2019

__________________ ______ Steven M. Coppa, AIA Principal License # AI-08322 Mark B. Montalbano, AIA Principal License # AI-15992

Page 2: ADDENDUM #02 - Passaic County, New Jersey Addendum 2... · responses to bidder questions : 1. please see attached bidder questions and responses. changes to the project manual: 1

COUNTY OF PASSAIC CMA 1227C NEW DEPARTMENT OF PUBLIC WORKS 2018

ADDENDUM 02 TABLE OF CONTENTS

ADDENDUM 02 TABLE OF CONTENTS

PAGE SECTION

3 Addendum 02 Summary 4 Responses to Bidder Questions 7 Changes to the Project Manual

END OF TABLE OF CONTENTS

ADDENDUM 02 Page 2 of 21

Page 3: ADDENDUM #02 - Passaic County, New Jersey Addendum 2... · responses to bidder questions : 1. please see attached bidder questions and responses. changes to the project manual: 1

ADDENDUM NUMBER 02

ADDENDUM NUMBER 02

PARTICULARS: DATE: March 15, 2019

PROJECT: Passaic County New Department of Public Works Facility PROJECT NUMBER: C-19-004 OWNER: Passaic County

ARCHITECT: Coppa Montalbano Architects ADDRESS: 97 LACKAWANNA AVENUE, TOTOWA, NJ 07512 PHONE: (973) 890-8989

TO: ALL SINGLE PRIME CONTRACT BIDDERS : THIS ADDENDUM FORMS A PART OF THE CONTRACT DOCUMENTS AND MODIFIES THE ORIGINAL BIDDING DOCUMENTS DATED FEBRUARY 8, 2019 , WITH AMENDMENTS AND ADDITIONS NOTED BELOW. ACKNOWLEDGE RECEIPT OF THIS ADDENDUM IN THE SPACE PROVIDED IN THE BID FORM. FAILURE TO DO SO MAY DISQUALIFY THE BIDDER.

RESPONSES TO BIDDER QUESTIONS: 1. PLEASE SEE ATTACHED BIDDER QUESTIONS AND RESPONSES.

CHANGES TO THE PROJECT MANUAL: 1. REVISED SPECIFICATIONS WILL BE PROVIDED TO THE CONTRACTOR AT

THE TIME OF THE PROJECT KICKOFF MEETING REFLECTING ALLCHANGES CAPTURED IN THIS ADDENDUM 02.

2. MODIFIED SECTION 01230 – ALTERNATES.3. INCLUDED SPECIFICATION SECTION 09672 – RESINOUS FLOORING.4. INCLUDED SECTION 02040 – ASBESTOS ABATEMENT/UNIVERSAL/HAZARDOUS

WASTE REMOVAL.

CONSTRUCTION DETAIL UPDATES: 1. N/A

COMPLETE ADDENDUM NUMBER 01 ATTACHMENTS: 1. RESPONSES TO BIDDER QUESTIONS2. SECTION 012303. SECTION 096724. VOLUME 3: EXHIBIT A SECTION 02040

ADDENDUM 02 Page 3 of 21

Page 4: ADDENDUM #02 - Passaic County, New Jersey Addendum 2... · responses to bidder questions : 1. please see attached bidder questions and responses. changes to the project manual: 1

PASSAIC COUNTY NEW DEPARTMENT OF PUBLIC WORKS FACILITY C-19-004 3/1/2019

Item # DWG/Ref No. Discipline Question Response

1 P016Bid Forms/

ContractThe checklist requires that the bidder submit the signature page to P016 however, there are two pages in P016 that have spaces for the Contractor's signature. Please confirm which page is required to be submitted with bid.

Both pages are required for the submission of P016.

2 Site/Civil

Addendum #1 RFI Response #34 states that the Contractor shall surcharge the Salt Shed area for 6 months "as prescribed in the geotechnical report". Please confirm that the height of the surcharge is 35-ft. above existing ground surface elevation as noted on pg.13 of the Boswell Engineering Geotechnical Report revised January 2018. Also please clarify if the 35-ft. high surcharge is to the "dome footprint" as noted in the Report or if the 35-ft. high surcharge should extend 5-ft. beyond the Building footprint.

Please note the revision to Addendum 01 regarding surcharge duration. The height of the discharge is 35-ft above existing ground surface. The geotechnical report was prepared by Quad Engineering, not Boswell. The 35-ft high surcharge is within the dome footprint is to be in place for only three (3) months and the side slopes of the surcharge shall not exceed 1V:1H.

3 Site/Civil

Drainage Plans Sht. Nos. 5 & 6 & 7 of 25 show Detention Basins 1 & 2 & 3 & 4 with Concrete Chamber headers at all four detention basins. Detail Sheet 3 Sht. No. 16 of 25 shows that the Detention Basin headers are 48" HOPE with HOPE Riser Manholes. Please confirm which is correct, and if the Concrete Chamber headers are to be constructed, please provide a Detail of the Concrete Chamber headers.

The detention systems around the salt shed get concrete headers, as is clearly shown on the plans. The others get HDPE headers. A detail for the concrete header is provided on Sheet 15 of 25.

4 Site/CivilSite Plans 1 & 2 Sht. Nos. 3 & 4 of 25 do not label any Keystone Block Wall or Chain-Link Fence. Please confirm that there is no Keystone Block Wall or Chain-Link Fence to be included in the Base Bid.

The proposed retaining wall west of and adjacent to the new building is a Keystone retaining wall. There is no chain link fence proposed for the project.

5 Site/CivilSite Plan 1 Sht. No. 3 of 25 and Grading Plan 1 Sht. No. 6 of 25 show a proposed driveway connection to the adjoining Lot 25 in Block 1400 to the west of the Project Site. The Site Demolition Plan does not show any Tree removal and clearing at this location. Please confirm that this proposed driveway is to be graded and paved as part of the Base Bid.

The Contractor is required to install the access drive and clear the area. The plans clearly show the limit of disturbance encompassing this area. The note labeling the emergency access drive on plan sheets 3, 5, 6 & 8 shall be revised to read as follows: “All work shall be completed east of the existing curb line. No construction work shall be permitted within the existing driveway and parking lot located within adjacent Lot 25. New access drive at this location is not for construction access purposes.”

6 Roof Hatch ArchThe roof hatch has no access from inside building as they would have to add a ladder in the conference room (not shown). Can hatch be eliminated and install exterior caged ladder on rear of building?

Roof hatch and ladder are indicated in cl 113, coordinate hatch on roof to align in location shown in closet. Extend walking pads to new roof hatch location

7 Fall Protection ArchMechanical roof area has no clear fall protection on front of building, parapet/railing is in rear of building. Please confirm fall protection at this location.

Fall protection is not required at front of building as parapet is present. tag 1/a404 on 1/a103 should be adjusted to read 1/406. Additional fall protection is detailed on 10/a-104

8 Corner Guards Arch Embedded Corner guards for exterior piers - is there a specific vendor or equal preferred?Embedded concrete corner guards in the covered storage area are to be omitted, provide a 1 inch 45 degree chamfer along all vertical corners

GENERAL

Site

Building

Page 1 ADDENDUM 02 Page 4 of 21

Page 5: ADDENDUM #02 - Passaic County, New Jersey Addendum 2... · responses to bidder questions : 1. please see attached bidder questions and responses. changes to the project manual: 1

PASSAIC COUNTY NEW DEPARTMENT OF PUBLIC WORKS FACILITY C-19-004 3/1/2019

Item # DWG/Ref No. Discipline Question Response

9 Doors Arch Doors 166A and 166B do not have sizes, door types, frame type or hardware in door schedule. Please advise.

Door 166a& Door 166b on the door schedule on A/520 shall be filled out as indicated:DoorElev: 1HMaterial: PTD HMWidth: 3'-0"Height: 7'-10"Thickness: 1 3/4"Undercut: 3/4"FrameElevation: 2DProfile: 3DMaterial: PTD HMHead: 4FJamb: 5FSill: -Access Control: see specs, doors to receive store room lock, coordinate keying with ownerFire Rating: -

10 A-510 ArchPlease confirm rooms 160-164, 166, 166A, 170-183, 201, and 202 are not to receive a painted finish and that only doors are to receive a painted finish as per the finish schedule on A-510.

confirmed

11 A-510 ArchA-510 includes for E-1 Epoxy Flooring however, no specification was provided for this item. Please provide specificationfor same.

See attached specification refer to finish plans on 3/a-500 for scope of tile and epoxy flooring

12 Lockers Arch Please provide additional metal locker manufacturers due to the limitations of vendors. Refer to division 1 for substitution procedures

13 Light Fixtures ArchPlease confirm light fixtures in conjunction with schedule. Types do not match and not all identified fixtures are represented on drawings.

Soffit mounted lights in conference room 111 are to be Phillips - Lightolier Calculite LED 6"x6" downlight C-6X6-L35-N1VBZ-10V-C6X6L1520DL35KCLWVB 3200 LUMENS OR APPROVED EQUAL.

14 Unit Heaters Mech.There are (2) UH-175 and (1) UH-200 listed on the drawings but not listed in the equipment schedule. Please provide additional information and who will furnish and install.

Unit UH-175 to be equal to Reznor, model #UDAS, input capacity(BTH/HR): 175,000, output capacity(BTH/HR): 145,250, efficiency: 83%, CFM: 2,242, entering air temperature(F): 60, mounting height(FT): 10 above Mezz. F.F., throw(FT): 70, vent size(IN): 5, combustion air inlet size(IN) 6, motor HP: .25, motor RPM: 1,050, Voltage: 120/208. Unit UH-200 to be equal to Reznor, model #UDAS, input capacity(BTH/HR): 200,000, output capacity(BTH/HR): 166,000, efficiency: 83%, CFM: 2,562, entering air temperature(F): 60, mounting height(FT): 14 above Garage F.F., throw(FT): 74, vent size(IN): 5, combustion air inlet size(IN) 6, motor HP: .25, motor RPM: 1,050, Voltage: 120/208. Note #1 listed in the Gas Fired Unit Heater Schedule applies to unit UH-175 & UH-200. Refer to electrical and plumbing bid drawing for power and gas requirements.

15Compressed

AirMech. Please confirm compressed air piping system is to be design/build by contractor. Confirmed

Page 2 ADDENDUM 02 Page 5 of 21

Page 6: ADDENDUM #02 - Passaic County, New Jersey Addendum 2... · responses to bidder questions : 1. please see attached bidder questions and responses. changes to the project manual: 1

PASSAIC COUNTY NEW DEPARTMENT OF PUBLIC WORKS FACILITY C-19-004 3/1/2019

Item # DWG/Ref No. Discipline Question Response

16 Vehicle Exhaust Mech.The third blower for the vehicle exhaust system shows what looks like a fume arm. Please provide the size of the arm and the airflow requirements for determining which blower is required.

The third blower (fan) is for the Plymovent KUA -3H or approved equal Extraction Arm in the Welding Area. it operates at 3" of Static Pressure (SP) and can handle 680 CFM. The KUA 3-H is an extraction arm with a 10 foot reach, wall bracket, arm, 6.25" hose, hood and damper included. The 6.25" diameter wall mounted ball bearing mounted extraction arm shall include a powder coated carbon steel mounting bracket with 3/8" bolt holes and will have a hanging flange mounted to the underside for mounting the articulated arm. The female spider pivot joint for connecting the machined steel shaft of the shoulder assembly houses two sets of ball bearing rollers for easy lateral movement of the extraction arm. The fume extraction arm is provided with an external sway adjustment friction pad set. The wrist joint is to allow the hood to be angled 110 degrees throughout a 360 degree rotation. The hood collar and ring handle assembly will be comprised of a 60 degree spun aluminum hood housed with a safety mesh screen and will have an opening of 11.75 inch diameter. All sections of the fume extraction arm will be interconnected by a 6.25" diameter flame resistance double wall, neoprene coated woven polyamide with an external spring steel helix. The KUA wall mounted ball bearing fume extraction arm shall have precise airflows and static pressure curves as tested in accordance with AMCA standard 500-D-98

17 Unit Heaters Mech.The specifications for the vehicle exhaust system do not identify what type of overhead systems are required. Please clarify.

The SER 850-AD (Automatic Damper) or approved equal Hose Reel is a Spring Operated Hose Reel that can handle a minimum of 33’ of five inch hose, around the hose reel drum. Spring recoil capacity is 33’. When the hose is needed, it's pulled down manually, the damper is to automatically open. When the hose is retracts the damper shall automatically close. All steel components shall be electro zinc plated steel except for the hose storage drum end plates, which will be powder coated. The steel frame shall provide four angle clips, one at each corner for mounting reel to unistrut assembly. Contractor to coordinate unistrut (or approved equal) assembly with reel manf. for required support to structure above.

18 Unit Heaters Mech.The specifications for the vehicle exhaust system do not specify what length the hoses need to be or the temperature rating required. Please provide this information.

Refer to drawing a-122 hose lengths to be as indicated in detail. The Plymovent or approved equal EF2, 5" diameter hoses will be 33' long for the Spring Operated Hose Reels and the EF2 hoses for the Motorized Hose Reels will be 5" in diameter and 41' long. The EF2 hose shall be a fabric hose that withstands high heat & flame resistant when extracting exhaust from spark ignition engines or diesel engines. EF2 hose shall handle extraction of exhaust up to +570°F/300°C at continuous use. Hose shall have a compressibility 1:5 Small bend radius .

19 Unit Heaters Mech.The specifications for the vehicle exhaust system do not specify if ducting is required or to be supplied in another location. Please clarify.

refer to drawings for ducting sizing and layouts all ductwork to be UMC class C or SMACNA class II product conveying and must meet or exceed criteria for construction and performance as outlined in Round Industrial Duct Construction Standards, SMACNA. Materials of construction unless otherwise specified for all duct and fittings shall be in minimum G-60 galvanized sheet metal in accordance with ASTM-A525 and A527. Construction, performance and installation must be performed to meet or exceed the Uniform Mechanical Code as well as the uniform fire code for the state of NJ.

20 Unit Heaters Mech.The vehicle exhaust system as designed would only allow approximately half of the drops open at one time to function correctly. Is this the intent? Please confirm or clarify.

All of the hose reels will have dampers and the fans will use VFD's(variable frequency drive)

21 E-201 Elec.

On drawing E- 201 1st floor power drawing in the truck bay area that is at the bottom left on the drawingindicates power circuit #'s 60,62,64 and 67,69,71 to panel EP2. When you check the panel schedule for thatparticular panel it just indicates a spare space for those circuit numbers. Please confirm/clarify the equipment and corresponding amperage for same.

The equipment shown and noted in the submitted question are type "B" automatic vehicle exhaust hose reels. Refer to drawing A-122 for details and descriptions. Disregard plan power designation for the (4) four hose reels on drawing E-201, First Floor - Power. Each hose reel is to receive a (1)single phase 20 amp breaker from panel EP-2, circuits 54, 56, 58 & 60. Contractor is required to furnish and install (2)#12 wires w/ (1)#12 ground in 3/4" conduit from hose reels to panel EP-2.

22 E-201 Elec. Refer to dwg E-102, station locations are located on the second floor, where will these cable terminate?There is no drawing E-102 in the package, For drawing E-201 all empty triangles are data outlets - 2 gang box with cover &1 1/4"C up to hung ceiling. All cables to be home runs back to nearest patch panel.

23 E-206 Elec.Refer to DWG E-206 there are gray shaded triangles on the second floor. Are we to assume these locations are existing or shall we assume that they are new locations

E-206 Is a site plan, The grey triangles located inside the building indicate new door locations in the DPW on this drawing.

24Tel/Data Elec. Please confirm that copper and fiber patch cords should be included in the cost of the project? If so please provide

patch cord footages and quantities.Copper and fiber patch cords shall be included as part of the project to be coordinated with the County for terminations for devices/equipment .

Page 3 ADDENDUM 02 Page 6 of 21

Page 7: ADDENDUM #02 - Passaic County, New Jersey Addendum 2... · responses to bidder questions : 1. please see attached bidder questions and responses. changes to the project manual: 1

County of Passaic CMA 1227C New Department of Public Works 2018

ALTERNATES 01230 - 1

SECTION 01230 – ALTERNATES

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and SupplementaryConditions and other Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. Section includes administrative and procedural requirements for alternates.

1.3 DEFINITIONS

A. Alternate: An amount proposed by bidders and stated on the Bid Form for certain work definedin the Bidding Requirements that may be added to or deducted from the base bid amount if Ownerdecides to accept the Alternate as part of the awarded contract

1. Alternates described in this Section are part of the Work only if enumerated in theAgreement.

2. The cost or credit for each alternate is the net addition to or deduction from the ContractSum to incorporate alternate into the Work. No other adjustments are made to the ContractSum.

1.4 PROCEDURES

A. Coordination: Modify or adjust affected adjacent work as necessary to completely integrate workof the alternate into Project.

1. Include as part of each alternate, miscellaneous devices, accessory objects, and similaritems incidental to or required for a complete installation whether or not indicated as partof alternate.

B. Notification: Immediately following award of the Contract, the Owner will notify the Contractor, inwriting, whether each alternate has been accepted or rejected.

C. Execute accepted alternates under the same conditions as other work of the Contract.

D. Schedule: A schedule of alternates is included at the end of this Section. Specification Sectionsreferenced in schedule contain requirements for materials necessary to achieve the workdescribed under each alternate. Project Schedule as indicated in the related Division 01documents shall not be impacted by the Alternates.

ADDENDUM 02 Page 7 of 21

Page 8: ADDENDUM #02 - Passaic County, New Jersey Addendum 2... · responses to bidder questions : 1. please see attached bidder questions and responses. changes to the project manual: 1

County of Passaic CMA 1227C New Department of Public Works 2018

ALTERNATES 01230 - 2

PART 2 - PRODUCTS (Not Used)

PART 3 – EXECUTION

A. Alternate Bid No. 1: Salt Shed Add all material, labor and work associated with the construction and erection of the Salt Shed as shown located within the parking lot. The Salt Shed will be eighty feet (80’) by one-hundred and four feet (104’) with asphalt floor and is intended to supplement salt storage for the County. The work includes preparation of site and construction of building as defined in Section 13120 – Salt Structure.

B. Alternate Bid No. 2: Covered Storage Area Add all material, labor and work associated with the construction and erection of the outdoor covered building from outside face of the exterior wall along column grid line 26 to column line grid 35 between columns A & E as identified on bid documents. Note: The construction of the rear wall along column line A and between column lines 26 ND 35 is not part of this add alternate. Refer to Add Alternate #2 for scope related to rear wall enclosure of the covered area. Work of this alternate will include but is not limited to the construction of all foundations, piers, metal building steel frame structure, metal roof, fire protection system, electrical work and light fixtures along with all construction assemblies and materials as identified on bid documents. If this add alternate is ac-cepted, all work shall be performed in accordance with contract document drawings, details and specifica-tions enclosed within this bid package. The submitted base bid cost must include the following scope at this area and is not part of the Add Alter-nate No. 1 or No. 2 pricing:

1. Provide and Install the three exterior light type P fixtures equally spaced along exterior wall column line 26 wired and tied into tied into electrical lighting panel EP1-14

2. Provide and install hose bib, thickened slab power and all utility support items as identified on bid documents to support the owner supplied chemical storage shed located at column grid 26 & A on plans.

3. Provide and install asphalt pavement as specified and indicated on drawings with vehicle parking striping within the constraints of the proposed covered area.

4. Provide and install weather tight metal building roof eve closure detail along exterior column line 26.

5. Provide and Install guardrail along exterior wall along column line 26 6. Contractor shall surcharge the soils for three (3) months, to the limits and with the loading,

as prescribed in the geotechnical report. The side slopes of the surcharge material shall not exceed 1V:1H. Contractor shall coordinate this work within the specified contract time. Contractor shall supply, place and monitor settlement plates at no less than four locations, as approved by the Construction Manager. Contractor shall report to the Owner and Construction Manager the settlement information on a biweekly basis during the surcharge period. The Contractor shall supply a settlement monitoring plan to the Construction Manager for approval prior to placement of surcharge material.

END OF SECTION 01230

ADDENDUM 02 Page 8 of 21

Page 9: ADDENDUM #02 - Passaic County, New Jersey Addendum 2... · responses to bidder questions : 1. please see attached bidder questions and responses. changes to the project manual: 1

COUNTY OF PASSAIC CMA 1227CNEW DEPARTMENT OF PUBLIC WORKS 2018

RESINOUS FLOORING 09672 - 1

SECTION 09672-RESINOUS FLOORING

PART 1-GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditionsand Division 1 apply to this Section.

1.2 SUMMARY

A. Section Includes resinous flooring systems.

B. Related Sections:1. 03000-Concrete

1.3 PRE-INSTALLATION MEETING

A. Pre-Installation Conference to be held at Jobsite no more than 2 weeks before start date.

1.4 ACTION SUBMITTALS

A. Product Data: For each type of product to include manufacturer's technical data and applicationmethod.

B. SAMPLES for Initial Selection:

C. SAMPLES for Verification. For color chosen from Initial Selection provide a finished sample 6" X 6"square on rigid backer

1.5 INFORMATIONAL SUBMITTALS

A. Installer Certificates: Signed by manufacturer certifying that installers are certified to apply system.

1.6 CLOSEOUT DOCUMENTS

A. Maintenance Data for Resinous Flooring

1.7 QUALITY ASSURANCE

A. Installer Qualifications: An authorized lead mechanic who is trained and approved by the manufacturerin writing

B. Mock-up: If desired a 2' square mock-up on rigid board delivered to jobsite

1.8 DELIVERY, STORAGE AND HANDLING

A. Deliver materials in original packages and containers, with unbroken seals, bearing manufacturer'slabels.

1.9 FIELD CONDITIONS

ADDENDUM 02 Page 9 of 21

Page 10: ADDENDUM #02 - Passaic County, New Jersey Addendum 2... · responses to bidder questions : 1. please see attached bidder questions and responses. changes to the project manual: 1

COUNTY OF PASSAIC CMA 1227CNEW DEPARTMENT OF PUBLIC WORKS 2018

RESINOUS FLOORING 09672 - 2

A. Environmental Limitations: Comply with resinous flooring manufacturer's instructions, for substrate temp, ambient temp and relative humidity. B. Lighting: Permanent lighting must be in place; if not temporary lighting must be of same quality. C. Close spaces to traffic during resinous flooring application and for cure time needed as stated by the manufacturer. PART 2 - PRODUCTS 2.1 PERFORMANCE REQUIREMENTS A. VOC Content of Liquid Applied Flooring not more than 100 g/L using EPA method 24 B. Flammability: Self-extinguishing as per ASTM D 635 2.2 MANUFACTURER A. Source Limitations: Obtain primary resinous materials including, primers, resins, hardeners et al from suppliers listed in submittal. Secondary items such as sands, color quartz, patching and fill materials, hardware, specialty items not manufactured by main supplier etc. may be purchased from secondary sources. 2.3 RESINOUS FLOORING A. Resinous Flooring System: Basis of design-Trowel Broadcast System using Color Quartz to form a seamless monolithic floor with integral cove base PalmaLite Novolac 185 (nominal 3/16") thick. 1. Basis-of-Design Product: Subject to compliance with requirements. Provide PalmaLite Novolac 185 add Aliphatic Urethane TopCoat. a. Key Resin Company b. Stonhard c. Tnemec d. SIKA e. Dur-a-Flex f. Crossfield Products 1. Color and Pattern: Color and pattern to be selected from manufacturer's standard color line 2. Wearing surface: Textured for slip resistance must pass ASTM D 2047 ≥ .5 3. Overall System Thickness: ±185 mils 3/16" 4. Cove base height: 6” C. Primer: Type recommended by resinous flooring manufacturer 100% solids epoxy spread rate between 80-100sf per gallon depending on environmental conditions. D. Broadcast Coat: 100% solids epoxy spread rate 80-100 sf per gallon depending on environmental conditions

ADDENDUM 02 Page 10 of 21

Page 11: ADDENDUM #02 - Passaic County, New Jersey Addendum 2... · responses to bidder questions : 1. please see attached bidder questions and responses. changes to the project manual: 1

COUNTY OF PASSAIC CMA 1227CNEW DEPARTMENT OF PUBLIC WORKS 2018

RESINOUS FLOORING 09672 - 3

E. 1st Top Coat (grout coat) 100% Solids Clear epoxy spread rate 100-115 sq feet per gallon depending on environmental conditions F. 2nd Top Coat 100% Solids Clear epoxy spread rate 300-325 sq feet per gallon depending on environmental conditions H. System Physical Properties: Provide resinous flooring system with the following minimum physical property requirements when tested according to test methods indicated: 1. Compressive Strength 13,500psi ASTM C579 2. Tensile Strength 1,790psi ASTM C307 3. Flexural Modules of Elasticity 7.03 x10(6) ASTM C580 4. Water Absorption .37% ASTM C413 5. Thermal Coeff. of Expansion 1.9x10(-5) ASTM C531 6. Coeff. of Static Friction 1.0 dry .95 wet ANSI B101.1 7. Flammability self-extinguishing ASTM D635 8. Indentation not more than 5% MIL D 3134 9. Impact max 10 mils MIL D 3134 10. Taber Abrasion 0.05 grams lost ASTM D1044 11. Hardness 83 ASTM D2240 12. Heat Resistance 350° F non continuous 140° F continuous ASTM C884 PART 3 - EXECUTION 3.1 PREPARATION A. Sound concrete surface free of glaze, laitance, curing compounds, for release agents, dust, dirt or other contaminants incompatible with resinous flooring 1. Comply with ASTM C811 concrete to have a texture between CSP2 and 3 for application. 2. Contractor to repair typical structural cracks with compatible products. 3. Substandard concrete not finished according to specifications shall be brought to the attention of the General Contractor. Substandard concrete that is not placed according to specifications shall not be the responsibility of the Resinous flooring contractor to repair. 4. Contractor shall test the floor for vapor transmission using either Calcium Chloride Test Method ASTM F1869 5lb limit or RH Humidity Test ASTM F2170 using in situ probes not to exceed 75%. Test must be done when job conditions are present. Resinous Flooring Contractor is not responsible within the scope of his work to provide corrective measures. B. Patching and filling: Use compatible patching and fill materials to fill, structural cracks, etc. 1. Control Joints: Treat Joints to help prevent control joints and other NON moving joints from reflecting through resinous flooring. Joints must be thoroughly cleaned before fill. 3.2 APPLICATION A. Apply components of resinous flooring system according to manufacturer's written instructions to produce a uniform, monolithic wearing surface to indicated thickness.

ADDENDUM 02 Page 11 of 21

Page 12: ADDENDUM #02 - Passaic County, New Jersey Addendum 2... · responses to bidder questions : 1. please see attached bidder questions and responses. changes to the project manual: 1

COUNTY OF PASSAIC CMA 1227CNEW DEPARTMENT OF PUBLIC WORKS 2018

RESINOUS FLOORING 09672 - 4

1. Expansion joints are not to be covered with resinous flooring system, they should be left open and caulked. When expansion joint is along a wall and there is a cove base, expansion material to be kept below the floor elevation, then isolate the cove from the joint with duct tape over the joint. 2. Reinforcing: Apply reinforcing fiber over cracks wider than 1/16". B. Trowel apply Primer Membrane Bodycoat between 85-110 sf per gallon with light silica quartz broadcast C. Trowel apply 1st Broadcast Coat between 85-100 sf per gallon with silica quartz aggregates and broadcast D. Apply Integral Cove Base to Designed Height 6” E. Trowel Apply 2nd Broadcast Coat between 85-100 sf per gallon with silica quartz aggregates.....Broadcast colored quartz F. Squeegee apply 1st Clear Epoxy TopCoat (grout coat) between 100-115 sq ft per gallon G. Squeegee apply 2nd and Final Clear Epoxy TopCoat between 300-325sf per gallon and back roll H. In Cafeteria add 1 coat of Aliphatic Clear Urethane 3.3 FIELD QUALITY CONTROL A. Material Sampling: Owner may at any time during application require material samples for testing for compliance with requirements. 3.4 PROTECTION A. Resinous Floor to cure for 72 hours after last coat has been applied. The flooring shall be protected by others against damage during construction phase including installation of kitchen equipment.

ADDENDUM 02 Page 12 of 21

Page 13: ADDENDUM #02 - Passaic County, New Jersey Addendum 2... · responses to bidder questions : 1. please see attached bidder questions and responses. changes to the project manual: 1

PC-039B – 190315 02040 - 1

Section 02040 ASBESTOS ABATEMENT/UNIVERSAL/HAZARDOUS WASTE REMOVAL

PART 1 - GENERAL

This section covers the abatement of asbestos-containing materials (ACM) and removal of Universal waste and hazardous materials pursuant to applicable regulations associated with structures to be demolished. All asbestos abatement work shall be performed by New Jersey Department of Labor (NJDOL) licensed asbestos workers. The buildings are vacant and will be demolished; therefore, the Contractor shall provide a sufficient number of abatement workers during prep and removal activities as well as demolition to ensure an uninterrupted sequence of work. All asbestos abatement and universal waste/hazardous material removal shall be coordinated with the demolition work to allow safe ingress/egress of all personnel.

1.1 DESCRIPTION OF WORK

A. Langan Engineering & Environmental Services (Langan) previouslyperformed an asbestos and hazardous material survey which isincluded as part of this bid package for informational purposes. Aspart of the Contract drawings and as part of the abatement work,the Contractor shall remove and dispose of all ACM located in thesite buildings as identified in the referenced report.

In addition to the ACM identified in the referenced report, the metaldoors associated with the buildings are assumed to contain ACMinsulation. Refer to Table 1 of Langan’s Report for a detailedsummary of the asbestos survey findings.

The Contractor shall provide their methodology for safelyaccomplishing the abatement in their Asbestos AbatementWorkplan detailed in Section 1.3 – Submittals

Langan also identified Universal waste materials and otherhazardous waste articles consisting of fluorescent lamps,fluorescent light ballasts, emergency light batteries, mercurycontaining thermostats, smoke detectors, incandescent bulbs,waste oil, hydraulic oil, fire extinguishers, etc. throughout thebuildings to be demolished. These materials must be removed andrecycled or properly disposed in accordance with all applicableState and Federal regulations. Refer to Table 3 of the LanganReport for an inventory of Universal waste and hazardousmaterials identified in the buildings.

ADDENDUM 02 Page 13 of 21

Page 14: ADDENDUM #02 - Passaic County, New Jersey Addendum 2... · responses to bidder questions : 1. please see attached bidder questions and responses. changes to the project manual: 1

Asbestos Abatement/Universal Hazardous Waste Removal

PC-039B – 190315 02040 - 2

The asbestos abatement and Universal waste/hazardous material removal must be completed in conjunction with the building demolition. The Contractor shall provide sufficient personnel to accomplish these tasks so that the sequence of asbestos abatement work and demolition is uninterrupted. A NJDOL licensed asbestos worker Supervisor shall be present at the job site at all times during asbestos abatement.

B. Discovery of unforeseen ACM shall be paid based on values from the approved Schedule of Values. No additional mobilization costs will be reimbursed for the discovery of unforeseen ACM.

The Contractor shall furnish all labor, materials, supervision, training, insurance, equipment and tools necessary for the complete and proper execution of all work. Payment for the ACM abatement and the removal and proper recycling/disposal of Universal waste and hazardous materials as outlined above is to be included in the lump sum price bid for Demolition (All Trades).

C. The Contractor’s responsibilities include, but are not limited to,

providing the following:

1. The Contractor shall assume full responsibility and liability for compliance with all applicable Federal, State, County and local regulations pertaining to the work practices, hauling, disposal, and protection of workers, visitors to the site, and persons occupying areas adjacent to the site.

2. The necessary safeguards to ensure the health and safety of

the County, its representatives, employees, occupants, invitees, and Contractor’s personnel in and around the work areas.

3. Providing trained personnel in adequate numbers to

complete the asbestos abatement project within the proposed work schedule.

4. Obtaining all permits, approvals and authorizations. 5. Notifications and licensing as required by applicable law.

ADDENDUM 02 Page 14 of 21

Page 15: ADDENDUM #02 - Passaic County, New Jersey Addendum 2... · responses to bidder questions : 1. please see attached bidder questions and responses. changes to the project manual: 1

Asbestos Abatement/Universal Hazardous Waste Removal

PC-039B – 190315 02040 - 3

6. Medical examinations and maintaining medical records of personnel as required by applicable Federal, State and local regulations.

D. The County will hire a third-party Asbestos Safety Control Monitor

(ASCM) to perform the requisite clearance sampling. Upon completion of the asbestos abatement, the Contractor shall promptly notify the County and Engineer so that the ASCM may be scheduled.

If sampling indicates that clearance was not achieved, the Contractor shall perform all necessary abatement activities to obtain clearance. Any additional abatement required beyond the first ASCM sampling shall be performed solely at the Contractor’s own expense. The Contractor shall also be responsible for any fees/costs incurred by the ASCM and Engineer beyond the first clearance sampling event.

1.2 QUALITY ASSURANCE

All asbestos abatement shall be performed utilizing non-friable abatement methods in accordance with the guidelines of the United States Environmental Protection Agency (USEPA), the Occupational Safety and Health Administration (OSHA), the New Jersey Department of Labor (NJDL), The New Jersey Department of Health and Senior Services (NJDHSS), and the New Jersey Department of Environmental Protection (NJDEP). The current issue of each document incorporated by reference herein shall govern. Where conflict among requirements or with specifications exists, the more stringent requirements apply. A. US Department of Labor Title 29 CFR Part 1926 & 1910 OSHA

Regulations

B. Asbestos National Emissions Standards for Hazardous Air Pollutants NESHAP, 40 CFR 61, Subparts A (General Provisions, Sections 01-10) and M (Asbestos, Sections 140-157)

C. New Jersey Departments of Health and Labor N.J.A.C. 12:120 and

N.J.A.C. 8:60 (asbestos licenses and permits) and N.J.A.C. 7:26-1 et. seq. (waste transport)

1.3 SUBMITTALS

A. The Contractor shall prepare an Asbestos Abatement Workplan describing the proposed sequence, methods and equipment for

ADDENDUM 02 Page 15 of 21

Page 16: ADDENDUM #02 - Passaic County, New Jersey Addendum 2... · responses to bidder questions : 1. please see attached bidder questions and responses. changes to the project manual: 1

Asbestos Abatement/Universal Hazardous Waste Removal

PC-039B – 190315 02040 - 4

abatement, removal and disposal of each item. The Contractor’s Workplan shall sufficiently detail their abatement approach ensuring that it is protective of worker health and safety.

The Workplan must be approved, in writing by the Engineer, prior to work commencement. The County shall have the authority to stop work any time the Asbestos Abatement Workplan or the Health and Safety Plan is not followed and hazardous conditions exist. No claims for delays by Contractor, extension of the Contract Time, or additions to the Lump Sum Cost will be provided due to a stoppage of work under this section.

B. The Contractor shall provide copies of documentation necessary to

show conformance with OSHA 1910.134 and the requirements of ANSI Z88.2-2015. This should include:

1. A Written Respirator Program

- Type of respirators used in training - Proof employees were trained (certifications) - Written training program - Recordkeeping - Medical surveillance and evaluation - Employee respirator assignment procedures - Respirator inspection, cleaning, maintenance and

storage procedures - Fit testing procedures - Work area surveillance, employee exposure and

stress monitoring procedure - Respirator evaluation procedure

2. A Written Compliance Program

- Engineering Controls - Equipment lists (AFDs, vacuums, etc.) - Name of analytical laboratory - NIOSH PAT number and last performance record

of the laboratory - Laboratory Quality Assurance Program - Location of exposure data - Company statement of employee’s access to

records - Method of notification in excess of exposure limits

3. Medical Examinations

ADDENDUM 02 Page 16 of 21

Page 17: ADDENDUM #02 - Passaic County, New Jersey Addendum 2... · responses to bidder questions : 1. please see attached bidder questions and responses. changes to the project manual: 1

Asbestos Abatement/Universal Hazardous Waste Removal

PC-039B – 190315 02040 - 5

- Name of participating medical group - Location of medical records - Proof of thirty (30) day first exam - Termination of employee records

4. A Written Emergency Program

- Temperature differentials (hot/cold) - Electrical consideration - Fire considerations - Ventilation consideration - Emergency procedures/medical services - First aid - Action plans

5. The Contractor shall provide the Owner with a

notarized statement, signed by an authorized officer of the firm, containing the following information:

- A record of any citations issued by Federal, State

or local regulatory agencies relating to asbestos abatement activity (projects, dates and resolutions included).

- A list of penalties incurred through noncompliance with asbestos abatement project specification (liquidated damages, overruns in scheduled time limitations and resolutions listed).

- Situations in which an asbestos-related contract has been terminated (project, date and reason of termination included).

- If no citations were issued by Federal, State or Local regulatory agencies or no penalties have occurred through noncompliance, or if no asbestos-related contract has been terminated, a notarized statement signed by an authorized officer of the firm stating “NO” to the above shall be included.

Acceptable evidence shall be actual documents, signed statements, payment receipts, administration forms, etc. Statements, such as, “all applicable EPA and OSHA requirements shall be met” or “have been met” shall not be acceptable as adequate proof of compliance.

ADDENDUM 02 Page 17 of 21

Page 18: ADDENDUM #02 - Passaic County, New Jersey Addendum 2... · responses to bidder questions : 1. please see attached bidder questions and responses. changes to the project manual: 1

Asbestos Abatement/Universal Hazardous Waste Removal

PC-039B – 190315 02040 - 6

Failure to meet these requirements which only show a minimum potential for accomplishing the work and the ability to meet Federal Law shall be cause for the disqualification of the Contractor. This decision shall be at the sole discretion of the County, County’s representative or Project Managers.

C. Copies of all notifications as required by these specifications including identification of the Contractor’s waste hauler, the hauler’s NJDEP identification number, and the intended disposal site of the contaminated waste, and all applicable permits.

D. Copies of the Contractor’s New Jersey Asbestos “A” license and

respiratory protection program. E. The name and qualifications of the individual who will act as the

project supervisor during the asbestos abatement portion of the project.

F. Information, including copies of applicable certificates and licenses

from training agencies, concerning the qualifications of the Contractor and subcontractors’ personnel, relative to their ability to execute the asbestos abatement directly specified or otherwise necessary to complete the specified work.

G. Material and Safety Data Sheets (MSDS) for all hazardous

chemicals to be used on the project.

1.4 PERFORMANCE REQUIREMENTS

A. The Contractor shall be held responsible for any damage or loss of value to the subject site, including damage to adjacent structures, sidewalks, roadways and utilities due to their activities.

B. The Contractor shall also be responsible for correction of any

unsafe conditions caused at the site, or any surrounding area, by their activities.

C. The Contractor shall accept the site and each building or structure

“as is”, and shall be responsible for the dismantlement and demolition necessary to access and abate the ACM as well as the disposal or handling of any other items stored in the buildings or structures to the extent necessary to complete the work specified.

ADDENDUM 02 Page 18 of 21

Page 19: ADDENDUM #02 - Passaic County, New Jersey Addendum 2... · responses to bidder questions : 1. please see attached bidder questions and responses. changes to the project manual: 1

Asbestos Abatement/Universal Hazardous Waste Removal

PC-039B – 190315 02040 - 7

PART 2 – PRODUCTS 2.1 MATERIALS, TOOLS AND EQUIPMENT All materials, tools, or equipment shall comply, at a minimum, with all

sections of this specification, all relevant Federal, State, and local codes, and industry standards.

A. Plastic Sheeting or Bags - shall be polyethylene type with a

thickness of at least 6 millimeter (mil) for all applications. B. Wetting Agent or Surfactant - shall be 50% polyoxyethylene ester

and 50% polyoxyethylene ether, or equivalent, mixed in proportion of one-ounce surfactant per five gallons of water. The material must be odorless, non-toxic, non-irritating and non-carcinogenic. It should be applied as a mist using a low-pressure sprayer recommended by the surfactant manufacturer. MSDS shall be obtained from the manufacturer and shall be available at the work site and in the submittal package.

C. Tape and Glue - shall be capable of sealing plastic joints, and

attaching plastic to finished surfaces. The bonding strength and resulting seal integrity must not be affected by mist or water, wetting or encapsulating agent, or any other materials to be used in the work area.

D. Warning Signs and Labels - shall comply with 29 CFR 1926.58, and

all other Federal, State, or local codes and regulations. E. Waste Containers and Transportation - shall be suitable for loading,

temporary storage, transit, and unloading of contaminated waste without exposure to persons, or emissions to the atmosphere. Equipment shall conform to 40 CFR 61, subpart M, and all applicable DOT regulations.

PART 3 - EXECUTION 3.1 GENERAL

A. Provide labor, equipment and materials to perform the asbestos abatement and Universal/hazardous waste removal on and in all structures.

ADDENDUM 02 Page 19 of 21

Page 20: ADDENDUM #02 - Passaic County, New Jersey Addendum 2... · responses to bidder questions : 1. please see attached bidder questions and responses. changes to the project manual: 1

Asbestos Abatement/Universal Hazardous Waste Removal

PC-039B – 190315 02040 - 8

B. Remove structural items which are deteriorated or in danger of falling from the exterior of the building. Barriers, warning signs, labels, etc. shall be erected to prevent unauthorized persons from entering the work areas.

C. Provide and maintain lights, barriers and temporary passageways for unimpeded and safe access as required.

3.2 ASBESTOS CONTAINING MATERIAL REMOVAL

A. A personal decontamination unit shall be constructed at the job site

prior to any major prep work. The decontamination unit shall be located in the best possible location to accommodate the abatement project. The decontamination unit shall be a meet all applicable requirements set forth in local, State, and Federal regulations.

B. All workers shall don disposable protective clothing during all

remediation activities. Disposable clothing and gloves shall be disposed of as asbestos contaminated waste at the end of each shift and at the end of each lunch/dinner break.

C. All workers shall wear High Efficiency Particulate Air (HEPA)

filtered respirators with disposable cartridges/filters.

D. Structural members where ACM cannot be safely removed from substrate due to danger of collapse shall be carefully lowered to the ground, saturated with amended water and wrapped in two (2) layers of 6-mil poly sheeting, for disposal as asbestos waste.

E. OSHA approved “Asbestos Danger” signs shall be posted at all

entrances to the work area. The Contractor on a daily basis shall replace signs if damaged or stolen. It is the Contractors responsibility to inspect all signs at the beginning of each work shift. Caution/barrier tape shall be erected around the perimeter of the project site and replaced on a daily basis.

F. All asbestos containing building material (ACBM) shall be placed in

proper ACM labeled leak proof containers/dumpsters. The waste container shall be lined with 6-mil polyethylene and completely enclosed and locked.

G. No loose haulage of ACBM is allowed. All ACBM shall be properly

wet.

ADDENDUM 02 Page 20 of 21

Page 21: ADDENDUM #02 - Passaic County, New Jersey Addendum 2... · responses to bidder questions : 1. please see attached bidder questions and responses. changes to the project manual: 1

Asbestos Abatement/Universal Hazardous Waste Removal

PC-039B – 190315 02040 - 9

H. All water used shall be properly collected and either solidified and disposed of as Asbestos contaminated waste, mixed with other site debris and disposed of as asbestos contaminated waste, or filtered thru a 5-micron filter and disposed of in the sanitary drain if allowed by the local treatment works.

I. All asbestos wastes shall be handled, packaged, stored,

transported and disposed of in compliance with all Federal, State and local regulations and codes. The work shall not be considered complete until the Contractor has provided the County with a properly signed manifest from the licensed transporter and a signed certificate from an approved landfill.

3.3 UNIVERSAL WASTE REMOVAL

A. All Universal/hazardous wastes shall be handled, packaged, stored,

transported and disposed of in compliance with all Federal, State and local regulations and codes. The work shall not be considered complete until the Contractor has provided the County with all recycling and/or disposal documentation.

END OF SECTION

ADDENDUM 02 Page 21 of 21