SLED Opportunity · CALIFORNIA · MISSION SPRINGS WATER DISTRICT
AI Summary
Mission Springs Water District seeks bids for construction of a 27,096 sq. ft. headquarters office building, a 14,069 sq. ft. operations building, and on-site improvements including parking, landscaping, waterline, and pond modifications.
Mission Springs Water District (MSWD) is seeking bids for the construction of a critical services center headquarters office building.
Ground up 27,096 sq. ft. for Mission Springs Water District Headquarters Office Building,
Ground up 14,069 sf Operations Building
On-Site Improvements: 4.46 acres development:
Waterline and street improvement on Park Lane. Lastly, pond modifications at the Horton Wastewater Treatment Plant
The Mission Springs Water District (District or MSWD) is a County Water District established in 1953 and was formerly known as Desert Hot Springs County Water District. The District’s water and sewer service area consists of 135 square miles including the City of Desert Hot Springs, 10 smaller communities in Riverside County, and communities in the City of Palm Springs. The District’s water supply source is 100 percent groundwater produced from District-owned and operated wells. The District provides water service to approximately 37,600 people in their water service area. The District also provides sewer service to approximately 26,000 people in Desert Hot Springs, Desert Crest Country Club and Dillon Mobile Home Park.
MSWD offices are located in Desert Hot Springs, California. MSWD water supply and distribution system includes three separate and distinct water supply and distribution systems with the largest of the three systems serving the community of Desert Hot Springs; the surrounding communities of West Garnet (located south of Interstate 10 (I-10) and West of Indian Avenue); and North Palm Springs. The two smaller systems, Palm Springs Crest System and West Palm Springs Village System, are located approximately five miles west of Desert Hot Springs. These two communities are located on the north side of I-10 abutting the Morongo Indian Reservation.
The existing Desert Hot Springs and surrounding area water distribution system serves up to 24 different pressure service zones through either a primary pressure zone or a reduced pressure service zone. The MSWD system, inclusive of all three distribution systems, has approximately 1.26 million linear feet of pipeline. District facilities within each pressure zone include supply, storage, booster station, and distribution system components.
The Pre-Bid Job walk address location was changed to 14501 Park Lane, Desert Hot Springs, CA 92240
The pre-bid agenda minutes, site plan, and sign-in sheet from the March11 pre-bid job walk have been uploaded under Attachments and are also attached for reference.
All provisions of this Addendum are hereby incorporated into the Plans and Contract Documents and Specifications and bidders shall account for all provisions pursuant to this Addendum in submitting their bid proposals.
The bid submittal deadline for this project has been rescheduled to April 30, 2026, at 2:00 p.m.
The Mission Springs Water District is accepting electronic bid submissions. Bidders shall create a FREE account with OpenGov Procurement by signing up at https://procurement.opengov.com/signup. Once you have completed account registration, browse back to this page, click on "Draft Response", and follow the instructions to submit the electronic bid.
Mission Springs Water District (MSWD) is seeking bids for the construction of a critical services center headquarters office building.
Ground up 27,096 sq. ft. for Mission Springs Water District Headquarters Office Building,
Ground up 14,069 sf Operations Building
On-Site Improvements: 4.46 acres development:
Waterline and street improvement on Park Lane. Lastly, pond modifications at the Horton Wastewater Treatment Plant
| Release Project Date: | March 4, 2026 |
| Pre-Proposal Meeting (Mandatory): | March 11, 2026, 9:00am 14501 Park Lane, Desert Hot Springs, CA 92240 |
| Question Submission Deadline: | March 20, 2026, 12:00pm |
| Question Response Deadline: | March 25, 2026 |
| Response Submission Deadline: | April 30, 2026, 2:00pm |
Ground up 27,096 sq. ft. for Mission Springs Water District Headquarters Office Building, Ground up 14,069 sq. ft. Operations Building
On-Site Improvements: 4.46 acres development:
• Staff & visitor's parking lot & driveway.
• Trash enclosure
• Electrical pad & enclosure
• Landscape & hardscaping with employee breakout space, gathering area, public
• Entry courtyard & event space
• Site walls
• Fencing
• Monument signs
Waterline and street improvement on Park Lane. Lastly, pond modifications & monitoring
well deconstruction at the Horton Wastewater Treatment Plant.
Daniel Virgen
Associate Engineer
66575 Second Street
Desert Hot Springs, CA 92240
Email: dvirgen@mswd.org
Phone: (760) 898-9659
Amanda Lucas
Contracts Analyst
66575 Second Street
Desert Hot Springs, CA 92240
Email: alucas@mswd.org
Phone: (760) 668-7243
Confirm that your fee proposal is not attached in your Proposal and is attached separately here.
The prime contractor for this project must possess a current and valid California Contractor's License for one of the following:
Enter your DIR Registration Number.
Include entire PD Section 1.3 – Bid Proposal
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Refer to PD Section 1.4 – Bid Bond.
Upload a copy of your Bid Bond here.
Please download the below documents, complete, and upload.
Confirm that your company can meet all the insurance requirements outlined below:
The Contractor shall not commence any work under the Contract Documents until he obtains, at his own expense, all required insurance as stipulated by the Owner. The required insurance shall be provided by the Contractor in conformance with the requirements of Section 2.21 of the General Conditions of these Contract Documents and includes the following:
The INSURANCE POLICY INFORMATION forms, which follow, must be completed and submitted with all Certificates of Insurance and Endorsements.
The insurance company or companies utilized by the Contractor shall be authorized to transact business in the State of California, as evidenced by a listing in the official publication of the Department of Insurance of the State of California, and to issue policies in the amounts required in said Section 2.21 of the General Conditions of these Contract Documents.
Insurance is to be placed with insurers with a current A.M. Best's rating of no less than A: VII.
The Certificates of Insurance supplied to the Contractor shall name the Mission Springs Water District its officers, employees, agents and independent contractors as “additional insured” and shall specify that the Mission Springs Water District be given forty-five (45) days prior written notice of any modification, decrease, or termination of the Contractor’s insurance coverage. Such insurance shall be subject to approval by the Mission Springs Water District.
Will there be an evaluation committee to review the proposals and score them based on weights and multiple criteria?
Select all the items you want vendors to return.
Select the information you would like display.
Q (No subject): Is it possible to get a copy of the civil CAD file to use for our take-off and estimating?
A: No - CAD files are not provided during the bid phase. They may be available to the contractor during the pre-construction phase, upon request, which may require a hold harmless agreement prior to release.
Q (Project Duration): The project duration seems unreasonable for this size of a project. Trying to meet the duration is going to add unnecessary costs to the project by working overtime, double shifts, etc. Can the project duration be increased to 14 months?
A: The construction duration will be extended to 18 months. The change will be reflected in Addendum No. 3.
Q (Engineer's Estimate): Please provide an engineer's estimate for the project.
A: The project cost estimate will be provided after the bid for cost comparison.
Q (Testing & Inspections): Please confirm the owner will provide testing and inspection services and that the contractor will not be responsible for these costs and services.
A: Confirmed. The owner will provide material testing and inspections.
Q (Engineer Estimate): Is there an Engineer Estimate for this bid? Thank you.
A: The project cost estimate will be provided after the bid for cost comparison
Q (Roofing Specs & Details): The specs do not match the details on the Critical Services Building, the details show TPO roofing and the spec is for Built up roofing. Please confirm which we are to follow.
A: Provide a TPO roofing system consisting of a bright white, fully adhered membrane (60 mil or 80 mil), with a 20- to 30-year manufacturer warranty.
Q (Permit & Utility Fees): At the job walk it was mentioned that the owner would pay for some of the permit fees. Can you clarify which permit & utility fees will be covered by the owner and which will be the contractor's responsibility?
A: Clarification will be added in Addendum No. 3.
Q (Sign In Sheet): Hello, May I request the Sign-in sheet?
A: Refer to Addendum No. 2.
Q (Project Duration): 1. The project duration schedule provided of 8.5 months is not realistic for all GC’s to meet. We are currently finishing a similar project in El Centro. On these projects (in the summer/fall), the subcontractors worked from 4 am to 11 am during extreme heat with limited productivity (slower schedule). Doing manual labor with no AC in extreme heat greatly slows down construction. The concrete pours are typically done at night or early mornings for quality control and safety concerns due to the heat. Your project hours of 7 am to 3 pm will further hurt productivity and increase safety concerns. This looks like an est. $35 million dollar project that will require 18 months of construction. It is nearly impossible to bill more than $2 million dollars a month on desert projects with the hard bid delivery system. • Can the construction duration for the project increase to 18 months? • Can the work hours be adjusted or relaxed during the summer/fall or for certain types of work due to heat safety concerns?
A: The construction duration will be extended to 18 months. The change will be reflected in the next addendum. The working hours will remain per project specification and City Noise Ordinance.
Q (Additional Site Walk): Because the mandatory site walk location changed the day before the walk, please advise whether an additional site walk will be held for those who did not see the addendum and became aware of the change of location the day prior to the site walk.
A: No.
Q (Steel Fencing Specs): The specs for the steel fencing are missing. Please provide section 32 31 20 as referenced in the plans
A: Refer to Addendum No. 3.
Q (Request for Approved Equal – Exterior Cladding Attachment System): Specification Section 07 42 13.23 – 4, Part 2, 2.01 A.1 references a proprietary cladding attachment / rain screen system. Please confirm that the following product may be submitted and accepted as an approved equal under Section 2.8.01 of the Contract Documents. Product: Turtle Rib™ Rainscreen System Manufacturer: Engineered Architecturals Corp., Murrieta, CA Fabricator: ECS, Corona, CA The system consists of a continuous extruded aluminum rail with sliding attachment clips designed to support metal composite material (ACM) panels while maintaining a ventilated rain screen cavity. The system meets the functional intent of the specification including: • Continuous aluminum support rail • Adjustable sliding clips to accommodate thermal movement • Ventilated rainscreen cavity consistent with AAMA 508 principles • Attachment components compatible with ACM panel systems • NFPA 285 tested assembly with Mitsubishi Chemical ALPOLIC® 4mm FR • Extruded aluminum rails sourced and produced in the United States (Coburg, Oregon) Product overview video: https://www.youtube.com/watch?v=mRSXNqCKLwc Product data, system details, and testing documentation can be provided upon request. If acceptable, please include the Turtle Rib™ Rainscreen System by Engineered Architecturals Corp. as an approved equal in the project addendum so bidders may include it in their proposals. For product information or coordination during bidding, please contact: Engineered Architecturals Corp. info@engineeredarchitecturals.com 1-800-737-5811 Thank you. Nathan Morlock Engineered Architecturals Corp. Murrieta, CA
A: Product substitutions are acceptable if proven equal; however, specific products will not be reviewed for approval during the bid phase. All substitutions will be evaluated and approved during the pre-construction or construction phase.
Q (folding panel partition): Please confirm if you'd like pricing for both options as noted below - 52 and/or 56 STC? • The STC in 2.02.F.1.b is 53 to 57 and Weight in 2.02.B.4.c is 10 lbs. – Kwik-Wall has a 56 STC option with approx. 12.9 lbs./PSF, as well as a 52 STC option with approx. 9.5 lbs./PSF.
A: Provide for 56 STC. Provide deductive cost for 52 STC.
Q (Approved Plans): 1) The plan set(s) provided with the bidding documents are marked “PRELIMINARY NOT FOR CONSTRUCTION”, What is the status of the approved drawings and how will this affect the project schedule?
A: The contractor is not responsible for completing the drawing. Please refer to Addendum No. 3 for updated plans.
Q (Horton Drawings): 2) The plan set for the Horton Wastewater Treatment Plant are marked “30% Design Drawings.” What is the contractor’s role and/or responsibility in completing the Horton design and how will this affect the project schedule considering submittals, review, approvals, etc?
A: The contractor is not responsible for completing the drawing. Please refer to Addendum No. 3 for 100% plans.
Q (Basis for Award / Additive Alternate): 3) PD-4 states “The basis for award shall be the total of the Bid Schedule for the Project.” Of the two Bid Schedules provided, “Bid Schedule II” is titled “Additive”, however no reference to, or description of an alternate is included elsewhere in the documents. Please clarify if the “Pond Modification and Monitoring Well Destruction” is indeed an additive alternate and whether or not it is included in the Basis for Award.
A: The Horton Wastewater Treatment Plant Percolation Ponds Modification Project is included as the basis of award and is considered as an addition to the project. This clarification will be addressed in the next addendum.
Q (Vehicle Charging Equipment): 4) Reference 11 11 36-Vehicle Charging Equipment, 5, 3.07 “ B. Provide to District, a proposal as an alternate to the base bid, a separate maintenance contract for service and maintenance of charging units for one year from Date of Substantial Completion; Include a complete description of preventive maintenance, systematic examination, adjustment, cleaning, inspection, and testing, with a detailed schedule.” Please confirm this applies after award of the contract and is not to be submitted at the time of bid.
A: The Proposal will be as an add alternate to the base bid. The change will be reflected in Addendum No. 3.
Q (Furnishings at Operations Building): Can you clarify what needs to be provided by the contractor in the Operations Building? I see tire racks, Work benches, Post lifts, bench lathe, fluid storage equipment, battery storage, etc but it is not clear what the contractor needs to provide.
A: Refer to Addendum No. 3.
Q (Solar Panels): Some of the plan sheets seem to state that the solar shades and panels are N.I.C.; however, the cover page lists it as a deferred approval. Please clarify if we will be required to provide the solar shades or any solar panels on the project.
A: The solar shades and solar panels will be an add alternate to the base bid.
Q (Card Readers): I don’t see any specs or plans for cameras or access control. I do see intrusion devices on the plans/specs. The door hardware schedule lists electrified hardware and card readers. Can you provide a set of plans showing card reader and camera locations, as well as specs for these.
A: Refer to Addendum No. 3 for the camera locations and access control.
Q (Fueling Station/Gas Pump Station): Please confirm that the removal of the existing fueling/gas pump station and installation of new will not be included in the contractor's scope of work. Including any utility or site preparations/infrastructure.
A: The removal and relocation of the of the District's gasoline pump and appurtenances that is located within the District's Corporate Yard is included in the Bid. The CNG Fueling Station located in front of the Corporate Yard (South side of Park Lane) will be removed by others.
Q (Appliances): Please confirm that the washer and dryer will be provided by the owner and installed by the contractor only.
A: Include in bid CFCI.
Q (Vertical Welding Curtains): The specs call for vertical welding curtains. Where are those to be installed?
A: In the operations building.
Q (Construction Telecomm): Ref: 015000, 1.05. are the telecomm items 1-4 to be for dedicated owner use and to keep at the end of the project?
A: Owner to determine.
Q (Temporary Camera System): Ref: 015000, 1.10 B-1. Please clarify the surveillance camera system requirement.
A: Owner to determine for camera location.
Q (Onsite Full Time Survey Instruments): Ref: 017123, 1.02-E requires a surveying instrument, and in-turn an experienced operator, on site at all times. This is not a feasable requirement and would only result in aditional and unnecessary cost to the owner. Surveying and field engineering is a certified trade. Please eliminate this requirement.
A: Does not have to be full time. Refer to Addendum No. 3.
Q (No subject): The off-site waterline plan does not download with a profile view; can the plan be updated to show the depths and utility crossings?
A: The plan cannot be updated at this time. Please refer to the MSWD Developer/Contractor handbook and guidelines for the construction of the water facilities. Utilities should have a vertical clearance of 1' min from outside diameter to outside diameter.
Q (No subject): On the off-site waterline: is there a location conflict with the existing 8” waterline starting at station 19+49.48, and if so, how long can the water be off past this point? The park’s irrigation appears to be affected at this location.
A: There is no location conflict at STA 19+49.48. A portion of the existing 8" waterline shall be removed to fit the placement of the new 12" waterline. The existing meters and water services shall be disconnected from the 8" waterline and connected to the new 12" waterline.
Q (No subject): Is the existing off-site 8” waterline ACP, and will any of it need to be removed?
A: Yes, approximately 85 L.F. will need to be removed. Contractor to verify in field.
Q (No subject): Can asphalt grindings be used in the site subgrade, or used as base in the paving sections?
A: Yes, asphalt grindings can be used within the project site excluding Public Right-of-Way.
Q (No subject): The grading plan earthwork quantities include an estimated raw cut and fill; does that estimate include the dirt work needed for the pond modification?
A: The estimated earthwork quantities were calculated for plan check purposes. There is a note on the Precise Grading plans stating that these quantities are not for bid, therefore, the contractor will have to calculate their own earthwork quantities for bid.
Q (No subject): The demolition plan includes relocating some storage containers per the district’s direction; will those containers be relocated on-site or will they require off-site trucking, and if so, to where?
A: The containers will be relocated on-site.
Q (No subject): For site clearing will the following be removed before constructions begins; material stockpiles, gravel piles, pallets, all items within structures, and anything the district wishes to be salvaged aside from the two marked storage containers?
A: Yes, the District will remove material stockpiles, gravel piles, pallets, all items within structures.
Q (No subject): Can you provide the existing PCC footing depths and sizes that will need to be demolished?
A: As-builts for the existing PCC footings are unavailable. Contractor to refer to structural. Structural may be able to provide details on the PCC footings.
Q (No subject): On the pond modification plan; can you provide any additional information pertaining to the gravel pavement access road such as the rock gradation for the separate layers?
A: See updated details and specifications for crushed rock in Earthwork section in Addendum No. 3.
Q (No subject): Can CMB be used in paving sections or will natural aggregate base be required due to the possibility of leaching from recycled base?
A: No, CMB will not be used in paving sections.
Q (No subject): On the pond modifications; will the 12” DIP require any restraints or thrust blocks?
A: See updated Details on sheet C08 in Addendum No. 3.
Q (No subject): On the pond modification 15” tee with 12” reducers; is the 15” connecting to anything, being risen to the surface, or is it to receive a blind flange for future use?
A: See updated Details on sheet C08 in Addendum No. 3.
Q (No subject): It is our understanding that there may be a lower rate of waterflow from the existing 8” water pipe. In order to determine our construction water tank fill timeline, can you provide the flow rate from the hydrant at the west end of the property?
A: The flow rate of the hydrant at the west end of the project site is 865 gpm and the flow rate of the hydrant on the west side of Mission Springs Park is 1500 gpm.
Q (No subject): If there is a conflict with the off-site water the west end of the property may lose water for a time, including to the hydrants near the construction site. If this is the case is there a location at the east end of the property where a water tower can be placed during construction, or can we run a temporary pipe across the surface of the site?
A: Water tower can be placed within the project site.
Q (No subject): On the storm drain: will the district accept HDPE N-12 in place of the SDR-35 pipe and fittings, and Nyloplast type drain basins in place of the concrete Brooks boxes?
A: Bid per plan. Contractor to ask District if substitutions are allowed after project is awarded.
Q (No subject): Project specification Section 33 42 30, Stormwater Drains, 2.04 Accessories, indicates the use of a sediment filter as indicated on the drawings, however, I do not see them referenced on the plan. Will all storm drain inlets require drop in filters?
A: Yes.
Q (Exterior Enclosure Commissioning): 070800.10, 1.01, A-1 &2 require independent 1st tier subcontractor for envelope/air barrier testing. 3.04, B states district will provide testing services. Please clarify who is responsible for the building envelope testing and commissioning. The contractor or the District?
A: It is the Contractor's responsibility to provide building envelope testing and commissioning.
Q (Fire Alarm): Are we able to use any manufacturer and installer for the fire alarm since it is a deferred approval?
A: The fire alarm system shall be manufactured by an ISO 9001:2008 certified company and meet the requirements of BS EN9001: ANSI/ASQC Q9001-1994.
Q (09 05 61 - Common Work Results for Flooring Preparation): Please confirm that only flooring types indicated in the spec as required to receive moisture vapor seal regardless of test results, are to be included in the contractor's base bid. Any other flooring typess required to receive sealing after the District's test results will be treated as a contract modification.
A: That is acceptable.
Q (Electrical Feeders): On sheets E1-2.3 and E1-2.4 show panels LEM1 and LEM2, and transformer TR-EM, with branch circuits. However, feeders for these panels and transformer are not shown on sheet E0-0.4. Panel schedules for LEM1 and LEM2 are also not provided on sheets E5-0.1 & E5-0.2. Please provide feeders for both panels and transformer and panel schedules for bidding purposes.
A: Refer to Addendum No. 3.
Q (Water Rates): Water use on the project will be substantial when the dust control program is considered. What are current rates so the bidders can include an appropriate cost in their proposal?
A: The current rate for Water Consumption Charge is $2.72 per 100 cubic feet of water.
Q (Missing Utility Structure Details): On sheets E0-0.4 & ES-1.1 we have a feeder schedule for the SCE conduits, but we don't have the size and quantity of conduits SCE1 & SCE2 call outs. Sheet ES-1.1 shows (2) pull boxes and a utility transformer structure, but we have no details for the structures. Please provide details for Utility structures for bidding purposes.
A: Slab box will be 10' x12.
Q (Electrical Testing Agency): Ref: 260572, 1.03. Please confirm electrical testing agency is NOT required to be a first tier subcontractor.
A: Testing firm required to be independent testing organization.
Q (Conflicts within spec 23-09-23 and drawing M0-0.6.): The Building Automation specification 23-09-23 states the Building Automation is flat spec'ed "Distech" Canadian controls furnished & installed by Control Technologies. However, drawing M0-0.6 clearly indicates 100% flat specified Carrier Controls. Which is it? Are other contractors allowed to bid on this project using controls manufactured in the USA?
A: Controls shall be by Carrier Controls.
Q (Manufacturer's Listings): Ref: PD-19 listing of Manufacturers. Please confirm the items that are shown on the form are the only items required to be identified. Are water site utilities the only trade for this requirement, or is building plumbing part of this as well?
A: Contractor to complete Schedule B 'Listing of Manufacturers' for materials used on the project. Materials used on the project are subject to review against the District's Approved Materials Listing (for water and sewer improvements). Materials used for building construction will be listed as well for review by the project team.
Q (Fence): AS-1.11 only has one call out for Steel fence. ASD-1.3&1.4 show multiple designs, Will all the fence and gates be of the same design?
A: Please refer to sheet AS-1.12 of the Critical Services Center plan set.
Q (Sliding and Folding Glazed Walls and Doors): We are requesting clarification regarding Door Types 154D, 154F, and 155C (Door Type G) per the contract drawings and Specification Section 08 32 23. Based on review with NanaWall, the specified openings may not be optimal for the intended systems. Please see the following for clarification and confirmation: Door 154F: Proposed to be NanaWall NW645 acoustical folding system. Due to the system not being center pivot, the pocket area at the north side may require adjustment to properly store panels. Maximum allowable height: 11’-6” A horizontal mullion will be required due to glass weight Doors 154D and 155C: Proposed to be NanaWall NW630 multi-slide system. Maximum allowable height: 11’-0” Configuration will need to be OXXO Per Specification Section 08 32 23, Basis of Design indicates NanaWall SL70 system or approved equal; however, the above limitations and configuration requirements may impact design intent and opening conditions. Please confirm the following: Acceptance of the proposed NanaWall systems (NW645 and NW630) in lieu of the originally intended configuration Acceptance of required height limitations noted above Approval of required configuration (OXXO) for multi-slide doors Direction on any required modifications to pocket conditions and/or framing to accommodate system requirements Please advise how you would like to proceed.
A: Can be reviewed with a post-bid preliminary shop drawing review.
Q (Section 11 11 00 Warranty): Section 11 11 00, page 2, 1.08 Warranty. This section calls for a 2-year defective work (labor?) and 5-year manufacture (parts?) warranty for all equipment in the section. Not all the equipment manufacturers provide this type of extended coverage. We respectfully suggest that this clause be limited to only those manufacturers who do provide such warranty extensions and limit all other coverage to the manufacture’s published warranty.
A: That is acceptable.
Q (No subject): Section 11 11 00, Page 3, 2.03,2, a. The specifications mention the possibility of the Hunter scissor alignment rack being installed in a pit. The drawings to not appear to show a pit. Please clarify.
A: There is no pit at the operation building.
Q (No subject): Section 14 45 00, page 3, part 2.0. This specifies a Rotary MOD30 3-post lift. Please be advised that the MOD30 has been replaced by the MOD35, increasing each cylinder lift capacity to 35,000-lb each for a total lift capacity of 105,000-lb.
A: If true, acceptable. Products change all the time.
Q (No subject): Section 14 45 00, Page 6, C, 5, a, and page 7, G ,1. Please be advised that the MOD35 does not use the joystick control but now comes with a hand-held wireless remote. The control panel is typically mounted on the wall nearby.
A: If true, acceptable. Products change all the time.
Q (No subject): Section 14 45 00, Page 7, G, 2 states, “The Control Panel is to be mounted directly on the slab; the 4” pedestal riser is not to be used.” Please be advised that the control console cannot be installed on the floor without the pedestal. Otherwise, it is mounted to the wall.
A: If true, acceptable. Products change all the time.
Q (No subject): Section 14 45 00, Please be advised that Rotary also has a model MOD32 version that uses the floor-mounted controls instead of wireless remote control. This version has a 32,000-lb capacity per cylinder for a total lift capacity of 96,000-lb.
A: Please refer to Addendum No. 3.
Q (No subject): The drawings do not show where the Rotary MOD HD lift is located. Please advise.
A: Please refer to Addendum No. 3.
Q (No subject): Irrigation Valves – Sheet LI‑0 vs. Section 328400 The Irrigation Material Legend on Sheet LI‑0 indicates that gate valves sized 1″–2″ shall be Model T‑113 K, and valves 2½″ and larger shall be Model F‑619‑RWS‑SON. However, Section 328400, Part 2.09 specifies different valve types by pipe size. Which valve requirement should be followed?
A: Material legend governs.
Q (Sleeving size for schedule 40 pipes): Sleeve Size – Sheet LI‑0 vs. Sheet LI‑A The Irrigation Material Legend on Sheet LI‑0 specifies that sleeves shall be twice the pipe size, with a minimum size of 4 inches, while the Schedule 40 PVC Sleeving Chart on Sheet LI‑A shows a minimum sleeve size of 1½ inches. Which sleeve sizing requirement governs?
A: 4" minimum on all pipe sleeves and 2" minimum for all wire sleeves.
Q (No subject): Refer to the Table of Contents in Section 000110. Division 32 lists Section 320190, Operation and Maintenance of Planting. Is this a required section? Please provide as it is missing from the bid documents
A: Refer to revised spec section 32 93 00 3.21 for maintenance requirements.
Q (No subject): The pond overflow pipe is shown as DIP: does this DIP need to be epoxy coated?
A: Yes. This is covered in the specifications in Addendum No. 3.
Q (No subject): Can you verify the style of 15” valve needed for the pond overflow?
A: Refer to the updated plans & specifications for valve Information in Addendum No.3.
Q (Sleeve Extension Length – Sheet LI‑0 vs. Sheet LID‑1): The Irrigation Material Legend on Sheet LI‑0 specifies that sleeves shall extend 12 inches beyond the edge of hardscape, while Detail A on Sheet LID‑1 indicates sleeve ends shall extend 24 inches beyond the edge of hardscape. Which extension length should be followed?
A: 12" is acceptable.
Q (Steel Edging – Sheet LC‑1 vs. Section 329300): The Landscape Construction Legend on Sheet LC‑1 indicates steel edging as CleanLine, 1/8″ × 5.5″, while Section 329300, Part 2.11 specifies edging as 3/16 inch thick by 4 inches deep. Which steel edging specification should be used?
A: 1/8" x 5.5" is accurate.
Q (Boulder Type – Sheet LC‑1 vs. Section 329300): The Landscape Construction Legend on Sheet LC‑1 identifies the boulder type as Amber Cloud, while Section 329300, Part 2.17 specifies Sierra Select boulders. Which boulder type is required for this project?
A: Boulder per legend.
Q (Gabion Wall Detail – Sheet ASD‑1.4): Detail 8 on Sheet ASD‑1.4 does not identify the internal rock type or the concrete footing requirements. Can the specifications for the gabion wall infill rock and concrete footing be provided?
A: Please refer to Addendum No. 3.
Q (Monitoring Well Unit Prices and Award): Appendix D states the award will be made on proposed fixed unit prices, technical evaluation, etc., and a pricing form is provided within the Appendix. In the pricing section of the District's portal, only a lump sum entry is allowed. Please provide direction on how to proceed with the other items specified as the basis of award.
A: Lump sum. The pricing and schedule section will be updated in Addendum No. 3.
SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.