PROJECT #7016 UNDERGROUND STORAGE TANK REPLACEMENT FREMONT HALL OF JUSTICE PASEO PADRE PARKWAY FREMONT, CALIFORNIA

Similar documents
COUNTY OF ALAMEDA GENERAL SERVICES AGENCY-PURCHASING ADDENDUM No. 2 to RFQ No. 38 for Cremation, Inurnment and Interment Services

DAVID L. LAWRENCE CONVENTION CENTER. REQUEST FOR PROPOSAL RFP09-02 Fire Sprinkler Inspection and Maintenance

2. A Hygienist will be hired by the Housing Authority to perform monitoring of the work and to verify that the abatement is being done correctly.

ROBERT A. BOTHMAN, INC. EXHIBIT "A" SUBCONTRACTORS SCOPE OF WORK EXHIBIT A SUBCONTRACTOR SCOPE OF WORK, dated this

CITY AND COUNTY OF SAN FRANCISCO Port of San Francisco. Contract No Pier 23 Roof Repair. ADDENDUM No. 1 Issued: December 16, 2016

Supplementary General Conditions to Contract General Conditions for Design-Bid-Build Minor Projects TYPE Contract MIN RENUMBER

Specification Clarification/Modification and Recap of the Networking/Proposers Conferences Held on October 20, 2005 and October 21, 2005

MARITIME AND AVIATION PROJECT LABOR AGREEMENT (MAPLA) 2016 SOCIAL JUSTICE PROGRAM CONTRACTOR INFORMATION PACKET

NOTICE TO CONTRACTORS

COMMERCIAL FACADE IMPROVEMENT PROGRAM GUIDELINES AND APPLICATION

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

1. In order to receive consideration, Bidder must have technical knowledge and experience as stated below.

DAVID L. LAWRENCE CONVENTION CENTER. REQUEST FOR PROPOSAL RFP09-04 Pest Control

PROJECT MANUAL. Bid Number: B

General Services Agency

COUNTY OF ALAMEDA GENERAL SERVICES AGENCY-PURCHASING ADDENDUM No. 2 to RFQ No for Elevator Maintenance

ADDENDUM NO. 1. ADDENDUM NO. 1 for the above referenced project hereby modifies the RPF documents, as follows:

NOTICE TO CONTRACTORS

EXTERIOR LIGHTING AND CONTROLS RETROFIT PHASE II PROJECT ENERGY SERVICES SADDLEBACK COLLEGE. April 25, Electricity Savings: 201,221 kwh/yr

REQUEST FOR PROPOSAL 3102 TRUCK DRIVING SIMULATOR

MWBE Utilization and Workforce Program Construction Projects with Federal Funding

COUNTY OF ALAMEDA GENERAL SERVICES AGENCY-PURCHASING. ADDENDUM No. 2 to RFP No for Enterprise Imaging Solution

COVINA-VALLEY UNIFIED SCHOOL DISTRICT

DAVID L. LAWRENCE CONVENTION CENTER. REQUEST FOR PROPOSAL RFP09-03 Window Washing

INVITATION TO BID NEW TENNIS COURTS NEILLS CREEK PARK COUNTY OF HARNETT NORTH CAROLINA

Part A: PRIME CONTRACTOR PROJECT SUMMARY FORM

APPLICATION FOR PAYMENT PROCEDURE SUBCONTRACT EXHIBIT F

Implementation Planning

1. Advertisement for Bids: Delete with additive alternate bid items as shown on revised Advertisement for Bid.

CITY OF SIGNAL HILL SUBJECT: CONTRACT SERVICES AGREEMENT EXTENSION FOR CITYWIDE STREET SWEEPING SERVICES

Target Market Professional Services Master Consulting Agreements MBE/WBE SPECIAL CONDITIONS

PARTNERS PROJECT IDENTIFICATION PROJECT IDENTIFICATION

B. B.E.P.D. means an entity certified as a Business enterprise owned or operated by people with disabilities as defined in MCC

COUNTY OF ALAMEDA PUBLIC WORKS AGENCY 399 Elmhurst Street Hayward, CA

NOTICE TO CONTRACTORS INVITATION TO BID DEMOLITION OF BUILDINGS. Date: January 7, 2018 Demolition Property Addresses: 2557 Grant Ave Ogden UT 84401

AGREEMENT BETWEEN OWNER AND SELLER

Trends and Developments in Public Works Law and Practice

EASTERN MUNICIPAL WATER DISTRICT SPECIFICATION NO. 1319W POTABLE WATER WELL NO NOTICE INVITING BID

Preliminary Information on the Vermont E-Waste Collection and Recycling Program Request for Proposal (RFP)


HIGHLANDS COUNTY BOARD OF COUNTY COMMISSIONERS Project No ITB No

IRFQ #R15-04: FRIDAY NIGHT LIVE

COUNTY OF SANTA BARBARA,

WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT

COUNTY OF LOS ANGELES

ADDENDUM NO. 1 GENERAL CLARIFICATIONS

Sheridan Hollow Village

City of Biddeford, Maine

Bus Stop Shelter Concrete Pads Request for Proposal #G052

Document A101 TM. Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum

SECTION 8 - MEASUREMENT AND PAYMENT TABLE OF CONTENTS

Bernards (Project Name) CCIP Insurance Manual

Request for Bid/Proposal

201 N. Civic Drive, Suite 230 Robert D. Hilton, CMC

SKLYINE BOULEVARD PAVEMENT REPAIR PROJECT

AMENDMENT OF SOLICITATION

PROJECT MANUAL INSTALLATION OF REPLACEMENT HVAC HEAT PUMPS AT TWO ELEMENTARY SCHOOLS BERRYESSA UNION SCHOOL DISTRICT

SUPPLEMENTARY AND SPECIAL TERMS AND CONDITIONS FOR MINOR PROJECTS

ADDENDUM For Reference For Bidders

INVITATION TO BID DUNKIN DONUTS PC# Fort Campbell Blvd. Hopkinsville, KY

Title 2 ADMINISTRATION [1]

REQUEST FOR PROPOSAL (RFP)

This project is subject to Title 49, Part 26.13(b), Code of Federal Regulations [49 CFR 26.13(b)]:

CHAPTER 57 ARTICLES II & III

SPECIFICATIONS AND BIDDING DOCUMENTS USED ASPHALT PAVER

City of Detroit Detroit, Oregon

COLUSA VETERANS HALL KITCHEN AND BATHROOM REMODEL

Merritt College Science Building Site Paving

BAY CITY HOUSING COMMISSION. Bid for Replacing Suspended Ceiling Panels at Maloney Manor

Request For Proposal. For Construction Management Services. For The. Benton County Jail and Sheriff s Office

SECTION INSTRUCTION TO BIDDERS. Bidders may obtain sets of Bidding Documents from Engineer:

ADDENDUM TO RFP DOCUMENTS

Mr./Ms. XXX City Manager Address City, CA XXXXX Subject: Quarterly Disbursement of Measure D Revenues April - June, 2016

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85.

Fayette County Public Schools. Supplier Diversity Program Contract Forms

The Town of Wilton. 238 Danbury Rd. Wilton, CT 06897

REQUEST FOR PROPOSAL RFP #14-03

PROJECT MANUAL PROJECT/CONTRACT NUMBER: Bid Number: RFP FY E-Rate Eligible Category 2 Products and Services.

Mini-Brooks Qualifications Based Selection Supplement of Design/Build Statutes

PROFESSIONAL SERVICES AGREEMENT. For On-Call Services WITNESSETH:

GENERAL ENGINEERING JOB ORDER CONTRACT

Demolition of Water Ground Storage Tanks

2018 GENERAL CONTRACTOR PREQUALIFICATION APPLICATION FOR NON STATE FUNDED PROJECTS > $1 MILLION. December 12, 2017

Exhibit. Owner Controlled Insurance Program. Insurance Requirements

ADDENDUM NUMBER 01 TO THE BID DOCUMENTS. BID NUMBER: G Math and Science Building Exterior Stair Lighting #32107 Evergreen Valley College

COUNTY OF SAN MATEO STATE OF CALIFORNIA NOTICE TO CONTRACTORS

REQUEST FOR PROPOSALS

AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES FOR

CHARTER TOWNSHIP OF WEST BLOOMFIELD INVITATION TO BID WEST BLOOMFIELD, FACILITY OPERATIONS

COUNTY OF ALAMEDA GENERAL SERVICES AGENCY-PURCHASING ADDENDUM No. 1 to RFQ No For 800 MHz Amplification Project (Santa Rita Jail)

TOWN OF CUMBERLAND, RI BID #

A. Project Name: Water System Automated Meter Reading Program. B. Owner: City of Florence Alabama Water & Wastewater Department

Bidders shall acknowledge receipt of this Addendum in writing on his Proposal Form.

This project is subject to Title 49, Part 26.13(b), Code of Federal Regulations [49 CFR 26.13(b)]:

Notice to Bidders Page 1 of 6

(3/01) NW T.O. INDIANA AMERICAN WATER COMPANY, INC.

NOTICE TO BIDDERS. hereinafter referred to as the Professional Services Consultant.

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

(INCLUDES PENNHOMES) Review Process PENNSYLVANIA HOUSING FINANCE AGENCY (2015 UNDERWRITING APPLICATION)

Addendum #3 To Request for Proposal For Social Work Roof Replacement: Project Dated May 17, 2018

Transcription:

PROJECT #7016 UNDERGROUND STORAGE TANK REPLACEMENT FREMONT HALL OF JUSTICE 39439 PASEO PADRE PARKWAY FREMONT, CALIFORNIA ADDENDUM NO. 1 DATE: JUNE 8, 2007 Issued by the General Services Agency, Technical Services Department, 1401 Lakeside Drive, Oakland, California. TO ALL PROSPECTIVE BIDDERS for the above project, notice is hereby given that the following changes, modifications, corrections, clarifications, and additions, as herein set forth, shall apply to the specifications and drawings described herein and shall be made part thereof and subject to all requirements as if originally specified or drawn. The List of Attendees (Attachment A) of the mandatory prebid meeting on June 7, 2007 is included for information only. Receipt of this Addendum No. 1 must be acknowledged in writing on Section 00300 Bid Form of the Technical Specifications. The changes are as follows: 1. Modification to Section 00480 Enhanced Construction Outreach Program (ECOP) This revised Section II, Paragraph 3, provided herein as Attachment B, replaces all previous versions provided in the Specification section including the version provided at the mandatory bid walk on June 7, 2007. All other paragraphs of this Section remain the same. 2. Modification to Section 00510 Agreement This revised Article III. Contract Time and Liquidated Damages, provided herein as Attachment C, replaces the previous version provided in the Specification. All other paragraphs of this Section remain the same. 3. Modification to Section 00810 Supplemental General Conditions This revised Paragraph 3. Supplement to Paragraph 15, provided herein as Attachment D, replaces the previous version provided in the Specification. All other paragraphs of this Section remain the same. 4. Clarification - In response to the question as to whether existing underground piping may be closed in-place The City of Fremont Fire Department has stated that all underground piping needs to be removed. As such, the Contractor shall remove all existing underground piping as specified in the Plans and Specifications. 1401 Lakeside Drive, Oakland, California 94612 Telephone (510) 208-9559 FAX (510) 208-3995 Printed on recycled paper

Page 2 June 8, 2007 ATTACHMENTS: Attachment A List of Prebid Meeting Attendees (2 Sheets) Attachment B Specification Section 00480 Enhanced Construction Outreach Program (ECOP) Revised Section II, Paragraph 3 (1 sheet) Attachment C Specification Section 00510 Agreement - Revised Article III. Contract Time and Liquidated Damages Bid Form (1 Sheet) Attachment D Specification Section 00810 Supplemental General Conditions - Revised Paragraph 3. Supplement to Paragraph 15 (1 Sheet) END OF ADDENDUM NO. 1 I:\e&em\project\env\7016 FHOJ UST Replacement\bidwalk\Addendum 1.doc

ATTACHMENT A MANDATORY BID-WALK/NETWORKING MEETING ATTENDEES

PROJECT NO. 7016/UNDERGROUND STROAGE TANK REPLACEMENT FREMONT HALL OF JUSTICE 39439 PASEO PADRE PARKWAY, FREMONT, CA MANDATORY BID-WALK/NETWORKING MEETING 10:00 a.m.-june 7, 2007 at Alameda County, 39439 Paseo Padre Parkway Fremont, CA BID-WALK/NETWORKING MEETING SIGN-IN SHEET Attendees must sign-in and indicate below (per the bid documents) if they are a 1. Prime Contractor 2. Sub-Contractor/Type 3. Small Local Emerging Business (SLEB) 4. Certified SLEB 5. Local Business 6. Minority Business Enterprise (MBE) 7. Women-Owned Enterprise (WBE) 8. Minority Women Owned Business Enterprise (MWBE) Company Name & Address Representative Name Contact Gettler-Ryan, Inc. 6747 Sierra Ct., Suite J Dublin, CA 94568 David Byron 1. Prime Contractor Y 3. SLEB N 5. MBE N Type: 7. Local Y 8. MWBE N Paradiso Mechanical 2600 Williams Street San Leandro, CA 94577 Robert S. Corsun Phone: (925) 551-7444, ext. 115 Fax: (925) 551-7888 E-Mail: dbyron@grinc.com Phone: (510) 614-8390 Fax: (510) 614-8396 E-Mail: 1. Prime Contractor Y 3. SLEB N 5. MBE N Type: 7. Local Y 8. MWBE N GEMS 195 Highway Avenue Bay Point, CA 94565 Richard Camacho Phone: (925) 709-1944 Fax: (925) 458-6482 1. Prime Contractor Y 3. SLEB N 5. MBE Y 4. Certified SLEB N 6. WBE Y Type: 7. Local N 8. MWBE Y E-Mail:gemsinc@comcast.net

Company Name & Address Representative Name Contact AEI Consultants 2500 Camino Diablo, Suite 200 Walnut Creek, CA 94597 Bryant Grissette Phone: (925) 283-6000, ext. 114 Fax: (925) 283-6121 E-Mail: bgrissette@aeiconsultants.com 1. Prime Contractor Y 3. SLEB N 5. MBE N Type: 7. Local N 8. MWBE N Pearson Equipment & Maintenance Company, Inc 18305 Lake Chabot Road Castro Valley, CA 94546 Jack Bail 1. Prime Contractor Y 3. SLEB N 5. MBE N Type: 7. Local Y 8. MWBE N Northwest Pump & Equipment 4433 Enterprise Boulevard Fremont, CA 94538 Warren Dee Fowles 1. Prime Contractor N 3. SLEB N 5. MBE N 2. Sub-Contractor Y Type: 7. Local Y 8. MWBE N Deltech Engineering, Inc. 1411 N. Batavia Street, #216 Orange, CA 92867 Ebbiteanga Abili 1. Prime Contractor Y 3. SLEB N 5. MBE Y Type: 7. Local N 8. MWBE N Phone: (510) 889-7888 Fax: (510) 889-7888 E-Mail: pearsoneq@comcast.net Phone: (510) 656-7867 Fax: (530) 795-9932 E-Mail: dfowles@nwpump.com Phone: (714) 289-1866 Fax: (714) 289-1365 E- Mail:abili@deltechengineeringinc.co

ATTACHMENT B SPECIFICATION SECTION 00480 - ENHANCED CONSTRUCTION OUTREACH PROGRAM (ECOP) REVISED SECTION II, PARAGRAPH 3

SECTION 00480 ENHANCED CONSTRUCTION OUTREACH PROGRAM (ECOP) SECTION II LABOR AND CONTRACT COMPLIANCE REQUIREMENTS 3. ALAMEDA COUNTY CONTRACT COMPLIANCE SYSTEM As part of the Alameda County General Services Agency s commitment to assist contractors to conveniently comply with legal and contractual requirements, the County has established an online Contract Compliance System. The system was designed to help reduce contractors administrative costs and to provide various work-flow automation features that improve the project reporting process. Effective July 1, 2007, the Alameda County Contract Compliance System will be implemented to monitor contract and labor compliance for County contracts through the use of a new interactive website, Elation Systems. Effective July 1, 2007, the prime contractor and all participating subcontractors who are awarded contracts as a result of the bid process for this project, are required to use this secure web-based system to submit information including, but not limited to, weekly certified payrolls, monthly progress payment reports and other related information. The County will use this information to monitor compliance with the ECOP and report on statutorily required information which may also relate to M/W/S/LBE participation, personnel and hiring. The Alameda County Contract Compliance System has been designed to provide online functionality that streamlines the process, reduces paperwork and assists contractors and subcontractors in complying with 49 CFR Part 26, Davis-Bacon and Related Acts, and the GSA ECOP and its reporting requirements. Utilizing the Alameda County Contract Compliance System will reduce the amount of time currently required to submit hard copy documentation regarding contract and labor compliance information and is provided for use by County contractors and subcontractors at no cost. Procedural differences between the previous conventional reporting and the new web-based system include: Monthly progress payment status reports, fringe benefits statements, weekly certified payroll reports or non-performance reports will be submitted via the web-based system. Paper copies will no longer be required. The prime contractor will be required to enter data for payments made and subcontractors will be required to enter data for payments received into the web-based system. Alameda County Contract Compliance System training and ongoing support are provided at no charge to contractors and participating sub-contractors awarded a contract as a result of this bid process for this project. Contractors having contracts with the County which have a start date on or after July 1, 2007 should schedule a representative from their office/company, along with each of their subcontractors, to attend training. Training sessions are approximately one hour and will be held periodically in a number of locations throughout Alameda County. Upon award of contract, please view the training schedule http://www.elationsys.com/elationsys/support_1.htm or call Elation Systems at (510) 764-1870. A special access code will be provided to contractors and subcontractors participating in any contract awarded as a result of this bid process to allow use of the System free of charge. It is the Contractor s responsibility to ensure that they and their subcontractors are registered and trained as required to utilize the Alameda County Contract Compliance System. Please contact Susan Wewetzer, Contract Compliance Officer at (510) 208-9617 if you have any other questions regarding utilization of the Alameda County Contract Compliance System.

ATTACHMENT C SPECIFICATION SECTION 00510 - AGREEMENT REVISED ARTICLE III. CONTRACT TIME AND LIQUIDATED DAMAGES

SECTION 00510 AGREEMENT Article III. Contract Time and Liquidated Damages 3.1 Contract Time. The Work will be Finally Complete and ready for final payment in accordance with Section 00810 Supplemental General Conditions NINETY (90) calendar days from the date when the Contract Time commences to run as provided in Section 00700 General Conditions and Section 00810 Supplemental General Conditions. Contractor shall complete all construction work in accordance with the Contract Documents and to the satisfaction of the Project Manager within THIRTY (30) calendar days from the date that the Contractor commences on-site construction work. 3.2 Liquidated Damages. County and Contractor recognize that time is of the essence of this Agreement and that County will suffer financial loss in the form of contract administration expenses (including project management and consultant's expenses), if Work is not completed within the time specified above, plus any extensions thereof allowed in accordance with the Contract Documents. Consistent with Paragraph 15.5.2 of Section 00700 General Conditions, Contractor and County agree that because of the nature of the Project, it would be impractical or extremely difficult to fix the amount of actual damages incurred by County because of a delay in completion of the Work. Accordingly, County and Contractor agree that as liquidated damages for delay Contractor shall pay County: 3.2.1 FIVE HUNDRED DOLLARS ($500) for each day that expires after the Contract Time specified herein for the Work to be Finally Complete. FIVE HUNDRED DOLLARS ($500) for each day that expires after the Contract Time specified herein for onsite construction work to be complete. These measures of liquidated damages shall apply cumulatively and shall be presumed to be, except as provided below, the damages suffered by County resulting from delay in completion of the Work. 3.3 Liquidated damages for delay shall only cover administrative, overhead, interest on bonds, lost revenues and general loss of public use damages suffered by County as a result of delay. Liquidated damages shall not cover the cost of completion of the Work, damages resulting from defective work, costs of substitute facilities, or damages suffered by others who then seek to recover their damages from County (for example, delay claims of other contractors, subcontractors, tenants, or other thirdparties), and defense costs thereof.

ATTACHMENT D SPECIFICATION SECTION 00810 SUPPLEMENTAL GENERAL CONDITIONS REVISED PARAGRAPH 3. SUPPLEMENT TO PARAGRAPH 15

3. SUPPLEMENT TO PARAGRAPH 15: A. Add to Paragraph 15.1.: SECTION 00810 SUPPLEMENTAL GENERAL CONDITIONS 15.1.3 Before Contractor starts any construction work at the site, including any demolition or excavation, contractor shall have received from the County a formal Notice to Proceed (Section 00550). 15.1.4 Contract Time: B. Add to Paragraph 15.5: The Work will be Finally Complete and ready for final payment NINETY (90) calendar days from the date when the Contract Time commences to run. Finally Complete for this project is defined as: County's acceptance of the Work as satisfactorily completed in accordance with Contract Documents. Requirements for the County s acceptance of the Work as Finally Complete include, but are not limited to: All systems have been tested and accepted. All required instructions and training sessions have been given by Contractor. All as-built drawings, permits, inspection and test reports, warranties, and operations and maintenance manuals have been submitted by Contractor and accepted by County. All punch list work, as directed by County, has been completed by Contractor. Generally, all Work has been completed to the satisfaction of the County. Contractor shall complete all construction work in accordance with the Contract Documents and to the satisfaction of the Project Manager within THIRTY (30) calendar days from the date that the Contractor commences on-site construction work. 15.5.6 Liquidated damages shall be FIVE HUNDRED DOLLARS ($500) for each day that expires after the Contract Time specified herein for the Work to be Finally Complete. Liquidated damages shall be FIVE HUNDRED DOLLARS ($500) for each day that expires after the Contract Time specified herein for on-site construction work to be complete.