ADA BARRIER REMOVAL PHASE

Similar documents
Transcription:

ADDENDUM #3 For ADA BARRIER REMOVAL PHASE 2 Bid #5-1213 at WEST VALLEY COLLEGE Owner West Valley-Mission Community College District Saratoga, California November 9, 2012

WEST VALLEY MISSION COMMUNITY COLLEGE DISTRICT 14000 Fruitvale Avenue Saratoga, CA 95070 Bid # 5 1213 ADA Barrier Removal Project Phase 2 WEST VALLEY COLLEGE ADDENDUM #3 CONSISTS OF THE FOLLOWING: 1. ACKNOWLEDGEMENT 2. DESCRIPTION OF CHANGES Bidders sign and return one copy of this addendum with your bid. Failure to do so may subject bidder to disqualification. The Addendum #3 supersedes and modifies portions of the bid and contract documents issued by the District for Bid # 5 1213 for ADA Barrier Removal Phase 2, West Valley College. Brigit Espinosa Director, General Services (408) 741 2187 Date: Company Name: Signed By: Printed Name: Phone/Fax: Email:

West Valley-Mission Community College District West Valley College ADA Barrier Removal, Phase 2 Bid #5-1213 ADDENDUM NO. 3 DATE: November 12, 2012 DSA APPLICATION NO. 01-112670 DSA FILE NO. 43-C3 NOTICE TO ALL CONTRACTORS SUBMITTING BIDS FOR THIS WORK AND TO ALL PLANHOLDERS: You are hereby notified of the following CHANGES, clarification or modifications to the original Contract Documents, Project Manual, Drawings, Specifications and subsequent Addenda. The following reports are enclosed for reference. The bidders shall be responsible for transmitting this information to all affected subcontractors and suppliers prior to the closing of bids. Item 01: Reference New Attachments A. Geotechnical Investigation Report: ADA Barrier Removal Project Phase 1, April 2010 by Cleary Consultants Inc. B. Geotechnical and Geo-hazard Investigation Report: Pedestrian Bridge Replacement, September 2011 by Cleary Consultants Inc. A. CHANGES AND/OR CLARIFICATIONS TO THE PROJECT MANUAL, CONTRACT DOCUMENTS AND SPECIFICATION: Item 02: Pre-Bid Questions and Answers Q 1. According to the Construction General Permit (CGP) adopted September 2, 2009, Risk Determination must be made as part of the project planning & prior to the submittal of Project Registration Documents (PROs). Is this project a Risk Level 1. 2 or 3? A 1. The Construction General Permit and it s requirements is not applicable to this College District. Q 2. Please confirm that all Project Registration Documents (PROs) will be developed submitted and amended or revised by an agent or employee of the Owner (050). A 2. N/A See A 1. Q 3. According to the Construction General Permit (CGP) adopted September 2, 2009, a Discharger is defined as the Legally Responsible Person (LRP). A LRP is defined as the person who possesses title on the land. Accordingly we assume that all compliance actions required of a Discharger will be executed by the owner. Please confirm. West Valley-Mission Community College District ADDENDUM NO. 3 Bid #5-1213 ADA Barrier Removal Phase 2

West Valley-Mission Community College District A 3. N/A See A 1. Q 4. If the project is a Risk Level 2 or 3 the Qualified SWPPP Practitioner (QSP) will develop a Rain Event Action Plan (REAP). The plan is to be developed for all phases of construction 48 hours prior to any likely precipitation event. Please confirm that the REAP will be completed by an agent/employee of the Owner. A 4. N/A See A 1. Q 5. If the project is a Risk Level 2 or 3. how many likely precipitation events should be included in the bid? A 5. N/A See A 1. Q 6. If the project is a Risk Level 2 or 3. how many qualifying rain events should be included in the bid? A 6. N/A See A 1. Q 7. Will all costs for maintenance, protection and implementation of the RAIN EVENT ACTION PLAN as developed by the QSP be completed on a time and materials basis? A 7. N/A See A 1. Q 8. Per Notice 00 11 13, the Engineer s Estimate is $ 500,000. But the Statement 00 45 13 Attachment C asks for ten projects over Five Million Dollars. This seems out of proportion to the work in Bid #5-1213. Please clarify if 00 45 13 Estimate is correct and if Five Million is the required project threshold for Qualifications Statement. A 8. The Engineer s Estimate of $ 500,000 is correct and the required project threshold identified in Sec 00 45 13 Attachment C is reduced to One Million Dollars ($1,000,000). Attachment C is amended and re-issued with this Addendum. Item 03: Section 00 41 00 Bid Proposal The Bid Form is amended to include Alternates and Unit Pricing and is re-issued in this Addendum. Item 04: Item 05: Item 06: Item 07: Section 00 45 13 Statement of Qualifications Attachment C is amended and reissued in this Addendum. Section 01 23 00 Alternates is included in this Addendum. Subgrade Soils Conditions - It is likely that soft/wet subgrade soils will be encountered beneath planned structural improvements such as slabs or pavements, these soils should be removed down to stable soils, or alternatively to a maximum depth of approximately 18 inches. After the exposed subgrade soils are re-compacted, the over-excavated areas should be refilled in thin lifts with Class 2 aggregate base-rock compacted to at least 90 percent relative compaction in accordance with the requirements given below for engineered fill. The use of a stabilizing fabric, such as Mirafi 700X or equivalent may also be required based on the extent and depth of wet, pumping soils. Unit Pricing The Contractor is required to provide Unit Pricing per cubic yard for all costs necessary to over-excavate pumping soils and re-compact sub-base material to the specifications required by the contract documents. West Valley-Mission Community College District ADDENDUM NO. 3 Bid #5-1213 ADA Barrier Removal Phase 2

WEST VALLEY MISSION COMMUNITY COLLEGE DISTRICT BID PROPOSAL TO: WEST VALLEY-MISSION COMMUNITY COLLEGE DISTRICT, a California Community College District, acting by and through its Board of Trustees ( the District ), 14000 Fruitvale Avenue, Saratoga, CA 95070. FROM: (Name of Bidder) (Address) (City, State, Zip Code) (Telephone/Telecopier) (E-Mail Address of Bidder s Representative(s)) (Name(s) of Bidder s Authorized Representative(s)) PROJECT: BID #5-1213, WEST VALLEY COLLEGE; ADA BARRIER REMOVAL PHASE II 1. Bid Proposal 1.1 Bid Proposal Amount. The undersigned Bidder proposes and agrees to perform the Contract including, without limitation, providing and furnishing any and all of the labor, materials, tools, equipment and services necessary to complete in a workmanlike manner all of the Work and other obligation required by the contract documents for the sum of: Dollars ($ ). The Bidder confirms that it has checked all of the above figures and understands that neither the District nor any of its agents, employees or representatives shall be responsible for any errors or omissions on the part of the undersigned Bidder in preparing and submitting this Bid Proposal. 1.2 Acknowledgment of Bid Addenda. The Bidder confirms that this Bid Proposal incorporates and is inclusive of all items or other matters contained in Bid Addenda issued by or on behalf of the District. Addenda Nos. received, acknowledged (initial) and incorporated into this Bid Proposal. West Valley Mission Community College District Section 00 41 00 Page 1 Bid #5 1213, West Valley College Bid Proposal ADA Barrier Removal Phase II WVMCCD (rev 12/2010)

WEST VALLEY MISSION COMMUNITY COLLEGE DISTRICT 1.3 Alternate Bid Items. The Bidder s price proposal(s) for Alternate Bid Items is/are set forth in the form of Alternate Bid Items Proposal included herewith. Price proposal(s) for Alternate Bid Item(s) will not form the basis for the District s award of the Contract unless an Alternate Bid Item is incorporated into the scope of Work the Contract awarded. 1.3.1 Alternate No. 1 (Reference Section 01 23 00 Alternates ): The undersigned Bidder proposes and agrees to provide all work as part of required by the contract documents for the sum of $ dollars ($ ). The bidder confirms that it has checked all of the above figures and understands that neither the District nor any of its agents, employees or representatives shall be responsible for any error or omissions on the part of the undersigned Bidder in preparing and submitting this Bid Proposal. 1.4 Unit Pricing. The Bidder shall provide Unit Prices for a specific scope of work as identified in the Bid Proposal Form. The Unit Prices shall be used only as required during the performance of the Work and shall not be included in the Total Bid Proposal Amount. Unit Price 1 Over-excavation $ /cubic yard 1.5 Allowance Item. The aggregate amount of the Bid Proposal, as set forth above incorporates the following Allowance Item and the Allowance Amount. If an Allowance Item or the quantity of an Allowance Item is not incorporated into the work during construction, the successful Bidder acknowledges that the District will issue a unilateral deductive Change Order for the value of an allowance Item (as set forth below) or a quantity of an Allowance Item (as set forth below) is not incorporated into the work during construction. If the quantity of an Allowance Item set forth below is exceeded without fault or neglect of the successful Bidder, the adjustment of the Contract Price for Allowance Item quantities exceeding those set forth below will be based on the Unit Price Items proposal of the successful Bidder. Allowance Item No. Allowance Item Allowance Amount Description A1 Unexpected Conditions $10,000 1.6 hl 1.6 Total Bid Proposal Form. The aggregate Bid Proposal of the undersigned Bidder is broken down as follows: A Base Bid Proposal $ A1 Allowance - Unexpected Conditions $ 10,000.00 West Valley Mission Community College District Section 00 41 00 Page 2 Bid #5 1213, West Valley College Bid Proposal ADA Barrier Removal Phase II WVMCCD (rev 12/2010)

WEST VALLEY MISSION COMMUNITY COLLEGE DISTRICT 1 Alternate No. 1 (Deductive) Decomposed Granite Path $ Bid Proposal Amount Base Bid Proposal plus Allowance A1 plus Bid Alternates (A+A1+1+2+...etc.) $ Unit Pricing per Cubic Yard for Over Excavation of Pumping Soils $ / Yard 2. Documents Accompanying Bid. The Bidder has submitted with this Bid Proposal the following: (i) Bid Security; (ii) Subcontractors List; (iii) Statement of Qualifications; (iv) Non-Collusion Affidavit and (v) table of contents of the Bidder s IIPP. The Bidder acknowledges that if this Bid Proposal and the foregoing documents are not fully in compliance with applicable requirements set forth in the Call for Bids, the Instructions for Bidders and in each of the foregoing documents, the Bid Proposal will be rejected as non-responsive. In addition, if the Bidder is required by the District s DVBE Program Policy to submit DVBE Worksheets, the undersigned Bidder shall do so within the time permitted under the DVBE Program Policy. 3. Award of Contract. If the Bidder submitting this Bid Proposal is awarded the Contract, the undersigned will execute and deliver to the District the Contract in the form attached hereto within seven (7) days after notification of award of the Contract. Concurrently with delivery of the executed Agreement to the District, the Bidder awarded the Contract shall deliver to the District: (i) Certificates of Insurance evidencing all insurance coverages required under the Contract Documents which are not provided under the OCIP; (ii) Completed and executed OCIP Insurance Enrollment Forms for the Bidder and all listed Subcontractors along with a copy of the table of contents from each such Subcontractor s IIPP; (iii) the Performance Bond; (iv) the Labor and Material Payment Bond; (v) the Certificate of Workers Compensation Insurance; and (vi) the Drug-Free Workplace Certificate. Failure of the Bidder awarded the Contract to strictly comply with the preceding may result in the District s rescission of the award of the Contract and/or forfeiture of the Bidder s Bid Security. In such event, the District may, in its sole and exclusive discretion elect to award the Contract to the responsible Bidder submitting the next lowest Bid Proposal, or to reject all Bid Proposals. 4. Contractor s License. The undersigned Bidder is currently and duly licensed in accordance with the California Contractors License Law, California Business & Professions Code 7000 et seq., under the following classification(s) bearing License Number(s), with expiration date(s) of West Valley Mission Community College District Section 00 41 00 Page 3 Bid #5 1213, West Valley College Bid Proposal ADA Barrier Removal Phase II WVMCCD (rev 12/2010)

WEST VALLEY MISSION COMMUNITY COLLEGE DISTRICT. The Bidder certifies that: (a) it is duly licensed, in the necessary class(es), for performing the Work of the Contract Documents; (b) that such license shall be in full force and effect throughout the duration of the performance of the Work under the Contract Documents; and (c) that all Subcontractors providing or performing any portion of the Work shall be so properly licensed to perform or provide such portion of the Work. 5. Acknowledgment and Confirmation. The undersigned Bidder acknowledges its receipt, review and understanding of the Drawings, the Specifications and other Contract Documents pertaining to the proposed Work. The undersigned Bidder certifies that the Contract Documents are, in its opinion, adequate, feasible and complete for providing, performing and constructing the Work in a sound and suitable manner for the use specified and intended by the Contract Documents. The undersigned Bidder certifies that it has, or has available, all necessary equipment, personnel, materials, facilities and technical and financial ability to complete the Work for the amount bid herein within the Contract Time and in accordance with the Contract Documents. By: (Signature) (Corporate Seal) (Typed or Printed Name) Title: West Valley Mission Community College District Section 00 41 00 Page 4 Bid #5 1213, West Valley College Bid Proposal ADA Barrier Removal Phase II WVMCCD (rev 12/2010)

WEST VALLEY MISSION COMMUNITY COLLEGE DISTRICT ATTACHMENT C STATEMENT OF QUALIFICATIONS BIDDER CONSTRUCTION SERVICES Bidder Name: Complete the following for the projects completed by the Bidder within the past three (3) years where the value of the work performed and completed by the Bidder (excluding subcontractors) was in excess of One Million Dollars ($1,000,000). If a Bidder has completed more than ten (10) projects in the past three (3) years where the value of the work performed and completed by the Bidder exceeded One Million Dollars ($1,000,000), set forth below the ten (10) projects with the highest total construction costs (including change orders). (1) Project Number (2) Project Description (3) Total Construction Costs (including all change orders) (4) Portion/Dollar Value of Work Completed by Bidder (5) Allocation of Bidder Completed Work (6) Percentage of Construction Completed by Bidder $ % A: $ X: $ Project No. 1 $ B: $ Y: $ Z: % $ % A: $ X: $ Project No. 2 $ B: $ Y: $ Z: % $ % A: $ X: $ Project No. 3 $ B: $ Y: $ Z: % West Valley-Mission Community College District Section 00 45 13 Page 1 Bid #5-1213 West Valley College Statement of Qualifications ADA Barrier Removal, Phase II ATTACHMENT C WVMCCD (rev10.13.11)

WEST VALLEY MISSION COMMUNITY COLLEGE DISTRICT (1) Project Number (2) Project Description (3) Total Construction Costs (including all change orders) (4) Portion/Dollar Value of Work Completed by Bidder (5) Allocation of Bidder Completed Work (6) Percentage of Construction Completed by Bidder $ % A: $ X: $ Project No. 4 $ B: $ Y: $ Z: % $ % A: $ X: $ Project No. 5 $ B: $ Y: $ Z: % $ % A: $ X: $ Project No. 6 $ B: $ Y: $ Z: % $ % A: $ X: $ $ B: $ Y: $ Project No. 7 Z: % West Valley-Mission Community College District Section 00 45 13 Page 2 Bid #5-1213 West Valley College Statement of Qualifications ADA Barrier Removal, Phase II ATTACHMENT C WVMCCD (rev10.13.11)

WEST VALLEY MISSION COMMUNITY COLLEGE DISTRICT (1) Project Number (2) Project Description (3) Total Construction Costs (including all change orders) (4) Portion/Dollar Value of Work Completed by Bidder (5) Allocation of Bidder Completed Work (6) Percentage of Construction Completed by Bidder Project No. 8 $ % $ A: $ B: $ X: $ Y: $ Z: % $ % A: $ X: $ Project No. 9 $ B: $ Y: $ Z: % $ % A: $ X: $ Project No. 10 $ B: $ Y: $ Z: % Line A = Dollar value of supervision, management, coordination, administrative services provided or completed by the Bidder for each project Line B = Dollar value of work, labor, materials, equipment completed or furnished by the Bidder to construction of a project. Line X = Dollar value of work, labor, materials, equipment completed or furnished by the Bidder to construction of a project (Column 5, Line B) Line Y = Total construction costs of a project (Column 3). Line Z = Percentage of Bidder performed work to total construction costs (Line X Line Y). West Valley-Mission Community College District Section 00 45 13 Page 3 Bid #5-1213 West Valley College Statement of Qualifications ADA Barrier Removal, Phase II ATTACHMENT C WVMCCD (rev10.13.11)

SECTION 01 23 00 ALTERNATES PART 3 - GENERAL 3.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 3.2 SUMMARY A. This Section includes administrative and procedural requirements for alternates. B. Related Sections include: 1. Section 32 13 13 Site Concrete for concrete paving. 3.3 DEFINITIONS A. Alternate: An amount proposed by bidders and stated on the Bid Form for certain work defined in the Bidding Requirements that may be added to or deducted from the Base Bid amount if completed or in the products, materials, equipment, systems, or installation methods described in the Contract Documents. 1. The cost for each alternate is the net addition or deduction to the Contract Sum to incorporate alternate into the Work. No other adjustments are made to the Contract Sum. 2. Include as part of each Alternate, miscellaneous devices, accessory objects and similar items incidental to or required for a complete installation whether or not mentioned as part of the Alternate. 3.4 PROCEDURES A. Coordination: Modify or adjust affected adjacent work as necessary to completely integrate work of the alternate into Project. 1. Include as part of each alternate, miscellaneous devices, accessory objects, and similar items incidental to or required for a complete installation whether or not indicated as part of the Alternate. B. Notification: Immediately following award of the Contract, notify each party involved, in writing, of the status of each alternate. Indicate if alternates have been accepted, rejected, or deferred for later consideration. Include a complete description of negotiated modifications to alternates. C. Execution: Execute accepted alternates under the same conditions as other work of the Contract. West Valley-Mission Community College District Section 01 23 00 - Page 1 Bid #5-1213 West Valley College Alternates ADA Barrier Removal Phase II

D. Schedule: A Schedule of Alternates is included at the end of this Section. Specification Sections referenced in the schedule contain requirements for materials necessary to achieve the work described under each alternate. PART 4 - PRODUCTS (Not Used) PART 5 - EXECUTION 5.1 SCHEDULE OF ALTERNATES A. Alternate No. 1 (Deductive): Construction of stepped pedestrian path using Decomposed Granite as specified below and shown on Addendum No.2 Drawing Sheet AD2-C4.1 and identified in Sheet Legend as Alternate No. 1. Excavation and base section requirements are to match those specified for the AC and Concrete Pavement Sidewalk Section and also the recommendations of the Geotechnical Reports. 1. Decomposed Granite Fines: Shall be California Gold fines or equal gold color and shall consist of crushed aggregate screenings free from clay lumps, vegetable matter and deleterious material. The portion retained on the No. 4 sieve shall have a maximum percentage of wear of 50 at 500 revolutions as determined by AASHTO T96-77. The portion passing a No. 40 sieve shall have a maximum liquid limit of 25 and a maximum plasticity index of 7, as determined by AASHTO T89-81 and AASHTO T90-81. California Gold Decomposed granite available from Felton Quarry at (408) 335-3445. 2. Weed Barrier: Shall be Ground Cover Industries, Inc. 500 Series Landscaper s Choice (5 oz.) woven landscape fabric available through Ewing Irrigation or equal. Fabric shall allow for passage of water and nutrients and block weed growth. Provide from rolls in three (3) foot, four (4) foot, five (5) foot or six (6) foot widths. 3. Product Data: Submit manufacturer's technical data and product samples for review and approval prior to placing order. B. Base Bid Condition: Install Pedestrian concrete paving as specified in Section 32-13-13. END OF SECTION 01 23 00 West Valley-Mission Community College District Section 01 23 00 - Page 2 Bid #5-1213 West Valley College Alternates ADA Barrier Removal Phase II

Math and Science Building EB-1 EB-2 Art Building EB-4 Campus Center Language Arts Building EB-3 N EXPLANATION EB-1 Approximate Location of Exploratory Boring BASE: Google Earth Downloaded September 28, 2011 SITE PLAN PEDESTRIAN BRIDGE REPLACEMENT West Valley College Saratoga, California APPROVED BY SCALE PROJECT NO. DATE DRAWING NO. CC 1" = 200' ± 1197.15 September 2011 4