ebook img

New Selma Police Station Addendum 1 Documents PDF

142 Pages·2017·19.13 MB·English
by  
Save to my drive
Quick download
Download
Most books are stored in the elastic cloud where traffic is expensive. For this reason, we have a limit on daily download.

Preview New Selma Police Station Addendum 1 Documents

Dyson Janzen ARCHITECTS, INC. 1295 N. Wishon Ave FRESNO, CA 93728 (559) 497-6370 FAX (559) 486-4909 ADDENDUM NO. 1 (AD-1): In accordance with instructions presented for Addenda, the following additions, deletions, or modifications shall become part of the Contract Documents for this project and incorporated in the bid. ITEM NO. 01: BID DATE CHANGE: 1. Due to pending Addenda that will be issued Monday August 27th, 2018, the bid date is changed to Thursday August 30th, 2018 at 2:00 p.m. ITEM NO. 02: SPECIFICATION SECTION 00 01 10 – TABLE OF CONTENTS 1. Delete section 12 48 13 Floor Mats and Frames 2. Add Section 21 05 20 Clean Agent Fire Suppression System 3. Add Section 32 93 20 Synthetic Turf ITEM NO. 03: SPECIFICATION SECTION 00 11 13 – NOTICE INVITING BIDS 1. See attached revised section 00 11 13 for the following change: a. Sealed Bids: Bids due August 30, 2018. ITEM NO. 04: SPECIFICATION SECTION 00 11 16 – BID PROPOSAL FORMS TO THE CITY OF SELMA 1. See attached revised section 00 11 16 for the following changes: a. Blind Bid Procedures - At paragraph 1.1 bid submission date changed to August 30, 2018 b. Short Bid Form Proposal – At paragraph 1.2, add Add Alternate No. 3. c. Contract Price Schedule – Add Add Alternate No. 3. ITEM NO. 05: SPECIFICATION SECTION 00 53 10 – CONSTRUCTION SERVICE AGREEMENT 1. See attached revised section 00 53 10 for the following change: a. Article 12 Insurance - Automobile Liability Insurance requirement has been revised. ITEM NO. 06: SPECIFICATION SECTION 01 23 00 – ALTERNATES 2. Add Article 2.2.C.: Additive Alternate no. 3 – Clean Agent Fire Suppression System: Provide clean agent gas special hazard suppression system at Computer Room 31. ITEM NO. 07: SPECIFICATION SECTION 07 52 16 – SYRENE-BUTADINE-STYRENE (SBS) MODIFIED BITUMINOUS MEMBRANE ROOFING 1. Replace Article 3.3.A. with the following: General: Manufacturer’s representative shall provide inspection at each phase of the installation and a comprehensive final inspection after completion of the roof system. All application errors must be addressed and final punch list completed. Selma Police Department ADDENDUM NO. 1 – 8/23/2018 AD-1 PAGE - 2 Dyson Janzen ARCHITECTS, INC. 1295 N. Wishon Ave FRESNO, CA 93728 (559) 497-6370 FAX (559) 486-4909 ITEM NO. 08: SPECIFICATION SECTION 21 05 20 – CLEAN AGENT FIRE SUPPRESSION SYSTEM 1. Add attached section 21 05 20. ITEM NO. 09: SPECIFICATION SECTION 25 09 00 – ENERGY MANAGEMENT SYSTEM 1. Replace section 25 09 00 in its entirety with the new attached specification. ITEM NO. 10: SPECIFICATION SECTION 32 93 20 – SYTNTHETIC TURF 1. Add attached section 32 93 20. ITEM NO. 11: SHEET A-003 1. See attached Addendum Drawing AD1-A01 for revision to Windows 2A and 2 reference. ITEM NO. 12: SHEET A-101 1. Add the following General Note: 1. Temporary power to be located adjacent to the existing transformer. Verify exact location with Owner and PG&E. ITEM NO. 13: SHEET A-201 1. Delete the following text from Keynote #2: “36”. 2. In Dimensioned Floor Plan, delete room identification 50 Community Meeting Room. 3. In Additive Alternate No.1 Dimensioned Floor Plan, omit sound wall symbol indicated for exterior wall assembly type 1 at Community Meeting Room 50. ITEM NO. 14: SHEET A-202 1. At Keynote #25, replace reference to 18/A-801 with details A&25/A-801. 2. See attached Addendum Drawing AD1-A02 for Keynote Plan changes. ITEM NO. 15: SHEET A-401 1. Add the following to Keynote #5: “Refer to 7/A-803 for screen detail at intersecting fascia parapet in front of Accessible Toilet Room 04, similar at Community Room 50 parapet (Additive Alternate no. 1).” ITEM NO. 16: SHEET A-601 1. At Keynote #29, replace reference to 25/A-108 with details A&25/A-801. 2. At Keynote #30, replace reference to 18/A-108 with details A&25/A-801. ITEM NO.17: SHEET A-602 1. At Keynote #36, replace reference to A/205 with detail B/A-602. Selma Police Department ADDENDUM NO. 1 – 8/23/2018 AD-1 PAGE - 3 Dyson Janzen ARCHITECTS, INC. 1295 N. Wishon Ave FRESNO, CA 93728 (559) 497-6370 FAX (559) 486-4909 ITEM NO.18: SHEET A-802 1. Add Detail 19 and Keynotes 53 & 54 per attached Addendum Drawing AD1-A03. ITEM NO.19: SHEET A-803 1. Add Detail 3 per attached Addendum Drawing AD1-A04. 2. Add Detail 4 per attached Addendum Drawing AD1-A05. 3. Add Detail 7 and Keynotes 63 &64 per attached Addendum Drawing AD1-A06. 4. At Detail 10, replace all Keynote references to 44 with Keynote reference 17. ITEM NO. 20: SHEET A-804 1. Revise elevation at Bottom of Framing in Details 7 and 8 to +12’-1”. 2. Replace Detail 10 with attached Addendum Drawing AD1-A07. 3. Add Detail 11 per attached Addendum Drawing AD1-A08. 4. Add Keynotes 72, 73 & 74 per Addendum Drawing AD1-A07 and Keynote 75 per Addendum Drawing AD1-08. ITEM NO. 21: PLUMBING ADDENDUM ITEMS 1. See attached letter dated 08/22/2018 from Mechanical Design Concepts, Inc. ITEM NO. 22: ELECTRICAL ADDENDUM ITEMS 1. See attached letter dated 08/22/2018 from Hardin-Davidson Engineering and revised sheets E-001, E-101 and E-401. ITEM NO. 23: BID RFI RESPONSES 1. See attached Bidders Questions and Answers. ITEM NO. 24: SUBSTITUTION REQUESTS 1. See attached responses to the following Substitution Requests: a. SR 001 b. SR 002 END OF ADDENDUM NO. 1 Selma Police Department ADDENDUM NO. 1 – 8/23/2018 AD-1 PAGE - 4 Selma Police Department Dyson & Janzen Architects, Inc. Job No. 11507 00 – PROCUREMENT REQUIREMENTS Section 00 11 13 NOTICE INVITING BIDS NOTICE IS HEREBY GIVEN that the City of Selma (“City”) will receive sealed bids from pre-qualified contractors licensed in accordance with the provisions of the Public Contract Code for the furnishing of all labor, materials, equipment, transportation, and services for the performance of the following work: Selma Police Department Copies of the Plans, Specifications, and Contract Documents are on file in the office of the Department of Public Works, City of Selma, 1710 Tucker Street., Selma, California, and are available on the City’s website at www.cityofselma.com under the Public Works webpage. SCOPE OF WORK: Under a single contract, construct a new police department facility, including parking and site improvements, in conformance with Drawings and Specifications. The full Scope of Work of the Project is defined by the Contract Documents and the Plans, Drawings, and Specifications. MANDATORY PRE-BID MEETING: There will be one mandatory pre-bid meeting on Wednesday August 1, 2018 from 10:00 am to 12:00 pm. Participants will meet at the Selma City Hall, Council Chambers,1710 Tucker Street, Selma, California and proceed to the site. All bidders must attend the pre-bid meeting and sign the attendance sheet. Any firm that does not attend the pre-bid meeting is not qualified to bid on the project. Questions regarding the Plans and Specifications must be submitted in writing to Stefanie Pedler, Vanir Construction Management, Inc, 2444 Main Street, Suite 130, Fresno, CA 93721 or via email [email protected], no later than August 16, 2018. The City will not respond to oral questions outside of the pre-bid meeting. Oral responses do not constitute a revision to the Plans or Specifications. The response, if any, will be by written addendum only. COMMUNITY WORKFORCE AGREEMENT: This project is subject to the terms and conditions of a Community Workforce Agreement executed between the City of Selma and the Fresno, Madera, Tulare, Kings Building and Construction Trades Council and Signatory Crafts Council and Unions. SEALED BIDS: Sealed bids on the above project shall be filed with the City Clerk at 1710 Tucker Street, Selma, California 93662, on or before 2:00 pm, on August 30, 2018, at which time they will be publicly opened and read in the City Council Chambers. No late bids will be accepted. The City will utilize the blind bid process, in accordance with the provisions of Section 20103.8(d) of the Public Contract code, and pursuant to the Blind Bid Procedures set forth in the Bid Proposal Form. CITY’S RIGHT TO REJECT BIDS: The right is reserved, as the interest of the City may require, to reject any or all bids, or to waive any informality or minor irregularity in the bids. PRE-QUALIFICATION OF GENERAL CONTRACTORS: General contractors desiring to bid on this Project shall have been pre-qualified pursuant to the City’s pre- qualification process prior to submitting bids. The following is a list of the general contractors who have been pre-qualified to bid on this Project, in no particular order: NOTICE INVITING BIDS 1 of 4 00 11 13 Selma Police Department Dyson & Janzen Architects, Inc. Job No. 11507 1. Bernard’s Bros Inc. 2. BMY Construction Group, Inc. 3. Bruce K. Hall Construction, Inc. 4. David A. Bush, Inc. 5. Hal Hays Construction Inc. 6. JI Garcia Construction, Inc. 7. Mark Wilson Construction, Inc. 8. Oral E. Micham Inc. 9. Seals Construction, Inc. 10. Zumwalt Construction, Inc. BIDDER'S DEPOSIT: Bids must be accompanied by a bid deposit equal to at least 10 percent of the total amount bid, and placed in the sealed proposal. The bid deposit shall be in one of the following forms: cash, cashier’s check, or bidder's bond in favor of the City, executed by an admitted surety possessing a valid certificate of authority issued by the California Department of Insurance. CONTRACTOR'S LICENSE REQUIRED: The City will not consider or accept any bids from contractors who are not licensed to do business in the State of California and are not in possession of a current Class B contractor’s license. CALIFORNIA DEPARTMENT OF INDUSTRIAL RELATIONS (“DIR”) REQUIREMENTS This Contract is subject to compliance monitoring and enforcement by the DIR, pursuant to Labor Code section 1771.4. A contractor may not bid, nor be listed as a subcontractor unless currently registered and qualified to perform public work pursuant to Labor Code Section 1725.5. Effective January 1, 2015, no contractor or subcontractor may be listed on a bid proposal for a public works project unless registered with the DIR. Registration may be completed at https://efiling.dir.ca.gov/PWCR. This is a separate requirement from the Contractors State License Board (CSLB) licensing requirement. See the Special Provisions for additional details. Pursuant to Public Contract Code Section 1725.5, no contractor or subcontractor maybe awarded a contract for public work on a public works project unless registered with the DIR. BONDS AND INSURANCE REQUIRED: After award of contract, the successful bidder must provide a performance and maintenance bond(s), payment bond, and warranty, as set forth in the Contract Documents. The Bonds shall be submitted on the bond forms contained in these Contract Documents or on forms that are substantially in compliance with same. Compliance shall be judged solely by the City of Selma. All bonds required, whether Bid, Performance, Payment, or Maintenance, shall be issued by an admitted surety possessing a valid certificate of authority issued by the California Department of Insurance. The successful bidder shall be required to furnish certificates indicating that he or she carries adequate workers’ compensation insurance and liability and property damage insurance, which list the City as an additional insured. SUBSTITUTION OF SECURITIES: Bidders are hereby put on notice that the successful bidder may substitute securities for any monies withheld by the City to insure performance of the Contract pursuant to Public Contracts Code Section 22300. PREVAILING WAGE PROVISION: The City has ascertained the general prevailing rate of wages applicable to the work to be done. A tabulation of the various classifications of work persons to be employed and the prevailing rate of wages applicable thereto is on file in the City Clerk’s office and will be posted at the job site. NOTICE INVITING BIDS 2 of 4 00 11 13 Selma Police Department Dyson & Janzen Architects, Inc. Job No. 11507 RESPONSIBILITY FOR VERIFYING CONTRACT ADDENDA: All bidders shall verify if any addenda for this project have been issued by the City. It is the bidders’ responsibility to ensure that all requirements of contract addenda are included in the bidder’s proposal. All bidders shall include a signed copy of all contract addenda with the proposal. Failure to comply with this requirement shall cause the proposal to be considered as non-responsive and shall be grounds for rejection of the bid. SITE INVESTIGATION: The bidder shall examine carefully the site of the work to verify all existing conditions. The submission of a bid shall be conclusive evidence that the bidder has investigated and is satisfied as to the conditions to be encountered, as to the character, quality, and scope of work to be performed, as to the quantities of materials to be furnished, and as to the requirements of the proposal, plans, specifications, and the contract. The bidder shall not take advantage of any apparent error or omission in the plans or specifications. In the event the bidder discovers any apparent error, discrepancy, or omission as a result of its site investigation, bidder shall immediately notify the City. BIDS TO REMAIN OPEN: The bidder shall guarantee the total bid price, along with the price of any alternates, for a period of 60 days from the date of the bid opening. Except as permitted by law, and subject to all applicable remedies, including forfeiture of bidder’s security, bidders may not withdraw their bid during the 60-day period after bid opening. NOTICE INVITING BIDS 3 of 4 00 11 13 Selma Police Department Dyson & Janzen Architects, Inc. Job No. 11507 BY ORDER OF THE CITY OF SELMA, Selma, California. Original Signed _____________________________________ Reyna Rivera City Clerk Date of Publication: _______________________ NOTICE INVITING BIDS 4 of 4 00 11 13 Selma Police Department Section 00 11 16 BID PROPOSAL FORMS TO THE CITY OF SELMA Proposal Requirements 1. Instructions for submitting a bid for the project are set forth in these Proposal Requirements, and the Blind Bid Procedures, which are hereby made part of the Contract Documents. 2. All bidders shall complete the Short Bid Form Proposal, which shall only contain bidder’s Bid Prices for the Base Bid, Bid Prices for Acknowledgement of Addenda and certification that Bidder’s Security has been obtained and submitted as part of the Long Bid Form. No identifying information other than the Registration Number is permitted on the Short Form. 3. All bidders shall also complete the “Long Bid Form Proposal to the City of Selma” contained in this Contract Book. The Long Bid Form consists of the following parts: Long Bid Form Proposal to the City of Selma Total Base Bid, Bid Prices for Alternate Bid Items List of Subcontractors Experience and Financial Responsibility Eligibility Contract Statement Bidder Questionnaire National Labor Relations Board Statement Non-Collusion Affidavit Debarment and Suspension Certification Public Contract Code Chapter 2.7 Iran Contracting Act of 2010 City of Selma Business License Bid Bond or other surety Agreement to Be Bound This completed Short Bid Form Proposal and Long Form Bid Proposal shall be submitted as set forth in the Blind Bid Procedures, and shall be accompanied by a bidder’s bond executed by an admitted surety insurer, naming the City of Selma as beneficiary. 4. The form of Bidder’s Bond to be used is included with the proposal form. The bidder’s bond shall be at least 10% of the bid amount. As an alternative to the Bidder’s Bond, cash, cashier’s check, or certified check payable to the City and in an amount equal to at least 10% of the bid amount may be used. BID PROPOSAL FORM 1 of 24 00 11 16 Selma Police Department 5. A statement of Experience and Financial Responsibility shall accompany the proposal. A form for this statement can be found as part of the Proposal to the City of Selma, which follows these proposal requirements. 6. If bidder is: A. An individual doing business in his or her own name; sign name only. B. An individual using a firm name; sign name as an individual D.B.A. (doing business as). For example: “John Doe, an individual doing business as XYZ Company”. C. A co-partnership; sign name with title as in this example: “XYZ Co., by John Doe, Copartner.” Also, provide the names of all partners. D. A corporation; sign name with title as in this example: “XYZ Co., by John Doe, President”. Also, state legal name of corporation, names of the president, secretary, treasurer, and manager of the corporation. Affix seal of corporation. 7. All signatures must be acknowledged before a Notary Public, and evidence of the authority of any person signing as an attorney-in-fact must be attached. 8. The business address of the bidder must be filled in completely on the proposal, giving the address of the firm in the case of a partnership or a corporation, not the address of the partner or official signing this proposal. 9. The spaces provided on the proposal for State of California Contractor’s License Number and classification must be filled in completely. 10. Within 10 working days of receiving a Notice of Award, the successful bidder must provide evidence of a current City of Selma business license. 11. Any bid may be withdrawn at any time prior to the time fixed in the public notice for the opening of bids. The request shall be executed by the bidder or its duly authorized representative. The withdrawal of a bid does not prejudice the right of the bidder to file a new bid. Whether or not bids are opened exactly at the time fixed in the public notice for opening bids, a bid will not be received after that time nor may any bid be withdrawn after the time fixed in the public notice for opening of bids. 12. As stated in Public Contract Code Sections 5100 et seq., concerning relief of bidders and in particular to the requirement therein, that if the bidder claims a mistake was made in the bid presented, the bidder shall give the City Clerk written notice within five (5) days after the opening of the bids of the alleged mistake, specifying in the notice in detail how the mistake occurred. 13. More than one proposal from an individual, firm, partnership, corporation, or combination thereof under the same or different names will not be considered. Reasonable grounds for believing that any individual, firm, partnership, corporation, or combination thereof is interested in more than one proposal for the work contemplated may cause the rejection of all proposals in which such individual, firm, partnership, corporation, or combination thereof is interested. If there is reason for believing that collusion exists among the bidders, any or all proposals may be rejected. Proposals in which the prices obviously are unbalanced may be rejected. 14. A bid may be rejected on the basis of a bidder, any officer of such bidder, or any employee of such bidder who has a proprietary interest in such bidder, having been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local project because of a violation of any law or any safety regulation. BID PROPOSAL FORM 2 of 24 00 11 16

Description:
See attached Addendum Drawing AD1-A01 for revision to Windows 2A and 2 reference. ITEM NO. 12: SHEET A-101. 1. Add the following General
See more

The list of books you might like

Most books are stored in the elastic cloud where traffic is expensive. For this reason, we have a limit on daily download.