September 6, 2018 CITY OF BERKELEY SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO C ADDENDUM NO.

Similar documents
INVITATION TO BID. * EA Mounted) 24 Detector Card (NEMA TS-2) * EA 25 Concrete Curb Ramp *848 5 EA

Section Meetings Section Material and Equipment. None Required

CITY OF MORRO BAY / CAYUCOS SANITARY DISTRICT

Attached is Addendum No. 2 to SEPTA Sealed Bid APES, Install DC Stinger Distribution System - SEPTA Fern Rock Car House.

SAN FRANCISCO UNIFIED SCHOOL DISTRICT FACILITIES, DESIGN AND CONSTRUCTION ADDENDUM NO. 2

Answer: Qualification statement should be provided with the bid.

City of Lompoc Building & Safety Services Section 100 Civic Center Plaza Lompoc, CA Phone: Fax:

Bid #3990DB - Two Way Motorola Radio System District Wide Upgrade

SECTION SUBMITTAL PROCEDURES

REQUEST FOR QUOTATION INVITATION

CONVEYANCE PIPELINE AND PUMP STATION

Working Drawing Manual

10930 W. Sam Houston Parkway N., Suite 900

JEFFERSON LAB TECHNICAL ENGINEERING & DEVELOPMENT FACILITY (TEDF ONE) Newport News, Virginia

SECTION SHOP DRAWINGS, PRODUCT DATA, AND SAMPLES

Southeastern Pennsylvania Transportation Authority 1234 Market Street Philadelphia, PA

SIGN PERMIT APPLICATION

MISSISSIPPI STATE UNIVERSITY Office of Planning Design and Construction Administration

2017 CDM Smith All Rights Reserved November 2016 SECTION PROJECT MANAGEMENT INFORMATION SYSTEM (PMIS)

CLARIFICATIONS 1. See attached meeting minutes from the Pre-Bid meeting on June 14, 2017.

A. Action Submittals: Written and graphic information that requires Engineer's responsive action.

SECTION ADMINISTRATIVE REQUIREMENTS SECTION ADMINISTRATIVE REQUIREMENTS

City of Keizer Floodplain/Greenway Development Application

DIVISION 1 GENERAL REQUIREMENTS SECTION SUBMITTAL PROCEDURES

PROCEDURE FOR PROCESSING WORKING DRAWINGS

SECTION CLOSEOUT SUBMITTALS SECTION CLOSEOUT SUBMITTALS

East Central College

A. Action Submittals: Written and graphic information that requires Architect's responsive action.

SECTION CONTRACTOR SUBMITTALS. A. All submittals by the CONTRACTOR shall be submitted to the ENGINEER.

.2 Accompany all submissions with a transmittal letter, in duplicate, containing:.4 Specification Section number for each submittal

The enclosed information is provided for consideration in the preparation of your response to the abovereferenced

Scope of Services. Project management tasks are estimated based upon anticipated project duration of 52 weeks.

SECTION SUBMITTALS. A. PART A and DIVISION 1 of PART B are hereby made a part of this SECTION.

I. GENERAL: The Bidding and Contract Documents for Riverside North Parking Lot are modified as described in this Addendum.

PLAN SUBMITTAL REQUIREMENTS

WTP FILTERS REHABILITATION (FILTERS 1, 2, 3, & 7) CITY OF CARTERSVILLE

TCC/SHORE TRANSIT BUS MAINTENANCE FACILITY - PHASE II

WATER MAIN ALONG ENTRANCE TO ENCINO PS / HWY 281 TO ENCINO TANK Solicitation Number: CO Job No.:

REQUEST FOR PROPOSALS

DEVELOPMENT SERVICES SITE PLAN SUBMITTAL 2.2.3

SECTION SHOP DRAWINGS, PRODUCT DATA, AND SAMPLES

The Corporation of the City of Nelson Office of the Finance and Purchasing Manager Telephone : (250) Fax : (250)

WILTON MANORS, Island City 2020 WILTON DRIVE, WILTON MANORS, FLORIDA 33305

LARAMIE COUNTY PLANNING & DEVELOPMENT OFFICE 3966 Archer Pkwy Cheyenne, WY Phone (307) Fax (307)

SECTION SUBMITTAL PROCEDURES PART 1 - GENERAL 1.1 RELATED DOCUMENTS

Bid Advertisement in The Wylie News and NTMWD.com Website INVITATION TO BID NORTH TEXAS MUNICIPAL WATER DISTRICT DIGITAL IMAGING SERVICES

Residential Room Additions

SECTION SUBMITTAL PROCEDURES

DEPARTMENT OF COMMUNITY DEVELOPMENT SITE PLAN INFORMATION

SITE PLAN Application Packet (Required For All Non-Residential Development Projects)

CHAPTER 1: TITLE SHEET and GENERAL LAYOUT

Construction Phase Project Management and Documentation

Solicitation No.: The enclosed addendum amends the proposal documents for the above referenced Project.

COMMERCIAL / INDUSTRIAL APPLICATION FOR PLAN EXAMINATION AND BUILDING PERMIT

Spec Section: Concrete Mix Design psi - Review Form Concrete Mix Design psi Data Sheets GCAN

Maintenance of Traffic sequence of operations including any phasing and detour maps;

REQUEST FOR INFORMATION (RFI) RFI NO: /WJG

COLQUITT COUNTY BOARD OF COMMISSIONERS 101 East Central Avenue

ADDENDUM #2 September 12, 2018

Working Drawing Procedure

GRICE-TRIVERS JOINT VENTURE ARCHITECTS PAGE 1 PROJECT NO

James W. Moore, PE / Brandon D. Enevold, PE / Kjersten E. Kuhta, PE Dylan J. Cunningham, PE / Jacob L. Deering, PE / Joel R.

SECTION ADMINISTRATIVE REQUIREMENTS

UCCS University Hall Fire Sprinkler System Upgrade March 1, 2011 RTA SECTION SUBMITTAL PROCEDURES PART 1 - GENERAL

PROJECT TITLE PROJECT NO: CONTRACT TITLE UNIVERSITY OF CALIFORNIA, DAVIS CITY, CALIFORNIA

ADDENDUM No. 1. ITB No Northside Interceptor Condition Assessment. Due: February 1, 2018 at 10:00 A.M. (Local Time)

DIVISION 1 - GENERAL REQUIREMENTS SECTION SUBMITTALS

MPA Project No. M495-C1 Refrigerated Container Storage Improvements Project Location: Conley Terminal, Boston, MA

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

DESIGN OF ART TREATMENT FOR ARCHITECTURAL GLASS ELEMENTS AT DOWNTOWN BERKELEY BART PLAZA

ADDENDUM # 01. Date: March 16, District- Wide Grease Trap Pumping Services. RFQ Number:

NORTHWESTERN UNIVERSITY PROJECT NAME JOB # ISSUED: 03/29/2017

NOW LEASING NOW LEASING DOWNTOWN VANCOUVER GRANVILLE ISLAND

Work Type Definition and Submittal Requirements 14.6 Signing Plan Design & Special Provisions. Work Type Definition

SUBMITTAL REVIEW Steel Reinforcement - Slab and Masonry Shop Drawings GCAN. Notes: 1. See comments on submittal.

NEVADA DEPARTMENT OF TRANSPORTATION Addendum 3 to RFP July 28, 2017

CITY OF DES MOINES, IA PERMIT AND DEVELOPMENT CENTER 602 Robert D Ray Drive Des Moines, IA Phone:

INDIAN INSTITUTE OF TECHNOLOGY KHARAGPUR , INDIA

REQUEST FOR PROPOSALS

RFQ No. 19-C668 for On-Call Consulting Services for the Capital Projects Program Addendum No. 04

REGIONAL TRANSIT AUTHORITY PUBLIC NOTICE. IFB Rail Expansion (Streetcar) Rampart Street. Addendum IV

JUNE 27, 2016 ADDENDUM NO. 1 TO THE CONTRACT DOCUMENTS SYRACUSE HANCOCK INTERNATIONAL AIRPORT CULVERT REPLACEMENT FOR RUNWAY 28 APPROACH ACCESS ROAD

A. This section specifies procedural requirements for Shop Drawings, product data, samples, and other miscellaneous Work-related submittals.

INDEX OF SPECIFICATIONS SECTION F SPECIAL CONDITIONS DIVISION 1 - GENERAL REQUIREMENTS:

Request for Proposal District Copy and Print Services RFP

Certificate by the Architect: Certified that no addition and deletion has been made to the tender documents downloaded from the IIT Madras web site.

Operating Standards Attachment to Development Application

CITY OF TACOMA Tacoma Power/Transmission & Distribution

RE: City of Summersville, Glade Creek Phase llb

City of Thousand Oaks

Bid No. B14-02 Building 100 HVAC Improvements

Taylor County July 2011 SECTION SHOP DRAWINGS, WORKING DRAWINGS AND SAMPLES

RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY P.O. Box East Shore Road Jamestown, Rhode Island Invitation to Bid Request for Proposals

835 Gil Harbin Industrial Blvd Valdosta, GA 31601

UNION COUNTY VOCATIONAL-TECHNICAL SCHOOLS West Hall Addition Project Raritan Road, Scotch Plains, NJ

ADDENDUM NO. 2 PROJECT: COURTLAND PUMP STATION CONTRACT: IFB NO COM.00030

Spec Section: , Complete Elec, Comm, and Fire Alarm , Complete Elec, Comm, and Fire Alarm Data Sheets RAN/GCAN

Traffic Line Painting and Other Pavement Markings

November 16, 2017 BOARD OF COUNTY COMMISSIONERS ORANGE COUNTY, FLORIDA. Y CH / Addendum #6 SHERRY DRIVE BRIDGE REPLACEMENT

Site Plan Review Application. Interest in the Property (e.g. fee simple, land option, etc.)

Transcription:

Department of Public Works Transportation Division September 6, 2018 CITY OF BERKELEY SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO. 17-11090-C ADDENDUM NO. 3 Dear Bidder: The following amendments are hereby made to the subject documents: 1. Specifications: Replace the Bidders and Contractors Checklist with the attached revised version. 2. Specifications: Replace the first sentence of page TP-9 with the following: "No lane closures shall be permitted on the following streets Monday through Friday between 7:00 AM - 9:00 AM and 4:00 PM - 6:00 PM and Saturdays between 10:00 AM - 2:00 PM, unless approved in advance by the Traffic Engineer if the contractor can sufficiently explain why such closure cannot be reasonable avoided." 3. Specifications: Include the two attached shop drawings as part of Appendix D: a. Bus Shelters Structural Steel Shop Drawings, dated May 23, 2017. b. Structural Glass Canopy and Side Glass for Entrances #1, 3 and Bus Shelters Shop Drawings, dated March 3, 2017. These are the approved shop drawings for bus shelters from the BART Plaza project. The City s intent is that the bus shelters in the Bid Alternate (under Item #153) match those of the BART Plaza project. The City does not recommend or require any specific manufacturer for these bus shelters. The following clarifications are hereby made to the subject documents: Questions and Responses: 1. The responses to the following two questions, which were presented in Addendum #2, are revised to the following: a. Exhibit 15-H - Will you please consider allowing bidders to turn in 15-H after the bid date? Due to the last-minute nature of the public bidding process it is difficult to obtain all necessary information for the forms at bid time. 1947 Center Street, 4 th Floor, Berkeley, CA 94704 Tel: 510.981.6400 TDD: 510.981.6903 Fax: 510.981.6390 E-mail: publicworks@ci.berkeley.ca.us

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT Specification No. 17-11090-C Addendum No. 3 September 6, 2018 Response: Bidders must submit Exhibits 15-G (DBE Commitment) and 15-H (DBE Good Faith Effort) by 10:00 am on Monday, September 17, 2018. These documents shall be submitted in a sealed envelope marked "SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT, SPECIFICATION NO. 17-11090-C: DBE FORMS" to the receptionist of Public Works Transportation Division, 1947 Center Street, 4 th Floor, Berkeley, California. Refer to the attached revised Bidders and Contractors Checklist. b. Can the DBE commitment form and GFE submittal be due 4p sometime after the bid? This gives contractors enough time to compile all the documentation needed. Response: See response above (Item 1a). 2. Bus Shelter manufactures requested further detail for the custom shelter. Can you please provide glass or steel specs for the BART Plaza Bus Shelter? Response: As indicated above, shop drawings for bus shelters from the BART Plaza project are now included as part of Appendix D. These documents provide additional information on the bus shelters that are part of the Bid Alternate. 3. The base bid has bid item No. 79 traffic signal modifications for Shattuck Ave / university Ave and No. 80 traffic signal modifications for Shattuck Ave/ Addison St, the bid alternative has bid item No. 146 traffic signal modifications for Shattuck Ave / university (base bid) and No. 148 traffic signal modifications Shattuck Ave/ Addison St (base bid) with negative quantity, please clarify? Response: This project includes two independent sets of traffic signal design drawings for Shattuck/University and Shattuck/Addison. The Contractor is required to provide separate traffic signal modification prices for both the base bid and bid alternate options for both of these locations. The negative quantities in Items #146 and #148 are mechanisms to delete the prices associated with base bid Items #79 and #80 in the event that the bid alternate is selected by the City. For example, to illustrate the bid price for the traffic signal at Shattuck/University: i. If the Base Bid is selected, the price for this work would be provided under Item #79: Traffic Signal Modification, University Avenue and Shattuck Avenue. ii. If the Base Bid + Bid Alternate is selected by the City, the price for this work would be provided as follows: Item #79: Traffic Signal Modification, University Avenue and Shattuck Avenue MINUS Item #146: Traffic Signal Modification, University Avenue and Shattuck Avenue (Base Bid) PLUS Item #147: Traffic Signal Modification, University Avenue and Shattuck Avenue (Bid Alt). 4. I just received Addendum #2 and noted your response in regards to the DBE Commitment and Good Faith Documents. Please consider allowing us to submit Exhibit 15-G DBE Commitment and Exhibit 15-H DBE Good Faith Effort forms on the 5th Page 2 of 6

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT Specification No. 17-11090-C Addendum No. 3 September 6, 2018 calendar day after bid opening as stated in the project specification book page 2 of 22. It states that these forms are to be received by the Agency no later than 4:00 p.m. on the 5th calendar day after bid opening. Attempting to complete and include the DBE forms with the bid for a project of this magnitude is very difficult as the general contractors are receiving DBE subcontractor quotes up until the last minute before bid close. It would also be close to impossible to submit copies of the DBE quotes received in the last hours and minutes before the bid close and also be present to submit the bid at the Finance Department. Most public agencies including Caltrans allows for this time frame. Response: See response above (Item 1a). 5. Technical Provisions Page TP-9 states No lane closures shall be permitted on the following streets Monday through Friday 5:00 6:00 PM and.. The provision does not clarify if it is 5:00 PM or 5:00 AM. Will you please clarify this? Response: As indicated above, this sentence shall be replaced with the following: "No lane closures shall be permitted on the following streets Monday through Friday between 7:00 AM - 9:00 AM and 4:00 PM - 6:00 PM and Saturdays between 10:00 AM - 2:00 PM, unless approved in advance by the Traffic Engineer if the contractor can sufficiently explain why such closure cannot be reasonable avoided." 6. Page 12 of the proposal states (#) indicates a deductive (negative) quantity. A negative quantity will result in a unit price with a negative extension. Estimating programs that are being used by contractors do not allow for negative numbers. Without a negative number the total amount of the alternate bid will not be correct. Is there a way for the City to alter the bid items along with the Alternate bid to not incorporate negative quantities. For example an asterisk next to a bid item could indicate that that particular bid item will decrease above the allowable 25% rule of section 4-1.03. Response: For Part B (Items #115-159), negative quantities are provided to adjust the total quantity from base bid items (Items #1-114) if corresponding bid alternate items are selected. The Bidder shall complete the Bidder s Proposal as indicated in the bid documents. 7. Do you have the written specs in regards to the "Transit shelter"? If so, can you please send us a copy? Response: Refer to Drawing C5.06 (sheet 40) in the Plans and Appendix D of the Specifications for information on bus shelters. 8. Detail 1/L3.01 shows planting in the new median being constructed. Sheet L-1.01A shows this median island being built with concrete paving (P-6). Which detail are we using for this median island? Page 3 of 6

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT Specification No. 17-11090-C Addendum No. 3 September 6, 2018 Response: Contractor shall use concrete paving in this new median, as indicated in Drawings L1.01A and L1.01B. The information in Drawing L3.01 has a caveat, as indicated in the note on that sheet. 9. Please identify the five light poles in general notes 18 on sheet T0.00 addendum 2? Response: The five light poles with signal mast arms are indicated in the Pole Schedules shown on Drawings T1.02, T1.04, T2.02, and T2.04. 10. Is there a required Bid Bond Form? If so, Please provide. Response: There is no required bid bond form. 11. Is it possible to shut down the intersections at Center St. on the west bound direction of Shattuck to do the raised concrete ramp, once the section on east bound Shattuck is open to two way traffic? If the Bid Alternative is picked up, is it possible to shut both intersections at Addison and Center to complete the ramps? Response: Allowable lane restrictions during construction of the concrete pavement at the intersection of Shattuck East and Center Street are described in the specifications, including Section 40 of the Special Provisions. 12. Who is providing the Bus Shelter (Bid Item #152)? Response: The City will provide the bus shelter (standard) as indicated on Drawing C5.06, Note 2. 13. Is there a specified manufacturer for the Bus Shelter (Bid Item #153)? Response: There is no specific manufacturer for the Bus Shelter (BART Plaza Type). Contractor shall construct the structure as indicated in the plans and specifications. 14. Does attached Traffic Plans supersede our proposed traffic control plans? Response: The traffic control plans in Appendix H are examples of traffic control plans. Refer to the specifications, including page TP-6, for more information. 15. Please clarify the Exhibit 15-G and 15-H. customarily, 15-G is submitted with the bid, and 15-H 4 days after. Why the change? Response: When the bid documents were initially made public several weeks ago, the City required Exhibits 15-G and 15-H to be submitted with the bid documents. The City realizes the difficulty in submitting these documents in that time frame and, in the spirit of Exhibit 12-G, Sections 1a and 1b, will allow these documents to be submitted by 10:00 Page 4 of 6

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT Specification No. 17-11090-C Addendum No. 3 September 6, 2018 am on Monday, September 17, 2018 to the receptionist of Public Works Transportation Division, 1947 Center Street, 4th Floor, Berkeley, California. Refer to the attached revised Bidders and Contractors Checklist. 16. Will the AC Bus Stop on the west bound Shattuck be located east of Allston Way? Response: At a minimum, the bus stops on Shattuck East will need to be relocated. The Contractor's Construction Phasing Plan will need to address these relocations. Refer to the specifications, including page TP-3, for more information. 17. I have questions of the specifications and manufactures for the bike racks, benches, planters. Didn't have time for a formal RFI, but this is RFI-10. Response: Refer to the plans and specifications, including the material schedule on Drawing L0.02. The Bid Opening time and date remains at 2:00 p.m., Tuesday, September 11, 2018. All other provisions of the contract documents shall remain the same. Bidders shall submit a signed copy of Addendum No. 3 along with their Bidder s Proposal. Failure to do so may result in bid rejection. Sincerely, Kenneth Jung Associate Civil Engineer Attachments: 1. Bidders and Contractors Checklist 2. Shop Drawings to be included as part of Appendix D: a. Bus Shelters Structural Steel Shop Drawings, dated May 23, 2017. b. Structural Glass Canopy and Side Glass for Entrances #1, 3 and Bus Shelters Shop Drawings, dated March 3, 2017. Page 5 of 6

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT Specification No. 17-11090-C Addendum No. 3 September 6, 2018 BIDDER S ACKNOWLEDGEMENT: ADDENDUM #3 - SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT Name of Company: Address, City, State, Zip: Signature: Print Name: Title: Date: Page 6 of 6

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT ADDENDUM #3 SPECIFICATION NO. 17-11090-C BIDDERS AND CONTRACTORS CHECKLIST Items Required at Bid Opening: 2:00 P.M., Tuesday, September 11, 2018, at Finance Department General Services Division, 2180 Milvia Street, 3 rd Floor, Berkeley, California Bidder's Proposals (One Full Set of Originals and 2 Additional Original Signature Pages) Addenda (if any) Experience and Financial Qualifications Taxpayer Identification Report Oppressive States Resolution Disclosure Form Nuclear Free Zone Disclosure Form Equal Benefits Ordinance Disclosure Form Bid Guarantee - 10% of Total Base Bid Non-Collusion Affidavit (included as part of Bidder s Proposals) Items required by 10:00 AM, Monday, September 17, 2018, to receptionist of Public Works Transportation Division, 1947 Center Street, 4 th Floor, Berkeley, California: These documents shall be submitted in a sealed envelope marked SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT, SPECIFICATION NO. 17-11090-C: DBE FORMS. Exhibit 15-G DBE Commitment Exhibit 15-H DBE Good Faith Effort (if DBE goal not achieved) Items Required at Pre-Award Conference: 3:00 P.M., Wednesday, September 19, 2018, at 1947 Center Street, 4th Floor, Berkeley, California Memorandum of Understanding Agreement for Change in Sub-Contractors Work Force Composition Certificate of Compliance with Equal Benefits Ordinance (Form EBO-1) Items Required After Contract Award and Prior to Construction: Copy of City of Berkeley Business License Work Schedule Worker's Compensation Insurance - Statutory Amount Liability Insurance - $2,000,000 Performance Bond - 100% (executed on enclosed Performance Bond form) Labor and Material Bond- 100% Commercial General and Automobile Liability Endorsement form Submittals required at preconstruction meeting Right to Audit Form Items Required During Construction: Work Schedule Updates Weekly Payroll Statement (Fed Form WH-347 or equivalent) Employer Interview Exhibit 16-N Federal-Aid Annual EEO Report Exhibit 16-O Monthly DBE Trucking Verification Exhibit 16-Z1 [CHEKLIST.BID]

SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT ADDENDUM #3 SPECIFICATION NO. 17-11090-C Items Required Upon Completion of Project: Guarantee Bond - 10% As-Built Drawings Final Report-Utilization of Disadvantaged Business Enterprises (DBE) Exhibit 17-F [CHEKLIST.BID]

Vendor/Contractor Attention: BAY AREA RAPID TRANSIT DISTRICT DRAWING TYPE 300 Lakeside Drive VENDOR PRINT TRANSMITTAL C - Catalog Cut Oakland, California 94604 Telephone 464-6000 D - Performance Data E - Wiring Diagrams F - Shop Details L - Data Sheet M - Equipment Manual P - Print S - Sample APPROVAL CODE (1) Approved (2) Approved As Noted- Contract No.: Shop Order: Re-submission Not Required (3) Approved As Noted- Re-submission Required (4) Not Approved-Revised Drawing Required ITEM VENDOR'S DRAWING NUMBER DATE VENDOR PRINT NO. REV. ITEM NO. TYPE Submittal # 024- Structural Steel Framing Specification Section 051200 Part 1.05B 1 Title USS Cal Builders, Inc. 8051 Main Street, Stanton, CA 90680 (714) 828-4882 James Reid 05EA-110 Bus shelters Structural Steel- Shop Drawings 05/23/17 05EA-110-100-024-6 6 1 P APPROVAL TRANSMITTAL NO. REVIEW ASSIGNMENT REVIEW VENDOR PRINT CONTR./RES. ENGR. CIVIL NAME INITIAL DATE ELECT. EQUIP. DESIGN OFFICE 256 ROUTING RES. ENGR. DATE DISTRIBUTION----ENGINEER COMPLETES VENDOR 05/23/17 2 3 4 5 6 Title Title Title Title Title 7 Title Comments to Vendor/Contractor Date Engineer ENDORSED BY RESIDENT ENGINEER

Vendor/Contractor Attention: BAY AREA RAPID TRANSIT DISTRICT DRAWING TYPE 300 Lakeside Drive VENDOR PRINT TRANSMITTAL C - Catalog Cut Oakland, California 94604 Telephone 464-6000 D - Performance Data E - Wiring Diagrams F - Shop Details L - Data Sheet M - Equipment Manual P - Print S - Sample APPROVAL CODE (1) Approved (2) Approved As Noted- Contract No.: Shop Order: Re-submission Not Required (3) Approved As Noted- Re-submission Required (4) Not Approved-Revised Drawing Required ITEM VENDOR'S DRAWING NUMBER DATE VENDOR PRINT NO. REV. ITEM NO. TYPE 1 Title USS Cal Builders, Inc. 8051 Main Street, Stanton, CA 90680 (714) 828-4882 James Reid 05EA-110 Submittal # 013- Structural Glass Canopy and Side Glass Shop Drawings Specification Section 088123 Part1.07B 03/03/17 05EA-110-100-013-3 0 1 P Structural Glass Canopy and Side Glass for Entrances #1, 3 and Bus Shelters Shop Drawings APPROVAL TRANSMITTAL NO. 187 ROUTING REVIEW ASSIGNMENT REVIEW VENDOR PRINT CONTR./RES. ENGR. CIVIL DATE DISTRIBUTION----ENGINEER COMPLETES EQUIP. DESIGN OFFICE RES. ENGR. VENDOR 03/03/17 NAME INITIAL DATE ELECT. 2 3 4 5 6 Title Title Title Title Title 7 Title Comments to Vendor/Contractor Date Engineer ENDORSED BY RESIDENT ENGINEER