ADDENDUM NO. 1 PUBLIC WORKS CONSTRUCTION PROJECT NO

Similar documents
BIDDER'S PROPOSAL TO THE HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL

DORAN STREET AND BROADWAY/BRAZIL SAFETY AND ACCESS PROJECT PROJECT STUDY REPORT (EQUIVALENT) Appendix I Cost Estimates

CITY OF YUBA CITY STATE OF CALIFORNIA PUBLIC WORKS DEPARTMENT NOTICE TO CONTRACTORS

Department of Public Works Engineering

CITY OF CHINO ENGINEERING COST ESTIMATE. Quantity Unit Item Unit Total Cost Price Per Item. LS Traffic Control (5% of construction cost) 5% $

19th & Barker Roundabout / Waterline Improvement Project No. 56-CP12-901(C) Cost Breakdown

Addendum 1 13 TH Street Streetscape. September 1, 2017

2011 PUBLIC PARKING LOT & ALLEY IMPROVEMENTS Village of Whitefish Bay Project No March 17, 2011 ITEM DESCRIPTION UNIT QTY.

69889/AV/lm. Recipients of C-TRAN ITB # Fourth Plain BRT Maintenance Facility Expansion. DATE: June 25, SUBJECT: Addendum #11

Addendum 1 Downtown North CRA Sidewalks

Crushed Surfacing Base Course, per ton. Pages 8-8, Special Provisions Section , Materials. This Section is supplemented with the following:

Failure to acknowledge all addenda in the BID may cause rejection of the BID. See Instructions to Bidders.

AWARD CONSTRUCTION CONTRACT FOR NAVE DRIVE MULTI USE PATH (MUP) AND ADOPT A RESOLUTION AMENDING CIP BUDGET

RANCHERO ROAD AND BNSF GRADE SEPARATION PROJECT, C.O. NO Item Description Est. Qty. Units Unit Price

REPLACEMENT OF MERCER COUNTY BRIDGE

PUBLIC WORKS DEPARTMENT CURB, GUTTER, SIDEWALK REPAIR AND CURB- RAMP INSTALLATION, PHASE 2 PROJECT NO. PW1531

FALCON FIELD RELOCATE PARALLEL TAXIWAY 'E' (B II SM.) ENGINEER'S OPINION OF PROBABLE CONSTRUCTION COST

CITY ENGINEER'S ESTIMATE ITEM DESCRIPTION UNIT QTY. UNIT PRICE ITEM TOTAL UNIT PRICE ITEM TOTAL UNIT PRICE ITEM TOTAL REMOVALS

Bid No.: PO Box Cone Rd Asphalt Ave th Ave. E. Dunedin, FL Tampa, FL Tampa, FL Palmetto, FL 34221

City of Palmer Action Memorandum No

BID TABULATION BID REQUEST NO

SAN RAFAEL CITY COUNCIL AGENDA REPORT

PRESENTER: Christopher J. Blunk, Deputy Public Works Director / City Engineer

Certified Bid Tabulation Southeast Residential Community Parking Development South Dakota State University

2015 Financial Assurance 8/6/2015 Estimate Form (with pre-plat construction)

City of Lynwood. Public Works Department

2012 WATER & SEWER CONSTRUCTION CONTRACT, PACKAGE IV SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B DD BID PROPOSAL

ALVAREZ ENGINEERS, INC. July 27, 2017 a) Evaluation Criteria PROJECT: ROADWAY IMPROVEMENTS TO DOLPHIN MALL OUTER RING ROAD for BEACON TRADEPORT COMMUN

BID TABULATION REPORT ABRAM STREET (SH CITY LIMITS) PROJECT No. PWST09016 BID OPENED : April 22, 2014 at 1:30 p.m.

ADDITIONS, MODIFICATIONS, AND/OR DELETIONS TO THE PROPOSAL

ADDENDUM #1 March 12, 2019 BID FORM. Moore, Oklahoma DATE: PROJECT:

JANUARY 18, Reference Specifications, Attachment to Form 96 (BID FORM), Bid Proposal: Respectfully submitted,

Rock Chalk Park - Infrastructure Report. July 2013

SECTION BID. Valley Court Force Main Replacement Contract No. BE17-029

2012 WATER & SEWER ALLEY CONSTRUCTION CONTRACT, PACKAGE I SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B DD

Sunset Street West Sidewalk Projects Opinion of Anticipated Construction Costs March 12, 2012 Project Summary. Project List

COUNTY OF SAN MATEO STATE OF CALIFORNIA NOTICE TO CONTRACTORS

Honorable Mayor and Members of the City Council

TAUSSIG. Annual Report Fiscal Year City of Irvine Community Facilities District No (Great Park) & Associates, Inc.

ENGINEER'S ESTIMATE OF PROBABLE COST CCTA I 680 NORTH EXPRESS LANE PROJECT (SOUTHBOUND ONLY) EA 04 4H % PS&E Submittal

SUBDIVISION IMPROVEMENTS AGREEMENT

REQUEST FOR PROPOSALS ADA SIDEWALK RAMP REPLACEMENT 2019 Construction Season. SUBMITTAL DUE DATE: 2:00 p.m. on Tuesday, March 19, 2019

CITY OF DEERFIELD BEACH Request for City Commission Agenda

TOTAL QUANTITY UNIT COST UNIT

Public Works Department 305 West Third Street, East Wing, Third Floor Oxnard, California Tel

CITY OF DEERFIELD BEACH Request for City Commission Agenda

ITB-PW-U Matanzas Woods Parkway Reclaimed Water Main Construction Phase 2

City of Newnan, Georgia

TAUSSIG. Annual Report Fiscal Year City of Irvine Community Facilities District No (Great Park) & Associates, Inc.

Subject: Addendum No. 1 Project #C CCE Parking Lot Replacement Phase 2 Robert Bishop Drive 4380 Richmond Road, Highland Hills, Ohio 44122

ITEM ESTIMATED UNIT NO. DESCRIPTION QUANTITIES UNIT PRICE AMOUNT 1a COLD MILLING CLASS 3 (Approx.2") 7,386 S.Y. $ $ 1b COLD MILLING CLASS 3 (Approx 3-

EST. UNIT UNIT PRICE TOTALS UNIT PRICE TOTALS UNIT PRICE TOTALS UNIT PRICE TOTALS

ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT UNIT PRICE AMOUNT

REVISED ENGINEER'S REPORT ASSESSMENT DISTRICT NO OF THE CITY OF SAN JACINTO

33 Ditch Bottom Inlet (DBI) -Type E $ 2, EA - 0 $ - 35 Ditch Bottom Inlet (DBI) -Type H (Modified) $ 5, EA $ 5,600.

AVERAGE OF BID ITEMS ENGINEERS ESTIMATE

CITY OF MISSION VIEJO PUBLIC WORKS FEE SCHEDULE

ADDENDUM No. 1 January 29, Paving Program Village of Milford

City of Dade City Beauchamp Ave Drainage Improvements CDBG Contract #: 17DB-OL N19 City Project #: 1603ST

Regular. NECESSARY RESOURCES/IMPACTS (OTHER) n/a. Fiscal Impact

Job No Wastewater Collection System Small Main Rehabilitation at Focus Areas Pipebursting Method BID PROPOSAL. Dollars Cents $ $ Dollars

CITY OF SIGNAL HILL Cherry Avenue Signal Hill, CA

On-Call Civil Construction Services Project No. MT-GN

CITY OF TAMPA ADDENDUM 2. April 18, 2018

LETTING : CALL : 056 COUNTIES : MILLE LACS

BID FORM. PROJECT: 2017 Water line replacement

SUTTER BUTTER FLOOD CONTROL AGENCY FEATHER RIVER WEST LEVEE PROJECT PROJECT C, CONTRACT NO C BID TABULATION

BID TAB PROJECT: REPLACEMENT OF ALBON ROAD BRIDGE NO. 606, PID NO BID OPEN: MAY 9, 2012 COMPLETION DATE: NOVEMBER 16, 2012

COUNTY OF LOS ANGELES

SIDEWALK REPAIR PROGRAM ON-CALL CONTRACT

OKLAHOMA TURNPIKE AUTHORITY

Solicitation No. B RA 2010 Concrete Placement Work Order Construction Contract Package No. 2 PROPOSAL. PROPOSAL OF, a corporation a

MEANDER WAY RECONSTRUCTION

ADVERTISEMENT FOR BIDS WATER SERVICE LINE REPAIR & METER BOX REPLACEMENT CITY / COUNTY UTILITIES

I. J~ /.. RrECE~VfEfD 9J7J:. 13~ 7b 1/1~ COUNCIL. ~ 1-j r-(lk. 1 1-'> lft:; WHATCOM COUNTY COUNCIL AGENDA BILL

PART A ROADWAY - BASE BID

SAN RAFAEL CITY COUNCIL AGENDA REPORT


Street Excavation Permit

PROJECT COST. Prepared for City of Burlington, Iowa Downtown/Riverfront Revitalization Project

Fuel Adjustment Allowance USD 50,000 $ 1.00 $ 50, $ 1.00 $ 50, $ 1.00 $ 50, $ 1.00 $ 50, $ 1.00 $

CECIL COUNTY, MARYLAND. ADDENDUM #3 Bid 18-14: Bohemia Church Road Culvert Replacements XCE1073, XCE1074 & XCE1075

CANTON COMMUNITY REQUEST FOR BOARD ACTION

Exhibit 4 Page 1 of 8

RIVERSIDE COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT

CONTRACT TIME DETERMINATION

Hanby to First Water Line Replacement

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

STRAIGHT STRIPE PAINTING, INC. 22b Remove Pavement Markings with Sand Blasting Per Hour 1 $ $ $ $

CITY OF PALM DESERT PUBLIC WORKS DEPARTMENT

PUBLIC WORKS DEPARTMENT 2017 SPEED HUMP, SPEED CUSHION, AND SPEED TABLE PROJECT PROJECT NO. PW1608

ADVERTISEMENT FOR BIDS City of Kearney Prospect Street Sidewalk Improvements

BASE BID and ALTERNATES WORK ITEM PROPOSAL 2017 Parking Structure #2 Renovations WSU #

North Baker Ave - City Limits to 23rd St NE CRP 949 PROPOSAL

Patchogue Road Culvert Crossing IFB ADDENDUM #1 07/13/2015. Addendum #1 addresses the questions submitted by contractors.

DOCUMENT PROJECT MANUAL. for PORT OF STOCKTON PORT ROAD 23 IMPROVEMENTS PROJECT EAST COMPLEX, PORT OF STOCKTON STOCKTON, CA

OPTION A: 2 BITUMINOUS PAVING WITH SHOULDERS OPTION B: SCRATCH COURSE BITUMINOUS PAVING WITHOUT SHOULDERS

BOONE COUNTY, ILLINOIS

CITY OF SAN MATEO REQUEST FOR QUOTES FOR PRIVATE SEWER LATERAL REPLACEMENT PRE-PRICED CONTRACTOR AVAILABILITY FOR SAN MATEO VILLAGE NEIGHBORHOOD

NOTICE TO CONTRACTORS

Transcription:

ADDENDUM NO. 1 10 th STREET WEST GAP CLOSURE This addendum forms a part of the contract documents for the above identified project and modifies the original specifications, plans, and contract documents as noted below. Those portions of the contract not specifically mentioned in this addendum remain in force. All trades affected shall be fully advised of these changes, deletions, or additions. Substitute pages reflecting changes in the specifications are attached. SPECIFICATIONS ITEM NO. 1 PART A, PAGE A-1. Paragraph 1, Line 1 shall be revised to read: Sealed bids will be received at the office of the City Clerk, City Hall, 44933 North Fern Avenue, Lancaster, California, prior to 11:00 a.m. (10:59:59) according to the City Clerk s official Bid clock) on Tuesday, July 11, 2017, and on the same day, or shortly thereafter, they will be publicly opened and read aloud for Public Works Construction Project No. 17-008, 10 th Street West Gap Closure in Lancaster, California, in accordance with the Specifications and Construction Plans therefor. ITEM NO. 2 PART F, PAGES F-16 through F-19. Bid Schedule, replace pages F-16 through F-19 with revised pages F-16 through F-19, dated June 22, 2017. GENERAL/CLARIFICATION ITEM NO. 1 Engineer s Estimate for quantities revised June 22, 2017 is $3,251,889. Marissa Diaz Capital Program Manager City of Lancaster 06/22/17 Date MD:pk

BIDDER'S CERTIFICATE 10 TH STREET WEST GAP CLOSURE I acknowledge receipt of Addendum No. 1 and accept the aforementioned conditions. Date Contractor THIS ADDENDUM TO BE NOTED ON PAGE F-2 AND THIS SHEET IS TO BE ATTACHED TO REVISED SHEET F-19 DATED JUNE 22, 2017 AND TURNED IN WITH THE CONTRACTOR'S BID TO THE CITY.

100. General a. Insurance and Bonds 1 LS $ $ b. Mobilization/Demobilization 1 LS $ $ c. Traffic Control During Construction 1 LS $ $ d. Demolition (including Clearing & Grubbing) 1 LS $ $ 101. Street Improvements a. Undergrounding Facilities 1 LS $ $ b. 2.5" Asphalt Concrete 14,290 SY $ $ c. 3" Asphalt Concrete 6,810 SY $ $ d. 5" Asphalt Concrete 12,100 SY $ $ e. 13" Aggregate Base 12,100 SY $ $ f. Asphalt Grind (2.5") 14,290 SY $ $ g. Asphalt Grind (3") 6,810 SY $ $ h. Fiberglass Grid Pavement Reinforcing Fabric 6,810 SY $ $ i. Crack Seal and Type II Slurry Seal 15,090 SY $ $ j. PCC Sidewalk, STD 112-2 20,100 SF $ $ k. PCC Curb, STD 120-2 (A1-6) 5,010 LF $ $ l. PCC Curb and Gutter, STD 120-2 (A2-8) 2,500 LF $ $ m. 4" Thick Stamped Concrete 7,450 SF $ $ n. 10" Concrete Retaining Curb 90 LF $ $ o. PCC Curb, 4" (Planter) 49 LF $ $ F-16

p. PCC Cross Gutter, STD 122-2 2,810 SF $ $ q. PCC Concrete Pad (8") 1,625 SF $ $ r. Detectable Warning System (Surface Applied) 7 EA $ $ s. PCC Curb Ramps, Case and Type per Plan 12 EA $ $ t. Bus Turn Out 1 LS $ $ u. PCC Driveway (Commercial) 605 SF $ $ v. Catch Basin, STD 300-3 (Modified) 3 EA $ $ w. Railtop Box Culvert, per Plan 170 LF $ $ x. Parkway Culvert and Outlet Structure, STD 3055-1, Inlet/Outlet No. 2 (Modified) 240 LF $ $ y. Adjust Manhole 35 EA $ $ z. Relocate Fire Hydrant 2 EA $ $ aa. Relocate Water Meter 2 EA $ $ bb. Street Lighting 1 LS $ $ cc. Shoulder Grading and Backing 180 LF $ $ dd. Root Pruning 3 EA $ $ ee. Billboard Sign Removal 1 LS $ $ 102. Landscaping and Irrigation 1 LS $ $ 103. Traffic Improvements a. Striping, Signing and Markings 1 LS $ $ b. Traffic Signal 1 LS $ $ F-17

c. Vehicle Detection 1 LS $ $ d. Delineators, STD A73C, Class 1, Type G 5 EA $ $ TOTAL BID AMOUNT $ TOTAL BID AMOUNT WRITTEN IN WORDS NOTE: The quantities shown hereon are estimated and are for a comparison of the bids received. Payment will be based on the actual quantities of materials used on the job. The City reserves the right to increase or decrease the amount of the quantities shown. If there is a discrepancy between the numerical and written Total Bid Amount, the Total Bid Amount written in words shall prevail. Pursuant to Section 20103.8 of the California Public Contracts Code, the following method, as indicated by a check mark in the box associated with the statement, shall be used to determine the order of bidders, from lowest to highest. Please note that this method is not used to calculate the bids and does not address issues of responsiveness or responsibility: The lowest bid shall be the lowest bid price on the base contract without consideration prices on the additive or deductive items. The lowest bid shall be the lowest total of the bid prices on the base contract and those additive or deductive items that were specifically identified in the bid solicitation as being used for the purpose of determining the lowest bid. The lowest bid shall be the lowest total of the bid prices on the base contract and those additive or deductive items taken in order from a specifically identified of those items, depending upon available funds as identified in the solicitation. The lowest bid shall be determined in a manner that prevents any information that would identify any of the bidders from being removed to the public entity before ranking of all bidders from lowest to highest has been determined. When no box is marked, the default value of the bid award shall be the lowest bid price on the base contract only, without consideration of the prices on the additive or deductive items. The City of Lancaster reserved the right to add to or deduct from the contract any of the additive or deductive items after the lowest responsible bidder has been determined. F-18

PRIME CONTRACTOR: I DECLARE UNDER PENALTY OF PERJURY THAT ALL INFORMATION PROVIDED AND STATEMENTS MADE IN THESE BID DOCUMENTS ARE TRUE AND ACCURATE. NAME OF FIRM SIGNATURE TITLE ADDRESS CITY STATE ZIP TELEPHONE NUMBER LICENSE NO./CLASS/EXP. DATE F-19