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