ADDENDUM NO. 2 PUBLIC WORKS CONSTRUCTION PROJECT NO

Size: px
Start display at page:

Download "ADDENDUM NO. 2 PUBLIC WORKS CONSTRUCTION PROJECT NO"

Transcription

1 ADDENDUM NO. 2 LANCASTER BOULEVARD AND 15 th STREET WEST ROUNDABOUT 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. GENERAL/CLARIFICATION ITEM NO. 1 Will the City accept 36 RCP in lieu of the 33 called out on the plans? No one around here makes RCP will be accepted in lieu of 33, plans will be revised accordingly, post contract award. ITEM NO. 2 Traffic Control Plans show Stop Signs at the intersection of Lancaster Blvd. & 15 th Street West for all phases. Will the Bid Item 100.d. Temporary Traffic Signals still be required if stop signs will be in place? Bid Item 100.d is required. The location of the SCE Point of Connection for new street lights shown on sheets Sheet 14 of 41 and 15 of 41 are not identified on the plans. Please identify the locations for the SCE point of connection for the new street lights on both Sheets14 of 41 and 15 of 41? ITEM NO. 3 Per construction note 65, the Contractor shall COORDINATE WITH SOUTHERN CALIFORNIA EDISON (DEANNA SAYLOR ) TO CONNECT TO EXISTING OVERHEAD STREET LIGHTING ON EAST SIDE OF 15TH STREET The existing overhead street lighting is shown on Sheets 14 and 15. Per Part C, Section 3-1, we are seeking approval to substitute the specified TAPCO 2-RRFB-SL Solar- Powered RRFB System with the LaneLight HES-20 Solar-Powered RRFB System. Operations and Maintenance staff were unable to confirm or deny substitution approval prior to bid. The Contractor may submit a substitution request and the City will consider for approval after bid opening per Part C, Section 3-1.

2 SPECIFICATIONS ITEM NO. 1 PART D, PAGE D-2. SPECIAL PROVISIONS, SCHEDULE OF VALUES, add the following lump sum item bullets to the list: Future Use Conduit and Pull Boxes o 2 PVC Conduit with pull ropes o 4 PVC Conduits with pull ropes o No. 5 Pull Boxes marked Traffic Signal and Electric ITEM NO. 2 PART D, PAGE D-40. SPECIAL PROVISIONS, add the following section: FUTURE USE CONDUIT AND PULL BOXES Future use conduit and pull boxes including PVC conduits with pull ropes and pull boxes (as listed on Plan Sheet 22, Construction Notes 60, 61, 62 and 66) shall be constructed in accordance with the Plans and PART T of these specifications. Payment Payment for the Future Use Conduit and Pull Boxes shall be based upon the lump sum bid price as shown in the Bid Schedule. Such payment shall be considered full compensation for furnishing all labor, materials, tools, equipment, and incidentals necessary to construct the Future Use Conduit and Pull Boxes in accordance with the Plans and Specifications. ITEM NO. 3 PART F, PAGE F-30 through F-34. BID SCHEDULE. Replace pages F-30 through F-34 with revised pages F-30 through F-34 dated July 18, PLANS ITEM NO. 1 CONSTRUCTION NOTE 54, revise to read: FURNISH AND INSTALL DOUBLE SIDED PEDESTRIAN ACTIVATED RRFB ASSEMBLY WITH W11-2 AND W16-7P SIGNS PER DETAIL F, SHEET 25. ITEM NO. 2 CONSTRUCTION NOTE 55, revise to read: FURNISH AND INSTALL SINGLE SIDED

3 PEDESTRIAN ACTIVATED RRFB ASSEMBLY WITH W11-2 AND W16-7P SIGNS PER DETAIL F, SHEET 25. ITEM NO. 3 CONSTRUCTION NOTE 56, revise to read: FURNISH AND INSTALL PEDETRIAN PUSH BUTTON POST AND ASSEMBLY PER CALTRANS REVISED STANDARD PLAN ES-7A, DETAIL B AND CONNECT TO ADJACENT PEDESTRIAN ACTIVATED RRFB WITH 2 CONDUIT. ITEM NO. 4 CONSTRUCTION NOTE 58, revise to read: FURNISH AND INSTALL SINGLE SIDED PEDESTRIAN ACTIVATED RRFB ASSEMBLY WITH PUSH BUTTON ASSEMBLY ON STREET LIGHT WITH W11-2 AND W16-7P SIGNS PER DETAIL E, SHEET 25. ITEM NO. 5 CONSTRUCTION NOTE 59, revise to read: FURNISH AND INSTALL SINGLE SIDED PEDESTRIAN ACTIVATED RRFB ASSEMBLY ON STREET LIGHT WITH W11-2 AND W16-7P SIGNS PER DETAIL E, SHEET 25. MD: Marissa Diaz Capital Program Manager City of Lancaster 07/18/18 Date

4 BIDDER'S CERTIFICATE LANCASTER BOULEVARD AND 15 th STREET WEST ROUNDABOUT I acknowledge receipt of Addendum No. 2 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-30 DATED JULY 18, 2018 AND TURNED IN WITH THE CONTRACTOR'S BID TO THE CITY.

5 100. GENERAL a. Mobilization and Demobilization 1 LS $ $ b. Insurance and Bonds 1 LS $ $ c. Traffic Control During Construction 1 LS $ $ d. Temporary Traffic Signal 1 LS $ $ 101. UTILITIES a. Adjust Water Valve and Cover to Grade 8 EA $ $ b. Relocate Water Meter and Box and Adjust to Grade 2 EA $ $ c. Adjust Water Meter and Box to Grade 3 EA $ $ d. Relocate Fire Hydrant and Adjust to Grade 1 EA $ $ e. Adjust Gas Valve and Cover to Grade 1 EA $ $ f. Adjust City of Lancaster Sewer Manhole to Grade 1 EA $ $ g. Relocate City Street Light Pole 1 EA $ $ h. Relocate Utility Power Pole and Light 1 EA $ $ i. Adjust Electrical Pull Box/Vault to Grade 1 EA $ $ j. Adjust Communication Manhole Cover and Rings to Grade 1 EA $ $ k. Relocate City Catch Basins 4 EA $ $ l. Adjust City Storm Drain Manholes to Grade 3 EA $ $ F-30

6 m. Install salvaged water meter for 2" service 3 EA $ $ 102. STREET IMPROVEMENTS a. Demolition 1 LS $ $ b. Remove and Salvage Traffic Signal Complete 1 LS $ $ c. Aggregate Base, 13" Thick 4,240 SY $ $ d. Recycled Base 200 SY $ $ e. Asphalt Concrete PG 70-10, 5" Thick 3,444 SY $ $ f. Asphalt Concrete PG 70-10, 2" Thick 737 SY $ $ g. Cold Plane, 2" Thick 737 SY $ $ h. PCC Stamped Bomanite Rustic Slate, 4" Thick 1,700 SF $ $ i. PCC Mountable Truck Apron, 8" Thick 2,115 SF $ $ j. PCC Sidwalk, 4" Thick 10,491 SF $ $ k. 4" Thick PCC Curb Ramp or Passageway, per Plan Detail 3,000 SF $ $ l. 6" PCC Curb per SPPWC Std , Type A LF $ $ m. 8" PCC Curb SPPWC Std , Type A LF $ $ n. 8" PCC Curb & 24 Gutter, SPPWC Std , Type A2-8 1,590 LF $ $ o. PCC Mountable Rolled Curb, 3.5" Thick 150 LF $ $ p. 12" Wide PCC Mountable Curb, 8" Thick 225 LF $ $ F-31

7 q. PCC Driveway 2,170 SF $ $ r. PCC Cross Gutter 580 SF $ $ s. 24" Concrete Block Wall with Pilasters and Salvaged Fencing 163 LF $ $ t. 48" Concrete Block Wall with Pilasters 20 LF $ $ u. Install Salvaged Fencing 55 LF $ $ v. IRWL/RRFB Crosswalk System, complete 1 LS $ $ 103. DRAINAGE IMPROVEMENTS a. 18" RCP Storm Pipe, Including 1 Collars and Connection to Existing b. 24" RCP Storm Pipe, Including 2 Collars and Connection to Existing c. Double 33" RCP Storm Pipes, Including Capping for Future Connections 160 LF $ $ 60 LF $ $ 80 LF $ $ d. Storm Drain Manhole, SSPWC Std EA $ $ e. Storm Drain Manhole, SSPWC Std EA $ $ 104. LANDSCAPE & IRRIGATION, COMPLETE 1 LS $ $ 105. TRAFFIC SIGNING & STRIPING 1 LS $ $ 106. STREET LIGHTING IMPROVEMENTS a. Install New/Salvaged Street Light 16 EA $ $ b. 2" Type 3 Conduit and 2-#8 AWG Conductors 850 LF $ $ F-32

8 c. 3" SCE Service Conduit 100 LF $ $ d. Install No. 5 Pull Box "STREET LIGHTING" 20 EA $ $ e. Install Service Cabinet on New Foundation 1 EA $ $ 107. FUTURE USE CONDUIT AND PULL BOXES 1 LS $ $ 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 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. In the absence of a specification, only the method provided by subdivision will be added. 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 of 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 price. F-33

9 The lowest bid shall be the lowest total of the bid prices on the base contract and those additive or deductive items that when taken in order from a specifically identified list of those items in the solicitation, and added to, or subtracted from, the base contract, are less than, or equal to, a funding amount publicly disclosed by the local agency before the first bid is opened. The lowest bid shall be determined in a manner that prevents any information that would identify any of the bidders or proposed subcontractors or suppliers from being revealed 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 reserves 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. 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-34