Addendum No. 2 Project No. 2016-01EL West Barbour Street 12kV Underground Reconductoring Revisions to Drawings and Specifications Pre-Bid Meeting Notes and Scope of Work Clarifications Replace Section 1 Bid Schedule sheets I-9 through I-11 with revised bid schedule sheets I-9 through I- 11 attached. Replace Section 1.4 Bid Submittal Checklist sheet I-21 with revised sheet I-21 attached. Due to the significant amount of clarifications provided, please sign and date the bottom of this addendum to verify your receipt. Please include signed addendums with you bid. Scope of Work Clarifications Note if a question was asked during the Pre-Bid Meeting or subsequent project area walk-through but the answer does not appear to be included below, submit your question again in accordance with the Instructions to Bidders for an official response. Note clarifications not provided in writing via Addenda are not made a part of the Contract Documents. Additional Questions: The following questions were asked by qualified bidders: 1. Being that there is only one primary conduit can we have a 12 wide trench to save Banning all that extra red encasement? Ans: Our specifications require a minimum of 18 for trench width. Please see COB Standard SD 600-01. This is to allow actual working room in the trench to lay pipe and maintain a minimum of 6 from the trench wall. The description for Bit Item #6 has been revised to clarify that the bid item is for red slurry concrete encasement only. The contractor may use native soil for remaining backfill above the encasement as shown in SD 600-01. 2. For bidding purposes, can you please provide a Grind/Repave detail for all areas, with width of grind required? Arriving at the 18,600 SF figure, listed on Bid Item #11? Ans: The 18,600 SF was calculated by multiplying the approximate linear feet of trench by a 10- foot grind/overlay width requirement as shown in COB Public Works Standard W-30. Since this is a unit bid, COB should be charged for the actual area that is paved. 1
3. Bid Item #6- Can we slurry all the way up to the paving section, or is the 12 of Road Base still required? Ans: 12 of road base is a requirement. If a contractor chooses to use slurry in lieu of native backfill, those charges shall be incorporated into Bid Item #4. 4. Can a picture be provided of the inside of existing Hand Hole that will need to be core drilled, on the corner of 12 th St & Westward Ave? Ans: A photo has been provided and attached to this addendum. 5. Bid Item #7- Should be a Total of 3 ea. Hand Holes. Ans: The bid schedule has been updated to reflect this correction. 6. Reference: Section 1.4 of Procedural Documents-Page I-21 The Page Numbers, next to the description, starting with the Non-Collusion Affidavit, all the way down to Bid Submittal Checklist, reference incorrect page numbers. Ans: A new sheet I-21 has been provided to correct the page numbering error. 7. Can the bid date be pushed out a few more days? Ans: We will keep the original bid date and time of Monday, February 8, 2016 at 2:30pm. Contractors are not required to attend the bid opening as bid results will be posted to the City s website at http://ci.banning.ca.us/bids.aspx on the following business day. All bids must be received by the City Clerk by the deadline to be considered. 8. The contract asks for the date on the addendums (page I-11). We couldn t find an actual date on the ADD 1 documents. Am I to assume that we are to enter the date that we reviewed it? Ans: It is required that each addendum and I-11 is signed and dated in acknowledgement of the date it was received/reviewed by the contractor and provided with the bid. 9. The Preliminary Project Schedule is listed on the Bid Submittal Checklist but I do not see the Preliminary Project Schedule anywhere in the contract documents. Can you please help us locate or provide the preliminary project schedule? Ans: The Preliminary Project Schedule is to be provided by the bidding contractor as an example of how the completion of the project will be achieved within the time duration provided in the contract. Specific dates are not required but duration of activities should be listed in a simple chart (Gantt Chart is not necessary for the Preliminary Project Schedule). This is required to show commitment as a responsible bidder to meeting the project duration schedule. 10. Who should sign the Corporate Certificate? Ans: The Corporate Certificate is usually signed by the owner or President of the company and is attested by an agent of the company, usually the Secretary. 2
BID SCHEDULE PROJECT NO. PROJECT NO. 2016-01EL, West Barbour Street 12kV Underground Reconductoring The Bid Schedule includes Bid Items 1 through 12. The work of each Bid Item is specified or shown in the Contract documents. Bidder will perform and complete the work in accordance with the Contract documents for the following Lump Sum and Unit Prices. A Lump Sum or Unit Price, as applicable, shall be offered for each Bid Item; failure to do so shall render the Bid non-responsive. All prices shall be in legible figures (not words) written in ink or typed. Unit Prices shall be multiplied by the Estimated Quantity ( Est. Qty. ) to calculate the Extended Amount. Lump Sum Items: the bidder is to provide the price to perform all work as specified or shown herein, including labor, materials, equipment and all overhead and profit, as well as any other ancillary costs associated with completing this work. Unit Price Items: the bidder is to provide a unit price and should include all labor, materials, equipment and all overhead and profit, as well as any other ancillary costs associated with completing the work. The Contractor will be compensated for the actual unit quantities performed in accordance with the terms and conditions set forth in the Contract. Bid Lump Sum and Unit Prices shall include all applicable taxes. The Schedule II Bid Price shall be the sum of the amounts for Bid Items 1 through 12. Having carefully examined the Contract documents, as well as the site of the work, and the availability of materials and labor, Bidder proposes to perform the work identified in the Contract documents under the terms and conditions contained herein for the prices and amounts set forth below. Bid Schedule II pertains to all work as shown on drawing E-1228. Bid Item Description Est. Qty. 1 Potholing 1 LS 2 Permits and Licensing 1 LS 3 Traffic Control 1 LS Unit Unit Price Total Project No. 2016-01EL I-9
Bid Item 4 5 6 7 8 9 10 11 Description Trench Excavation and Native Backfill for primary up to 60" (36 minimum cover depth) Installation of Conduit (including all sweeps) Slurry Encasement Over Primary Conduit* Installation of Concrete Hand Hole Installation of PVC Risers at Poles Concrete Sidewalk and Pavement Restoration Asphalt Concrete Pavement Restoration, including Type II Aggregate Base Course Grind and Overlay 1/10 ft. Thick (Street) Est. Qty. 2,500 LF 2,400 LF 160 CY 3 EA 20 LF 10 CY 4,400 SF 18,600 SF 12 Landscape Restoration 1 LS Unit Unit Price Total BID PRICE $ BID AMOUNT IN WORDS: * Slurry Backfill shall constitute a unit price adjustment to Bid Item 4. The unit price adjustment shall include all costs associated with the use of Slurry Backfill in lieu of native material for trench backfill, including the removal and disposal of surplus native material not used in the work. The unit price adjustment shall be made when Slurry Backfill is called for on the Drawings or as directed by the City. The unit price adjustment shall not be made when Slurry Backfill is used at the Contractor s decision in place of native backfill. NOTE: This Bid Schedule will be included by the Contractor as a part of their bid. The City of Banning reserves the right to reduce quantities without a change in the Contractor s Bid Prices, due to a possible reduction in funding, at the time of contract award. Project No. 2016-01EL I-10
ADDENDA Bidder acknowledges receipt of the following Addenda: Addendum No.: Addendum No.: Addendum No.: DATED: DATED: DATED: Confirmed by Bidder: (signature of authorized representative) Print Name: Corporate Title: Project No. 2016-01EL I-11
SECTION 1.4 OF PROCEDURAL DOCUMENTS BID SUBMITTAL CHECKLIST Bidder confirms that the following documents are fully completed, included in and made a part of its Bid. Bid Page I-8 Bid Schedule I-9 & I-10 Addenda Acknowledgement I-11 Non-Collusion Affidavit I-12 Bid Security or Bond I-13, I-22 & I-23 List of Subcontractors I-14 List of Material Suppliers I-15 & I-16 List of Materials I-17 Declaration of Accuracy I-18 Labor Code Certification I-19 Questionnaire Regarding Bidders I-20 Corporate Certificate I-28 Preliminary Project Schedule Bid Submittal Checklist I-21 Confirmed by Bidder (signature of authorized representative) Print Name: Corporate Title: Project No. 2016-01EL I-21