EL DORADO COLONIA STREET IMPROVEMENT PROJECT PHASE III IN THE CITY OF EL CENTRO ADDENDUM NO. 02

Similar documents
Transcription:

EL DORADO COLONIA STREET IMPROVEMENT PROJECT PHASE III IN THE CITY OF EL CENTRO ADDENDUM NO. 02 Date: April 22, 2009 To: Prospective Bidders/Plan Holders From: Abraham Campos, PE on behalf of City of El Centro 1275 W. Main St. El Centro, CA 92243 Telephone: 760/337-5182 Fax: 760/337-4564 This addendum forms a part of the contract documents and modifies the original bidding documents. Addenda shall be noted as received and acknowledged on Bid Proposal form when submitted as outlined in the Bid Package referenced above. Failure to properly acknowledge all Addenda on the Bid Form may be cause for rejection of bid. 1. Add : Plan revisions 2A, 2B & 2C to plans (attached). Changes clouded in these exhibits supersede any previous plan sheets. 2. Add to Plan Sheets 7 to 11 Construction Note 35 INSTALL 800 SERIES TYPE III (16 UNIT) CLUSTER BOX UNITS W/STD. ALUMINUM # S AND EXTRUDED ALUMINUM PEDESTALS AS MANUFACTURED BY SECURITY MANUFACTURING CORPORATION 315 S. MAIN ST/, GRAPEVINE, TX 76051 (TEL. 800-762-6937) OR AN APPROVED EQUAL. INSTALLATION OF SAID CLUSTER MAIL BOX UNITS TO BE PER MANUFACTURER S DETAIL INSTRUCTIONS AND/OR RECOMMENDATIONS. INSTALL CLUSTER ON 40 x 40 x 6 3000psi CONCRETE PAD WITH NO.3 REBAR AT 24 O.C. EA. WAY. 3. Delete: Section 1-05 Lines and Grades on page 43 under General Conditions 4. Add: General Conditions Section 1-05 Lines and Grades (page 43) Contractor shall provide for all construction staking/surveying necessary for horizontal and vertical control to comply with the plans and specifications including but not limited to construction staking/surveying for horizontal and vertical control of subbase, class II aggregate, curb/gutter, driveways, curb inlets, storm water pipes, relocated fire hydrants, relocated street signs, street lights and any other surveying as may be required to produce quality As-Built drawings. City Engineer may require additional surveying based on field conditions to the extent necessary to meet the contract plans requirements. Construction staking/surveying shall be performed by a California licensed civil engineer authorized to practice land surveying or a licensed land surveyor. All cost associated with Construction staking/surveying under this section shall be paid by lump sum under the Bid Form and no further compensation shall be allowed to the contractor.

EXHIBIT 2D BID FORM TO THE CITY ENGINEER OF THE CITY OF EL CENTRO: The undersigned hereby declares that they: 1.01 - have carefully examined the site of proposed construction; 1.02 - have read completely and understand the contract documents; 1.03 - have knowledge of the laws and regulations that will affect the work; and, 1.04 - have given notice to the City Engineer of any errors, conflicts or discrepancies found in the contract documents. 2. The undersigned hereby proposes to furnish all labor, materials, equipment, services, supplies, surveying, testing and incidentals thereto required to construct complete and in accordance with the contract documents, of which this form is a part, the following items for the prices indicated: (NOTE: Total item prices shall be expressed in both numbers and words) BASE BID Item Approximate Price Unit Items w/unit Price (written in words) (numbers No. Quantity only) 1. 1 LS Clearing, grubbing and removals Total (number only) 2. 1 LS Traffic control 3. 1 LS Storm Water Pollution Prevention Program 4. 7650 SF Roadway Excavation 5. 3770 LF Construct A-6 PCC Curb and Gutter per City of El Centro Std EC-200

6. 75 LF Construct Rolled PCC Curb and Gutter per City of El Centro Std EC-202 7. 20 LF Construct Rolled PCC Curb and Gutter Transition per City of El Centro Std EC-230 8. 1700 SF Construct PCC Residential Driveway per City of El Centro Std EC-230 9. 250 SF Construct PCC Commercial Driveway per City of El Centro Std EC-240 10. 1530 SF Construct 6 Thick PCC Driveway Approach 11. 900 SF Construct PCC Cross Gutter/Spandrel per City of El Centro Std Plan EC-270 12. 180 SF Construct PCC Ribbon Gutter per Detail on Sheet 2 13. 17870 SF Construct PCC Sidewalk per City of El Centro Std Plan EC-400

14. 10 EA Construct Modified PCC Curb Ramps per plan. 15. 3 EA Construct Curb Opening Catch Basin per SPFPWC Std 300-2 (W=4 ) 16. 1 EA Construct Curb Opening Catch Basin per SPFPWC Std 300-2 (W=7 ) 17. 2 EA Construct Monolithic Catch Basin Connection per SPFPWC Std 308-1 18. 59 LF Construct PCC Local Depression per SPFPWC Std 313-2 19. 2 EA Construct Junction Structure per SPFPWC Std 331-2 20. 220 LF Install 12 SDR-35 PVC Storm Drain Pipe with Concrete Encasement per Detail on Sheet 3 21. 20 LF Install 24 RCP (2000-D) Storm Drain Pipe and Bedding Per Detail on Sheet 3

22. 5 CY Construct PCC Concrete Collar per SPFPWC std 380-3 23. 5240 TNS Construct AC 24. 141770 SF Fog Seal Application 25. 5120 CY Class II Aggregate base 26. 240 CY Construct Sand 27. 15760 SY Pavement Reinforcement Fabric 28. 12 EA Adjust Sewer Manhole to Grade per City of El Centro Std Plan EC-812 29. 4 EA Adjust Sewer Cleanout to Grade 30. 2 EA Adjust Storm Drain Manhole to Grade per City of El Centro Std Plan EC-812 31. 18 EA Adjust Water Valve to Grade 32. 16 EA Adjust Water Meter Box to Grade

33. 5 EA Adjust Monument to Grade per City of El Centro Std EC-1200 per Section 301-1.6 of Technical Specifications. 34. 1 LS Striping and Pavement Markings 35. 12 EA Construct Street Light per City of El Centro STD EC-900 36. 4225 LF Street Light System Preparation 37. 1 EA Relocate Water Line Per Detail on Sheet 2 38. 9 EA Install PCC Wheel Stop 39. 1 EA Install Handicap Accessible Stall Sign 40. 3 EA Install mail box cluster per construction note 35 (addendum 2) 41. 5 EA Relocate raw water line crossing per addendum 2, exhibit A-2b & exhibit A- 2c 42. 1 LS Construction Staking & Surveying

43. 1 EA Relocate fire hydrant 44. 13 EA Relocate street sign TOTAL BASE BID $. ( dollars and cents)

3. The undersigned hereby acknowledges the receipt of the following addendum: None ; No. 1 ; No. 2 ; No. 3 ; No. 4 ; No. 5. 4. The undersigned understands that funds available for project are limited and the city may be required to delete one or more of the following bid items. The undersigned hereby warrants that such deletions will not invalidate the remaining item prices. (NOTE: Contract award will be based on the total of all prices bid less those items above selected by City to be deleted.) 5. The undersigned hereby certifies that this bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation. 6. The undersigned hereby accepts on the behalf of his firm all provisions and requirements of the contract documents, including but not limited to those related to time of completion and liquidated damages. 7.00 The undersigned hereby certifies that they are authorized representatives of the firm on whose behalf this bid is submitted and that they are acting at the direction and with the required approval of said firm, which is identified as follows: 7.01 Name of Firm: 7.02 Address of Firm: 7.03 Telephone No.:( ) ; FAX ( ) 7.04 Contractor s License No. ; Type: 7.05 Name of Undersigned ;Title: Signed: Date: /// /// /// END OF BID FORM END EXHIBIT 2D END ADDENDUM 2