addendum no. 01 - el centro, california no 1 021615.pdf · addendum no. 01 date: february 16, ......

14
2014 ARTICLE III IMPROVEMENTS IN THE CITY OF EL CENTRO ADDENDUM NO. 01 Date: February 16, 2015 To: Prospective Contractors From: Jack Fleming, PE City of El Centro 1275 W. Main St. El Centro, CA 92243 Telephone: 760/337-5182 Fax: 760/337-3856 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. Summary: 1. Revision of Section 8 of Special Provisions 2. Addition of Rectangular Rapid Flashing Beacon Specifications 3. Revision to of Section 1-23 “Progress Estimates” in the Specifications 4. Revised Base Bid and Bid Proposal Form Changes: 1. City opted to eliminate the existing crosswalk materials it has available in the City’s yard and replace them with two (2) new units of Carmanah R920 Series or equivalent Rectangular Rapid Flashing Beacon. 2. Addition of rectangular rapid flashing beacon specifications. 3. The second paragraph of Section 1-23 “Progress Estimates” lists a retention of 10%. This paragraph shall be changed from: “A deduction of 10% shall be made from the estimated value of the work done and 50% of the value of the materials so estimated to have been furnished and delivered and unused, and from the remainder there shall be further deducted any amounts due the City from the Contractor for supplies or materials furnished or services rendered and any other amounts that may be due the City under the terms of the Contract.” To state: “A deduction of 5% shall be made from the estimated value of the work done and 50% of the value of the materials so estimated to have been furnished and delivered and unused, and from the remainder there shall be further deducted any amounts due the City from the Contractor for supplies or materials furnished or services rendered and any other amounts that may be due the City under the terms of the Contract.” 4. Please see the revised Base Bid and Bid Proposal Bid Form attached. END OF ADDENDUM No. 1

Upload: ngodiep

Post on 19-Mar-2018

225 views

Category:

Documents


3 download

TRANSCRIPT

Page 1: ADDENDUM NO. 01 - El Centro, California No 1 021615.pdf · ADDENDUM NO. 01 Date: February 16, ... be rated to MIL-STD-810F, ... The system shall provide configurable nighttime intensity

2014 ARTICLE III IMPROVEMENTS

IN THE CITY OF EL CENTRO

ADDENDUM NO. 01

Date: February 16, 2015

To: Prospective Contractors

From: Jack Fleming, PE

City of El Centro

1275 W. Main St. El Centro, CA 92243

Telephone: 760/337-5182 Fax: 760/337-3856

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.

Summary:

1. Revision of Section 8 of Special Provisions

2. Addition of Rectangular Rapid Flashing Beacon Specifications

3. Revision to of Section 1-23 “Progress Estimates” in the Specifications

4. Revised Base Bid and Bid Proposal Form

Changes:

1. City opted to eliminate the existing crosswalk materials it has available in the City’s yard and

replace them with two (2) new units of Carmanah R920 Series or equivalent Rectangular Rapid

Flashing Beacon.

2. Addition of rectangular rapid flashing beacon specifications.

3. The second paragraph of Section 1-23 “Progress Estimates” lists a retention of 10%. This paragraph

shall be changed from:

“A deduction of 10% shall be made from the estimated value of the work done and 50% of the value

of the materials so estimated to have been furnished and delivered and unused, and from the

remainder there shall be further deducted any amounts due the City from the Contractor for supplies

or materials furnished or services rendered and any other amounts that may be due the City under

the terms of the Contract.”

To state:

“A deduction of 5% shall be made from the estimated value of the work done and 50% of the value

of the materials so estimated to have been furnished and delivered and unused, and from the

remainder there shall be further deducted any amounts due the City from the Contractor for supplies

or materials furnished or services rendered and any other amounts that may be due the City under

the terms of the Contract.”

4. Please see the revised Base Bid and Bid Proposal Bid Form attached.

END OF ADDENDUM No. 1

Page 2: ADDENDUM NO. 01 - El Centro, California No 1 021615.pdf · ADDENDUM NO. 01 Date: February 16, ... be rated to MIL-STD-810F, ... The system shall provide configurable nighttime intensity

Addendum 1

2014 Article Three Improvements In The City of El Centro

Revision of Section 8 of Special Provisions

8. PEDESTRIAN SOLAR POWERED-ACTIVATED CROSSWALK

The Contractor shall make crosswalk improvements on Main St in front of the County Administration

Building. Contractor shall install a solar power pedestrian-activated crosswalk system, construction of

two (2) ADA standard ramps & 6” curb fill concrete islands.

Crosswalk Improvements shall consist of construction of two (2) ADA standard ramps & 6” curb fill

concrete islands (see “Additive A” detail on sheet 2 of construction plans).

The solar power pedestrian-activated crosswalk system shall be two (2) units of Carmanah R920 Series

or equivalent Rectangular Rapid Flashing Beacons (RRFB) (see materials list below and 2014 Article

Three Improvements In The City of El Centro Rectangular Rapid Flashing Beacon Specifications for

materials required and installation layout.

Solar Power pedestrian-activated crosswalk system material list:

DESCRIPTION QTY

R920 Solar Engine (Natural Color) or Equivalent 2

Pole Mount 2

Light Bar with Confirmation Lights 4

Polara Bulldog Push Button or Equivalent 2

5x7 Sign Frame with PB Mount 2

5x7 MUTCD PB Sign (R10-25) 2

W11-2 & W16-7 4

Aluminum pole14’ with anchor bolts & foundation (See “Additive A” detail on sheet 2 of construction plans construction keynote 1 for foundation detail.)

2

All work shall be paid at a lump sum and shall include all labor, materials and incidentals.

END OF SPECIAL PROVISIONS

Page 3: ADDENDUM NO. 01 - El Centro, California No 1 021615.pdf · ADDENDUM NO. 01 Date: February 16, ... be rated to MIL-STD-810F, ... The system shall provide configurable nighttime intensity

Addendum 1

2014 Article Three Improvements In The City of EL Centro

Rectangular Rapid Flashing Beacon Specifications

1 of 5

Specifications for Carmanah R920 Series or Equivalent Rectangular Rapid Flashing Beacon Overview: This specification is for the Carmanah R920 Series or Equivalent Rectangular Rapid Flashing

Beacon (RRFB).

Each unit shall consist of a self-contained solar engine that houses the energy management system, on-board user interface, wireless communications, batteries and solar panel. Each unit shall include either one or two RRFB lightbars. The system shall conform to all provisions of the MUTCD, Interim Approval IA-11.

1.0 Mechanical Specifications The solar engine shall be constructed from aluminum and shall be no greater in size than 13.6” L x 3.9” D x 17.8” H (34.5 cm x 9.9 cm x 45.2 cm). The Solar panel shall be integrated to the solar engine. All batteries and electronics shall be mounted in the solar engine, with no external control cabinet or battery cabinet required. A hinged lid shall provide access to the interior of the engine. The solar engine shall be vented to provide cooling of the battery and electronic system. The overall weight of the solar engine assembly shall not exceed 20 lbs (9.1 kg).

The solar engine shall be supplied with a fixed tilt angle and shall be able to be oriented south with no additional mounting hardware. The lightbar housing shall be constructed from aluminum and shall have the approximate dimensions: 24” L x 1.5” D x 4.5” H (61.0 cm L x 3.8 cm D x 11.4 cm H). Each lightbar shall have two light modules of approximately 7” wide by approximately 3” high. Each lightbar shall include a side-emitting pedestrian confirmation light on each end. The lightbar shall be mounted to the pole using a separate bracket assembly to facilitate mounting two lightbars back to back (bi-directional) and to allow the lightbar to pivot. The lightbar shall be able to pivot by approximately 40 degrees in order to aim the lightbar independent of the wire hole location on the pole. The lightbar bracket shall be constructed from 3/16” galvanized steel and shall have both banding and bolting mounting options and shall be able to be mounted to all specified pole types. The lightbar assembly shall open for access to the wiring connections for the LED modules. LED modules shall be rated to MIL-STD-810F, Method 506.4 for ingress protection. 2.0 Mounting 2”, 2.5” Perforated Square Post Mount: The size and weight of the solar engine shall be appropriate for mounting to standard two inch sign posts. The solar engine and lightbar assemblies shall be furnished with mounting hardware for mounting to standard 2” to 2.5” Perforated Square Poles. 2 3/8” – 2 7/8” Diameter Round Post Mount: The size and weight of the solar engine shall be appropriate for mounting to standard two inch sign posts. The solar engine and lightbar assemblies shall be furnished with mounting hardware for mounting to standard 2 3/8” – 2 7/8” Diameter Round Poles.

Page 4: ADDENDUM NO. 01 - El Centro, California No 1 021615.pdf · ADDENDUM NO. 01 Date: February 16, ... be rated to MIL-STD-810F, ... The system shall provide configurable nighttime intensity

Addendum 1

2014 Article Three Improvements In The City of EL Centro

Rectangular Rapid Flashing Beacon Specifications

2 of 5

4” – 4.5” Diameter Round Post Mount: The solar engine and lightbar assemblies shall be furnished with mounting hardware for mounting to standard 4” to 4 ½” Diameter Round Poles. 3.0 Configuration The solar engine shall house an on-board user interface that provides on-site configuration adjustment, system status and fault notification, and system activation information. The flash duration shall be adjustable in-the-field from 10 to 60 seconds in one second increments. The system shall provide configurable nighttime intensity settings. The system shall be capable of enabling or disabling ambient brightness auto-adjustment. This feature allows the system to provide optimal output brightness in relation to ambient light levels while always maintaining adherence to SAE J595 Class I specifications. Flash duration and other in-the-field adjustable settings shall be automatically broadcast to all units in the system, except channel selection which shall be configured on each unit. 4.0 Solar / Battery System The solar engine shall include one 10-watt solar panel no larger than the footprint of the solar engine enclosure and shall have a hinged top to provide access to the on-board user interface and batteries. The solar engine shall house two 7 Ah sealed valve-regulated lead-acid batteries. Batteries shall have quick connections to facilitate installation and be readily available from multiple suppliers and non-proprietary. Solar panel and battery system shall be 12 Volt DC (nominal). 5.0 Operational Specifications

The intensity of the yellow indications directly perpendicular to the lens shall be a minimum of 1,800 Candela at full sun daylight conditions. The intensity shall be able to adjust to ambient light conditions, however during daylight operation the intensity shall meet the minimum specifications of the Society of Automotive Engineers (SAE) standard J595 Class I dated January 2005. The color of the yellow indications shall meet the specifications of SAE standard J578 (Color Specification) dated December 2006. The solar engine shall have the capacity to operate 300 20-second activations per day year-round using the applicable peak sun hours insolation available at the installation location. The source of the insolation data shall be the NASA Atmospheric Data Center. The solar engine shall have the capability to activate other solar engines by wireless communications within 500 feet (152 meters). The solar engine shall have unique channels that can be configured on-site to avoid activation of nearby systems. The system shall use a dedicated light sensor to detect night and day states and apply any optionally-enabled intensity adjustments. 6.0 Actuation

Page 5: ADDENDUM NO. 01 - El Centro, California No 1 021615.pdf · ADDENDUM NO. 01 Date: February 16, ... be rated to MIL-STD-810F, ... The system shall provide configurable nighttime intensity

Addendum 1

2014 Article Three Improvements In The City of EL Centro

Rectangular Rapid Flashing Beacon Specifications

3 of 5

The system shall be actuated by pedestrian push buttons that shall have an LED indicator with audible tone with Piezo control and shall be ADA compliant and MUTCD-2009 4E compliant for momentary operation. All RRFBs in the system shall initiate activation simultaneously within 150mS of actuation. If an additional actuation occurs while the system is activated, the flash duration shall reset. For example, with the flash duration set to 20 seconds, if an additional actuation occurs after the RRFB has been activated for 15 seconds the RRFB will continue for an additional 20 seconds, or 35 seconds in total. If the RRFB has ceased operation, any subsequent actuation shall activate the RRFB without delay regardless of how recently the RRFB ceased operation.

7.0 Energy Balance, Array-to-Load Ratio (ALR) and Autonomy Calculations

The manufacturer shall provide an energy balance worksheet consisting of (Energy In)/(Energy Out), ALR and System Autonomy calculations. Energy-In is based on Electric charge, in Ah, entering the battery from the charger, accounting for:

The energy from the solar panel based on applicable peak sun hours insolation available at the installation location for the panel’s inclination angle. The insolation figure used shall be the worst-case month of the calendar year. The source of the insolation data shall be the NASA Atmospheric Data Center.

Shading from nearby trees, buildings or other structures unique to a particular location are to be factored in and the calculations shall clearly show and justify the de-rating of the solar panel energy input.

Efficiency losses from the charger, including conversion efficiency of a Maximum Power Point Tracking (MPPT) Charger, where applicable.

MPPT Charger current boost, if applicable.

Battery charger efficiency losses Energy-Out is based on the sum of quiescent and operating load in all circuitry over 24 hours with an operating

capacity of 300 20-second activations, including:

Baseline wireless over 24 hours

Operating load of push button at rated operating capacity per activation

Additional operating load of the wireless system per activation

Operating load of lightbars including pedestrian indicators at rated intensity per activation. The number of lightbars and their electrical load details (volts, current and watts) shall be clearly indicated.

ALR System Array-to-Load (ALR) ratio shall be calculated as: Energy-In divided by Energy-Out as defined above. Systems shall be designed to a minimum Array-to-Load (ALR) ratio of 1.2.

Autonomy System autonomy shall be a minimum of 10 days or as recommended by the NASA Atmospheric Data Center for the location and shall be calculated by the following method:

(Temperature-derated battery capacity minus battery capacity unavailable due to Low Voltage Disconnect) divided by Daily total energy consumption with an operating capacity of 300 20-second activations (as calculated above).

Page 6: ADDENDUM NO. 01 - El Centro, California No 1 021615.pdf · ADDENDUM NO. 01 Date: February 16, ... be rated to MIL-STD-810F, ... The system shall provide configurable nighttime intensity

Addendum 1

2014 Article Three Improvements In The City of EL Centro

Rectangular Rapid Flashing Beacon Specifications

4 of 5

8.0 Packaging Packaging must consist of only recyclable corrugated cardboard and soft plastic bags. Each system must ship in one complete box no larger than 3.6 cubic feet (0.1 cubic meters) and weighing no more than 40 lbs (18 kg). 9.0 Qualifications The product shall be FCC certified to comply with all 47 CFR FCC Part 15 Subpart B Emission requirements. The product shall be Buy American compliant. Manufacturer shall provide a 3 Year Limited Warranty. Manufacturer must be ISO 9001 certified. 10.0 Rectangular Rapid Flashing Beacon Quantities

DESCRIPTION QTY

R920 Solar Engine (Natural Color) or Equivalent 2

Pole Mount 2

Light Bar with Confirmation Lights 4

Polara Bulldog Push Button or Equivalent 2

5x7 Sign Frame with PB Mount 2

5x7 MUTCD PB Sign (R10-25) 2

W11-2 & W16-7 4

Aluminum pole14’ with anchor bolts (See “Additive A” detail on sheet 2 of construction plans construction keynote 1 for foundation detail.)

2

Page 7: ADDENDUM NO. 01 - El Centro, California No 1 021615.pdf · ADDENDUM NO. 01 Date: February 16, ... be rated to MIL-STD-810F, ... The system shall provide configurable nighttime intensity

Addendum 1

2014 Article Three Improvements In The City of EL Centro

Rectangular Rapid Flashing Beacon Specifications

5 of 5

11.0 Rectangular Rapid Flashing Beacon Typical Installation

End of Rectangular Rapid Flashing Beacon Specifications

Page 8: ADDENDUM NO. 01 - El Centro, California No 1 021615.pdf · ADDENDUM NO. 01 Date: February 16, ... be rated to MIL-STD-810F, ... The system shall provide configurable nighttime intensity

BASE BID

JOB QUANTITIES

The following preliminary estimate of the quantities of work to be done and material to be

furnished are approximate only, being given as a basis for the comparison of bids, and the City

of El Centro, does not expressly, or by implications agree that the actual amount of work, will

correspond therewith, but reserves the right to increase or decrease the amount of and class of

portion of the work that may be deemed necessary or expedient by the Director of Public Works.

Item No. Approximate

Quantity Unit

Description (All Items to include labor & materials)

1 1 LS Mobilization

2 1,030 S.F. Construct concrete alley approach per construction

detail 1 sheet 4.

3 225 S.F. Construct concrete Alley Approach per construction

detail 2 sheet 4.

4 2,148 S.F. Remove & replace existing concrete sidewalk.

Construct new concrete sidewalk per construction

detail 8 sheet 3.

5 175 S.F. Remove & replace existing concrete driveway.

Construct new concrete driveway per construction

detail 3 sheet 4.

6 4 E.A. Retro fit existing ramp with detectable warning surface

per ramp detail notes.

7 10 E.A. Remove & replace existing concrete ramp. Construct

new handicap ramp with detectable warning surface

and curb return. Construct Handicap ramp per

construction detail 1 sheet 3.

8 2 E.A. Remove & replace existing concrete ramp. Construct

new handicap ramp with detectable warning surface

and curb return. Construct Handicap ramp per

construction detail 2 sheet 3.

9 4 E.A. Remove & replace existing concrete ramp. Construct

new handicap ramp with detectable warning surface

and curb return. Construct Handicap ramp per

construction detail 3 sheet 3.

10 8 E.A. Remove & replace existing concrete ramp. Construct

new handicap ramp with detectable warning surface

and curb return. Construct Handicap ramp per

construction detail 4 sheet 3.

11 250 L.F. Remove & replace existing concrete curb. Construct

new concrete curb per construction detail 7 sheet 3.

12 1000 S.F. Remove & replace existing concrete sidewalk.

Construct new concrete sidewalk per construction

detail 8 sheet 3 to match new handicap ramp grades,

location to be field directed.

END OF BASE BID JOB QUANTITIES

Page 9: ADDENDUM NO. 01 - El Centro, California No 1 021615.pdf · ADDENDUM NO. 01 Date: February 16, ... be rated to MIL-STD-810F, ... The system shall provide configurable nighttime intensity

ADDITIVE BID “A”

JOB QUANTITIES

Item No. Approximate

Quantity Unit Description

A1 1 L.S. Installation of solar powered active crosswalk,

including new equipment material specified on special

provisions section 8 and “Additive A” detail on sheet 2

of construction plans.

END OF ADDITIVE “A” BID JOB QUANTITIES

ADDITIVE BID “B”

JOB QUANTITIES

Item No. Approximate

Quantity Unit Description

B1 2 E.A. Remove & replace existing concrete ramp. Construct

new handicap ramp with detectable warning surface

and curb return. Construct Handicap ramp per

construction detail 1 sheet 3.

END OF ADDITIVE “B” BID JOB QUANTITIES

ADDITIVE BID “C”

JOB QUANTITIES

Item No. Approximate

Quantity Unit Description

C1 2 E.A. Remove & replace existing concrete ramp. Construct

new handicap ramp with detectable warning surface

and curb return. Construct Handicap ramp per

construction detail 1 sheet 3.

END OF ADDITIVE “C” BID JOB QUANTITIES

ADDITIVE BID “D”

JOB QUANTITIES

Item No. Approximate

Quantity Unit Description

D1 84 S.F. Remove & replace existing concrete sidewalk.

Construct new concrete sidewalk per construction

detail 8 sheet 3.

END OF ADDITIVE “D” BID JOB QUANTITIES

ADDITIVE BID “E”

JOB QUANTITIES

Item No. Approximate

Quantity Unit Description

E1 60 S.F. Remove & replace existing concrete sidewalk.

Construct new concrete sidewalk per construction

detail 8 sheet 3.

END OF ADDITIVE “E” BID JOB QUANTITIES

Page 10: ADDENDUM NO. 01 - El Centro, California No 1 021615.pdf · ADDENDUM NO. 01 Date: February 16, ... be rated to MIL-STD-810F, ... The system shall provide configurable nighttime intensity

PROPOSAL BID FORM

TO THE CITY DIRECTOR OF PUBLIC WORKS OF THE CITY OF EL CENTRO:

The undersigned hereby declares that he has carefully examined the location of the proposed

work that he has examined the plans and specifications and read the accompanying instructions

to bidders and hereby proposes to furnish all material except owner furnished materials, and do

all work required to complete the said work in accordance with said plans and specifications and

special provisions for the unit prices set forth in the following schedule. The bidder shall furnish

prices for all items shown in the proposal.

BASE BID

Item

No.

Approximate

Quantity Unit Items w/Unit Price (written in words) Price Total

1. 1 LS Mobilization.

LS.

2. 1,030 SF Construct concrete alley approach per

construction detail 1 sheet 4.

SF

3. 225 SF Construct concrete alley approach per

construction detail 2 sheet 4.

SF

4. 2,148 SF Remove & replace existing concrete

sidewalk. Construct new concrete

sidewalk per construction detail 8 sheet

3.

SF

5. 175 SF Remove & replace existing concrete

driveway. Construct new concrete

driveway per construction detail 3 sheet

4.

SF

6. 4 EA Retro fit existing ramp with detectable

warning surface per ramp detail notes.

EA

Page 11: ADDENDUM NO. 01 - El Centro, California No 1 021615.pdf · ADDENDUM NO. 01 Date: February 16, ... be rated to MIL-STD-810F, ... The system shall provide configurable nighttime intensity

7. 10 EA Remove & replace existing concrete

ramp. Construct new handicap ramp

with detectable warning surface and

curb return. Construct Handicap ramp

per construction detail 1 sheet 3.

EA

8. 2 EA Remove & replace existing concrete

ramp. Construct new handicap ramp

with detectable warning surface and

curb return. Construct Handicap ramp

per construction detail 2 sheet 3.

EA

9. 4 EA Remove & replace existing concrete

ramp. Construct new handicap ramp

with detectable warning surface and

curb return. Construct Handicap ramp

per construction detail 3 sheet 3.

EA

10. 8 EA Remove & replace existing concrete

ramp. Construct new handicap ramp

with detectable warning surface and

curb return. Construct Handicap ramp

per construction detail 4 sheet 3.

EA

11. 220 LF Remove & replace existing concrete

curb. Construct new concrete curb per

construction detail 7 sheet 3.

LF

12 1000 SF Remove & replace existing concrete

sidewalk. Construct new concrete

sidewalk per construction detail 8 sheet

3 to match new handicap ramp grades,

location to be field directed.

SF

Page 12: ADDENDUM NO. 01 - El Centro, California No 1 021615.pdf · ADDENDUM NO. 01 Date: February 16, ... be rated to MIL-STD-810F, ... The system shall provide configurable nighttime intensity

TOTAL BASE BID…………………………………………………$_____________________

ADDITIVE BID “A”

Item

No.

Approximate

Quantity Unit Items w/Unit Price (written in words) Price Total

A1 1 LS Installation of solar powered active

crosswalk, including new equipment

material specified on special provisions

section 8 and “Additive A” detail on

sheet 2 of construction plans.

LS

TOTAL ADDITIVE BID “A”………………..………………………$_____________________

ADDITIVE BID “B”

Item

No.

Approximate

Quantity Unit Items w/Unit Price (written in words) Price Total

B1 2 EA Remove & replace existing concrete

sidewalk. Construct new concrete

sidewalk per construction detail 8 sheet

3.

EA

TOTAL ADDITIVE BID “B”………………..………………………$_____________________

ADDITIVE BID “C”

Item

No.

Approximate

Quantity Unit Items w/Unit Price (written in words) Price Total

C1 2 EA Remove & replace existing concrete

sidewalk. Construct new concrete

sidewalk per construction detail 8 sheet

3.

EA

TOTAL ADDITIVE BID “C”………………..………………………$_____________________

Page 13: ADDENDUM NO. 01 - El Centro, California No 1 021615.pdf · ADDENDUM NO. 01 Date: February 16, ... be rated to MIL-STD-810F, ... The system shall provide configurable nighttime intensity

ADDITIVE BID “D”

Item

No.

Approximate

Quantity Unit Items w/Unit Price (written in words) Price Total

D1 84 SF Remove & replace existing concrete

sidewalk. Construct new concrete

sidewalk per construction detail 8 sheet

3.

SF

TOTAL ADDITIVE BID “E”………………..………………………$_____________________

ADDITIVE BID “E”

Item

No.

Approximate

Quantity Unit Items w/Unit Price (written in words) Price Total

E1 60 SF Remove & replace existing concrete

sidewalk. Construct new concrete

sidewalk per construction detail 8 sheet

3.

SF

TOTAL ADDITIVE BID “D”………………..………………………$_____________________

TOTAL BASE BID ………………..…………………….……….. $_____________________

TOTAL ADDITIVE BID “A” ………………..…………………… $____________________

TOTAL ADDITIVE BID “B” ………………..……………………. $____________________

TOTAL ADDITIVE BID “C” ……………..………………………. $____________________

TOTAL ADDITIVE BID “D” ……………..………………………. $____________________

TOTAL ADDITIVE BID “E” ……………..………………………. $____________________

GRAND TOTAL AMOUNT ………….…..………………………$_____________________

END OF BASE BID FORM AND ADDITIVE BID FORM

Page 14: ADDENDUM NO. 01 - El Centro, California No 1 021615.pdf · ADDENDUM NO. 01 Date: February 16, ... be rated to MIL-STD-810F, ... The system shall provide configurable nighttime intensity

1.00 – The undersigned hereby acknowledges the receipt of the following addendum:

None______; No. 1______; No. 2______; No. 3______; No. 4 ______; No. 5______

2.00 – The undersign hereby certifies that this proposal/bid is genuine and not made in the

interest of or on behalf of any undisclosed person, firm or corporation.

3.00 – 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.

4.00 – The undersigned hereby certifies that they are authorized representative of the firm on

whose behalf this proposal/bid is submitted and that they are acting at the direction and with the

required approval of said firm, which is identified as follows:

Name of firm:

Address of firm:

Telephone Number: ( ) Fax Number: ( )

Contractor’s License Number: Type:

Signed: Date:

END OF PROPOSAL/BID FORM