13-426 burnt st add-3 draftdnhiggins.com/docs/addendum 3 - burnt store road.pdf · re: addendum #3...

21
1 TO: PROSPECTIVE BIDDERS via fax DATE: NOVEMBER 7, 2013 RE: ADDENDUM #3 - BID NO. 2013000426 - BURNT STORE ROAD PHASE III CONSTRUCTION BID OPENING DATE: 2:00 p.m. (EST), NOVEMBER 20, 2013 Bidders are hereby notified that this Addendum shall be made a part of the documents. The intent is to add to, modify, or clarify the documents. Should any of these items have an effect on price, such changes shall be included in the price bid. These items have the same force and effect as if contained in the original. ITEM 1: REVISION – The Bid Opening date has been extended to 2:00 p.m. (EST), November 20, 2013. ITEM 2: QUESTIONS/ANSWERS Q1. With regard to Project References, would the County extend the experience timeframe from 5 years to 10 years? A1. No. Q2. In addition, IB-01 states “qualified by experience” and the Reference portion of the bid form states “similar size and scope”. Are there any specific qualifications that need to be met for the County to determine if a Contractor has the required experience to be deemed the responsive and responsible bidder? A2. No. Q3. SP-05 states “Materials shall be FDOT Certified at the source of supply.” Do all materials used on this project need to be FDOT certified or do they only need to meet FDOT specifications? Specifically, does base material need to be FDOT certified? A3. They only need to meet FDOT specifications. Q4. Does fill dirt need to be FDOT certified, as there are few if any local pits who have FDOT certified fill material? Does the #57 stone bedding material need to be FDOT certified? Does the rip-rap have to be FDOT certified? Does the stabilizing material added to the existing fill material for the stabilized subgrade need to be FDOT certified? A4. No, they do not. Q5. SP-11 states in bold that “the Contractor is to include, within his line item bid prices, the costs to protect and/or support all underground utilities, which may be in conflict with the construction”. Is there a utility relocation schedule for this project so that Contractor can ascertain which utilities may be in conflict with construction and/or which utilities will be relocated so as to not be in conflict with the proposed construction? A5. The Contractor will have to meet SP-11 requirements. See Plan Sheet 27 for utilities contacts. Q6. SP-11 Addendum #1 continual references SP-11 and the “cooperation with utilities”; however, there are a myriad of power, fiber optic, cable and telephone lines that run the length of the project, including a United Telephone substation at Station 194R. Before we can conceivably determine the method of construction which dictates the basis of our proposal, we need to know if all of the utilities (aside from CCU) are going to be relocated outside of the right-of-way and what are the timeframes for these relocations? Has the County allotted for these timeframes in the development of the construction timeframe? PURCHASING DIVISION Charlotte County Administration Center 18500 Murdock Circle, Suite 344 Port Charlotte, Florida 33948-1094 Phone 941.743.1378 Fax 941.743.1384

Upload: others

Post on 23-Sep-2020

6 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: 13-426 Burnt St ADD-3 DRAFTdnhiggins.com/docs/Addendum 3 - Burnt Store Road.pdf · RE: ADDENDUM #3 - BID NO. 2013000426 - BURNT STORE ROAD PHASE III CONSTRUCTION BID OPENING DATE:

1

TO: PROSPECTIVE BIDDERS via fax

DATE: NOVEMBER 7, 2013

RE: ADDENDUM #3 - BID NO. 2013000426 - BURNT STORE ROAD PHASE III CONSTRUCTION

BID OPENING DATE: 2:00 p.m. (EST), NOVEMBER 20, 2013

Bidders are hereby notified that this Addendum shall be made a part of the documents. The intent is to add to, modify, or clarify the documents. Should any of these items have an effect on price, such changes shall be included in the price bid. These itemshave the same force and effect as if contained in the original.

ITEM 1: REVISION – The Bid Opening date has been extended to 2:00 p.m. (EST), November 20, 2013.

ITEM 2: QUESTIONS/ANSWERS Q1. With regard to Project References, would the County extend the experience timeframe from 5 years to 10 years? A1. No.

Q2. In addition, IB-01 states “qualified by experience” and the Reference portion of the bid form states “similar size and scope”. Are there any specific qualifications that need to be met for the County to determine if a Contractor has the requiredexperience to be deemed the responsive and responsible bidder?A2. No.

Q3. SP-05 states “Materials shall be FDOT Certified at the source of supply.” Do all materials used on this project need to beFDOT certified or do they only need to meet FDOT specifications? Specifically, does base material need to be FDOT certified? A3. They only need to meet FDOT specifications.

Q4. Does fill dirt need to be FDOT certified, as there are few if any local pits who have FDOT certified fill material? Does the #57 stone bedding material need to be FDOT certified? Does the rip-rap have to be FDOT certified? Does the stabilizing materialadded to the existing fill material for the stabilized subgrade need to be FDOT certified? A4. No, they do not.

Q5. SP-11 states in bold that “the Contractor is to include, within his line item bid prices, the costs to protect and/or support all underground utilities, which may be in conflict with the construction”. Is there a utility relocation schedule for this project so that Contractor can ascertain which utilities may be in conflict with construction and/or which utilities will be relocated so as to not be in conflict with the proposed construction? A5. The Contractor will have to meet SP-11 requirements. See Plan Sheet 27 for utilities contacts.

Q6. SP-11 Addendum #1 continual references SP-11 and the “cooperation with utilities”; however, there are a myriad of power, fiber optic, cable and telephone lines that run the length of the project, including a United Telephone substation at Station 194R.Before we can conceivably determine the method of construction which dictates the basis of our proposal, we need to know if all of the utilities (aside from CCU) are going to be relocated outside of the right-of-way and what are the timeframes for these relocations? Has the County allotted for these timeframes in the development of the construction timeframe?

PURCHASING DIVISION

Charlotte County Administration Center 18500 Murdock Circle, Suite 344

Port Charlotte, Florida 33948-1094

Phone 941.743.1378 Fax 941.743.1384

Page 2: 13-426 Burnt St ADD-3 DRAFTdnhiggins.com/docs/Addendum 3 - Burnt Store Road.pdf · RE: ADDENDUM #3 - BID NO. 2013000426 - BURNT STORE ROAD PHASE III CONSTRUCTION BID OPENING DATE:

2

A6. Yes.

Q7. Have the utility companies provided schedules for the relocation of these facilities after clearing and grubbing? A7. No, see Plan Sheet 27 for utility contacts.

Q8. Are all of the utilities that are interwoven with the CCU lines that are to be removed going to be relocated or will the removal of this pipe need to take place in, under and around all of these cable, power, fiber optic and phone lines? A8. All CCU lines shown are to be removed from the ground and the site to be disposed of properly. The Contractor will have to meet SP-11 requirements.

Q9. SP-13 states “the Contractor shall submit shop drawings that are signed and sealed by a Florida Registered Engineer”. This is atypical for this type of project. As this is not a design build project and materials need to conform to FDOT Specificationsand CCU Specifications, we would request the County reconsider this requirement. A9. Any shop drawings required to be certified by a Registered Florida Engineer must be submitted signed and sealed.

Q10. SP-18 states “General Contractor shall perform with his organization work amounting to not less than 51% of the total contract amount less those contract items designated by FDOT as “Specialty Work.” Will the County enforce this requirement? Ifso, could the County provide those items of work that will be deemed “Specialty Work”? A10. Yes, please refer to FDOT definition of “Specialty Work”.

Q11. SP-19 Storage of Materials states “no payment will be made for stored materials.” As this is extensive utility project withover $3 million worth of materials, will the County reconsider this provision so as to not require the Contractor to finance thisportion of the project? A11. No.

Q12. TS-01.D Mobilization work shall be equal to 50% of the item and Demobilization work the remaining 50%. In the body of TS-01, the County acknowledges some of the true mobilization costs, including project set-up, yard set-up, permits, field offices,insurance, and bonds. There are very few if any job specific demobilization costs, as much of this work is done in conjunction with the punch-out/finalization of the project, so as to receive payment of the 5% retainage (over $800k based on the engineer’s estimate) that is being withheld. If the intent of the 50%/50% split is to minimize the dollar amount of this item, we would respectfully request the County to remove the demobilization payment percentage, pay 100% of this item with the first payment application and set a minimum percentage amount for this specific item. With no demobilization costs, the Contractor can only recover one-half of the true mobilization costs. A12. The demobilization payment percentage will remain the same.

Q13. TS-02.F MOT states “the Contractor shall submit a MOT plan prior to the start of any phase”. Given that the MOT plans are included in the Contract Documents, will separate MOT plans need to be designed and submitted by the Contractor or will theMOT plans contained in the Contract Documents suffice? A13. The MOT plans within the final plan set are a guideline. All MOT plans will need to be submitted to Charlotte County for approval.

Q14. TS-04 Clearing & Grubbing With regard to clearing and grubbing, is the demolition of the building structures located at Station 142R and 150R included under this Contract? If so, has the County performed an asbestos survey and will any asbestos abatement be required? In addition, there appears to be abandoned vehicles in and around the structure located at Station 142Rand trailers at Station 150R. Is the removal and disposal of these items included under this Contract?A14. Yes, Contractor is to demolish under this contract. The County has not performed an asbestos survey on the properties and if required, the Contractor will be responsible for asbestos survey and any permits. If at the time of construction, there are any abandoned vehicles, trailers or other it will be the responsibility of the Contractor to remove per applicable requirements. Thedemolition and disposal costs are to be included under the Clearing & Grubbing.

Q15. At Station 144R, there is an abandoned fuel tank compound. Is the demolition included under this Contract? A15. It will be the responsibility of the Contractor to have a licensed company remove fuel tanks and ensure FDEP notification and that inspections are performed.

Q16. At Station 171R there is a wood pile billboard and at Station 201R there is a steel column billboard with concrete foundation. Is the demolition of these structures included under this Contract? A16. At Station 171R the Contractor will be responsible for removal of wood pile billboard. At Station 201R the sign company will responsible for removal and relocation of the billboard sign, this will require coordination during construction.

Page 3: 13-426 Burnt St ADD-3 DRAFTdnhiggins.com/docs/Addendum 3 - Burnt Store Road.pdf · RE: ADDENDUM #3 - BID NO. 2013000426 - BURNT STORE ROAD PHASE III CONSTRUCTION BID OPENING DATE:

3

Q17. At various locations, there are subdivision entry walls/signs with lights. Is the demolition of these structures included under this Contract? A17. All of the subdivisions have been notified and compensated through the Right of Way process. If at time of construction any are remaining, they will be the responsibility of the Contractor to remove.

Q18. At Station 195R, it appears as though the subdivision entry wall/sign from the north side of Alcazar is currently being relocated. If the current location is a new location, this wall is in conflict with the proposed 48” storm pipe. Is the demolition of this structure included under this Contract? A18. All of the subdivisions have been notified and compensated through the Right of Way process. If at time of construction any are remaining, it will be the responsibility of the Contractor to remove. Burnt Store Village has been working with the ZoningDepartment to obtain a building permit; at this time they have not yet finalized their permit.

Q19. TS-05 Excavation & Embankment - Are the earthwork calculations based on the roadway template excluding base, asphalt and concrete sidewalk? Please confirm. A19. Yes, so confirmed.

Q20 TS-06 Stabilized Subbase specifies 12” LBR 70. The bid form item 160-4 specifies Type B Stabilization. The plans call for 12” LBR 70 under the roadway and 8” LBR 40 under the sidewalks. Although the measurement and payment states 12” LBR 70, is the intent to pay for all of the stabilized subbase under bid item 160-4? So as to not require cost averaging, can the appropriate bid items be added for 12” LBR 70 and 8” LBR 40? A20. The County will not add a bid item; the Type B under the sidewalk should have an LBR of 70.

Q21. TS-15.A Pipe Culvert states “Final pipe inspection per section 430-4.8 will be required. A DVD video report will not be required unless a visual inspection uncovers a deviation…” Please clarify this statement as the final pipe inspection per Section430-4.8 includes a video inspection for ovality (laser profiling), joint separation and cracks. Please clarify the County’s requirements after installation of the storm pipe. A21. If the County Inspector has concern and feels it is necessary after inspection, laser profiling will be required in the localarea of concern.

Q22. TS-19.B Concrete Sidewalk states “materials shall meet 346-3 Class 1 (Special) and be reinforced using fibermesh.” There is no Class 1 (Special) designation contained in FDOT 346-3 for Structural Concrete. Please confirm the use of structuralconcrete with fibermesh reinforcement for sidewalks and provide material specification. A22. Use Class 1 with fibermesh.

Q23. TS-37 Gopher Tortoise Relocation – Where is the recipient site for the tortoise relocation? Often times, burrows are excavated that do not contain tortoises. For this reason, we would respectfully request the appropriate bid item be added for Gopher Tortoise Burrow Excavation by the each and maintain the relocation item for occupied burrows. A23. The recipient site is Longino Ranch Gopher Tortoise Site. The County will keep the bid item the same, it is understood that when burrows are excavated they might not be occupied, but this is unknown.

Q24. With regard to the pressure pipe restrained joints, the CCU Restraint Table GD-01 has no provisions for restraining pipe away from in-line valves. Please confirm that there are no such provisions under this Contract. A24. In-line valves are not required to be restrained. All CCU utilities should be installed per CCU Utility Standard Specifications.

Q25. TS-32 Temporary Painted Pavement Markings states “the work … associated with temporary pavement markings at locations indicated on the Construction Plans.” Will all of the temporary pavement markings for the maintenance of traffic be paidfor under these Contract line items? A25. Yes.

Q26. There is existing fence within the project limits or various types. The plans do not address removal, relocation or installingnew fencing. Please clarify. A26. Fence that is in conflict with construction shall be removed as part of clearing and grubbing. All fencing around any Charlotte County Utility facility shall be left in place.

Q27. The typical sections designate optional base groups. Is crushed concrete or soil cement base acceptable on this project? Can the Contractor utilize crushed concrete or soil cement base at the corresponding optional base thicknesses for limerock/shellrock?A27. Base material shall be per FDOT Design Standards Index 514, Optional Base Group 6.

Page 4: 13-426 Burnt St ADD-3 DRAFTdnhiggins.com/docs/Addendum 3 - Burnt Store Road.pdf · RE: ADDENDUM #3 - BID NO. 2013000426 - BURNT STORE ROAD PHASE III CONSTRUCTION BID OPENING DATE:

4

Q28. What happens to the overhead power lines, especially on the east side of the road? When will they be relocated? Who is paying for this relocation? Will the relocation be completed before the start of this project? A28. See previous response to this question issued with addendum #2.

Q29. The community signs at Yacht Club Boulevard and Colony Parkway will be within areas of new construction. Are the communities responsible for their removal and relocation, or is the removal the Contractor’s responsibility? A29. Any signs to be relocated will be the responsibility of the Community.

Q30. The existing sub-station at approximately SAT194+20, 100’ RT appears to be within the new shoulder construction. Is this being relocated by others? Will this be done before construction of the project? A30. It is being relocated. Coordination shall be in accordance with SP-11.

Q31. What are the materials used for the existing utilities that are being removed? PVC? DIP? Cast iron?A31. See response in Q53.

Q32. There is a building/warehouse at approximately SAT150+00, 120’ RT that is not indicated on the plans. Is it being removed by the Contractor or others? A32. It is being removed by others.

Q33. Will the Contractor be allowed to burn cleared trees and vegetation onsite? A33. No.

Q34. There appears to be piles of debris at the Pond, will the Contractor be responsible for its removal? How is this to be paidfor?A34. Contractor is responsible and it is paid under Clearing & Grubbing.

Q35. Pay item CCU-319, Pipe Removal All Sizes is under the “Utilities” heading. Does this include the removal of existing storm drainage piping and structures? A35. No, all storm structures are to be removed under Clearing & Grubbing.

Q36. Where do we include the cost of removal of existing box culverts and headwalls? A36. Removal of existing box culvers and headwalls shall be under Clearing & Grubbing.

Q37. On Sheet 44 (Plan Sheet 17) the reconstruction of Cape Horn Blvd stops at the top of the sheet. Based on the plan overviews there is additional work than what is depicted on the roadway plans. Please provide a roadway plan sheet for this workso it can be quantified. A37. See Intersection Detail (3) (sheet 89).

Q38. On Sheet 48 (Plan Sheet 21) the reconstruction of Yacht Club Boulevard stops at the top of the sheet. Based on the plan overviews there is additional work than what is depicted on the roadway plans. Please provide a roadway plan sheet for this workso it can be quantified. A38. See Intersection Detail (5) (sheet 91).

Q39. On Sheets 46-48 (Plan Sheets 19-21) there is no match line for the existing Burnt Store Road. The quantification of existing conditions cannot be completed without a complete plan view. Please provide additional information. A39. See Stormwater Management Facility Plan Sheets (Sheets 225-251) for more plan coverage.

Q40. How will rain days be accounted for in the contract duration? Will FDOT specifications (Spec 8-7.3.2) be applied for this?A40. Yes.

Q41. While we understand this is a unit price Contract, the County must understand that bid proposals are based on the plans and that there are incidental items (i.e. pipe restrainers, dewatering, stone bedding, etc.) that are incorporated into each unit price; therefore, we are respectfully requesting the County to provide quantities that are reflective of the plans. The current quantitieshave a 5% to 400% fluff factor applied to the actual quantities. If the County desires to have a contingency for the utility work, then a contingency item should be added to the bid form. A41. The Contractor should bid the quantities indicated on the revised bid sheet included with this addendum.

Q42. Aside from adjusting the quantities for the steel casing to reflect the quantities on the plan, does the County want the Contractor to open cut the steel casing across the existing roadway (as detailed on the plans), which will require a single travellane controlled by flagman, impeding the traffic flow on the existing roadway or jack & bore the casing under the existing roadway?

Page 5: 13-426 Burnt St ADD-3 DRAFTdnhiggins.com/docs/Addendum 3 - Burnt Store Road.pdf · RE: ADDENDUM #3 - BID NO. 2013000426 - BURNT STORE ROAD PHASE III CONSTRUCTION BID OPENING DATE:

5

A42. The Contractor should bid in accordance with the plans for the casing crossings. However the Contractor may substitute a jack and bore crossing in lieu of an open cut provided the cost is equivalent to the open cut bid price. See attached revised Utility drawings for different casing locations.

Q43. The estimated bid quantity for Bid Item U-2 Fittings (8” & up) is over 200,000 pounds over the fittings detailed on the plans. Please adjust this quantity to reflect the plans. A43. The initial estimate of weight included restraint joints. However, based on CCU standard specifications section 1.25 Ductile Iron Fittings: “Restraints shall be considered incidental to the ductile iron fittings contract bid price”. Accordingly we have removed all restraint weights which greatly reduced the overall estimated weight. The Contractor should be sure to be aware ofthis incidental cost for all restraints as no separate payment will be made. In addition the description and estimated quantity has been revised to include fittings 4” & up.

Q44. Since Bid Item U-2 Fittings is for the sizes “8” & up”, how will the Contractor be compensated for fittings less than 8”? A44. The description and quantity have been revised to include fittings 4” & up.

Q45. With regard to the overall bid proposal, we would respectfully request the County to consider the following: Add a respective line item per each for Water Main tie-in, Force Main tie-in, Reuse Main tie-in and Raw Water Main tie-in. A45. We have itemized the tie-ins and provided an “each” unit price on the bid form.

Q46. Can you add a separate item (with an accurate quantity) for force main fittings by the pound given the fact that force mainfittings are epoxy lined and thus cost more per pound than cement lined fittings? A46. Force main fittings are not a separate item and are included in the overall fitting weight bid items. The Contractor may need to adjust their average unit price accordingly to address this differential in fitting type.

Q47. With regard to the 2” ARV, the plans do not designate whether the ARV is manual or automatic, yet there is a bid item for each type. Please provide a list of the specific ARV types so that the Contractor’s can price each type appropriately. A47. There is only one automatic ARV and it is shown on the drawing. The rest are manual.

Q48. With regard to the 18” GV, there are two bid items with one designated as “Side Actuated”. As with the other quantities, the combined total of the two bid items is 5 each while there are only 3 each shown on the plans. Can you adjust quantity accordingly?A48. The quantity has been adjusted on the revised bid form attached.

Q49. CCU Specification 2.1.1.1.b states “side actuated gate valves shall be used on 14” or larger main”. If the CCU specification is applicable, all of the valves larger than 12” should be side actuated. Please advise. A49. For this particular project only the side actuated gate valves indicated on the plan shall be installed. All others shall be standard gate valves.

Q50. With regard to the 24” GV, there are two bid items with one designated as “Side Actuated”. As with the other quantities, the combined total of the two bid items is 11 each while there are only 9 each shown on the plans. Please adjust quantity accordingly.A50. This item has been adjusted accordingly on the revised bid form (attached).

Q51. CU Specification 2.1.1.1.b states “side actuated gate valves shall be used on 14” or larger main”. If the CCU specificationis applicable, all of the valves larger than 12” should be side actuated. Please advise. A51. For this particular project only the side actuated gate valves indicated on the plan shall be installed. All others shall be standard gate valves.

Q52. Aside from the 18” and 24” GV, please address the 16” and 20” gate valves as well. A52. For this particular project the only side actuated gate valves indicated on the plan shall be installed. All others shall be standard gate valves.

Q53. With regard to the Pipe Removal, the plans do not designate the type of material. The disposal costs varying drastically between PVC, DIP and asbestos cement. Please provide the type of pipe being removed. A53. The County is unsure of the exact type of existing pipe that needs to be removed. Nevertheless, we have estimated and further itemized the quantities to reflect each category of pipe suggested, PVC/HDPE, ductile, and asbestos pipe removal, on therevised bid form.

Q54. With regard to the pipe removal, if the existing pipe is not in conflict with any of the proposed construction, can the pipesbe grouted and/or abandoned in place?

Page 6: 13-426 Burnt St ADD-3 DRAFTdnhiggins.com/docs/Addendum 3 - Burnt Store Road.pdf · RE: ADDENDUM #3 - BID NO. 2013000426 - BURNT STORE ROAD PHASE III CONSTRUCTION BID OPENING DATE:

6

A54. No, CCU wants the pipe removed.

Q55. With regard to Bid Item U-7 Temporary Shoring (Sheet Piling), there is none designated on the plans. What is the scope of work for this bid item? A55. Temporary shoring is indicated near station 167 at the NE corner of the intersection with Harborside to protect an existingsign. The plans attached to Addendum No. 1 reflect this shoring.

Q56. With regard to the CCU Restraint Table, there are no restraint lengths for vertical fittings. Please provide the restraintlengths for vertical fittings. A56. The word Horizontal in CCU Restraint Table 1 GD-01 will be removed. There will be no distinction between vertical or horizontal fittings.

Q57. A review of the bid specifications for TS-10, 331 Asphalt Concrete Type S indicates a pay item in the contract of 331 1 12for Type S Asphalt. However, the bid form item is shown as 334 1 12, which is a Superpave Traffic Level B Asphalt. Which is thecorrect item that the Contractor should bid? A57. Type S-1 is correct.

Q58. Review of TS-11, 337 Asphalt concrete Friction course, Type FC-2 indicates a pay item in the contract of 337 7 5 which is an FC-5 friction course with Rubber and not the description provided of FC-2 (3/4”). In addition the spread rate of FC 2 per theFDOT 2000 specifications as 50-60 lb/SY (1/2”) with granite, oolite & limestone materials or 28-35 lb/sy with a lightweight aggregate design. Also, FC 2 or 5 installation is typically not required when the speed limit is <55 mph but rather a dense gradedfriction course is applicable; similar to a 9.5 or 12.5 depending on the thickness desired. Please clarify which friction course item is to be bid. A58. The friction course will be FC-2 (3/4”) as shown on the plan. Anticipate a conventional aggregate and a spread rate of 80 –85 Lbs.

Q59. In review of the cross sections, there is a significant amount of overburden on top of the subsoil. Will the County pay for the removal and replacement of that material in the pay items for regular excavation and embankment? A59. The removal of overburden in areas of subsoil excavation will be paid under subsoil excavation. Replacement in subsoil excavation areas shall be paid under embankment.

Bidders are required to acknowledge receipt of this addendum on their bid forms. All other terms and conditions of the originalbidding and contract documents remain the same.

Original signed on file Kimberly A. Corbett, C.P.M., CPPB Senior Division Manager - Purchasing

KAC/cas

cc: Kelly Slaughter, Project Manager Clerk's Office, Minutes Division File

Page 7: 13-426 Burnt St ADD-3 DRAFTdnhiggins.com/docs/Addendum 3 - Burnt Store Road.pdf · RE: ADDENDUM #3 - BID NO. 2013000426 - BURNT STORE ROAD PHASE III CONSTRUCTION BID OPENING DATE:

49 Bid #2013000426 Revised 11/07/13

711-11-231 Thermoplastic, Std, Yellow, Skip, 10-30 GM 0.171

711-11-251 Thermoplastic, Std, Yellow, Dotted / Guideline/6-10 Gap Extension, 6" LF 802

999-3 Gopher Tortoise Relocation EA 75 UTILITIES

CCU-319 PVC Pipe Removal (All Sizes) LF 41,680 CCU-319 D.I. Pipe Removal (All Sizes) LF 5,210CCU-319 A.C. Pipe Removal (All Sizes) LF 5,210

DIRECTIONAL BORE HD 555-1-3 16" HDPE 3408 DIPS - Reclaimed Water

M iLF 220

555-1-3 16" HDPE 3408 DIPS - Water Main LF 220 555-1-4 20" HDPE 3408 DIPS - Force Main LF 220

DIRECT BURY STEEL C 730-76-109 16" Steel Casing LF 160 730-76-110 18" Steel Casing LF 520 730-76-111 20" Steel Casing LF 520 730-76-113 24" Steel Casing LF 680 730-76-115 28" Steel Casing LF 540 730-76-116 30” Steel Casing LF 730-76-117 32" Steel Casing LF 220 730-76-119 36" Steel Casing LF 196

DIRECT BURY WM 1050-11-224 6" PVC C900/C905 DR18 LF 80 1050-11-224 8" PVC C900/C905 DR18 LF 1,300 1050-11-224 10" PVC C900/C905 DR18 LF 180 1050-11-224 12" PVC C900/C905 DR18 LF 540 1050-11-224 16" PVC C900/C905 DR18 LF 14,600 1050-11-225 20" PVC C900/C905 DR18 LF 100 1050-11-225 24" PVC C900/C905 DR18 LF 13,400 1050-11-425 24" Ductile Iron Pipe LF 60

DIRECT BURY RECLAIMED 1050-11-224 4" PVC C900/C905 DR18 LF 240 1050-11-224 6" PVC C900/C905 DR18 LF 200 1050-11-224 12" PVC C900/C905 DR18 LF 1,580 1050-11-224 16" PVC C900/C905 DR18 LF 13,400

DIRECT BURY FM 1050-11-224 4" PVC C900/C905 DR18 LF 20 1050-11-224 6" PVC C900/C905 DR18 LF 480 1050-11-224 8" PVC C900/C905 DR18 LF 40 1050-11-224 10" PVC C900/C905 DR18 LF 40 1050-11-224 12" PVC C900/C905 DR18 LF 720 1050-11-225 20" PVC C900/C905 DR18 LF 13,400 1050-11-425 20" Ductile Iron Pipe LF 40

DIRECT BURY RAW WM 1050-11-224 4" PVC C900/C905 DR18 LF 80

Name of Bidder: (This form to be returned)

Page 8: 13-426 Burnt St ADD-3 DRAFTdnhiggins.com/docs/Addendum 3 - Burnt Store Road.pdf · RE: ADDENDUM #3 - BID NO. 2013000426 - BURNT STORE ROAD PHASE III CONSTRUCTION BID OPENING DATE:

50 Bid #2013000426 Revised 11/07/13

1050-11-224 12" PVC C900/C905 DR18 LF 80 1050-11-224 16" PVC C900/C905 DR18 LF 220 1050-11-224 18" PVC C900/C905 DR18 LF 7,400 1050-11-424 18" Ductile Iron Pipe LF 40

GATE VALVES 1080-11-404 6" Gate Valve EA 8 1080-11-404 8" Gate Valve EA 8 1080-11-404 10" Gate Valve EA 4 1080-11-404 12" Gate Valve EA 16 1080-11-404 16" Gate Valve EA 47 1080-11-404 18" Gate Valve EA 3 1080-11-404 18" Gate Valve - (Side Actuated) EA 2 1080-11-504 20" Gate Valve EA 20 1080-11-504 24" Gate Valve EA 7 1080-11-504 24" Gate Valve - (Side Actuated) EA 4 1080-11-204 2" ARV (Manual) EA 16 1080-11-204 2" ARV (Automatic) EA 2 1080-11-205 2" Temporary Blow-off Assembly EA 4 1644-116-08 Fire Hydrant Assembly EA 11 1644-9 Fire Hydrant Assembly, Remove EA 6 U-1 Record Drawings LS 1 U-2 Fittings (4" & Up) LBS 70,000 U-3 Perm Main End B/O Ass’y w/sample

P i t & M t BEA 2

U-4 1" Bacti Sample Point EA 15 U-5 2" PVC Pipe, Schedule 40 (for Venting

ARV' )LF 80

U-6 Protective Concrete Cap CY 2 U-7 Temporary Shoring (Sheet Piling) LS 1 U-8 Water Main Tie-In EA 17U-9 ReUse Main Tie-In EA 7U-10 Force Main Tie-In EA 9U-11 Raw Water Main Tie-In EA 6

STRUCTURES

400-4-1 Concrete Class IV, Culverts (w/wingwalls, headwall, cutoff walls) CY 2,000

400-4-1AConcrete Class IV, Traffic Barrier, 32" F Type (Coping, Ret. Wall, Junct. Slab, Sidewalk)

CY 59.2

400-4-11 Concrete Class IV, Retaining Wall CY 109.1 547-70-1 Riprap Fabr-Formed CNC, 8" Filt Points SY 57

LIGHTING 555-1-1 Directional Bore, Less than 6" LF 3,000 555-1-2 Directional Bore, 6" to <12" LF 500 639-1-13 Electrical Power Service AS 2 641-2-12 P-II Service Pole, 26' Height EA 2 715-1-11 Lighting Conductors, F & I, Insulated, No

10 ORLF 15,500

715-1-12 Lighting Conductors, F & I, Insulated, No 8 6

LF 90,000 715-2-11 Lighting - Conduit, F & I, Undergound LF 25,500

Page 9: 13-426 Burnt St ADD-3 DRAFTdnhiggins.com/docs/Addendum 3 - Burnt Store Road.pdf · RE: ADDENDUM #3 - BID NO. 2013000426 - BURNT STORE ROAD PHASE III CONSTRUCTION BID OPENING DATE:

50A Bid #2013000426 Revised 11/07/13

715-4-022 Light Pole Complete - F & I, WS 130, 45', Spec. Foundation EA 135

715-7-11 Load Center, F & I, Secondary Voltage EA 2 715-14-11 Lighting - Pull Box, F & I, Roadside

M ld dEA 120

715-14-12 Lighting - Pull Box, F & I, Sidewalk EA 25 783-4-112 ITS Conduit, F & I, Underground LF 25,500 783-5-1 ITS Pull Box for Fiber Optic Cable, F & I EA 20

TOTAL AMOUNT

Name of Bidder: (This form to be returned)

Page 10: 13-426 Burnt St ADD-3 DRAFTdnhiggins.com/docs/Addendum 3 - Burnt Store Road.pdf · RE: ADDENDUM #3 - BID NO. 2013000426 - BURNT STORE ROAD PHASE III CONSTRUCTION BID OPENING DATE:
Page 11: 13-426 Burnt St ADD-3 DRAFTdnhiggins.com/docs/Addendum 3 - Burnt Store Road.pdf · RE: ADDENDUM #3 - BID NO. 2013000426 - BURNT STORE ROAD PHASE III CONSTRUCTION BID OPENING DATE:
Page 12: 13-426 Burnt St ADD-3 DRAFTdnhiggins.com/docs/Addendum 3 - Burnt Store Road.pdf · RE: ADDENDUM #3 - BID NO. 2013000426 - BURNT STORE ROAD PHASE III CONSTRUCTION BID OPENING DATE:
Page 13: 13-426 Burnt St ADD-3 DRAFTdnhiggins.com/docs/Addendum 3 - Burnt Store Road.pdf · RE: ADDENDUM #3 - BID NO. 2013000426 - BURNT STORE ROAD PHASE III CONSTRUCTION BID OPENING DATE:
Page 14: 13-426 Burnt St ADD-3 DRAFTdnhiggins.com/docs/Addendum 3 - Burnt Store Road.pdf · RE: ADDENDUM #3 - BID NO. 2013000426 - BURNT STORE ROAD PHASE III CONSTRUCTION BID OPENING DATE:
Page 15: 13-426 Burnt St ADD-3 DRAFTdnhiggins.com/docs/Addendum 3 - Burnt Store Road.pdf · RE: ADDENDUM #3 - BID NO. 2013000426 - BURNT STORE ROAD PHASE III CONSTRUCTION BID OPENING DATE:
Page 16: 13-426 Burnt St ADD-3 DRAFTdnhiggins.com/docs/Addendum 3 - Burnt Store Road.pdf · RE: ADDENDUM #3 - BID NO. 2013000426 - BURNT STORE ROAD PHASE III CONSTRUCTION BID OPENING DATE:
Page 17: 13-426 Burnt St ADD-3 DRAFTdnhiggins.com/docs/Addendum 3 - Burnt Store Road.pdf · RE: ADDENDUM #3 - BID NO. 2013000426 - BURNT STORE ROAD PHASE III CONSTRUCTION BID OPENING DATE:
Page 18: 13-426 Burnt St ADD-3 DRAFTdnhiggins.com/docs/Addendum 3 - Burnt Store Road.pdf · RE: ADDENDUM #3 - BID NO. 2013000426 - BURNT STORE ROAD PHASE III CONSTRUCTION BID OPENING DATE:
Page 19: 13-426 Burnt St ADD-3 DRAFTdnhiggins.com/docs/Addendum 3 - Burnt Store Road.pdf · RE: ADDENDUM #3 - BID NO. 2013000426 - BURNT STORE ROAD PHASE III CONSTRUCTION BID OPENING DATE:
Page 20: 13-426 Burnt St ADD-3 DRAFTdnhiggins.com/docs/Addendum 3 - Burnt Store Road.pdf · RE: ADDENDUM #3 - BID NO. 2013000426 - BURNT STORE ROAD PHASE III CONSTRUCTION BID OPENING DATE:
Page 21: 13-426 Burnt St ADD-3 DRAFTdnhiggins.com/docs/Addendum 3 - Burnt Store Road.pdf · RE: ADDENDUM #3 - BID NO. 2013000426 - BURNT STORE ROAD PHASE III CONSTRUCTION BID OPENING DATE: