5TH STREET BRIDGE REPLACEMENT PROJECT CONTRACT JUNE 16, 2017

Size: px
Start display at page:

Download "5TH STREET BRIDGE REPLACEMENT PROJECT CONTRACT JUNE 16, 2017"

Transcription

1 ADDENDUM NO. 3 5TH STREET BRIDGE REPLACEMENT PROJECT CONTRACT JUNE 16, 2017 OWNER City of Yuba City 1201 Civic Center Blvd Yuba City CA (530) (530) (Fax) GENERAL Scope A. This Addendum forms a part of the bidding and contract documents and modifies the Project Specifications and Project Plans described below. B. This Addendum consists of 55 pages. Acknowledgment A. Acknowledge receipt of this Addendum in the space provided on the Bid Form. Failure to acknowledge this addendum may result in rejection of bid. THE FOLLOWING PROJECT PLAN SHEETS ARE REVISED AND ATTACHED: Sheets 42, 49, 50, 140, 144, 203, 238, 267, 273, 301, 305, 312, and 315 Substitute for the like-numbered sheet. BOOK 1 BID BOOK IS MODIFIED AS FOLLOWS: The following items have been replaced since the original Bid Documents: Bid Items 35, 49, 114, 124, 135, 149, 150, 152, 154, 155, 168,196, 220, 229, 241, and 249. Bid item 33A is added. Replace the Bid Item List on pages 3-10 and pages with: 1

2 5TH STREET BRIDGE REPLACEMENT PROJECT CONTRACT NO BID ITEM LIST ITEM ITEM P- ITEM UNIT OF ESTIMATED UNIT ITEM NO. CODE F MEASURE QUANTITY PRICE TOTAL LEAD COMPLIANCE PLAN LS PROGRESS SCHEDULE (CRITICAL PATH METHOD) LS DEVELOP WATER SUPPLY LS CONSTRUCTION AREA SIGNS LS TRAFFIC CONTROL SYSTEM LS TYPE III BARRICADE EA TEMPORARY PAVEMENT MARKING (PAINT) SQFT 5, TEMPORARY TRAFFIC STRIPE (PAINT) LF 140, PORTABLE DELINEATOR EA 1, TEMPORARY PAVEMENT MARKER EA 2, PORTABLE TEMPORARY SIGNAL ( BRIDGE/EB ON RAMP TO 5th ST AND SECOND ST AND BRIDGE ST) VOID EA PORTABLE CHANGEABLE MESSAGE SIGN EA TEMPORARY RAILING (TYPE K) LF 14, TEMPORARY CRASH CUSHION MODULE EA 164 2

3 ITEM ITEM P- ITEM UNIT OF ESTIMATED UNIT ITEM NO. CODE F MEASURE QUANTITY PRICE TOTAL TEMPORARY ALTERNATIVE CRASH CUSHION EA JOB SITE MANAGEMENT LS PREPARE STORM WATER POLLUTION PREVENTION PLAN LS RAIN EVENT ACTION PLAN EA STORM WATER SAMPLING AND ANALYSIS DAY EA STORM WATER ANNUAL REPORT EA TEMPORARY HYDROSEED SQYD 12, TEMPORARY DRAINAGE INLET PROTECTION EA TEMPORARY FIBER ROLL LF 20, TEMPORARY GRAVEL BAG BERM LF TEMPORARY CONSTRUCTION ENTRANCE EA STREET SWEEPING LS TEMPORARY ACTIVE TREATMENT SYSTEM LS TEMPORARY CONCRETE WASHOUT LS WATER QUALITY SAMPLING AND ANALYSIS DAY VOID EA WATER QUALITY MONITORING REPORT EA WATER QUALITY ANNUAL REPORT EA ASBESTOS COMPLIANCE PLAN LS 1 3

4 ITEM ITEM P- ITEM UNIT OF ESTIMATED UNIT ITEM NO. CODE F MEASURE QUANTITY PRICE TOTAL CONTRACTOR SUPPLIED QUALIFIED SWALLOW BIOLOGIST AND QUALIFIED BIRD EXCLUSION EXPERT 4 LS 1 33A AIR BUBBLE CURTAIN SYSTEM LS REMOVE BOLLARD EA REMOVE 4" PVC (WATER) LF REMOVE STOP LOG SYSTEM LF REMOVE CONCRETE PAVEMENT (SQYD) SQYD REMOVE CONCRETE SIGN FOUNDATION EA REMOVE STEEL AND CONCRETE (MISCELLANEOUS)(CY) CY TEMPORARY HIGH-VISIBILITY FENCE LF 5, RESIDENT ENGINEERS OFFICE LS REMOVE TREE (10"-24") EA CLEARING AND GRUBBING (LS) LS REMOVE TREE (25"-36") EA REMOVE TREE (> 36") EA ROADWAY EXCAVATION CY 54, ROADWAY EXCAVATION (UNSUITABLE MATERIAL) VOID CY F STRUCTURE EXCAVATION (BRIDGE) CY 7, STRUCTURE EXCAVATION (TYPE D) CY 770

5 ITEM ITEM P- ITEM UNIT OF ESTIMATED UNIT ITEM NO. CODE F MEASURE QUANTITY PRICE TOTAL F STRUCTURE EXCAVATION (RETAINING WALL) CY 2, SAND BEDDING CY F STRUCTURE BACKFILL (BRIDGE) CY F STRUCTURE BACKFILL (RETAINING WALL) CY 4, F STRUCTURE BACKFILL (LEVEE FILL) CY 5, F PERVIOUS BACKFILL (RETAINING WALL) CY F 2"-4" GRAVEL CY DITCH EXCAVATION CY 2, LEVEE MATERIAL IMPORT BORROW CY 4, WEED GERMINATION SQYD 12, IRON SULFATE (LB) LB SOIL AMENDMENT CY 6 VOID RELOCATE BACKFLOW PREVENTER ASSEMBLY EA PACKET FERTILIZER EA 6, SLOW-RELEASE FERTILIZER LB PLANT (GROUP K) 24" BOX EA PLANT (GROUP A) EA 2, PLANT ESTABLISHMENT WORK (1 YEAR) LS ROCK MULCH (RETENTION BASIN) LS DECOMPOSED GRANITE SQFT 6,878 5

6 ITEM ITEM P- ITEM UNIT OF ESTIMATED UNIT ITEM NO. CODE F MEASURE QUANTITY PRICE TOTAL WOOD MULCH CY 1, RIVER COBBLE SET IN CONCRETE SQFT 4, BOULDERS LS ROOT BARRIER LF CONTROL AND NEUTRAL CONDUCTORS LS " REMOTE CONTROL VALVE EA /2" REMOTE CONTROL VALVE EA " REMOTE CONTROL VALVE EA STATION IRRIGATION CONTROLLER AND ENCLOSURE (ICC 'B') 24 STATION IRRIGATION CONTROLLER AND ENCLOSURE (ICC 'A' & 'B') 6 EA 1 EA P-F 1" SUPPLY LINE (COPPER PIPE) LF P-F 2" SUPPLY LINE (COPPER PIPE) LF " POTABLE WATER CONNECTION ASSEMBLY AND ENCLOSURE EA CONNECT TO EXISTING IRRIGATION MAILINE EA FLOW SENSOR EA TREE WELL SPRINKLER ASSEMBLY (C-2 Mod) EA RISER SPRINKLER ASSEMBLY (GEAR DRIVEN) (A-5, A-7, A-11) VOID EA POP-UP SPRINKLER ASSEMBLY (GEAR DRIVEN) EA 302

7 ITEM ITEM P- ITEM UNIT OF ESTIMATED UNIT ITEM NO. CODE F MEASURE QUANTITY PRICE TOTAL (A-6, A-8, A-12) POP-UP SPRINKLER ASSEMBLY (SHRUB SPRAY) (B-1) EA " GATE VALVE EA P 8" GATE VALVE EA /4" PLASTIC PIPE (SCHEDULE 40) (SUPPLY LINE) LF 8, " PLASTIC PIPE (SCHEDULE 40) (SUPPLY LINE) LF 1, /4"PLASTIC PIPE (SCHEDULE 40) (SUPPLY LINE) 1-1/2" PLASTIC PIPE (SCHEDULE 40) (SUPPLY LINE) LF 1,150 LF " PLASTIC PIPE (SCHEDULE 40) (SUPPLY LINE) LF 1, " PLASTIC PIPE (SCHEDULE 40) (SUPPLY LINE) LF " PLASTIC PIPE (CLASS 315) (SUPPLY LINE) LF 4, " PVC PIPE CONDUIT (SLEEVE) LF FIBER ROLLS LF 10, HYDROSEED SQFT 231, CLASS 2 AGGREGATE BASE (CY) CY 20, CEMENT TREATED BASE (ROAD-MIXED, CLASS A)(CY) VOID CY 5, PULVERIZED ROADBED SQYD 4,133 7

8 ITEM ITEM P- ITEM UNIT OF ESTIMATED UNIT ITEM NO. CODE F MEASURE QUANTITY PRICE TOTAL HIGH FRICTION SURFACE TREATMENT SQYD SLURRY SEAL TON REPLACE ASPHALT CONCRETE PAVEMENT CY HOT MIX ASPHALT (TYPE A) TON 16, PLACE HOT MIX ASPHALT DIKE (TYPE A) LF PLACE HOT MIX ASPHALT DIKE (TYPE E) LF PLACE HOT MIX ASPHALT OVERSIDE DRAIN EA REMOVE ASPHALT CONCRETE PAVEMENT (SQFT) SQFT 58, REMOVE ASPHALT CONCRETE DIKE LF COLD PLANE ASPHALT CONCRETE PAVEMENT SQYD CONTINUOUSLY REINFORCED CONCRETE PAVEMENT CY 221 VOID DRILL AND BOND (DOWEL BAR) EA F ROCKERY RETAINING WALL CY BRIDGE TRESTLE LS TEMPORARY SHORING (5TH STREET BRIDGE) LS TEMPORARY SHORING (2ND STREET UC) LS TEMPORARY SHORING (ROADWAY) LS TEMPORARY PEDESTRIAN STAIRCASE LS " PERMANENT STEEL PILE CASING LF 880 8

9 ITEM ITEM P- ITEM UNIT OF ESTIMATED UNIT ITEM NO. CODE F MEASURE QUANTITY PRICE TOTAL " CAST-IN-DRILLED-HOLE CONCRETE PILING LF 5, " CAST-IN-DRILLED-HOLE CONCRETE PILING 9 LF P FURNISH PILING (CLASS 200) LF 4, DRIVE PILE (CLASS 200) EA P PRESTRESSING CAST-IN-PLACE CONCRETE LS F STRUCTURE CONCRETE, BRIDGE FOOTING CY F STRUCTURAL CONCRETE, BRIDGE CY 12, F STRUCTURAL CONCRETE, BRIDGE (POLYMER FIBER) CY 4, F STRUCTURAL CONCRETE, RETAINING WALL CY F STRUCTURAL CONCRETE, APPROACH SLAB CY F STRUCTURAL CONCRETE, APPROACH SLAB (TYPE N) CY F STRUCTURAL CONCRETE, HEADWALL CY F MINOR CONCRETE (MINOR STRUCTURE) CY F MINOR CONCRETE (BACKFILL) CY F ARCHITECTURAL TREATMENT SQFT DECORATIVE STEEL LB DRILL AND BOND DOWEL LF F FURNISH PRECAST PRESTRESSED PRESTRESSED CONCRETE CA WIDE FLANGE GIRDER (140'- VOID EA 7

10 ITEM ITEM P- ITEM UNIT OF ESTIMATED UNIT ITEM NO. CODE F MEASURE QUANTITY PRICE TOTAL F 150') FURNISH PRECAST PRESTRESSED PRESTRESSED CONCRETE CA WIDE FLANGE GIRDER (150'- 160') F ERECT PRECAST CONCRETE GIRDER EA TEMPORARY HINGE DEAD WEIGHT LS PTFE BEARING EA P JOINT SEAL ASSEMBLY (MR 4") LF P JOINT SEAL (MR 2") LF JOINT SEAL (TYPE A) LF P JOINT SEAL ASSEMBLY (MR 9") LF P-F BAR REINFORCING STEEL (BRIDGE) LB 5,636, P-F BAR REINFORCING STEEL (RETAINING WALL) LB 211, PEDESTRIAN BARRICADE (TYPE A) EA RECONSTRUCT REMOVE RETAINING WALL (MASONRY WALL) EA VOID 2 LF F SOUND WALL (REINFORCED CONCRETE) SQFT VIBRATION MONITORING LS REMOVE RETAINING WALL (LF) LF BRIDGE REMOVAL (UPR No. 18C-0023) LS BRIDGE REMOVAL (UPR No. 18C-0018) LS 1 10

11 ITEM ITEM P- ITEM UNIT OF ESTIMATED UNIT ITEM NO. CODE F MEASURE QUANTITY PRICE TOTAL BRIDGE REMOVAL (5th STREET No. 18C-0012) LS BRIDGE REMOVAL (2nd STREET No. 18C-0055) LS P-F MISCELLANEOUS METAL (RESTRAINER - CABLE TYPE) LB 8, P 4" PLASTIC PIPE (SEWER) LF P 4" PLASTIC PIPE (WATER) LF P 4" PLASTIC PIPE (COMMUNICATIONS) LF 2, P 18" REINFORCED CONCRETE PIPE LF 6, P 24" REINFORCED CONCRETE PIPE LF P 30" REINFORCED CONCRETE PIPE LF P 36" REINFORCED CONCRETE PIPE LF P 6" PERFORATED STEEL PIPE UNDERDRAIN LF " CORRUGATED STEEL PIPE RISER (0.109" THICK) LF WELDED STEEL PIPE CASING (BRIDGE) LF " WELDED STEEL PIPE CASING (BRIDGE) LF " WELDED STEEL PIPE CASING (BRIDGE) LF P 8" WELDED STEEL PIPE (.134" THICK) LF P 12" COATED WELDED STEEL PIPE (0.25" THICK)(BRIDGE) VOID LF 2, " CONCRETE FLARED END SECTION EA 6 11

12 ITEM ITEM P- ITEM UNIT OF ESTIMATED UNIT ITEM NO. CODE F MEASURE QUANTITY PRICE TOTAL SHALLOW MANHOLE EA MANHOLE EA ABANDON MANHOLE EA ABANDON PIPELINE EA REMOVE PIPE (LF) LF 1, REMOVE INLET EA REMOVE HEADWALL EA REMOVE MANHOLE EA REMODEL MANHOLE EA ADJUST MANHOLE TO GRADE EA ADJUST VALVE BOX EA REMOVE SEWER PIPE LF F F REMOVE AND REPLACE ROCK SLOPE PROTECTION ROCK SLOPE PROTECTION (LIGHT, METHOD B) (CY) ROCK SLOPE PROTECTION (NO. 2, METHOD B)(CY) VOID LS 1 CY 1,660 CY CONCRETE (CHANNEL LINING) CY SLOPE PAVING (CONCRETE) CY P ROCK SLOPE PROTECTION FABRIC (CLASS 8) SQYD 5,260 12

13 ITEM ITEM P- ITEM UNIT OF ESTIMATED UNIT ITEM NO. CODE F MEASURE QUANTITY PRICE TOTAL P FILTER FABRIC SY MINOR CONCRETE (TALL RETAINING CURB) LF F MINOR CONCRETE (CURB) (CY) CY MINOR CONCRETE (GUTTER) (LF) LF F MINOR CONCRETE (GUTTER) (CY) CY DETECTABLE WARNING SURFACE SQFT F MINOR CONCRETE (CURB AND GUTTER) CY F MINOR CONCRETE (DRIVEWAY) CY F MINOR CONCRETE (SIDEWALK) CY MINOR CONCRETE (TEXTURED PAVING) CY F MINOR CONCRETE (CURB RAMP) CY REMOVE CONCRETE CURB (LF) LF 1, REMOVE CONCRETE (CURB AND GUTTER) LF 5, REMOVE CONCRETE (CURB, GUTTER, AND SIDEWALK) (LF) VOID 13 LF 4, P-F MISCELLANEOUS IRON AND STEEL LB 27, UNDERSIDEWALK DRAIN EA MISCELLANEOUS METAL (BRIDGE) LB 2, P-F BRIDGE DECK DRAINAGE SYSTEM LB 60, DESTROY WELL EA WATERLINE CRADLE EA 158

14 ITEM ITEM P- ITEM UNIT OF ESTIMATED UNIT ITEM NO. CODE F MEASURE QUANTITY PRICE TOTAL DUCT BANK CRADLE EA CURED-IN-PLACE PIPELINER LF P 4" PLASTIC PIPE (COMMUNICATIONS) (IN BRIDGE) 14 LF 21, RESET FIRE HYDRANT EA P FIRE HYDRANT EA DOUBLE BALL EXPANSION JOINT EA ADJUST MONITORING WELL TO GRADE EA SINGLE BALL EXPANSION JOINT EA PIPE BOLLARD EA " DUCTILE IRON PIPE LF 2, " DUCTILE IRON PIPE (APPROACH) LF 709 VOID AIR RELEASE VALVE EA PARKING BUMPER (PRECAST CONCRETE) EA CONTRACTOR SUPPLIED GENERATOR DAY PIPE FENCE LF TEMPORARY FENCE (TYPE CL-6) LF 2, ' TEMPORARY GATE (TYPE CL-6) EA P CHAIN LINK FENCE (TYPE CL-4, VINYL-CLAD) LF P CHAIN LINK FENCE (TYPE CL-6, VINYL CLAD) LF P CHAIN LINK FENCE (TYPE CL-6, BREAK-AWAY) LF 1,172

15 ITEM ITEM P- ITEM UNIT OF ESTIMATED UNIT ITEM NO. CODE F MEASURE QUANTITY PRICE TOTAL P PIPE GATE EA P 4' CHAIN LINK GATE (TYPE CL-6) EA P 10' CHAIN LINK GATE (TYPE CL-6) EA P 14' CHAIN LINK GATE (TYPE CL-6) EA REMOVE FENCE LF REMOVE GATE EA P RECONSTRUCT FENCE LF RECONSTRUCT AND PAINT FENCE (PIPE RAILING) LF REMOVE PAVEMENT MARKER EA 1, REMOVE CHANNELIZERS EA TEMPORARY DELINEATOR (CLASS 1)(SURFACE MOUNTED) EA 142 VOID P PAVEMENT MARKER (RETROREFLECTIVE) EA 1, OBJECT MARKER (TYPE N) EA OBJECT MARKER (TYPE P) EA OBJECT MARKER (TYPE R) EA REMOVE RELOCATE MONUMENT SIGN EA REMOVE ROADSIDE SIGN EA RESET ROADSIDE SIGN EA FURNISH SINGLE SHEET ALUMINUM SIGN SQFT

16 ITEM ITEM P- ITEM UNIT OF ESTIMATED UNIT ITEM NO. CODE F MEASURE QUANTITY PRICE TOTAL (0.063"-UNFRAMED) ROADSIDE SIGN - ONE POST EA ROADSIDE SIGN - TWO POST EA INSTALL SIGN (STRAP AND SADDLE BRACKET METHOD) EA BRIDGE PLAQUES EA STEEL PICKET RAILING LF P-F PIPE HANDRAILING LF P-F STAIRWAY RAILING LF P-F TUBULAR HAND RAILING LF 2, P TRANSITION RAILING (TYPE WB-31) EA ALTERNATIVE FLARED TERMINAL SYSTEM EA CRASH CUSHION EA 5 VOID CONCRETE BARRIER (TYPE 60) LF F CONCRETE BARRIER (TYPE 60A) LF 2, CONCRETE BARRIER (TYPE 60C) LF CONCRETE BARRIER (TYPE 60D) LF CONCRETE BARRIER (TYPE 60C MOD) LF F CONCRETE BARRIER (TYPE 736) LF F CONCRETE BARRIER (TYPE 742) (MOD) LF 2, F CONCRETE BARRIER (TYPE 742B MOD) LF

17 ITEM ITEM P- ITEM UNIT OF ESTIMATED UNIT ITEM NO. CODE F MEASURE QUANTITY PRICE TOTAL REMOVABLE BARRIER EA F CONCRETE BARRIER (C412B) LF F CONCRETE BARRIER (C412) LF 4, REMOVE GUARDRAIL LF THERMOPLASTIC TRAFFIC STRIPE LF 50, THERMOPLASTIC PAVEMENT MARKING SQFT 5, PAINT TRAFFIC STRIPE (2 COAT) LF 13, REMOVE THERMOPLASTIC TRAFFIC STRIPE LF 2, REMOVE THERMOPLASTIC PAVEMENT MARKING SQFT P BRIDGE AND STREET LIGHTING LS P TRAFFIC SIGNAL (5th St/J St) LS P TRAFFIC SIGNAL (Sutter St/5th St On-Off Ramp) LS P TRAFFIC SIGNAL (Second St /Bridge St) LS INTERCONNECTION CONDUIT AND CABLE (LS) LS TEMPORARY LIGHTING (SECOND STREET AND BRIDGE STREET) VOID LS MOBILIZATION LS 1 Items designated with a "F" indicate final pay item. Items designated with a "P" indicate the item is eligible for progress payment 17

18 TOTAL AMOUNT BID = THE BIDDER'S EXECUTION ON THE SIGNATURE PORTION OF THIS PROPOSAL SHALL ALSO CONSTITUTE AN ENDORSEMENT AND EXECUTION OF THOSE CERTIFICATIONS WHICH ARE A PART OF THIS PROPOSAL VOID 18

19 BOOK 2 NOTICE TO BIDDERS AND SPECIAL PROVISIONS IS MODIFIED AS FOLLOWS: Replace the Bid Item List on pages with: 5TH STREET BRIDGE REPLACEMENT PROJECT CONTRACT NO BID ITEM LIST ITEM ITEM P- ITEM UNIT OF ESTIMATED NO. CODE F MEASURE QUANTITY LEAD COMPLIANCE PLAN LS PROGRESS SCHEDULE (CRITICAL PATH METHOD) LS DEVELOP WATER SUPPLY LS CONSTRUCTION AREA SIGNS LS TRAFFIC CONTROL SYSTEM LS TYPE III BARRICADE EA TEMPORARY PAVEMENT MARKING (PAINT) SQFT 5, TEMPORARY TRAFFIC STRIPE (PAINT) LF 140, PORTABLE DELINEATOR EA 1, TEMPORARY PAVEMENT MARKER EA 2, PORTABLE TEMPORARY SIGNAL ( BRIDGE/EB ON RAMP TO 5th ST AND SECOND ST AND EA 2 BRIDGE ST) PORTABLE CHANGEABLE MESSAGE SIGN EA TEMPORARY RAILING (TYPE K) LF 14, TEMPORARY CRASH CUSHION MODULE EA TEMPORARY ALTERNATIVE CRASH CUSHION EA JOB SITE MANAGEMENT LS PREPARE STORM WATER POLLUTION PREVENTION PLAN LS RAIN EVENT ACTION PLAN EA STORM WATER SAMPLING AND ANALYSIS DAY EA STORM WATER ANNUAL REPORT EA TEMPORARY HYDROSEED SQYD 12, TEMPORARY DRAINAGE INLET PROTECTION EA TEMPORARY FIBER ROLL LF 20,000 19

20 ITEM ITEM P- ITEM UNIT OF ESTIMATED NO. CODE F MEASURE QUANTITY TEMPORARY GRAVEL BAG BERM LF TEMPORARY CONSTRUCTION ENTRANCE EA STREET SWEEPING LS TEMPORARY ACTIVE TREATMENT SYSTEM LS TEMPORARY CONCRETE WASHOUT LS WATER QUALITY SAMPLING AND ANALYSIS DAY EA WATER QUALITY MONITORING REPORT EA WATER QUALITY ANNUAL REPORT EA ASBESTOS COMPLIANCE PLAN LS CONTRACTOR SUPPLIED QUALIFIED SWALLOW BIOLOGIST AND QUALIFIED BIRD EXCLUSION LS 1 EXPERT 33A AIR BUBBLE CURTAIN SYSTEM LS REMOVE BOLLARD EA REMOVE 4" PVC (WATER) LF REMOVE STOP LOG SYSTEM LF REMOVE CONCRETE PAVEMENT (SQYD) SQYD REMOVE CONCRETE SIGN FOUNDATION EA REMOVE STEEL AND CONCRETE (MISCELLANEOUS)(CY) CY TEMPORARY HIGH-VISIBILITY FENCE LF 5, RESIDENT ENGINEERS OFFICE LS REMOVE TREE (10"-24") EA CLEARING AND GRUBBING (LS) LS REMOVE TREE (25"-36") EA REMOVE TREE (> 36") EA ROADWAY EXCAVATION CY 54, ROADWAY EXCAVATION (UNSUITABLE MATERIAL) CY F STRUCTURE EXCAVATION (BRIDGE) CY 7, STRUCTURE EXCAVATION (TYPE D) CY F STRUCTURE EXCAVATION (RETAINING WALL) CY 2, SAND BEDDING CY F STRUCTURE BACKFILL (BRIDGE) CY F STRUCTURE BACKFILL (RETAINING WALL) CY 4, F STRUCTURE BACKFILL (LEVEE FILL) CY 5, F PERVIOUS BACKFILL (RETAINING WALL) CY F 2"-4" GRAVEL CY DITCH EXCAVATION CY 2,660 20

21 ITEM ITEM P- ITEM UNIT OF ESTIMATED NO. CODE F MEASURE QUANTITY LEVEE MATERIAL IMPORT BORROW CY 4, WEED GERMINATION SQYD 12, IRON SULFATE (LB) LB SOIL AMENDMENT CY RELOCATE BACKFLOW PREVENTER ASSEMBLY EA PACKET FERTILIZER EA 6, SLOW-RELEASE FERTILIZER LB PLANT (GROUP K) 24" BOX EA PLANT (GROUP A) EA 2, PLANT ESTABLISHMENT WORK (1 YEAR) LS ROCK MULCH (RETENTION BASIN) LS DECOMPOSED GRANITE SQFT 6, WOOD MULCH CY 1, RIVER COBBLE SET IN CONCRETE SQFT 4, BOULDERS LS ROOT BARRIER LF CONTROL AND NEUTRAL CONDUCTORS LS " REMOTE CONTROL VALVE EA /2" REMOTE CONTROL VALVE EA " REMOTE CONTROL VALVE EA STATION IRRIGATION CONTROLLER AND ENCLOSURE (ICC 'B') EA STATION IRRIGATION CONTROLLER AND ENCLOSURE (ICC 'A' & 'B') EA P-F 1" SUPPLY LINE (COPPER PIPE) LF P-F 2" SUPPLY LINE (COPPER PIPE) LF " POTABLE WATER CONNECTION ASSEMBLY AND ENCLOSURE EA CONNECT TO EXISTING IRRIGATION MAILINE EA FLOW SENSOR EA TREE WELL SPRINKLER ASSEMBLY (C-2 Mod) EA RISER SPRINKLER ASSEMBLY (GEAR DRIVEN) (A-5, A-7, A-11) EA POP-UP SPRINKLER ASSEMBLY (GEAR DRIVEN) (A-6, A-8, A-12) EA POP-UP SPRINKLER ASSEMBLY (SHRUB SPRAY) (B-1) EA " GATE VALVE EA P 8" GATE VALVE EA /4" PLASTIC PIPE (SCHEDULE 40) (SUPPLY LF 8,100 21

22 ITEM ITEM P- ITEM UNIT OF ESTIMATED NO. CODE F MEASURE QUANTITY LINE) " PLASTIC PIPE (SCHEDULE 40) (SUPPLY LINE) LF 1, /4"PLASTIC PIPE (SCHEDULE 40) (SUPPLY LINE) LF 1, /2" PLASTIC PIPE (SCHEDULE 40) (SUPPLY LINE) LF " PLASTIC PIPE (SCHEDULE 40) (SUPPLY LINE) LF 1, " PLASTIC PIPE (SCHEDULE 40) (SUPPLY LINE) LF " PLASTIC PIPE (CLASS 315) (SUPPLY LINE) LF 4, " PVC PIPE CONDUIT (SLEEVE) LF FIBER ROLLS LF 10, HYDROSEED SQFT 231, CLASS 2 AGGREGATE BASE (CY) CY 20, CEMENT TREATED BASE (ROAD-MIXED, CLASS A)(CY) CY 5, PULVERIZED ROADBED SQYD 4, HIGH FRICTION SURFACE TREATMENT SQYD SLURRY SEAL TON REPLACE ASPHALT CONCRETE PAVEMENT CY HOT MIX ASPHALT (TYPE A) TON 16, PLACE HOT MIX ASPHALT DIKE (TYPE A) LF PLACE HOT MIX ASPHALT DIKE (TYPE E) LF PLACE HOT MIX ASPHALT OVERSIDE DRAIN EA REMOVE ASPHALT CONCRETE PAVEMENT (SQFT) SQFT 58, REMOVE ASPHALT CONCRETE DIKE LF COLD PLANE ASPHALT CONCRETE PAVEMENT SQYD CONTINUOUSLY REINFORCED CONCRETE PAVEMENT CY DRILL AND BOND (DOWEL BAR) EA F ROCKERY RETAINING WALL CY BRIDGE TRESTLE LS TEMPORARY SHORING (5TH STREET BRIDGE) LS TEMPORARY SHORING (2ND STREET UC) LS TEMPORARY SHORING (ROADWAY) LS TEMPORARY PEDESTRIAN STAIRCASE LS " PERMANENT STEEL PILE CASING LF " CAST-IN-DRILLED-HOLE CONCRETE PILING LF 5, " CAST-IN-DRILLED-HOLE CONCRETE PILING LF

23 ITEM ITEM P- ITEM UNIT OF ESTIMATED NO. CODE F MEASURE QUANTITY P FURNISH PILING (CLASS 200) LF 4, DRIVE PILE (CLASS 200) EA P PRESTRESSING CAST-IN-PLACE CONCRETE LS F STRUCTURE CONCRETE, BRIDGE FOOTING CY F STRUCTURAL CONCRETE, BRIDGE CY 12, F STRUCTURAL CONCRETE, BRIDGE (POLYMER FIBER) CY 4, F STRUCTURAL CONCRETE, RETAINING WALL CY F STRUCTURAL CONCRETE, APPROACH SLAB CY F STRUCTURAL CONCRETE, APPROACH SLAB (TYPE N) CY F STRUCTURAL CONCRETE, HEADWALL CY F MINOR CONCRETE (MINOR STRUCTURE) CY F MINOR CONCRETE (BACKFILL) CY F ARCHITECTURAL TREATMENT SQFT DECORATIVE STEEL LB DRILL AND BOND DOWEL LF F FURNISH PRECAST PRESTRESSED PRESTRESSED CONCRETE CA WIDE FLANGE GIRDER (140'- EA 150') F FURNISH PRECAST PRESTRESSED PRESTRESSED CONCRETE CA WIDE FLANGE GIRDER (150'- EA 160') F ERECT PRECAST CONCRETE GIRDER EA TEMPORARY HINGE DEAD WEIGHT LS PTFE BEARING EA P JOINT SEAL ASSEMBLY (MR 4") LF P JOINT SEAL (MR 2") LF JOINT SEAL (TYPE A) LF P JOINT SEAL ASSEMBLY (MR 9") LF P-F BAR REINFORCING STEEL (BRIDGE) LB 5,636, P-F BAR REINFORCING STEEL (RETAINING WALL) LB 211, PEDESTRIAN BARRICADE (TYPE A) EA RECONSTRUCT REMOVE RETAINING WALL (MASONRY WALL) LF F SOUND WALL (REINFORCED CONCRETE) SQFT VIBRATION MONITORING LS REMOVE RETAINING WALL (LF) LF BRIDGE REMOVAL (UPR No. 18C-0023) LS BRIDGE REMOVAL (UPR No. 18C-0018) LS 1 23

24 ITEM ITEM P- ITEM UNIT OF ESTIMATED NO. CODE F MEASURE QUANTITY BRIDGE REMOVAL (5th STREET No. 18C-0012) LS BRIDGE REMOVAL (2nd STREET No. 18C-0055) LS P-F MISCELLANEOUS METAL (RESTRAINER - CABLE TYPE) LB 8, P 4" PLASTIC PIPE (SEWER) LF P 4" PLASTIC PIPE (WATER) LF P 4" PLASTIC PIPE (COMMUNICATIONS) LF 2, P 18" REINFORCED CONCRETE PIPE LF 6, P 24" REINFORCED CONCRETE PIPE LF P 30" REINFORCED CONCRETE PIPE LF P 36" REINFORCED CONCRETE PIPE LF P 6" PERFORATED STEEL PIPE UNDERDRAIN LF " CORRUGATED STEEL PIPE RISER (0.109" THICK) LF WELDED STEEL PIPE CASING (BRIDGE) LF " WELDED STEEL PIPE CASING (BRIDGE) LF " WELDED STEEL PIPE CASING (BRIDGE) LF P 8" WELDED STEEL PIPE (.134" THICK) LF P 12" COATED WELDED STEEL PIPE (0.25" THICK)(BRIDGE) LF 2, " CONCRETE FLARED END SECTION EA SHALLOW MANHOLE EA MANHOLE EA ABANDON MANHOLE EA ABANDON PIPELINE EA REMOVE PIPE (LF) LF 1, REMOVE INLET EA REMOVE HEADWALL EA REMOVE MANHOLE EA REMODEL MANHOLE EA ADJUST MANHOLE TO GRADE EA ADJUST VALVE BOX EA REMOVE SEWER PIPE LF REMOVE AND REPLACE ROCK SLOPE PROTECTION LS F ROCK SLOPE PROTECTION (LIGHT, METHOD B) (CY) CY 1, F ROCK SLOPE PROTECTION (NO. 2, METHOD B)(CY) CY CONCRETE (CHANNEL LINING) CY 28 24

25 ITEM ITEM P- ITEM UNIT OF ESTIMATED NO. CODE F MEASURE QUANTITY SLOPE PAVING (CONCRETE) CY P ROCK SLOPE PROTECTION FABRIC (CLASS 8) SQYD 5, P FILTER FABRIC SY MINOR CONCRETE (TALL RETAINING CURB) LF F MINOR CONCRETE (CURB) (CY) CY MINOR CONCRETE (GUTTER) (LF) LF F MINOR CONCRETE (GUTTER) (CY) CY DETECTABLE WARNING SURFACE SQFT F MINOR CONCRETE (CURB AND GUTTER) CY F MINOR CONCRETE (DRIVEWAY) CY F MINOR CONCRETE (SIDEWALK) CY MINOR CONCRETE (TEXTURED PAVING) CY F MINOR CONCRETE (CURB RAMP) CY REMOVE CONCRETE CURB (LF) LF 1, REMOVE CONCRETE (CURB AND GUTTER) LF 5, REMOVE CONCRETE (CURB, GUTTER, AND SIDEWALK) (LF) LF 4, P-F MISCELLANEOUS IRON AND STEEL LB 27, UNDERSIDEWALK DRAIN EA MISCELLANEOUS METAL (BRIDGE) LB 2, P-F BRIDGE DECK DRAINAGE SYSTEM LB 60, DESTROY WELL EA WATERLINE CRADLE EA DUCT BANK CRADLE EA CURED-IN-PLACE PIPELINER LF P 4" PLASTIC PIPE (COMMUNICATIONS) (IN BRIDGE) LF 21, RESET FIRE HYDRANT EA P FIRE HYDRANT EA DOUBLE BALL EXPANSION JOINT EA ADJUST MONITORING WELL TO GRADE EA SINGLE BALL EXPANSION JOINT EA PIPE BOLLARD EA " DUCTILE IRON PIPE LF 2, " DUCTILE IRON PIPE (APPROACH) LF AIR RELEASE VALVE EA PARKING BUMPER (PRECAST CONCRETE) EA CONTRACTOR SUPPLIED GENERATOR DAY PIPE FENCE LF 43 25

26 ITEM ITEM P- ITEM UNIT OF ESTIMATED NO. CODE F MEASURE QUANTITY TEMPORARY FENCE (TYPE CL-6) LF 2, ' TEMPORARY GATE (TYPE CL-6) EA P CHAIN LINK FENCE (TYPE CL-4, VINYL-CLAD) LF P CHAIN LINK FENCE (TYPE CL-6, VINYL CLAD) LF P CHAIN LINK FENCE (TYPE CL-6, BREAK-AWAY) LF 1, P PIPE GATE EA P 4' CHAIN LINK GATE (TYPE CL-6) EA P 10' CHAIN LINK GATE (TYPE CL-6) EA P 14' CHAIN LINK GATE (TYPE CL-6) EA REMOVE FENCE LF REMOVE GATE EA P RECONSTRUCT FENCE LF RECONSTRUCT AND PAINT FENCE (PIPE RAILING) LF REMOVE PAVEMENT MARKER EA 1, REMOVE CHANNELIZERS EA TEMPORARY DELINEATOR (CLASS 1)(SURFACE MOUNTED) EA P PAVEMENT MARKER (RETROREFLECTIVE) EA 1, OBJECT MARKER (TYPE N) EA OBJECT MARKER (TYPE P) EA OBJECT MARKER (TYPE R) EA REMOVE RELOCATE MONUMENT SIGN EA REMOVE ROADSIDE SIGN EA RESET ROADSIDE SIGN EA FURNISH SINGLE SHEET ALUMINUM SIGN (0.063"-UNFRAMED) SQFT ROADSIDE SIGN - ONE POST EA ROADSIDE SIGN - TWO POST EA INSTALL SIGN (STRAP AND SADDLE BRACKET METHOD) EA BRIDGE PLAQUES EA STEEL PICKET RAILING LF P-F PIPE HANDRAILING LF P-F STAIRWAY RAILING LF P-F TUBULAR HAND RAILING LF 2, P TRANSITION RAILING (TYPE WB-31) EA ALTERNATIVE FLARED TERMINAL SYSTEM EA CRASH CUSHION EA 5 26

27 ITEM ITEM P- ITEM UNIT OF ESTIMATED NO. CODE F MEASURE QUANTITY CONCRETE BARRIER (TYPE 60) LF F CONCRETE BARRIER (TYPE 60A) LF 2, CONCRETE BARRIER (TYPE 60C) LF CONCRETE BARRIER (TYPE 60D) LF CONCRETE BARRIER (TYPE 60C MOD) LF F CONCRETE BARRIER (TYPE 736) LF F CONCRETE BARRIER (TYPE 742) (MOD) LF 2, F CONCRETE BARRIER (TYPE 742B MOD) LF REMOVABLE BARRIER EA F CONCRETE BARRIER (C412B) LF F CONCRETE BARRIER (C412) LF 4, REMOVE GUARDRAIL LF THERMOPLASTIC TRAFFIC STRIPE LF 50, THERMOPLASTIC PAVEMENT MARKING SQFT 5, PAINT TRAFFIC STRIPE (2 COAT) LF 13, REMOVE THERMOPLASTIC TRAFFIC STRIPE LF 2, REMOVE THERMOPLASTIC PAVEMENT MARKING SQFT P BRIDGE AND STREET LIGHTING LS P TRAFFIC SIGNAL (5th St/J St) LS P TRAFFIC SIGNAL (Sutter St/5th St On-Off Ramp) LS P TRAFFIC SIGNAL (Second St /Bridge St) LS INTERCONNECTION CONDUIT AND CABLE (LS) LS TEMPORARY LIGHTING (SECOND STREET AND BRIDGE STREET) LS MOBILIZATION LS 1 Add to item 2.2 under working day in the definition for day in section : Permit extensions associated with CVFPB permit allowing bridge work between the levees are not granted. Bridge work is defined as all structural work necessary to construct the 5 th Street Bridge, including the demolition of the existing 5 th bridge. See section B for restrictions. 27

28 INSURANCE Replace section with: The Contractor shall procure and maintain for the duration of the contract insurance against all claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his agents, representatives, employees, or subcontractors. a. Minimum Scope of Insurance Coverage shall be at least as broad as: 1) Insurance Services Offices Commercial General Liability coverage (occurrence Form CG 00 01) including products and completed operations. 2) Insurance Services Office Form Number CA 0001 covering Automobile Liability, Code I (any auto). 3) Workers Compensation insurance as required by the State of California and Employer s Liability Insurance. b. Minimum Limits of Insurance The Contractor shall maintain limits no less than: 1) General Liability: $2,000,000 per occurrence for bodily injury, personal injury, and property damage. The aggregate limit shall be $2,000,000 and shall apply separately to the Contractor s work under this contract. 2) Automobile Liability: $1,000,000 per accident for bodily injury and property damage. 3) Workers Compensation: Statutory limits. 4) Employers Liability: $1,000,000 each accident, $1,000,000 policy limit bodily injury by disease, $1,000,000 each employee bodily injury by disease. If the contractor maintains higher limits than the minimums shown above, the City shall be entitled to coverage for the higher limits maintained by the contractor. c. Deductibles and Self-Insurance Retention Any deductibles or self-insurance retention must be declared to and approved by the City. At the option of the City, either the insurer shall reduce or eliminate such deductibles or self-insurance retention as respects the City, its officers, officials, employees and volunteers, or the Contractor shall provide a financial guarantee satisfactory to the City guaranteeing payment of losses and related investigations, claim administration and defense expenses. d. Other Insurance Provisions The general liability and automobile liability policies are to contain, or be endorsed to contain, the following provisions: 1) The City, its officers, officials, employees, and volunteers are to be covered as insureds on the CGL and automobile liability policies with respect to liability arising out of work or operations performed by or on behalf of the Contractor including materials, parts, or equipment furnished in connection with such work or operations and automobiles owned, leased, hired, or borrowed by or on behalf of the Contractor. General liability coverage can be provided in the form of an endorsement to the Contractor s insurance (at least as broad as ISO Form CG 20 10, or both CG and CG forms if later revisions are used). 2)For any claims related to this project, the Contractor s insurance coverage shall be primary insurance 28

29 as respects the City, its officers, officials, employees, and volunteers. Any insurance or selfinsurance maintained by the City, its officers, officials, employees or volunteers shall be excess of the Contractor s insurance and shall not contribute with it. 3) Each insurance policy required by this clause shall provide that coverage shall not be canceled, except after 30 days prior written notice has been provided to the City or 10 days prior written notice for non-payment of premium. e. Acceptability of Insurer Insurance is to be placed with insurers with a current A.M. Best rating of no less than A:VII unless otherwise acceptable to the City. Exception may be made for the State Compensation Insurance Fund when not specifically rated. f. Verification of Coverage Contractor shall furnish the City with original certificates and amendatory endorsements, or copies of the applicable insurance language, effecting coverage required by this contract. All certificates and endorsements are to be received and approved by the City before work commences. However, failure to obtain the required documents prior to the work beginning shall not waive the Contractor s obligation to provide them. The Entity reserves the right to require complete, certified copies of all required insurance policies, including endorsements, required by these specifications, at any time. g. Subcontractors Contractor shall require and verify that all subcontractors maintain insurance meeting all the requirements stated herein. h. Waiver of Subrogation Contractor hereby agrees to waive rights of subrogation which any insurer of Contractor may acquire from Contractor by virtue of the payment of any loss. Contractor agrees to obtain any endorsement that may be necessary to effect this waiver of subrogation. The Workers Compensation policy shall be endorsed with a waiver of subrogation in favor of the City for all work performed by the Contractor, its employees, agents and subcontractors. If the Contractor fails to maintain any insurance as required by this section, the City of Yuba City may take out such insurance to cover any damages for which the City of Yuba City might be held liable on account of the operations under this contract, and deduct and retain the amount of the premiums for such insurance from any sums due the Contractor under the contract. Nothing herein contained shall be construed as limiting in any way the extent to which the Contractor may be held responsible for payment of damages resulting from his operations, or those of any subcontractor under him. Maintenance of proper insurance coverage is a material element of the contract and failure to maintain or renew coverage or to provide evidence of renewal may be treated by the City as a material breach of contract. The City of Marysville, its officers, officials, employees, and volunteers should also be added to be covered as insureds on policies. Delete the last paragraph of section Add to section B: 29

30 Permit extensions for working between the levees is anticipated. Permit extensions for working in the levees is not anticipated and will not suspend working days. You are not entitled to additional direct or indirect compensation, including but not limited to cost of mobilizing and demobilizing, and overhead costs associated with the Department not obtaining CVFPB permit extensions. Maintain Public Convenience, Public Safety, in accordance with Section , and maintain SWPPP measures during the periods of non-working days at no additional cost to the City. See section for levee work restrictions. Replace the first two paragraphs of section with: You may work within the channel of the Feather River only from June 1 to October 1 of any year unless a permit extension is granted. You may work within bank, or riparian area of the Feather River only from June 1 to November 1 of any year unless a permit extension is granted.. You may work in the levees and between them in the floodplain only from April 15 to November 1 of any year unless a permit extension is granted. The levee must be completely restored to original grade or finished grade as directed by the Engineer by November 1 of any year. The City will prepare permit extension applications to work between the levees; you must work with the City to receive permit extensions and abide by all restrictions imposed on the extensions. Add to item 8 in the list describing the protection measures within Species Protection Area 1 in section A: Sheet piles should be treated the same as trestle piles for noise and vibration. They must be must be installed using vibratory driving to the greatest extent possible. If use of an impact hammer cannot be avoided, monitoring will be performed to ensure thresholds(as shown for trestle piles) are not exceeded. If thresholds are exceeded, a bubble curtain is required. Stop work if observed migrating fish are stunned or otherwise directly impacted by noise and vibration from pile driving. Work must not resume until the fish clears the construction area under its own power, or through collection and release by the City s qualified fish biologist. Add to section C: The transite pipes in Bridge 18C0012 contain asbestos. Include the handling and removal of the asbestos in the Asbestos Compliance Plan. 30

31 CLARIFICATIONS AS FOLLOWS: Question Answer Pier #4 CIDH has deep cutoff (assumed as part of Frame 1 part of Piles #2 & #3) which is customarily to utilize isolation columns. Why isn't permanent casing specified? Permanent casings are not requied, nor desirable due to potencial scour. Please note the cut-off elevation for Piers 2-4 was revised in Addendum No. 3 Page 6 Book 3, Revised Standards, Section Subcontractor List references the Subcontractor List form. Does this refer to the Bidder s List of Subcontractors form (page 27 of Book 1 Bid Book) or Exhibit 12-B Bidder s List of Subcontractors (page 28 of Book 1 Bid Book)? Addendum #2 will eliminate the Bidder's List of Subcontractors and replace the Exhibit 12-B. Section refers to the revised Exhibit 12-B. Page 6 Book 3, Revised Standards, Section Subcontractor List indicates a new threshold for subcontractors we are to list (only those that will perform work in an amount in excess of ½ of 1 percent of the total bid or $10,000, whichever is greater. Does this apply to both of the forms in #62 above? Addendum #2 will eliminate the Bidder's List of Subcontractors and replace the Exhibit 12-B. Section refers to the revised Exhibit 12-B. Per Page 6 Book 3, Revised Standards, Section Subcontractor List we are to provide subcontractor information such as Public Works Contractor registration number, Percentage of subcontracted work for each bid item listed, etc. Neither of the forms referenced in #62 above provide space for this additional required information. Please specify to which form this information applies, and how we are to incorporate this information into the identified form (or if a new, revised form will be issued by Addendum). Does the city plan to send a revised bid book to planholders based on the changes from Add #1? Section discusses a Prebid Outreach Meeting. Is this another meeting in addition to the Prebid Meeting? If so then please provide details. Addendum #2 will eliminate the Bidder's List of Subcontractors and replace the Exhibit 12-B. Section refers to the revised Exhibit 12-B, which has space for the registration number. No. Bidders should insert the latest bid form that is issued by addendum into the bid book they purchase from the City. Section of the RSS is titled Prebid Outreach Meeting, however it describes the prebid meeting as shown on the Notice to Bidders. No additional meeting is described,nor will be held. 31

32 Please clarify whether this bid is considered Informal or Non-Informal. Ref. Sht. 270 Abutment 1 Elevation, the detail reference B2-8 for the Class 200 Piles is referenced as Alt. X, however, on Sht. 273 Abutment 1 Sect. A-A, the detail is referenced as Alt. Y. Please clarify. Non-informal. Plan sheet 273 has been revised to show Alt "X" and will be included in Addendum #3. Ref. Bid Item 52 Structural Backfill (Bridge) The bid form quantity is 841 cubic yards. However, the sum of the item quantities on Sht. 267 (2nd Street Undercrossing) of 2,405 cy and Sht. 305 (5th Street Bridge) of 690 cy is 3,095 cubic yards. As this is a Final Pay item and not measured, would the Engineer please reconfirm and reconcile the quantity required? The quantities on sheet 267 were transposed. Sht 267 has been corrected and will be included in Addendum 3. Ref. Bid Item 53 Structural Backfill (Retaining Wall) The bid form quantity is 4,048 cubic yards. However, the sum of the item quantities on Sht. 267 (2nd Street Undercrossing) of 250 cy and Sht. 305 (5th Street Bridge) of 1,601 cy is 1,851 cubic yards. As this is a Final Pay item and not measured, would the Engineer please reconfirm and reconcile the quantity required? The quantities on sheet 267 were transposed. Sht 267 has been corrected and will be included in Addendum 3. Ref. Bid Item 48 Structural Excavation (Bridge) The bid form quantity is 7,068 cubic yards. After completing our takeoffs, that quantity seems significantly high. Given the quantity differences noted for Bid Items 52 & 53 and as this is a Final Pay item and not measured, would the Engineer please reconfirm the quantity required? Does the City have any information on the 2 wells that need to be destroyed and the exiting monitoring wells that need to be adjusted? In our search of the provided documents we have not found language that confirms the City of Yuba City will accept generator status of all unknown pre-existing hazardous material and will sign transportation manifests as such in the event that abatement is necessary. Please confirm. Additionally, please confirm that the City of Yuba City will indemnify the Contractor from any loss, cost, expense or fine related to any pre-existing hazardous material. The quantity has been verified and is consistent with non- standard cut slopes required for excavation in the levee prism as shown on sheets 75, 76, 77 and 269. The City does not have as-builts of the wells. The wells must be adjusted to grade per section 76-7 and using materials and construction requirements for new wells per section The City will be considered the generator of the unknown pre-existing hazardous material to the extent the release of the pre-existing hazardous material is not due to the Contractor's negligence or willful misconduct and will sign transportation manifests in the event that abatement is necessary when the City is considered the generator. The City will not indemnify the Contractor from "any loss, cost, expense or fine related to any pre-existing hazardous material." 32

33 No mutual waiver of consequential damages is currently included in the contract. Will the City please revise contract language to include a waiver of consequential damages? Looking at the irrigation specs, can t find them in the specs Type of, vales (Rainbird, or Hunter), irrigation controller (Rainbird etc,) is it 2-wire, type of sprinkler ( 6,4 or 12 pop-ups), make of gate vales brass or schedule 80, and type of flow sensor The City will not revise contract language to include a waiver of consequential damages clause. The irrigation requirements are described on the irrigation plans and specs. Specific brands are not required. Note 1 on plan sheet 118 states that the sewer line is a force main. The specifications only reference bypassing for the CIPP portion of sewer main work. Will a bypass be required for the relocation of the sewer main shown on UD-1? If so, please provide the flow rate of the existing force main. What type of pump/generator redundancy is required for the bypass system? What specifications should we use for the underground systems? Do the Yuba City standards apply throughout the project? The specifications reference City of Yuba City detail TR5 for the manholes. This detail shows 100% CL2AB backfill at a minimum of 5 around each manhole. Will the City accept a smaller excavation to install the manholes? It seems unnecessary to dig a 14 + diameter hole to install a 4 diameter manhole. The quantity for Remove 4 PVC (Water) appears to be incorrect. Sheet UD-8 shows 485 lf of removal compared to the 122 lf shown on the quantity sheet. Please revise the bid quantity. Bid item 106, replace AC surfacing. Is the furnish of the AC included in this item or should the contractor assume it is included in bid item 107 HMA Type A? Please provide Elevations for bottom of Retaining wall slab for all Retaining walls Please provide stages that Retaining walls 35W, 35E, 54N, 54S and 35S are to be constructed as they are not shown in the stage construction details. The force main shown on UD-1 is the lateral from Riverfront Park restrooms. The City will temporarily close the restrooms while system is relocated. Use City of Yuba City standards unless Caltrans standards are shown or specified. The City can accept a smaller excavation on a case by case basis provided the native material and Contractor's means and methods will assure adequate compaction around the manhole. In no case will the City allow an excavation smaller than the minimum necessary to allow adequate mechanical compaction of the Class 2AB backfill. Bid quantity has been revised to a total of 935 LF and will be included on Addendum 3. Item 107 does not include AC to be used for item 106. Item 106 bid amount should include AC necessary for replacement. For retaining walls shown on the bridge plans, the footing elevations are shown on the foundation plans or the retaining wall layout sheets. For the rockery wall, retaining wall No. 59 the slab elevation is based on FG, see details on Sht 380, Wall Details. For retaining wall 231, the footing elevations are on Sheet 382, General Plan. Sheets SC-2 and SC-6 have been revised to include construction of RWs 35W, 35E, 54N, 54S, & 35S. 33

34 Will the City please provide grading details for the ditch running through the basin to be excavated Will the City please provide grading details for the basin to be excavated as no details or topos are shown in this area. I am bidding the demolition phase of the bridge in yuba. There is quite a bit of planning to do given the river and logistics. Please let me know if the bid date is being planned to get pushed. The as builts for the 5th street bridge show 4 Pacific Bell Utility Ducts, these ducts are labeled as transite. Are we to assume they are asbestos? The asbestos report does not address them. The removal of asbestos transite pipe can additional costs and days to the bridge removal. Ditch flowline elevation at the lined channel shown on sheet C-10. Slope of ditch has been added. 6' Graded Ditch detail was revised in Addendum #3. Section D-D on sheet C-10 has been added for clarification in Addendum #3. There are no current plans to push the bid date out. Yes, the transite pipe is expected to contain asbestos. Include provisions for the pipe during bridge removal in your Asbestos Compliance Plan. In addendum No. 3, a note was added to the specs stating that asbestos is present in the pipe. The as-built drawings show that there are (6) 4 diameter Transite pipes concealed in the existing concrete sidewalk that is the entire length of the 5th Street Bridge. Transite piping usually is Asbestos Containing Material. Have these pipes been tested? I did not see the piping referenced in the report, specifications or bid item list. If this piping contains ACM. This is it going to reflect the demolition schedule. Can more time be added for the abatement prior to the bridge demolition? Are there any live cables inside these pipes? Is the abatement of these pipes included in the engineers estimate? The pipes were not tested, but are assumed to contain asbestos. Time alloted is sufficient for asbestos mitgation and demotition. No addditional time will be added. The cables in the pipe are live now, but the utilities will be relocated to the new bridge before the demo. The abatement of the pipes is included in the bid item Asbestos compliance plan. Book 3, Revised Standard Specifications, page 6, Section Subcontract List, identifies the information to be provided on the subcontractor forms. Addendum #2 included two new forms to address subcontracting information Exhibit 12-B Part 1 and Part 2; however, both of these forms also have a column that requests annual gross receipts and age of firm in years. As this is not information generally included in a bid, please confirm that this information will not be required. Please refer to Title 49, Section of the Code of Federal Regulations. This information is required to be collected. However, the City will allow the annual gross receipts and age of firm in years to be submitted with the DBE information after the bids are opened. RE: Bid Item 152 Is this bid item one of the Retaining Walls 1, 2, 3 or 4?... if so, which one?..need to verify quantities. RE: Bid Item 155 Are these a combination of Retaining Walls 1, 2, 3 or 4?... if so, which ones?..need to verify quantities. Item 152 is for the removal of the masonry retaining wall on the levee at Abutment 11. Item 155 is for the removal of the concrete retaining walls No. 1, 2,3 and 4. 34