CITY OF PLACERVILLE, CALIFORNIA DEVELOPMENT SERVICES DEPARTMENT ENGINEERING DIVISION

Size: px
Start display at page:

Download "CITY OF PLACERVILLE, CALIFORNIA DEVELOPMENT SERVICES DEPARTMENT ENGINEERING DIVISION"

Transcription

1 CITY OF PLACERVILLE, CALIFORNIA DEVELOPMENT SERVICES DEPARTMENT ENGINEERING DIVISION ADDENDUM #1 DATE: 01/19/2016 PROJECT: BLAIRS LANE BRIDGE REPLACEMENT PROJECT CONTRACT No: BID DATE, TIME: 02/01/2016, 2:00PM NOTICE TO ALL CONTRACTORS SUBMITTING BIDS AND ALL PLANHOLDERS: You are hereby notified of the following changes, clarifications, or modifications to the contract documents. This addendum shall supersede the original contract documents and subsequent addenda. Wherein this addendum contradicts the original contract documents and previous addenda, this addendum shall take precedence. All other conditions shall remain unchanged. The change(s) specified below shall become a legal part of the original contract documents. The Bidder shall acknowledge receipt of the addendum by signing the attached acknowledgement sheet and on noting on sheet P-13 of the Proposal. CHANGES AND/OR CLARIFICATIONS TO THE NOTICE TO BIDDERS: NONE CHANGES AND/OR CLARIFICATIONS TO THE SPECIFICATIONS: *Replacement pages are attached for all Specification changes. 1. On page SP-21, in Section 2-133D(2)(b): all documents will be due at the time of bid opening except the Subcontractor listing, DBE Commitment, DBE confirmation and DBE good faith which are due within 24-hours of bid opening for the 1st, 2nd and 3rd low bidder. 2. On page SP-39, in Section D, Nonhighway Facilities, add the following: Contractor is required to coordinate with all utility companies for work around existing facilities, relocation of facilities, and installation of new facilities. Contractor s CPM schedule shall allow a minimum of 3 weeks for each frame for utility installations to be relocated beginning on the first working day, and also 3 weeks for utilities to be placed within the bridge. Contractor is required to conduct weekly field meetings with utilities affected by the project to ensure progress is made towards relocation. Contractor shall work in parallel, with and around existing utilities to facilitate their relocation and the Contractor s progress. The efforts associated with this coordination are considered included in various items of work and no additional compensation will be allowed. Any delays or damages resulting from the Contractor s neglect or failure to coordinate with the utility companies shall be the sole responsibility of the Contractor. 3. On Page SP-39, in the Utility relocation and Contractor-arranged Time For the Relocation table change all the numbers in the Days column to 15 and add the following contact information: PG&E - Jennifer Donovan Comcast - Steve Abelia AT&T - Astrid Willard AT&T Construction Coordination - Darren Mortensen On page SP-65, in Section A, Indemnification, add Lakemont LLC as indemnified everywhere the City is mentioned. 5. On page TSP-3, in Section : add the following: Notification of road closure and detour to residences and emergency services is required. Three weeks before road closure submit a flyer to the Engineer for approval. Notify the residents and Emergency Services at least 2 weeks before closing the road using the

2 CITY OF PLACERVILLE, CALIFORNIA DEVELOPMENT SERVICES DEPARTMENT ENGINEERING DIVISION approved flyer. Flyers may be hand delivered or mailed. The City will supply a list of addresses after award of the project. Anticipate approximately 100 residences. 6. On page TSP-4, After TEMPORARY TRAFFIC CONTROL Heading, add the following section: Add to section A: Two Portable Changeable Message Signs are required for the road closure and detour. Start displaying the message on the portable changeable message sign 2 weeks before closing the road at locations directed by the Engineer. The Engineer will determine the message to be displayed. Payment for portable changeable message signs, regardless of the number of times moved, is included in the payment for Traffic Control System. 7. On page TSP-7, in Section , add the following: Payment for portable changeable message signs, regardless of the number of times moved, is included in the payment for Traffic Control System. 8. On page TSP-10, Section A; add the following: You are responsible for implementing the SWPPP and performing any corrective actions required by the Engineer. Payment for implementing the SWPPP and performing any corrections is included in the various water pollution control items and Job Site Management. 9. On page TSP-33 and TSP-34, Delete Section B, Destroy Monitoring Well. 10. On page C-2 of the Contract (Agreement), in Article 5 Indemnity, Add Lakemont LLC as indemnified 11. The Contractor s Bid and Bid Price Schedule. Pages P-4 thru P-10 are replaced with the attached ones and must be used when submitting your bid. The changes are as follows: #26 Destroy Monitoring Well - Delete item #61 Erosion Control (Dry Seed)(SQFT) - Change the Quantity 3100 to 5000 #86 60 Precast Concrete Pipe Manhole Change unit of measure from LF to EA #87 72 Precast Concrete Pipe Manhole - Change unit of measure from LF to EA CHANGES AND/OR CLARIFICATIONS TO THE PLANS: 12. Replace plan sheets ECQ-1, DQ-1, DQ-2, UT-1, and Q-2 with the attached revised sheets in accordance with changes to the project Specifications listed above. BIDDER QUESTIONS: 13. Who is responsible for testing? A. UNICO (Construction Management and RE) is partnering with GEOCON to perform Hazardous Waste Testing. They are responsible for testing of soils, backfill, structural backfill, aggregate base, asphalt, concrete and other testing as required. 14. Question: Is there a temporary pumping plan for the sewer? What is the GPM? A. No, there is no temporary pumping plan in the plans or specifications; if the contractor wishes to submit a temporary pumping plan, they are responsible for the design of the plan. The plan should include provisions for 145 GPM at the south side of Hangtown

3 CITY OF PLACERVILLE, CALIFORNIA DEVELOPMENT SERVICES DEPARTMENT ENGINEERING DIVISION Creek. 15. Question: Will Caltrans access through Martin Lane, is that gate wide enough for Caltrans? A. Yes, Caltrans will access through Martin Lane, they installed their own access gate. Please refer to Technical Special Provisions section A for more information regarding Caltrans Access. 16. Question: Does the entire spec book need to be submitted with the bid? Or just the proposal section? Please advise. A. No, only the Proposal Section P-1 through P-28 needs to be submitted at time of Bid. 17. Question: Can Exhibit 12-B Bidder's List of Subcontractors (DBE and Non-DBE) Part 1 & 2 be turned in with the good faith effort documentation 4 days after the bid date at 4pm? Please advise. A. Please see item #1 above for more information regarding the Bidder s List of Subcontractors (DBE and Non-DBE). MISCELLANEOUS: 18. Attached Plan Holders List 19. Attached Pre-Bid Sign-In Sheet 20. Blairs Lane Bridge SWPPP as uploaded to SMARTS Contractors are required to base their bid on the plans, specifications and any issued addenda. To do otherwise shall be at the contractor s own risk.

4

5 2-1.33B-2.133C Not Used D Bid Form Submittal Schedules D(1) General The Proposal section includes forms specific to the contract. The deadlines for the submittal of the forms vary depending on the requirements of each contract. Determine the requirements of the contract and submit the forms based on the applicable schedule specified in section D. Bid forms and information on the form that are due after the time of bid may be submitted at the time of bid D(2) Federal-Aid Contracts D(2)(a) General Section D(2) applies to a federal-aid contract D(2)(b) Contracts with a DBE Goal Section D(2)(b) applies if a DBE goal is shown on the Notice to Bidders. Submit the bid forms according to the schedule shown in the following table: Bid Form Submittal Schedule for a Federal-Aid Contract with a DBE Goal Form Submittal deadline Bid to the Department of Transportation Time of bid Copy of the Bid to the Department of Time of bid Transportation as submitted at the time of bid with the public works contractor registration number Subcontractor List Time of bid Copy of the Subcontractor List as submitted at the Within 24 hours of bid opening for the 1 st, 2 nd and time of bid with the public works contractor 3 rd lowest bidders registration number Small Business Status Time of bid Opt Out of Payment Adjustments for Price Index Time of bid Fluctuations a DBE Commitment Within 24 hours of bid opening for the 1 st, 2 nd and 3 rd lowest bidders DBE Confirmation Within 24 hours of bid opening for the 1 st, 2 nd and 3 rd lowest bidders DBE Good Faith Efforts Documentation Within 24 hours of bid opening for the 1 st, 2 nd and 3 rd lowest bidders a Submit only if you choose the option D(2)(c) Contracts without a DBE Goal Reserved D(2)(d) D(2)(h) Reserved D(3) Non-Federal-Aid Contracts Not Used D(4) D(9) Reserved BIDDER'S SECURITY Submit your bid with one of the following forms of bidder's security equal to at least 10 percent of the bid: 1. Cash BLAIRS LANE BRIDGE REPLACEMENT PROJECT Addendum #1 January 19, 2016 City of Placerville Special Provisions SP-21

6 Immediately notify the Engineer of a delay due to: 1. The presence of main line underground infrastructure not described in the Contract or in a substantially different location 2. Rearrangement different from that described the Contract Contractor is required to coordinate with all utility companies for work around existing facilities, relocation of facilities, and installation of new facilities. Contractor s CPM schedule shall allow a minimum of 3 weeks for each frame for utility installations to be relocated beginning on the first working day, and also 3 weeks for utilities to be placed within the bridge. Contractor is required to conduct weekly field meetings with utilities affected by the project to ensure progress is made towards relocation. Contractor shall work in parallel, with and around existing utilities to facilitate their relocation and the Contractor s progress. The efforts associated with this coordination are considered included in various items of work and no additional compensation will be allowed. Any delays or damages resulting from the Contractor s neglect or failure to coordinate with the utility companies shall be the sole responsibility of the Contractor. Temporary utility facilities shown on the plans are anticipated to be placed before March 1, Installation of the utilities shown in the following table requires coordination with your activities. All utility relocations must be included in your CPM baseline schedule. Make the necessary arrangements with the utility company through the Engineer and submit a schedule: 1. Verified by a representative of the utility company 2. Allowing at least the time shown for the utility owner to complete its work Utility Relocation and Contractor-Arranged Time for the Relocation Utility Utility address Location Days Notification AT&T Astrid Willard AT&T Public Works Liaison 2700 Watt Ave. Room Sacramento, Ca AT&T Construction Coordinator Darren Mortensen All relocations station to weeks Comcast PG&E Steve Abelia National Drive Sacramento, Ca Jennifer Donovan PG&E Service Planning Department 4636 Missouri Flat Road Placerville, CA Underground relocations station to Underground relocation station to weeks 15 3 weeks Notify the following utilities two weeks before excavating near the transmission tower (station lt) and the utility poles and guy anchors (stations rt, lt, lt, and rt). Utility PG&E Utility address Jennifer Donovan PG&E Service Planning Department 4636 Missouri Flat Road Placerville, CA BLAIRS LANE BRIDGE REPLACEMENT PROJECT Addendum #1 January 19, 2016 City of Placerville Special Provisions SP-39

7 5-1.36E Survey Monuments Protect survey monuments on and off the highway. Upon discovery of a survey monument not identified and located immediately: 1. Stop work near the monument 2. Notify the Engineer Do not resume work near the monument until authorized. BLAIRS LANE BRIDGE REPLACEMENT PROJECT Addendum #1 January 19, 2016 City of Placerville Special Provisions SP-39A

8 INDEMNIFICATION A General You must defend, indemnify, and save harmless the City, Lakemont LLC., Quincy Engineering, Inc., Cooper Thorne and Associates and UNICO, including its officers, employees, and agents (excluding agents who are design professionals), from any and all claims, demands, causes of action, damages, costs, expenses, actual attorneys' fees, losses or liabilities, in law or in equity (Section Claims) arising out of or in connection with your performance of this Contract for: 1. Bodily injury including, but not limited to, bodily injury, sickness or disease, emotional injury or death to persons, including, but not limited to, the public, any employees or agents of you, the City, Lakemont LLC., Quincy Engineering, Inc., Cooper Thorne and Associates and UNICO, or any other contractor; and 2. Damage to property of anyone including loss of use thereof; caused or alleged to be caused in whole or in part by any negligent or otherwise legally actionable act or omission of you or anyone directly or indirectly employed by you or anyone for whose acts you may be liable. Except as otherwise provided by law, these requirements apply regardless of the existence or degree of fault of the City Lakemont LLC., Quincy Engineering, Inc., Cooper Thorne and Associates and UNICO. You are not obligated to indemnify the City Lakemont LLC., Quincy Engineering, Inc., Cooper Thorne and Associates and UNICO, for Claims arising from conduct delineated in Civ Code 2782 and for Claims arising from any defective or substandard condition of the highway that existed at or before the start of work, unless this condition has been changed by the work or the scope of the work requires you to maintain existing highway facilities and the Claim arises from your failure to maintain. Your defense and indemnity obligation shall extend to Claims arising after the work is completed and accepted if the Claims are directly related to alleged acts or omissions by you that occurred during the course of the work. Any inspection of the work by the City, Lakemont LLC., Quincy Engineering, Inc., Cooper Thorne and Associates and UNICO, is not a waiver of full compliance with these requirements. Your obligation to defend and indemnify is not excused because of your inability to evaluate liability or because you evaluate liability and determine that you are not liable. You must respond within 30 days to the tender of any Claim for defense and indemnity by the City Lakemont LLC., Quincy Engineering, Inc., Cooper Thorne and Associates and UNICO, unless this time has been extended by the City Lakemont LLC., Quincy Engineering, Inc., Cooper Thorne and Associates and UNICO. If you fail to accept or reject a tender of defense and indemnity within 30 days, in addition to any other remedy authorized by law, the Department may withhold such funds the City reasonably considers necessary for its defense and indemnity until disposition has been made of the Claim or until the Contractor accepts or rejects the tender of defense, whichever occurs first. With respect to third-party claims against you, you waive all rights of any type to express or implied indemnity against the City Lakemont LLC., Quincy Engineering, Inc., Cooper Thorne and Associates and UNICO, its officers, employees, or agents (excluding agents who are design professionals). Nothing in the Contract is intended to establish a standard of care owed to any member of the public or to extend to the public the status of a third-party beneficiary for any of these indemnification specifications B Responsibility to Other Entities You are responsible for any liability imposed by law and for injuries to or death of any person, including workers and the public, or damage to property. Indemnify and save harmless any county, city or district and its officers and employees connected with the work, within the limits of which county, city, or district the work is being performed, all in the same manner and to the same extent specified for the protection of the City INSURANCE A General Nothing in the Contract is intended to establish a standard of care owed to any member of the public or to extend to the public the status of a third-party beneficiary for any of these insurance specifications B Casualty Insurance Obtain and maintain insurance on all of your operations with companies acceptable to the City as follows: BLAIRS LANE BRIDGE REPLACEMENT PROJECT Addendum #1 January 19, 2016 City of Placerville Special Provisions SP-65

9 Maintain lighting, fencing, and security at the Caltrans Maintenance Station Gate at all times. Replace "Reserved" in section of the RSS for section 10-1 with: You may work within Hangtown Creek only from April 15th to October 15th of any year. You are responsible for maintaining adequate drainage throughout the construction project. Maintain sewer and water service at all times. Maintain electric, phone and cable services as required by owners at all times. PG&E will construct and remove a temporary fence at the temporary construction easement to prevent access to the secure substation area (Sta to Lt). You must place temporary fence from Sta to Lt. Notification of road closure and detour to residences and emergency services is required. Three weeks before road closure submit a flyer to the Engineer for approval. Notify the residents and Emergency Services at least 2 weeks before closing the road using the approved flyer. Flyers may be hand delivered or mailed. The County will supply a list of addresses after award of the project. Anticipate approximately 100 residences. Schedule irrigation and landscaping work to be completed as soon as slopes are finished. Work diligently to complete landscape and irrigation work GENERAL A Summary Replace section 10-3 with: 10-3 TEMPORARY CREEK DIVERSION Section 10-3 includes specifications for diverting and dewatering of Hangtown Creek through the work area. Creek diversion and dewatering must comply with the project Permits and specifications and allow for fish passage. Water may be diverted using water pillows, rock, sandbags, sheet piling, plastic sheeting, temporary culvert or other structural methods approved by the Engineer. Water may be present in the creek when the diversion is placed. Temporary diversion of water may be needed while constructing the stream diversion. The presence of water (or anticipated presence of water) before construction may not indicate conditions when the work is scheduled. Hangtown Creek may contain e coli & other contaminants from the sewer system in the creek. You must verify and protect your employees if present. Comply with PLACs B Submittals Within 10 days after contract approval, submit 2 copies of the temporary creek diversion system and dewatering plan, including all calculations to the Engineer. Allow 5 days for the Engineer's review. If revisions are required, the Engineer will provide comments and specify the date that the review stopped. You must revise and resubmit the temporary creek diversion system and dewatering plan within 5 days of receipt of the Engineer's comments. When resubmitted, the Engineer will send to the Army Corps of Engineers (ACOE) for review and approval. Allow 5 days for the ACOE review. If changes are required, revise and resubmit the temporary creek diversion system and dewatering plan within 5 days of receipt of the ACOE comments Allow 5 days for review of resubmittals. When the Engineer and ACOE approves the temporary creek diversion system and dewatering plan, submit 2 copies of the approved plan to the Engineer. No work will be performed that may cause creek flow disturbance until the plan has been approved. BLAIRS LANE BRIDGE REPLACEMENT PROJECT Addendum # 1 January 19, 2016 City of Placerville Technical Special Provisions TSP-3

10 You may proceed with construction activities if the Engineer conditionally approves the temporary creek diversion system and dewatering plan while minor revisions are being completed MATERIALS Not used CONSTRUCTION Do not construct the creek diversion before April 15th of any year. Remove the creek diversion before October 15. Work outside these windows may be allowed with concurrence by the California Department of Fish and Wildlife and the Engineer. The temporary creek diversion system shall be capable of passing a minimum of 40 cfs continuous flow from May 15 to October 15. If the diversion will be placed between April 15 and May 15, you are responsible for modifying the plan so that the system is capable of passing a minimum of 120 cfs during that period. No additional compensation will be allowed accommodating the higher flows between April 15 and May 15. Repair and replace any portion of the temporary creek diversion system that is damaged during the progress at your own expense. Prevent any leakage in the temporary creek diversion system that may interfere with your work at your own expense. You must inspect and clean temporary creek diversion system a minimum of two times per week for the duration of the project. Remove the temporary creek diversion system when no longer required for the work. All materials shall be removed such that the original flow line of the channel is not raised and channel opening complies with the Contour Grading Plan PAYMENT Payment for the diversion and dewatering plan, temporary creek diversion system and dewatering is included in the payment for the various bid items. ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ 12 TEMPORARY TRAFFIC CONTROL Add to section A: Two Portable Changeable Message Signs are required for the road closure and detour. Start displaying the message on the portable changeable message sign 2 weeks before closing the road at locations directed by the Engineer. The Engineer will determine the message to be displayed PORTABLE FLASHING BEACONS A General Replace section with: Section includes specifications for installing, removing, and moving portable flashing beacons. Each portable flashing beacon must have: 1. Standard and base 2. Lighting unit 3. Flasher unit 4. Battery power source Assemble units to form a complete, self-contained, flashing beacon that can be delivered to the job site and placed into immediate operation. BLAIRS LANE BRIDGE REPLACEMENT PROJECT Addendum # 1 January 19, 2016 City of Placerville Technical Special Provisions TSP-4

11 MATERIALS Not Used CONSTRUCTION Whenever components of the traffic control system are displaced or cease to operate or function as specified from any cause, immediately repair the components to the original condition or replace the components and restore the components to the original location. For a stationary lane closure made only for the work period, remove the components of the traffic control system from the traveled way and shoulder at the end of each work period except for portable delineators placed along open trenches or excavation adjacent to the traveled way. You may store the components at selected central locations designated by the Engineer within the limits of the highway. You may use a pilot car to control traffic. If a pilot car is used for traffic control, placing the cones along the centerline is optional. The pilot car must have radio contact with personnel in the work area. Operate the pilot car through the traffic control zone at a speed not greater than 25 mph PAYMENT Traffic control system for lane closure is paid for as traffic control system. Flagging costs are included in the payment for Traffic control system. Section does not apply.the Department pays you for traffic control system based on the bid item lump sum price divided by the number of contract working days. The requirements in section for payment adjustment do not apply to traffic control system. Adjustments in compensation for traffic control system will be made for an increase or decrease in traffic control work if ordered and will be made on the basis of the cost of the necessary increased or decreased traffic control. The adjustment will be made on a force account basis for increased work and estimated on the same basis in the case of decreased work. A traffic control system required by change order work is paid for as a part of the change order work. Payment for portable changeable message signs, regardless of the number of times moved, is included in the payment for Traffic Control System GENERAL Replace section 12-8 with: 12-8 TEMPORARY PAVEMENT DELINEATION Section 12-8 includes specifications for placing, applying, maintaining, and removing temporary pavement delineation. Temporary painted traffic stripes and painted pavement markings used for temporary delineation must comply with section MATERIALS A General Not Used B Temporary Lane Line and Centerline Delineation Temporary pavement markers must be the same color as the lane line or centerline markers being replaced. Temporary pavement markers must be temporary pavement markers on the Authorized Material List for short-term day/night use, 14 days or less, or long-term day/night use, 180 days or less. Place temporary pavement markers under the manufacturer's instructions C Temporary Edge Line Delineation Where edge lines are obliterated and temporary pavement delineation to replace those edge lines is not shown, provide temporary pavement delineation for: BLAIRS LANE BRIDGE REPLACEMENT PROJECT Addendum # 1 January 19, 2016 City of Placerville Technical Special Provisions TSP-7

12 Temporary pavement markers must be complete in place before opening the traveled way to traffic PAYMENT Removal of temporary traffic stripe and removal of pavement marking is included in the payment for temporary delineation. ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ 13 WATER POLLUTION CONTROL The project is risk level 2. Add to section A: The Engineer will be performing all SWPPP monitoring and reporting and uploading all required documents and attachments into the Storm Water Multiple Application and Report Tracking System (SMARTS). You are responsible for implementing the SWPPP and performing any corrective actions required by the Engineer. Payment for implementing the SWPPP and performing any corrections is included in the various water pollution control items and Job Site Management. Add to section A: Temporary fiber rolls may be required depending on your scheduling of operations GENERAL Replace section with: WATER QUALITY MONITORING Section includes specifications for monitoring water quality during the following construction activities: 1. temporary creek diversion system 2. any other work within the stream flow of Hangtown Creek The receiving water for this project is South Fork American River WATER QUALITY MONITOR A General The Engineer will be performing all required water quality monitoring and reporting. Add to section E: Incorporate temporary fiber rolls into your SWPPP as needed. Payment for temporary fiber rolls is included in the lump sum payment for job site management. ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ 14 ENVIRONMENTAL STEWARDSHIP An ESA exists on this project. Add to section A: BLAIRS LANE BRIDGE REPLACEMENT PROJECT Addendum # 1 January 19, 2016 City of Placerville Technical Special Provisions TSP-10

13 C(4) Payment If backfilling inside the culvert is required, payment for backfilling inside the culverts is included in the payment for abandon culvert. Payment for backfilling outside the culvert is included in the payment for abandon culvert B Destroy Monitoring Well B(1) General Replace section B with: Destroy the well under California Well Standards, Bulletin Clean the well, as needed, so that all undesirable materials, including obstructions to filling and sealing, debris, oil from oil-lubricated pumps, or pollutants and contaminants that could interfere with well destruction are removed for disposal. Notify the enforcing agency as soon as possible if pollutants and contaminants are known or suspected to be in the well to be destroyed. Well destruction operations may then proceed only at the approval of the enforcing agency. Contact the enforcing agency to determine requirements for proper disposal of materials removed from a well to be destroyed B(2) Materials Impervious Sealing Materials - Suitable impervious materials include neat cement, sand-cement grout, concrete, and bentonite clay. Filler Material - Filler materials include clay, silt, sand, gravel, crushed stone, native soils, and impervious materials mentioned above. Material containing organic matter shall not be used B(3) Construction B(3)(a) Filling and Sealing Conditions 1. Wells situated in unconsolidated material in an unconfined groundwater zone, in all cases, must be sealed with suitable sealing material in the upper 20 feet of the well. Fill the remainder of the well with suitable fill or sealing material. 2. If the well penetrates several aquifers or formations, seal the upper 20 feet of the well with impervious material. In areas where the interchange of water between aquifers will result in a significant deterioration of the quality of water in one or more aquifers, the well must be filled and sealed so as to prevent such interchange, per Figure 9B of the California Well Standards B(3)(b) Placement of Materials Observe the following requirements in placing fill or sealing materials in wells to be destroyed: 1. Fill the well with the appropriate material from the bottom of the well up. 2. Where neat cement grout, sand-cement grout, or concrete is used, pour in one continuous operation. 3. Place sealing material in the interval(s) to be filled by methods that prevent free fall, dilution, and/or separation of aggregates from cementing materials. 4. Where the head (pressure) producing flow is great, special care and methods must be used to restrict the flow while placing the sealing material. 5. In destroying gravel-packed wells, the casing must be perforated opposite the area to be sealed. Then place the sealing material within the casing, completely filling the portion adjacent to the area to be sealed and then forced out under pressure into the gravel envelope. 6. When applying pressure, maintain the pressure for a length of time sufficient for the cementing mixture to set. 7. To assure the well is filled, verification must be made that the volume of material placed is, at least, BLAIRS LANE BRIDGE REPLACEMENT PROJECT Addendum # 1 January 19, 2016 City of Placerville Technical Special Provisions TSP-33

14 equal the volume of the empty hole B(3)(c) Additional Requirements in Urban Areas The following requirements must be met when developing the well site for alternative uses: 1. Excavate a hole around the well casing to a depth of 5 feet below ground surface and remove the well casing to the bottom of the excavation. 2. The sealing material used for the upper portion of the well must be allowed to spill over into the excavation to form a cap. 3. After the well has been properly filled, the excavation must be filled with native soil B(3)(d) Temporary Cover During periods when no work is being done on the well, the well and surrounding excavation must be covered. The cover must be sufficiently strong and anchored in place to prevent the introduction of foreign material into the well and to protect the public from a potential hazardous situation B(4) Payment Not Used F Modify Irrigation System Replace section F with: Within the Caltrans parcel (approx to rt) modify irrigation system by relocating 5 sprinkler heads, replacing approximately 175-feet of irrigation line and reconnecting to the existing system. Irrigation line must be new and at least the same size as the existing line it is replacing. Maintain existing water supply under section B(3) and maintain existing irrigation facilities under section B(5). Determine items and quantities required to complete work. Submit the quantities as part of the schedule of values. Provide a schedule of values for modify irrigation system in accordance with section B. Comply with section 20-2 of the RSS. Replace section D with: D Reset Light Pole and Relocate Electrical Box Remove existing electrical box foundation to a depth of at least 3 feet below the adjacent finished grade. Foundations include anchor bolts, reinforcing steel, conduit, and electrical wiring. All materials for relocating the electrical box must be new. Before work confirm the light pole is de-energized. Coordinate with the property owner to de-energize the light pole before removal if needed. Electrical work must comply with section 86. Delete the 4th paragraph of section in the RSS for section Add to section : Sod must match existing as closely as possible and comply with section 20. BLAIRS LANE BRIDGE REPLACEMENT PROJECT Addendum # 1 January 19, 2016 City of Placerville Technical Special Provisions TSP-34

15 completion of the Work in accordance with the Contract Documents in current funds the Contract Prices named in the Contractor's Bid and Bid Price Schedule, a copy of which is attached hereto as Exhibit A. Article 4. COMMENCEMENT AND COMPLETION The Work to be performed under this Contract shall commence on the date specified in the Notice to Proceed by the City, and the Work shall be fully completed within the time specified in the Notice to Proceed pursuant to the Special Provisions. The City and the Contractor recognize that time is of the essence of the Agreement and that the City will suffer financial loss if the Work is not completed within the time specified in the Special Provisions annexed hereto, plus any extensions thereof allowed in accordance with the Special Provisions. They also recognize the delays, expense, and difficulties involved with proving in a legal proceeding the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, the City and the Contractor agree that as liquidated damages for delay (but not as a penalty) the Contractor shall pay the City the sum of Three thousand dollars ($3,000.00) for each calendar day the Work remains uncompleted after the time specified herein for the completion of the Work. Article 5. INDEMNITY To the fullest extent of the law, the Contractor shall defend, indemnify, and hold the City, Lakemont LLC., Quincy Engineering, Inc., Cooper Thorne and Associates and UNICO and its employees harmless against and from any and all claims, suits, losses, damages, and liability for damages, including attorney's fees and other costs of defense brought for or on account of injuries to or death of any person, including but not limited to, workers and the public, or on account of injuries to or death of City, Lakemont LLC., Quincy Engineering, Inc., Cooper Thorne and Associates and UNICO employees, or damage to property, or any economic consequential or special damages which are claimed or which shall in any way arise out of or be connected with Contractor's services, operations or performance hereunder, regardless of the existence or degree of fault or negligence on the part of the City, Lakemont LLC., Quincy Engineering, Inc., Cooper Thorne and Associates and UNICO, the Contractor, subcontractors or employee of any of these, except the active, or sole, negligence of the City, Lakemont LLC., Quincy Engineering, Inc., Cooper Thorne and Associates and UNICO, its officers and employees, where expressly prescribed by statute. The duty to indemnify and hold harmless the City, Lakemont LLC., Quincy Engineering, Inc., Cooper Thorne and Associates and UNICO specifically includes the duties to defend set forth in Section 2778 of the Civil Code. The insurance obligations of the Contractor are separate, independent obligations under the Contract Documents, and the provision of this defense and indemnity are not intended to modify nor should they be construed as modifying or in any way limiting, the insurance obligations set forth in the Contract Documents. Additional indemnification requirements under section of the special provisions also apply. Article 6. GUARANTEES Contractor shall repair or replace any or all work provided hereunder which is defective due to faulty materials, poor workmanship, or defective equipment at no expense to the City, ordinary wear or tear and unusual abuse or neglect excepted, during the term of the contract and for a period of one year from the date of final accept the Work. Contractor shall be required to repair or replace any and all adjacent facilities or areas which have been damaged or displaced due to contractor work performed under this Agreement at no expense to the City during the term of this Agreement and for a period of one year from the date of final acceptance of the Work. The parties agree that this guarantee and the rights and obligations accruing therefrom shall be in addition to, and not by way of limitation in any manner whatsoever to, the rights, obligations, warranties or remedies otherwise provided for by law. In the event of Contractor's failure to comply with the above mentioned conditions within ten (10) calendar days after being notified in writing by the City, Contractor hereby authorizes City to proceed to have said defects repaired and made good at Contractor's expense, and Contractor will honor and pay all costs and charges therefore upon written demand. Blairs Lane Bridge Replacement Project Contract (Agreement) Project No C-2 Addendum #1 January 19, 2016

16 CONTRACTOR S BID AND BID PRICE SCHEDULE No. Caltrans Code Description Unit of Estimated Measure Quantity CONSTRUCTION STAKING LS LUMP TRANSPORTATION AND DISPOSING TON 100 OF TYPE DC METAL MATERIAL TRANSPORTATION AND DISPOSING TON 430 OF TYPE DC MATERIAL LEAD COMPLIANCE PLAN LS LUMP TRANMISSION TOWER SURVEYS LS LUMP PROGRESS SCHEDULE (CRITICAL PATH METHOD) LS LUMP CONSTRUCTION AREA SIGNS LS LUMP TRAFFIC CONTROL SYSTEM LS LUMP TYPE III BARRICADE EA 11 Unit Price Total TEMPORARY PAVEMENT MARKING SQFT 80 (PAINT) TEMPORARY TRAFFIC STRIPE LF 1420 (PAINT) FLASHING BEACON (PORTABLE) EA JOB SITE MANAGEMENT LS LUMP TEMPORARY DRAINAGE INLET EA 15 PROTECTION TEMPORARY CONSTRUCTION EA 2 ENTRANCE TEMPORARY CONCRETE EA 1 WASHOUT TEMPORARY SILT FENCE LF ASBESTOS COMPLIANCE PLAN LS LUMP TEMPORARY FENCE (TYPE ESA) LF REMOVAL OF ASBESTOS CONTAINING MATERIALS LS LUMP BLAIRS LANE BRIDGE REPLACEMENT PROJECT P - 4 December 2015 Addendum #1 January 19, 2016

17 No. Caltrans Code Description Unit of Estimated Measure Quantity HEALTH AND SAFETY PLAN LS LUMP TREATED WOOD WASTE LS LUMP LEAD PAINT MANAGEMENT LS LUMP CONTRACTOR SUPPLIED BIOLOGIST (LS) LS LUMP ABANDON CULVERT (LF) LF 150 Unit Price Total DESTROY MONITORING WELL EA REMOVE FENCE LF REMOVE GUARDRAIL LF REMOVE PIPE (LF) LF REMOVE SEWER MANHOLE EA REMOVE MANHOLE EA REMOVE SEWER PIPE LF RESET LIGHT POLE & RELOCATE EA 1 ELECTRICAL BOX RESET GATE EA REMOVE LIGHT POLE EA RECONSTRUCT MAILBOX EA RELOCATE ROADSIDE SIGN EA ADJUST WATER VALVE COVER TO EA 3 GRADE ADJUST UTILITY COVER TO GRADE EA MODIFY IRRIGATION SYSTEM LS LUMP COLD PLANE ASPHALT CONCRETE SQYD 160 PAVEMENT REMOVE CONCRETE CURB (LF) LF REMOVE CONCRETE (CURB, GUTTER, AND SIDEWALK) REMOVE CONCRETE SIDEWALK (LF) LF 39 LF 14 BLAIRS LANE BRIDGE REPLACEMENT PROJECT P - 5 December 2015 Addendum #1 January 19, 2016

18 No. Caltrans Code Description Unit of Estimated Measure Quantity BRIDGE REMOVAL LS LUMP CLEARING AND GRUBBING (LS) LS LUMP OVER EXCAVATION (RETAINING CY 148 WALL) ROADWAY EXCAVATION CY 190 Unit Price Total TRENCH PLUG EA STRUCTURE EXCAVATION CY 429 (BRIDGE) STRUCTURE EXCAVATION CY 275 (RETAINING WALL) STRUCTURE BACKFILL (BRIDGE) CY STRUCTURE BACKFILL (RETAINING CY 364 WALL) DITCH EXCAVATION CY IMPORTED BORROW (CY) CY PLANT (GROUP O) EA PLANT GROUP W (WILLOW EA 18 CUTTING) PLANT (GROUP A) EA BATTERY POWERED IRRIGATION EA 1 CONTROLLER IRRIGATION SYSTEM LS LUMP EROSION CONTROL (DRY SEED) SQFT 5000 (SQFT) CLASS 2 AGGREGATE BASE (CY) CY HOT MIX ASPHALT (TYPE A) TON PLACE HOT MIX ASPHALT SQYD 230 (MISCELLANEOUS AREA) TACK COAT TON PRESTRESSING CAST-IN-PLACE CONCRETE LS LUMP STRUCTURAL CONCRETE, BRIDGE CY 68 FOOTING STRUCTURAL CONCRETE, BRIDGE CY 238 BLAIRS LANE BRIDGE REPLACEMENT PROJECT P - 6 December 2015 Addendum #1 January 19, 2016

19 No. Caltrans Code Description Unit of Estimated Measure Quantity STRUCTURAL CONCRETE, CY 133 RETAINING WALL MINOR CONCRETE (MINOR CY 25 STRUCTURE) ARCHITECTURAL TREATMENT SQFT MODULAR BLOCK WALL SQFT 2785 Unit Price Total JOINT SEAL (TYPE A) LF BAR REINFORCING STEEL LB (BRIDGE) BAR REINFORCING STEEL LB (RETAINING WALL) BAR REINFORCING STEEL (EPOXY LB COATED) (BRIDGE) ASPHALT MEMBRANE SQFT 71 WATERPROOFING FURNISH SINGLE SHEET SQFT 80 ALUMINUM SIGN (0.063"- UNFRAMED) ROADSIDE SIGN - ONE POST EA ANTI-GRAFFITI COATING SQFT " HIGH PERFORMANCE LF 250 POLYPROPYLENE PIPE " HIGH PERFORMANCE LF 20 POLYPROPYLENE PIPE " HIGH PERFORMANCE LF 170 POLYPROPYLENE PIPE " HIGH PERFORMANCE EA 1 POLYPROPYLENE FLARED END SECTION " HIGH PERFORMANCE EA 2 POLYPROPYLENE FLARED END SECTION " PRECAST CONCRETE PIPE EA 5 MANHOLE " PRECAST CONCRETE PIPE EA 2 MANHOLE ROCK SLOPE PROTECTION (LIGHT, CY 240 METHOD B) (CY) ROCK SLOPE PROTECTION FABRIC SQYD 470 (CLASS 8) MINOR CONCRETE (CURB) (LF) LF 95 BLAIRS LANE BRIDGE REPLACEMENT PROJECT P - 7 December 2015 Addendum #1 January 19, 2016

20 No. Caltrans Code Description Unit of Estimated Measure Quantity MINOR CONCRETE (CURB AND CY 17 GUTTER) MINOR CONCRETE (CURB, CY 47 GUTTER, AND SIDEWALK) MINOR CONCRETE (DRIVEWAY) CY 24 (CY) MINOR CONCRETE (SIDEWALK) CY 2.3 Unit Price Total MINOR CONCRETE (CURB RAMP) CY CONCRETE WHEEL STOP EA MISCELLANEOUS IRON AND STEEL LB MISCELLANEOUS METAL (BRIDGE) LB " DIP SEWER LINE LF " PVC C900 CLASS 150 (TREATED LF 35 WATER DISCHARGE FROM GAS STATION) " DIP SEWER LINE WITH SLURRY LF 11 SEAL CONCRETE BACKFILL " SEWER LINE SDR-35 LF " DIP SEWER LINE WITH CLASS B LF 59 CONCRETE BACKFILL " SEWER LINE SDR-26 LF " SEWER MANHOLE EA " SEWER MANHOLE WITH LINING EA " SEWER MANHOLE DROP WITH EA 4 LINING " SEWER MANHOLE WITH LINING EA " SEWER MANHOLE DROP WITH EA 3 LINING SEWER CLEANOUT EA " BACKWATER VALVE EA " BACKWATER VALVE EA ABANDON 6" SEWER LINE (SLURRY FILL) ABANDON 12" SEWER LINE (SLURRY FILL) LF 690 LF 640 BLAIRS LANE BRIDGE REPLACEMENT PROJECT P - 8 December 2015 Addendum #1 January 19, 2016

21 No. Caltrans Code Description Unit of Estimated Measure Quantity TV SEWER LINE LF 1520 Unit Price Total ABANDON SEWER MANHOLE EA 4 (REMOVE AND BACKFILL) CONNECT SEWER LINE EA " PVC C900 WATER INCLUDING LF 462 FITTINGS " INSULATED DIP WATERLINE LF 54 INCLUDING FITTINGS PIPE HANGERS AND BRACKETS LF " EXPANSION FITTING EA " GATE VALVE EA PRESSURE REDUCING STATION LS LUMP " ARV PER EID STD DWG W13 EA " BOV PER EID STD DWG W12B EA ABANDON 2" WATER LINE LS LUMP WATER SERVICE-RELOCATE METER AND PLACE NEW LINE LS LUMP CONNECT WATER LINE EA FIRE HYDRANT ASSEMBLY EA TEMPORARY FENCE (TYPE CL-6) LF TEMPORARY GATE (TYPE CL-6) EA CHAIN LINK FENCE (TYPE CL-3, LF 49 VINYL-CLAD) CHAIN LINK FENCE (TYPE CL-6, LF 340 VINYL-CLAD) SUBSTATION FENCE LF ' CHAIN LINK GATE (TYPE CL-6) EA ' CHAIN LINK GATE (TYPE CL-6) EA PEDESTRIAN BARRICADE EA CONCRETE BARRIER (TYPE 80SW) (MOD) LF 137 BLAIRS LANE BRIDGE REPLACEMENT PROJECT P - 9 December 2015 Addendum #1 January 19, 2016

22 No. Caltrans Code Description Unit of Estimated Measure Quantity BARRIER MOUNTED IRON RAILING LF 137 Unit Price Total " THERMOPLASTIC TRAFFIC LF 1520 STRIPE " THERMOPLASTIC TRAFFIC LF 60 STRIPE THERMOPLASTIC CROSSWALK SQFT 380 AND PAVEMENT MARKING MOBILIZATION LS LUMP (LS) Denotes Lump Sum TOTAL BID AMOUNT $ Total Project Bid Amount for No. s 1 through 143 shall be (spell out): Dollars and Cents. Signature: Date: PRINT SIGNATURE NAME AND TITLE OF BIDDER (NOTICE: Bidder s failure to execute the questionnaires and statements contained in the Proposal as required by applicable laws and regulations, or the determinations by the City of Placerville based upon those questionnaires and statements, may prohibit award of the subject Contract to the Bidder.) BLAIRS LANE BRIDGE REPLACEMENT PROJECT P - 10 December 2015 Addendum #1 January 19, 2016

23

24

25

26

27