August 19, 2016 CCTA Contract No. 427 Caltrans Contract No. 04-4H1604 Balfour Interchange Project

Size: px
Start display at page:

Download "August 19, 2016 CCTA Contract No. 427 Caltrans Contract No. 04-4H1604 Balfour Interchange Project"

Transcription

1 August 19, 2016 CCTA Contract No. 427 Caltrans Contract No. 04-4H1604 Balfour Interchange Project Addendum No. 2 Dear Contractor: This addendum is being issued to the contract for construction on State Highway ON ROUTE 4 IN CONTRA COSTA COUNTY IN CITY OF BRENTWOOD FROM 1.1 MILES NORTH OF BALFOUR ROAD TO 0.6 MILE SOUTH OF BALFOUR ROAD. Submits bids for this work with the understanding and full consideration of this addendum. The revisions declared in this addendum are an essential part of the contract. Bids for this work will be opened on August 30, To the Proposal and Contract Book Holders: Inquiries or questions in regard to this addendum must be communicated as a bid inquiry and must be made as noted in the Notice to Bidders section of the Notice to Bidders and Special Provisions. Response to bidder inquires will be posted weekly at This addendum is being issued to revise the Notice to Bidders and Special Provisions Book, the Proposal and Contract Book, the Project Plans and Information Handout. Replacement pages are included. NOTICE TO BIDDERS AND SPECIAL PROVISIONS: 1. On Page 52, Section : add the following after the third paragraph: "Protect the 84 Deer Creek storm drain in place. Contractor is referred to the as-built plans for this facility and will need to ensure that construction equipment and other vehicular wheel loads do not damage the existing culvert. Submit a work plan showing the protection system, anticipated load, the removal and placement methods and equipment to be used, and a detail schedule of this portion of work before starting work on this system. No work on the system or in the area of this 84 culvert is allowed until your work plan has been authorized." 2. On Page 53, section , the thirteenth (13th) paragraph is revised to read: "Contra Costa Water District (CCWD) will provide one work window of up to ten (10) consecutive calendar days during the months of February 2017 through May 2017 when the Los Vaqueros Pipeline will be out of service (shutdown). The work window includes up to five (5) calendar days for CCWD to perform an internal pipeline inspection followed by up to five (5) calendar days for contractor to complete all appurtenance piping modifications to blow-offs and air release valves. Only one (1) shutdown will be granted by the CCWD. The ten (10) consecutive calendar day work window will begin immediately after the Contractor has dewatered the Los Vaqueros Pipeline. The actual duration of the CCWD internal pipeline inspection may be less than five days. Contractor shall commence appurtenance piping modifications immediately following the conclusion of the CCWD internal pipeline inspection." "The length of Los Vaqueros pipeline that can be exposed at any given time is limited to two sections of cap length (from construction joint to construction joint)." 3. On Page 55, Section , the first paragraph added after the second paragraph in Addendum #1 is corrected to read: "Construct and complete the CCWD LVP concrete cap work from "LVP Line" Station to by April 1, 2017."

2 4. On Page 55, Section , replace the third and fourth paragraphs (from original document) with the following: "Utility Areas of lockout for Contractor: You will not be allowed to work in the north area of Balfour Road throughout the project limits, to a distance of 500 feet north of the existing eastbound Balfour Road curb line until after April 1, You will not be allowed to work in the south area of Balfour Road throughout the project limits for a distance of 50 feet south of the existing eastbound Balfour Road curb line until after January 9, 2017." 5. On Page 94, section D, the settlement period in the MSE table is revised from 60 days to 30 days: "Settlement periods and surcharges are required for embankments at the earth retaining structures as shown in the following table:" Earth retaining structure number Deer Creek MSE Retaining Wall Surcharge height Settlement period (feet) (days) PROPOSAL AND CONTRACT 1. On Pages 8 thru 16, replace the bid item list to include greater column height for bidders. PLANS (No replacement page included) 1. On Plan Sheet 478, add the following notes: "4. Excavation below the spring line of the pipe is limited to a 45 degree plane from the spring line of the pipe to the bottom of the footing. 5. Void between the pipe and concrete cap shall be backfilled with native material compacted to 90% up to the identified 12-inch void. 6. Contractor is responsible for monitoring and managing groundwater levels so that the excavation is free of standing water throughout the duration of cap construction including non-working days/hours. Contractor shall have all equipment necessary to keep the excavation dry onsite at all times, including sump pump, in the event it rains." INFORMATION HANDOUT 1. Exhibit titled "LOCK OUT AREAS" is included. 2. As-builts for the 84" Deer Creek Storm Drain are included. 3. Los Vaqueros Pipeline Record Drawings are included. Indicated receipt of this addendum by filling in the number of this addendum in the space provided on the signature page of the proposal. Submit bids with the Proposal and Contract you now possess. Inform subcontractors and suppliers as necessary. This addendum is available for download on the website:

3 If you are not a Bid Documents holder, but request bid documents on this project, you must comply with the requirements of this letter before submitting your bid. BY THE ORDER OF THE CONTRA COSTA TRANSPORTATION AUTHORITY: Randell H. Iwasaki, Executive Director August 19, 2016

4 Contra Costa Transportation Authority BALFOUR INTERCHANGE PROJECT CCTA Contract No. 427 If meet and confer conference fails to yield a complete claim resolution and the parties remain in the same position as they were prior to the meet and confer conference. The Authority will issue a letter denying the claim within 45 days after the conclusion of the meet and confer conference. Submission of a claim, properly certified, with all required supporting documentation, and written rejection or denial of all or part of the claim by the Authority, is a condition precedent to any action, proceeding, litigation, suit, general conditions claim, or demand for alternative dispute resolution by the contractor D(3)(a) Government Code Claim In addition to any and all contract requirements pertaining to notices of and requests for compensation or payment for extra work, disputed work, construction claims and/or changed conditions, the contractor must comply with the claim procedures set forth in Government Code section 900 et seq. prior to filing any lawsuit against the Authority. Such Government Code claims and any subsequent lawsuit based upon the Government Code claims shall be limited to those matters that remain unresolved after all procedures pertaining to extra work, disputed work, construction claims, and/or changed conditions have been followed by the contractor. If no such Government Code claim is submitted, or if the prerequisite contractual requirements are not otherwise satisfied as specified herein, the contractor shall be barred from bringing and maintaining a valid lawsuit against the Authority. Delete to section ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ DIVISION II GENERAL CONSTRUCTION 10 GENERAL Add between the 4th and 5th paragraphs in section of the RSS for section 10: Do not place the uppermost layer of new pavement until all underlying drainage, sewer and water facilities, conduits and loop detectors are installed and tested. The Contractor must coordinate with other contractors and/or operations managers on adjacent projects, to minimize potential conflicts and coordinate traffic control. The Contractor must also coordinate with and accommodate other segment contractors when preparing operations and work schedules. Capping of the Contra Costa Waterline is the first item of work in Stage 1. Protect the 84 Deer Creek storm drain in place. Contractor is referred to the as-built plans for this facility and will need to ensure that construction equipment and other vehicular wheel loads do not damage the existing culvert. Submit a work plan showing the protection system, anticipated load, the removal and placement methods and equipment to be used, and a detail schedule of this portion of work before starting work on this system. No work on the system or in the area of this 84 culvert is allowed until your work plan has been authorized. Do not install any drainage pipe under or within embankments until the subsidence is at zero. Protect all utilities at all times, including during installation of drainage facilities when crossing the PG&E joint trench. Repair any damage at your own expense. A Kinder Morgan inspector will be on-site during all work within 25 feet of Kinder Morgan facilities and within Kinder Morgan right of way. Provide Kinder Morgan with at least ten (10) business days written notice before working within any Kinder Morgan easement or right-of-way and at least fifteen (15) business day s written notice before working within twenty-five (25) feet of any Kinder Morgan facility. Deliver notice by courier, overnight mail, certified mail, electronic mail, or facsimile to the attention of SFPP, L.P. Area Manager, Grant McClellan, Kinder Morgan, 1550 Solano Way, Concord, California 94520, , grant_mcclellan@kindermorgan.com. CCTA provides for payment for inspection performed by Kinder Morgan for up to 9 months. Additional inspection costs incurred will be paid by you. Contract Number 04-4H Special Provisions Addendum #2 Dated August 19, 2016

5 Contra Costa Transportation Authority BALFOUR INTERCHANGE PROJECT CCTA Contract No. 427 You must determine by potholing or other means the exact utility locations within 20 days of start of working days, and before 1. performing the contract items of work, 2. ordering drainage, sewer and water line materials and 3. placement of the drainage work items, sewer and waterline items, overhead sign foundations, signal pole foundations and any subsurface work near or in the vicinity of an active utility. Submit potholing information within 20 days of locating the facilities. If you discover utility facilities not identified by the Engineer in the Plans or Specifications, immediately notify the Engineer in writing. You must schedule the project to allow the Engineer 5 days to determine the work to be done when a conflict exists. Owner of the utility facility has the sole discretion to perform the repairs or relocation work itself, or to permit you to do such repairs or relocation work at a reasonable price. In the event that the utility owner permits you to perform the work, the work will be paid for as change order work. Nothing requires the Utility Owner to locate the presence of any existing services not expressly included in Government Code Section 4125, nor limit the Owner s rights or remedies. You must protect from damage existing utility and other non-highway facilities that are to remain in place. This protection may consist of shoring an existing utility. Damage due to your failure to exercise reasonable care must be repaired at your expense. All excavations within 3 feet of USA markings of PG&E lines must be hand dug. Notify the Contra Costa Water District at least 48 hours before starting work within their right of way or on their facilities. Maintain a 50 foot minimum driveway width for access to relocated Kinder Morgan Facility at all times. At the end of each working day if a difference in excess of 0.15 feet exists between the elevation of the existing pavement and the elevation of an excavation within 5 feet left and/or 8 feet right of the traveled way, place and compact material against the vertical cut adjacent to the traveled way. During the excavation operation, you may use native material for this purpose except once the placing of the structural section starts, structural material must be used. Place the material to the top of the existing pavement and taper at a slope of 4:1 (horizontal:vertical) or flatter to the bottom of the excavation. Do not use treated base for the taper.p Temporary connections from new drainage facilities to existing facilities may be required during stage construction. Connections to facilitate drainage during staging is included in the payment for the various bid items. Contra Costa Water District (CCWD) will provide one work window of up to ten (10) consecutive calendar days during the months of February 2017 through May 2017 when the Los Vaqueros Pipeline will be out of service (shutdown). The work window includes up to five (5) calendar days for CCWD to perform an internal pipeline inspection followed by up to five (5) calendar days for contractor to complete all appurtenance piping modifications to blow-offs and air release valves. Only one (1) shutdown will be granted by the CCWD. The ten (10) consecutive calendar day work window will begin immediately after the Contractor has dewatered the Los Vaqueros Pipeline. The actual duration of the CCWD internal pipeline inspection may be less than five days. Contractor shall commence appurtenance piping modifications immediately following the conclusion of the CCWD internal pipeline inspection. The length of Los Vaqueros pipeline that can be exposed at any given time is limited to two sections of cap length (from construction joint to construction joint). For additional dewatering requirements see section The term Gravity Drained is defined as the condition where valves on the Los Vaqueros Pipeline have been operated by CCWD to allow water to flow by gravity to drain the Los Vaqueros Pipeline to the extent possible by gravity. Gravity draining will take from one (1) to three (3) consecutive calendar days and is not part of the ten (10) consecutive calendar day work window. Contractor shall commence dewatering immediately following the conclusion of gravity draining. Contractor shall dewater continuously and complete dewatering within two (2) consecutive days. Contract Number 04-4H Special Provisions Addendum #2 Dated August 19, 2016

6 Contra Costa Transportation Authority BALFOUR INTERCHANGE PROJECT CCTA Contract No. 427 shutdown. Complete both mainline tie in s on the same day. The water cannot be shut down for more than 6 hours. The new section of the potable water main must pass bacteriological testing prior to being placed in service. Replace "Reserved" in section of the RSS for section 10-1 with: You may work within drainage channels only from June 15th to October 31st of any year Project work hours are restricted to the time between 30 minutes after sunrise and 30 minutes before sunset. Construct and complete the CCWD LVP concrete cap work from "LVP Line" Station to by April 1, Complete EB Route 4 excavation to subgrade from "B2RS Line" station to by January 1, Winterizing and water pollution control on this portion of work for the first winter will be change order work. Utility Areas of lockout for Contractor: You will not be allowed to work in the north area of Balfour Road throughout the project limits, to a distance of 500 feet north of the existing eastbound Balfour Road curb line until after April 1, You will not be allowed to work in the south area of Balfour Road throughout the project limits for a distance of 50 feet south of the existing eastbound Balfour Road curb line until after January 9, ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ 12 TEMPORARY TRAFFIC CONTROL Add to section A: Temporary barricades and detours signs must be in place during all night construction operations GENERAL Replace section 12-2 with: 12-2 CONSTRUCTION PROJECT FUNDING SIGNS Section 12-2 includes specifications for installing construction project funding signs. Details for construction project funding signs are shown. Keep construction project funding signs clean and in good repair at all times MATERIALS Construction project funding signs must be wood post signs complying with section Sign panels for construction project funding signs must be framed, single sheet aluminum panels complying with section The background on construction project funding signs must be Type II retroreflective sheeting on the Authorized Material List for signing and delineation materials. The legend must be retroreflective, except for nonreflective black letters and numerals. The colors blue and orange must comply with PR Color no. 3 and no. 6, respectively, as specified in the Federal Highway Administration's Color Tolerance Chart. The size of the legend on construction project funding signs must be as described. Do not add any additional information unless authorized CONSTRUCTION Install 2 Type 2 construction project funding signs at the locations designated by the Engineer before starting major work activities visible to highway users. When authorized, remove and dispose of construction project funding signs upon completion of the project. Contract Number 04-4H Special Provisions Addendum #2 Dated August 19, 2016

7 Contra Costa Transportation Authority BALFOUR INTERCHANGE PROJECT CCTA Contract No. 427 Bridge name or number Abutment Surcharge Settlement number height (feet) period (days) Balfour Road UC 1 and Deer Creek Bridge 1 and Deer Creek Bridge at EB 1 and SR4 Onramp During the settlement period, you are required to perform settlement monitoring as per Caltrans Standard Test Method 112, Method for Installation and Use of Embankment Settlement Devices. Settlement periods and surcharges are required for embankments at the earth retaining structures as shown in the following table: Earth retaining structure number Deer Creek MSE Retaining Wall Surcharge height Settlement period (feet) (days) During the settlement period, you are required to perform settlement monitoring as per Caltrans Standard Test Method 112, Method for Installation and Use of Embankment Settlement Devices F Biofiltration Swale Berm Construction biofiltration swale berms as shown. Add new section F: Use material from excavations or from imported borrow. Selection of material is possible, do not place borrow or excavation material having a sand equivalent value less than 10 within 2.5 feet of finished grade. Material placed lower than 2.5 feet below finish grade is not restricted by the sand equivalent value. Compact berm material under section C. If hand-operated equipment is used, do not place more than 6 inches of berm material before compaction. Add to section C: If sampling and analysis are required submit an import borrow plan for each imported borrow site sixty days before placement of the import borrow. Allow 15 days for review. If revisions are required, as determined by the Engineer, submit the revised plan within 7 days of receipt of the Engineer s comments. For the revision, allow 7 days for the review. The imported borrow plan must include: 1. Land use history of the borrow location and surrounding property 2. Sampling protocol 3. Number of samples and analysis per volume of imported borrow 4. QA/QC requirements and procedures 5. Qualifications of sampling personnel 6. Name and address of the analytical lab that will perform the analyses 7. Analyses that will be performed, based on contaminants of concern determined through site history and adjacent land use and constituents of concern in the ground water basin where the job site is located 8. Signature of the professional geologist or professional civil engineer who prepared the plan Contract Number 04-4H Special Provisions Addendum #2 Dated August 19, 2016

8 BID SCHEDULE BALFOUR INTERCHANGE PROJECT Item No. Item Code (F) Item Description REPAIR EXISTING IRRIGATION SYSTEM Unit of Measure LS MODIFY IRRIGATION SYSTEM LS LUMP LEAD COMPLIANCE PLAN LS LUMP PROGRESS SCHEDULE (CRITICAL PATH METHOD) LS Estimated Quantity Unit Price ** Item Total LUMP LUMP CONSTRUCTION AREA SIGNS LS LUMP TRAFFIC CONTROL SYSTEM LS LUMP TRAFFIC CONE EA TYPE III BARRICADE EA TEMPORARY PAVEMENT MARKING (PAINT) TEMPORARY TRAFFIC STRIPE (PAINT) CHANNELIZER (SURFACE MOUNTED) SQFT 8310 LF EA PORTABLE DELINEATOR EA TRAFFIC PLASTIC DRUM EA TEMPORARY PAVEMENT MARKER EA TEMPORARY SIGNAL AND LIGHTING LS LUMP PORTABLE CHANGEABLE MESSAGE SIGN (EA) EA TEMPORARY RAILING (TYPE K) LF TEMPORARY CRASH CUSHION MODULE TEMPORARY CRASH CUSHION (ABSORB 350 TL-2) TEMPORARY CRASH CUSHION (ABSORB 350 TL-3) EA 42 EA 26 EA 14 Balfour Interchange Project Proposal and Contract Addendum #2 Dated August 19,

9 Item Item Unit of Estimated No. Code (F) Item Description Measure Quantity Unit Price ** Item Total TEMPORARY TRAFFIC SCREEN LF JOB SITE MANAGEMENT LS LUMP PREPARE STORM WATER POLLUTION PREVENTION PLAN STORM WATER ANNUAL REPORT EA MOVE-IN/MOVE-OUT (TEMPORARY EROSION CONTROL) TEMPORARY HYDRAULIC MULCH (BONDED FIBER MATRIX) LS LUMP EA 8 SQYD TEMPORARY HYDROSEED SQYD TEMPORARY COVER SQYD TEMPORARY CHECK DAM LF TEMPORARY DRAINAGE INLET PROTECTION EA TEMPORARY FIBER ROLL LF TEMPORARY SILT FENCE LF TEMPORARY CONSTRUCTION ENTRANCE EA STREET SWEEPING LS LUMP TEMPORARY CONCRETE WASHOUT LS LUMP WATER QUALITY SAMPLING AND ANALYSIS DAY WATER QUALITY MONITORING REPORT TEMPORARY CREEK DIVERSION SYSTEM TEMPORARY CREEK BED PROTECTION SYSTEM EA 20 EA 36 LS LS LUMP LUMP TEMPORARY FENCE (TYPE ESA) LF REMOVE YELLOW THERMOPLASTIC LF 150 TRAFFIC STRIPE (HAZARDOUS WASTE) REMOVE YELLOW THERMOPLASTIC SQFT 390 PAVEMENT MARKING (HAZARDOUS WASTE) TREATED WOOD WASTE LB 1000 Balfour Interchange Project Proposal and Contract Addendum #2 Dated August 19,

10 Item No. Item Code (F) Item Description Unit of Measure DUST CONTROL LS LUMP ABANDON SEWER PIPELINE LF OBLITERATE SURFACING SQYD Estimated Quantity Unit Price ** Item Total REMOVE FENCE LF REMOVE PEDESTRIAN BARRICADE EA REMOVE THERMOPLASTIC TRAFFIC STRIPE REMOVE THERMOPLASTIC PAVEMENT MARKING LF 9410 SQFT REMOVE PAVEMENT MARKER EA REMOVE ROADSIDE SIGN EA REMOVE ROADSIDE SIGN (STRAP AND SADDLE BRACKET METHOD) EA REMOVE PIPE (LF) LF REMOVE INLET EA REMOVE HEADWALL EA REMOVE MANHOLE EA REMOVE ABANDONED VAULT EA REMOVE ABANDONED UTILITY LF REMOVE RETAINING WALL (LS) LS LUMP REMOVE BASE AND SURFACING CY TV SEWER SYSTEM LS LUMP RELOCATE ROADSIDE SIGN EA ADJUST MONUMENT TO GRADE EA ADJUST MANHOLE TO GRADE EA " SEWER MANHOLE LF 54 Balfour Interchange Project Proposal and Contract Addendum #2 Dated August 19,

11 Item No. Item Code (F) Item Description COLD PLANE ASPHALT CONCRETE PAVEMENT REMOVE CONCRETE (CURB, GUTTER, AND SIDEWALK) (CY) Unit of Estimated Measure Quantity Unit Price ** Item Total SQYD CY CAP INLET EA SAND BACKFILL CY CLEARING AND GRUBBING (ACRE) ACRE REMOVE TREES EA (F) ROADWAY EXCAVATION CY CHANNEL EXCAVATION CY SHOULDER BACKING TON (F) STRUCTURE EXCAVATION (BRIDGE) CY (F) STRUCTURE EXCAVATION (RETAINING WALL) CY (F) STRUCTURE BACKFILL (BRIDGE) CY (F) STRUCTURE BACKFILL (SLURRY CEMENT) (F) STRUCTURE BACKFILL (RETAINING WALL) CY 91 CY (F) CONCRETE BACKFILL CY DITCH EXCAVATION CY IMPORTED BORROW (CY) CY BIOFILTRATION SWALE BERM EA REPLACE LANDSCAPING LS LUMP IMPORTED BIOFILTRATION SOIL CY ROLLED EROSION CONTROL PRODUCT (NETTING) ROLLED EROSION CONTROL PRODUCT (BLANKET) SQFT SQFT HYDROMULCH SQFT Balfour Interchange Project Proposal and Contract Addendum #2 Dated August 19,

12 Item Item Unit of Estimated No. Code (F) Item Description Measure Quantity Unit Price ** Item Total FIBER ROLLS LF HYDROSEED SQFT COMPOST SQFT CLASS 4 AGGREGATE SUBBASE CY CLASS 2 AGGREGATE BASE (CY) CY TEMPORARY CLASS 2 AGGREGATE BASE (CY) ASPHALTIC EMULSION (CURING SEAL)(TON) CY 290 TON LEAN CONCRETE BASE CY TEMPORARY HOT MIX ASPHALT (TYPE A) TON HOT MIX ASPHALT (TYPE A) TON RUBBERIZED HOT MIX ASPHALT (GAP GRADED) RUBBERIZED HOT MIX ASPHALT (OPEN GRADED) SHOULDER RUMBLE STRIP (HMA,GROUND-IN INDENTATIONS) TON TON 3720 STA DATA CORE LS LUMP PLACE HOT MIX ASPHALT DIKE (TYPE C) PLACE HOT MIX ASPHALT DIKE (TYPE E) PLACE HOT MIX ASPHALT DIKE (TYPE F) TEMPORARY PLACE HOT MIX ASPHALT DIKE (TYPE E) PLACE HOT MIX ASPHALT (MISCELLANEOUS AREA) LF 660 LF 5340 LF 4550 LF 1360 SQYD LIQUID ASPHALT (PRIME COAT) TON TACK COAT TON (F) MECHANICALLY STABILIZED EMBANKMENT SQFT TEMPORARY SHORING LS LUMP Balfour Interchange Project Proposal and Contract Addendum #2 Dated August 19,

13 Item Item Unit of Estimated No. Code (F) Item Description Measure Quantity Unit Price ** Item Total FURNISH STEEL PILING (HP 14 X 89) LF DRIVE STEEL PILE (HP 14 X 89) EA FURNISH PILING (CLASS 140) (ALTERNATIVE W) DRIVE PILE (CLASS 140) (ALTERNATIVE W) FURNISH PILING (CLASS 200) (ALTERNATIVE W) DRIVE PILE (CLASS 200) (ALTERNATIVE W) LF 190 EA 6 LF 2356 EA " CAST-IN-DRILLED-HOLE LF 68 CONCRETE PILE (SIGN FOUNDATION) PRESTRESSING PRECAST GIRDER LS LUMP (F) STRUCTURAL CONCRETE, BRIDGE FOOTING CY (F) STRUCTURAL CONCRETE, BRIDGE CY (F) STRUCTURAL CONCRETE, RETAINING WALL (F) STRUCTURAL CONCRETE, BARRIER SLAB (F) STRUCTURAL CONCRETE, APPROACH SLAB (TYPE N) (F) MINOR CONCRETE (MINOR STRUCTURE) (F) MINOR CONCRETE (PIPE ENCASEMENT) CY 567 CY 37 CY 377 CY 544 CY (F) ARCHITECTURAL TREATMENT SQFT (F) ARCHITECTURAL SURFACE (BARRIER) FURNISH PRECAST PRESTRESSED CONCRETE GIRDER (90'-100') FURNISH PRECAST PRESTRESSED CONCRETE GIRDER (150'-160') (F) ERECT PRECAST PRESTRESSED CONCRETE GIRDER SQFT 2201 EA 22 EA 7 EA JOINT SEAL (MR 1 1/2") LF JOINT SEAL (MR 2") LF (F) BAR REINFORCING STEEL (BRIDGE) LB Balfour Interchange Project Proposal and Contract Addendum #2 Dated August 19,

14 Item No. Item Code (F) Item Description (F) BAR REINFORCING STEEL (RETAINING WALL) BAR REINFORCING STEEL (BARRIER SLAB) Unit of Estimated Measure Quantity Unit Price ** Item Total LB LB (F) FURNISH SIGN STRUCTURE (TRUSS) LB (F) INSTALL SIGN STRUCTURE (TRUSS) LB INSTALL SIGN (BRIDGE MOUNTED) EA FURNISH LAMINATED PANEL SIGN (OVERHEAD) FURNISH SINGLE SHEET ALUMINUM SIGN (0.063"-UNFRAMED) FURNISH SINGLE SHEET ALUMINUM SIGN (0.080"-UNFRAMED) FURNISH SINGLE SHEET ALUMINUM SIGN (0.063"-FRAMED) FURNISH SINGLE SHEET ALUMINUM SIGN (0.080"-FRAMED) SQFT 970 SQFT 600 SQFT 350 SQFT 87 SQFT ROADSIDE SIGN - ONE POST EA ROADSIDE SIGN - TWO POST EA INSTALL SIGN (STRAP AND SADDLE BRACKET METHOD) INSTALL SIGN (MAST-ARM HANGER METHOD) INSTALL SIGN PANEL ON EXISTING FRAME EA 4 EA 7 SQFT " REINFORCED CONCRETE PIPE LF " REINFORCED CONCRETE PIPE LF " REINFORCED CONCRETE PIPE LF " REINFORCED CONCRETE PIPE LF " CORRUGATED STEEL PIPE (.079" THICK) " CORRUGATED STEEL PIPE INLET (.079" THICK) " BITUMINOUS COATED CORRUGATED STEEL PIPE (.064" THICK) " SLOTTED PLASTIC PIPE UNDERDRAIN LF 330 LF 83 LF 1480 LF 750 Balfour Interchange Project Proposal and Contract Addendum #2 Dated August 19,

15 Item No. Item Code (F) Item Description " PERFORATED PLASTIC PIPE UNDERDRAIN " PERFORATED PLASTIC PIPE LF (F) CLASS 1 PERMEABLE MATERIAL (BLANKET) " CORRUGATED STEEL PIPE DOWNDRAIN (.079" THICK) Unit of Estimated Measure Quantity Unit Price ** Item Total LF 2880 CY 2760 LF DRAINAGE INLET MARKER EA " STEEL FLARED END SECTION EA " CONCRETE FLARED END SECTION " CONCRETE FLARED END SECTION EA 15 EA " PRECAST CONCRETE PIPE INLET LF TYPE I MANHOLE LF TYPE II MANHOLE LF TYPE III MANHOLE LF INLET DEPRESSION EA (F) ROCK SLOPE PROTECTION (FACING, METHOD B) (CY) (F) ROCK SLOPE PROTECTION (1/2 T, METHOD B) (CY) CY 1166 CY CONCRETE (CONCRETE APRON) CY SLOPE PAVING (CONCRETE) CY SLOPE PAVING (CONCRETE PAVERS) SQFT COBBLESTONE PAVING SQYD ROCK SLOPE PROTECTION FABRIC (CLASS 8) SQYD MINOR CONCRETE (CURB) (CY) CY TEMPORARY CURB, GUTTER, SIDEWALK, & CURB RAMP CY 38 Balfour Interchange Project Proposal and Contract Addendum #2 Dated August 19,

16 Item No. Item Code (F) Item Description MINOR CONCRETE (SIDEWALK & RAMP) MINOR CONCRETE (TEXTURED PAVING) Unit of Measure Estimated Quantity CY 310 CY (F) MISCELLANEOUS IRON AND STEEL LB Unit Price ** Item Total " SEWER PIPE LF POTABLE WATERLINE RELOCATION NON-POTABLE WATERLINE RELOCATION LS LS LUMP LUMP ARV RELOCATION (SOUTH) LS LUMP REMOVE BLOW OFF LS LUMP CONCRETE CAP (TYPE 1) LF CONCRETE CAP (TYPE 2) LF CSTS RELOCATION (NORTH) LS LUMP CSTS RELOCATION (SOUTH) LS LUMP CHAIN LINK FENCE (TYPE CL-8) LF DELINEATOR (CLASS 1) EA CONCRETE BARRIER DELINEATOR (CLASS 1, TYPE 1) EA OBJECT MARKER (TYPE L-1) EA MIDWEST GUARDRAIL SYSTEM LF VEGETATION CONTROL (MINOR CONCRETE) SQYD PEDESTRIAN BARRICADE EA DOUBLE MIDWEST GUARDRAIL SYSTEM (WOOD POST) LF (F) CABLE RAILING LF TRANSITION RAILING (TYPE WB-31) EA TERMINAL SYSTEM (TYPE CAT) EA 3 Balfour Interchange Project Proposal and Contract Addendum #2 Dated August 19, A

17 Item No. Item Code (F) Item Description TERMINAL SYSTEM (TYPE CAT) BACKUP END ANCHOR ASSEMBLY (TYPE SFT) ALTERNATIVE IN-LINE TERMINAL SYSTEM ALTERNATIVE FLARED TERMINAL SYSTEM Unit of Measure Estimated Quantity EA 3 EA 12 EA 9 EA CRASH CUSHION (SMART) EA 1 Unit Price ** Item Total CONCRETE BARRIER (TYPE 60) LF (F) CONCRETE BARRIER (TYPE 60A) LF CONCRETE BARRIER (TYPE 60G) LF CONCRETE BARRIER (TYPE 60GA) LF (F) CONCRETE BARRIER (TYPE 732 MODIFIED) LF (F) CONCRETE BARRIER (TYPE 732A) LF (F) CONCRETE BARRIER (TYPE 736 MODIFIED) " THERMOPLASTIC TRAFFIC STRIPE (ENHANCED WET NIGHT VISIBILITY) (BROKEN 18-12) " THERMOPLASTIC TRAFFIC STRIPE (ENHANCED WET NIGHT VISIBILITY) " THERMOPLASTIC TRAFFIC STRIPE (ENHANCED WET NIGHT VISIBILITY) (BROKEN 12-3) " THERMOPLASTIC TRAFFIC STRIPE (ENHANCED WET NIGHT VISIBILITY) (BROKEN 17-7) " THERMOPLASTIC TRAFFIC STRIPE (ENHANCED WET NIGHT VISIBILITY) " THERMOPLASTIC TRAFFIC STRIPE (ENHANCED WET NIGHT VISIBILITY) (BROKEN 8-4) " THERMOPLASTIC TRAFFIC STRIPE (ENHANCED WET NIGHT VISIBILITY) THERMOPLASTIC CROSSWALK AND PAVEMENT MARKING (ENHANCED WET NIGHT VISIBILITY) LF 331 LF 6710 LF LF 220 LF 290 LF 3550 LF 600 LF SQFT 5330 Balfour Interchange Project Proposal and Contract Addendum #2 Dated August 19, B

18 Item No. Item Code (F) Item Description Unit of Measure Estimated Quantity " THERMOPLASTIC TRAFFIC LF 3420 STRIPE (ENHANCED WET NIGHT VISIBILITY) POST MILE MARKING (PAINT) EA 14 Unit Price ** Item Total PAVEMENT MARKER (NON- REFLECTIVE) PAVEMENT MARKER (RETROREFLECTIVE) SIGNAL AND LIGHTING (TEMPORARY) SIGNAL AND LIGHTING (LOCATION 1) SIGNAL AND LIGHTING (LOCATION 2) SIGNAL AND LIGHTING (LOCATION 3) SIGNAL AND LIGHTING (CITY STREET LOCATION 1) EA 2060 EA 2070 LS LS LS LS LS LUMP LUMP LUMP LUMP LUMP LIGHTING LS LUMP LIGHTING (CITY STREET) LS LUMP INTERCONNECTION CONDUIT AND CABLE (LS) LS LUMP TRAFFIC OPERATIONS SYSTEM LS LUMP EMERGENCY VEHICLE DETECTOR SYSTEM (LOCATIONS 2 AND 3) LS LUMP MOBILIZATION LS LUMP * All items are based on an in-place condition. ** Including all applicable taxes. TOTAL PROJECT BID $ Submitted By: (Bidder Partnership or Joint Venture name) The Authority will determine the low bidder by the Total Project Bid. Balfour Interchange Project Proposal and Contract Addendum #2 Dated August 19, C

19

20

21

22

23

24

25

26

27

28

29

30