CITY OF ALBANY Public Works Department ADDENDUM #1 ST CROCKER LANE RECONSTRUCTION

Size: px
Start display at page:

Download "CITY OF ALBANY Public Works Department ADDENDUM #1 ST CROCKER LANE RECONSTRUCTION"

Transcription

1 CITY OF ALBANY Public Works Department ADDENDUM # ST-6-02 CROCKER LANE RECONSTRUCTION In order to clarify the intent of the Specifications and Drawings, the following provisions are provided and shall be considered part of the contract documents. In order to ensure that all bidders are aware of these provisions, each bidder shall sign this addendum below and attach it to the proposal. IMPORTANT: Failure to include a signed Addendum could result in the disqualification of your bid. General Items: The time of the bid opening is 2:30 p.m. on Tuesday, May 9, 207, as shown in the Contract Documents. The planholders list incorrectly listed the bid opening time as 2:00 p.m. The planholders list has been updated to reflect the actual bid opening time of 2:30 p.m. Schedule of Contract Prices: Replace the Schedule of Contract Prices with the new attached Schedule of Contract Prices. The new schedule includes two new bid items for street lighting conduits and junction boxes. Special Provisions: Section I: In Section I of the, add the following text to the end of I-7. EXCAVATION AND BACKFILL REQUIREMENTS Bid Items: The Contractor will be allowed to maintain gravel trench surfaces on Crocker Lane during construction provided the gravel surfaces are maintained in good condition and loose rock is swept up on a daily basis. If the Engineer determines that trenches are not being maintained in good condition, temporary hot mix or cold mix trench patching shall be placed at the Contractor s expense. Temporary trench patching shall be considered incidental to the work. Make the following changes to the bid items below in Section III: Technical Specifications Bid Items: Add the following text to Item No. A-30 4-Inch PVC Sewer Service: The sewer service line to 2749 Crocker Lane at STA A shall be approximately 0.5 feet deep at the edge of the existing pavement. The location of the sewer service shall be as shown on the Construction Drawings or as directed by the Engineer. Replace the first paragraph of Item No. A-5 Reconstruct Grassy Swale with the following text. New text is shown in bold and underlined for clarity: Addendum #

2 This item provides for reconstructing an existing grassy swale as shown on the Construction Drawings and as directed by the Engineer. No heavy motorized equipment shall be allowed on the grassy swale at any time to avoid over-compacting the subgrade or growing medium. Small motorized tracked equipment such as mini-excavators and skid steers will be allowed. Upstream stormwater flow shall be diverted around the grassy swale until the permanent vegetation has been established in the facility. Hydroseeding and final stabilization will be paid under a separate item. Replace the second paragraph of Item No. A-7 General Landscape Restoration with the following text. New text is shown in bold and underlined for clarity: Hydroseeding shall be applied to all disturbed areas where grass existed prior to construction unless otherwise directed by the Engineer. All other areas, including new landscape strips, shall be covered with three inches of bark nuggets over weed control fabric. A sample of bark nuggets shall be provided to the Engineer for approval prior to placement. Add the following two bid items to the end of Section III: Technical Specifications Bid Items: Item No. A-75 2-Inch PVC Street Lighting Conduit: This bid item shall include all work required for installation of the power conduits in the locations shown on the Construction Drawings and as directed by the Engineer. All conduits shall be Schedule 40 PVC and have 500-pound-test pull cords installed for later use by Pacific Power. All couplers, bends, risers, caps, and any other required fittings or materials are considered incidental to these bid items. Bends shall be fiberglass unless otherwise directed by the Engineer. All work shall conform to the Pacific Power Distribution Construction Standard. The Contractor shall coordinate with Pacific Power for inspection of the work. Questions regarding Pacific Power s standards and inspections may be directed to Jim Wood with Pacific Power at Payment for this bid item will be on a linear-foot basis and will include all labor, equipment, materials, and incidentals required to complete the work. Item No. A-76 Install Power Junction Box: This bid item shall include installation of power junction boxes to function as hand holes, and the stubbing of conduit runs into the boxes. The power junction boxes will be supplied by others for installation at locations shown on the Construction Drawings and as directed by the Engineer. All work shall conform to the Pacific Power Distribution Construction Standard. The Contractor shall coordinate with Pacific Power for inspection of the work. Questions regarding Pacific Power s standards and inspections may be directed to Jim Wood with Pacific Power at Payment will be on a per-each basis and will include all labor, equipment, materials, and incidentals required to complete the work. Contractors Signature Date Company Name (Please type or print) Addendum #

3 SCHEDULE OF CONTRACT PRICES SCHEDULE A: STREET AND STORM DRAIN CONNECTION ITEM NO. BID ITEMS APPROX. QUANTITY UNIT OF MEASURE UNIT PRICE DOLLARS/CTS TOTAL AMT. DOLLARS/CTS A- Mobilization A-2 Temporary Traffic Control A-3 Erosion Prevention and Sediment Control A-4 Clearing and Grubbing A-5 Overexcavation and Foundation Stabilization 250 A-6 Unclassified Excavation 200 A-7 Full-Depth Reclamation with Cement 6400 A-8 Excess Pulverized Material Haul-Away 700 A-9 Bituminous Sealing Membrane A-0 Crushed Aggregate Base 5000 Ton A- 2-Inch Cold Plane Pavement Removal 050 A-2 A-3 /2-Inch Warm Mix Asphalt Concrete Wearing Course /2-Inch Warm Mix Asphalt Concrete Leveling Course 875 Ton 400 Ton A-4 Transition Paving 220 Ton A-5 5-Inch Asphalt Trench Patch 275 A-6 0-Inch PCC Pavement 950 A-7 Standard Curb and Gutter 4000 SCHEDULE OF CONTRACT PRICES Page 6 of 50

4 A-8 4-Inch PCC Sidewalk 2400 A-9 6-Inch PCC Driveway Approach 200 A-20 8-Inch PCC Driveway Approach 70 A-2 Truncated Domes 350 A-22 Remove Existing Storm Drain 635 A-23 Abandon Existing Storm Drain In-Place 675 A-24 Abandon Existing Storm Drain Inlet 3 Each A-25 Abandon Existing Storm Drain Manhole 4 Each A-26 0-Inch C900 Storm Drain 30 A-27 0-Inch PVC Storm Drain 2275 A-28 2-Inch PVC Storm Drain 75 A-29 5-Inch PVC Storm Drain 400 A-30 4-Inch PVC Sewer Service Each A-3 4-Inch PVC Storm Drain Service Each A-32 6-Inch PVC Storm Drain Service 3 Each A-33 4-Inch Perforated Storm Drain 70 A-34 3-Inch Private Roof Drain 60 A-35 Curb Drain 5 Each A-36 Property Line Cleanout 6 Each A-37 Curbside Planter 560 SCHEDULE OF CONTRACT PRICES Page 7 of 50

5 A-38 Standard Curb Inlet Each A-39 Remove and Replace Curb Inlet Top 3 Each A-40 Catch Basin 4 Each A-4 ODOT Type-D Inlet 2 Each A-42 Private Area Drain Each A-43 Modify Existing Pretreatment and Flow Splitter Manhole A-44 Modify Existing Flow Control Manhole A-45 Modify Existing Pond Overflow Manhole A-46 8-Inch Storm Drain Outfall A-47 2-Inch Storm Drain Outfall 2 Each A Inch Storm Drain Outfall A-49 Detention Pond Unclassified Excavation 00 A-50 Detention Pond Structural Fill 575 A-5 Reconstruct Grassy Swale A Inch Precast Manhole Each A-53 Shallow Precast Manhole 2 Each A-54 Standard Precast Manhole 7 Each A-55 Connect to Existing Manhole 3 Each A-56 Adjust Manhole Rim to Grade 20 Each SCHEDULE OF CONTRACT PRICES Page 8 of 50

6 A-57 4-Inch Yellow Profiled Thermoplastic Stripe 3600 A-58 4-Inch Yellow Non-Profiled Thermoplastic Stripe (PCC) 60 A-59 8-Inch White Non-Profiled Thermoplastic Stripe 3650 A-60 8-Inch White Non-Profiled Thermoplastic Stripe (PCC) 60 A-6 2-Inch White Non-Profiled Thermoplastic Stripe 50 A-62 2-Inch White Non-Profiled Thermoplastic Stripe (PCC) 400 A-63 Thermoplastic Bicycle Lane Legend 0 Each A-64 Raised Reflectorized Pavement Marker 60 Each A-65 Install New Street Signs A-66 Relocate Existing Street Sign 6 Each A-67 Construct Retaining Wall STA A+44.5 to A A-68 Plant and Establish Stormwater Quality Plantings A-69 Plant and Establish Detention Pond and Grassy Swale A-70 Plant and Establish Street Trees A-7 General Landscape Restoration A-72 Relocate Mailbox 6 Each A-73 Install Clustered Mailbox Units A-74 Topsoil 400 A-75 2-Inch PVC Street Lighting Conduit 60 SCHEDULE OF CONTRACT PRICES Page 9 of 50

7 A-76 Install Power Junction Box 2 Each SUM OF EXTENDED TOTALS SCHEDULE A SCHEDULE B: WATER LINE CONSTRUCTION ITEM NO. BID ITEMS APPROX. QUANTITY UNIT OF MEASURE UNIT PRICE DOLLARS/CTS TOTAL AMT. DOLLARS/CTS B- Mobilization B-2 Temporary Traffic Control B-3 Erosion Prevention & Sediment Control B-4 2-Inch Ductile Iron Water Line 230 B-5 8-Inch Ductile Iron Water Line 800 B-6 8-Inch Gate Valve 3 Each B-7 6-Inch Gate Valve 2 Each B-8 -Inch Combination Air/Vacuum Release Valve 2 Each B-9 Standard -Inch Service Assembly 9 Each B-0 -Inch Private Service Line 00 B- Coordinate 2-Inch X -Inch Live Tap B-2 Construct 2-Inch Pressure Reducer Valve and Vault B-3 Install Private Pressure Reducer Valve B-4 Standard Fire Hydrant Assembly 2 Each B-5 Remove Existing Fire Hydrant Assembly Each SCHEDULE OF CONTRACT PRICES Page 0 of 50

8 B-6 2-Inch X 8-Inch Connection Assembly B-7 8-Inch X 8-Inch Connection Assembly 6 Each B-8 8-Inch X 6-Inch Connection Assembly B-9 8-Inch Water Line Adjustment B-20 Remove Abandoned Valve Box 0 Each B-2 Remove and Dispose of Asbestos Cement Pipe 00 B-22 Abandon 0-Inch Asbestos Cement Water Line 2000 SUM OF EXTENDED TOTALS SCHEDULE B TOTAL SCHEDULE A & B NOTE: Subject to change if addition or extensions are in error. Bidder s Signature Company Name (please print) Date Bidder s Name (please print) Mailing Address (please print) CCB License Number Bidder s Title (please print) City, State Zip Federal Tax ID Number Telephone No.: Fax No.: SCHEDULE OF CONTRACT PRICES Page of 50