Sunnyside Valley Irrigation District Enclosed Lateral Improvements Projects Contract : Regions 011, 13 & 014

Similar documents
Sunnyside Valley Irrigation District Enclosed Lateral Improvements Projects Contract Rebid: Region 002A

YES, we received Addendum No. 1

RFB for Wastewater Force Main #3. October 2, Addendum 3: Clarifications and Questions from Pre-Bid Meeting Answered

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

For Reference Only - Not For The Purpose Of Bidding BP-1 PROPOSAL. PROPOSAL OF, a corporation a. partnership consisting of

PROPOSAL KITSAP COUNTY DEPARTMENT OF PUBLIC WORKS COUNTY ROAD PROJECT NO NW Golf Club Hill Road Culvert Replacement To the Honorable Board of Co

November 29, CITY OF PLANT CITY Purchasing Division (813)

CITY OF ALBANY Public Works Department ADDENDUM #1 ST , MAIN STREET REHABILITATION

CECIL COUNTY, MARYLAND. ADDENDUM #2 Bid ; Marley Road Sewer Extension

2010 IDC WATER AND SEWER CONSTRUCTION PACKAGE III 12/11/2009 SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B RA

ADDENDUM NO. 1 CITY OF FORT MORGAN OUTPOST SEWER LIFT STATION CONVERSION PROJECT (DOLA EIAF 07494) January 22, 2015

The Contract Documents for the referenced project are hereby amended in the following particulars only, with all other conditions remaining unchanged.

4TH STREET SEWER EXTENSION TO MBR PLANT BID SOLICITATION NO

BRICK TOWNSHIP MUNICIPAL UTILITIES AUTHORITY BRETON WOODS SECTION 1 WATER MAIN REPLACEMENT ADDENDUM #2

Job Order Sewer Repair Services

Addendum No. 2. Pre-Bid Meeting Notes and Scope of Work Clarifications

ADDENDUM 4 July 20, 2018 CHINO BASIN DESALTER PHASE 3 EXPANSION

Sample. Bid Proposal. Not Valid for Use

DOCUMENT ADDENDUM No. 2

CULINARY WATER PROJECT COST ESTIMATES & LOCATION MAPS. Appendix B

ADDENDUM NO. ONE REHABILITATION OF TAXIWAY G AND RECONSTRUCTION OF TAXIWAY D FOR THE TRENTON-MERCER AIRPORT AB

Addendum No. 1 Issue Date: March 29, 2016

CITY OF TACOMA Department of Public Utilities - Water Division

Masterson 24-Inch Water Main Extension Solicitation Number: CO Job No.: ADDENDUM 2 July 3, 2018

SUQUAMISH WAY NE SHOULDER AND SIDEWALK IMPROVEMENT PROJECT

CARGO HARDSTAND IMPROVEMENTS. at Seattle-Tacoma International Airport BID PACKAGE. Addendum No. 3

ADDENDUM #1 AUGUST 25, INTERSECTION IMPROVEMENTS AT SR 434 AND TUSCORA DRIVE Bid # ITB-06/16/BF

OCONEE COUNTY PROCUREMENT OFFICE 415 S. PINE STREET, ROOM 100 WALHALLA, SC Robyn M. Courtright, CPPO, Procurement Director

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR 2014 WATER MAIN AND SEWER MAIN REPLACEMENT IN EASEMENTS

DOCUMENT ADDENDA AND MODIFICATIONS

ADDENDUM NO. 1 SR163/N 46TH ST TO N 54TH ST INTERSECTION IMPROVEMENT PROJECT REVISIONS TO CONTRACT DOCUMENTS

Please ensure receipt of this Addendum is acknowledged on page 1 of the Form of Tender.

BID PROPOSAL PROPOSAL OF, a Corporation organized and existing under the laws of the State of. a Partnership consisting of

ADDENDUM NUMBER ONE (1) December 6, The following Addendum shall be incorporated into the Contract Documents for the above referenced project.

Addendum 1. Valve & Valve Vault Replacement. Issued June 13, 2018

Whatcom County Bid ADDENDUM NO. 2 West Badger Road / Bertrand Creek Bridge #50 Replacement CRP Federal Aid BRS-2037(107)

City of Tacoma Tacoma Public Utilities Tacoma Power. REQUEST FOR BIDS PG F Alder Lake Park Sewage Treatment Expansion

COMMUNITY PLAZA WAY ASPHALT PAVEMENT OVERLAY ADDENDUM NO.1 UPPER SKAGIT INDIAN TRIBE PAGE 1

SPECIAL SPECIFICATION. Water and Sewer System and Appurtenances

ADDENDUM. DATE: 10/12/15 BROADWAY CROSSWALKS IMPROVEMENT PROJECT CONTRACT No: BID DATE: 10/27/15 ADDENDUM No: 1

ADDENDUM NO. 1 CITY OF SOUTH PORTLAND, MAINE WATERMAN DRIVE PARKING IMPROVEMENTS BID # August 21, 2014 PREPARED BY:

Project Location: Various, Anywhere, PA Bid Date: 7/16/ Rock Construction Entrance

ADDENDUM #1 MARCH 10, CENTRAL WINDS PARK ROADWAY IMPROVEMENTS Bid # ITB-02/16/BF

SAN ANTONIO WATER SYSTEM C5 & C28 SEWER PROJECT PHASE 3 SAWS PROJECT NO SOLICITATION NO. CO ADDENDUM-6

Taxiways P and P7 Drainage Improvements Re-bid CONTRACT NO ADDENDUM NUMBER ONE

General Water Bid Items Item No.

SECTION May 17, 2013 PROPOSAL/BID FORM ADDENDUM No.1

BID FORM (LUMP SUM CONTRACT)

November 2, 2018 CITY OF BERKELEY FY 2018 MEASURE M STREET REHABILITATION SPECIFICATION NO C (Re-Issued) ADDENDUM NO. 1

EXHIBIT E SCHEDULE OF UNIT PRICES

CITY OF PUNTA GORDA, FLORIDA

ADDENDUM TO THE CONTRACT. for the. Switzer Creek Subdivision Contract No. E ADDENDUM NO.: FOUR CURRENT DEADLINE FOR BIDS: September 23, 2015

Addendum No. 1 GORDON WATER MAIN REPLACEMENT PWP Bid No.: WA TMWA Capital Project No.: October 3, 2018

ADDENDUM NUMBER 1: CITY OF PORTSMOUTH, NEW HAMPSHIRE SAGAMORE AVENUE RECONSTRUCTION PHASE I CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS

Forsyth County Procurement

FDOT REF. ITEM DESCRIPTION

BASE BID Description Written & Numeric Price

PUBLIC WORKS SKAGIT COUNTY SAMISH ISLAND ROAD SAMISH ISLAND ROAD SLIDE REPAIR

EL DORADO COLONIA STREET IMPROVEMENT PROJECT PHASE III IN THE CITY OF EL CENTRO ADDENDUM NO. 02

AD 1-1 ITB U CITATION BLVD./OLD KINGS ROAD TO S.R. 100 WATER MAIN

INVITATION FOR BID (IFB) IFB NO. GSWA

RIVERWOOD COMMUNITY DEVELOPMENT DISTRICT 4250 Riverwood Drive Port Charlotte, Florida ADDENDUM #2 September 26, 2011

INVITATION TO BIDDERS. Solicitation No. CO-00157

ADVERTISEMENT SET DECEMBER 2013

ADDENDUM NO. 1 DATE ISSUED: OCTOBER 29, 2013

The Metropolitan Sewer District of Greater Cincinnati

SECTION UNIT PRICES. A. This Section specifies administrative and procedural requirements for the unit prices.

April 1, CITY OF PORTSMOUTH Public Works Department. Bid # Annual Paving Project ADDENDUM NO. 1 NOTICE TO ALL BIDDERS

Answer 1: The reference to CB 5 is incorrect. The correct reference should be CB 4. Question 2: Have any potential staging areas been identified?

ADDENDUM NO. 1. Description of BID 7664: Fossil Creek Trail Underpass at Trilby Road

Forsyth County Procurement


A D D E N D U M N O. 4

ADDENDUM NO. 3 APRIL 9, 2018 CITY OF LUCAS. PARKER ROAD WATER LINE PHASE 2 (Bid ) (FROM LEWIS LANE TO EAST OF SANTA FE TRAIL)

Addendum No: 3 THE FOLLOWING IS BEING ISSUED AS ADDENDUM NO.3. Closing Time: 2:00 P.M., December 18, 2018 Opening Time: 2:01 P.M., December 18, 2018

CITY OF TACOMA Department of Public Utilities Tacoma Power

Bruce Powers, Park Analyst / Project Manager Parks & Recreation Department

Public Utilities PELICAN MARSH ELEMENTARY SCHOOL WATER SERVICE REPLACEMENT

ACKNOWLEDGEMENT OF RECEIPT OF ADDENDUM

MONTECITO WATER DISTRICT. March 13, 2017 ADDENDUM NO. 2

CITY OF FRIENDSWOOD TECHNICAL SPECIFICATIONS SECTION 00005B TABLE OF CONTENTS ***CITY OF FRIENDSWOOD TECHNICAL SPECIFICATIONS***

SPRR TUPELO ST. R UNION CITY BLVD. ZON PADRE PASEO DEEP CREEK ROAD ARDENWOOD COYOTE HILLS REGIONAL PARK PROJECT LIMITS PATTERSON RANCH ROAD BLVD. COMM

All Bidders of Record Stephen Diglio, P.E., KAS Inc. Nanette Rogers, Brent Meacham, Town of Westford


ADDENDUM NO. 3. Please make note of the following clarifications:

Each Respondent shall acknowledge receipt of this Addendum No. 1 by noting such and signing the Bid Proposal.

ST. TAMMANY PARISH PATRICIA P. BRISTER PARISH PRESIDENT

ENLOE CAMPUS STORM DRAIN AND STREET IMPROVEMENTS (Project Title) PROJECT NO. MAJGC / (Budget Account Number)

YES, we received Addendum No. 1

April 18, 2018 CONTRACT NO.: TENDER CLOSING DATE: Friday April 27, :00 pm EST

The following clarifications, changes, additions, and/or deletions are hereby made part of the Contract Documents

San Antonio Water System ADDENDUM NO. 1

ADDENDUM #2 JUNE 30, It is required that all bidders acknowledge receipt of Addenda on Page BF-2 of the Bid Form.

ADDENDUM NO. 2 CITY OF RIVERSIDE WATER SYSTEM IMPROVEMENTS DWSRF PROJECT NO (2 pages)

ADDENDUM NO. 1 SPECIFICATIONS AND CONTRACT DOCUMENTS. All Plan Holders and Prospective Bidders

IFB # R Blythe Creek Grinder Pump Eliminations

ADDENDUM #1 FEBRUARY 20, 2015 SANDUSKY COUNTY ENGINEERS OFFICE RE: F. HOEFLICH DITCH IMPROVEMENT PROJECT NO.142 ADDENDUM #1

County of Georgetown, South Carolina

TENDER WELLCOX ACCESS ROAD ADDENDUM 1

SEMINOLE TRIBE OF FLORIDA PURCHASING DEPARTMENT RFB MABEL T FRANK WAY ROADWAY CONSTRUCTION BIG CYPRESS INDIAN RESERVATION

Transcription:

Sunnyside Valley Irrigation District Addendum No. 1 Enclosed Lateral Improvements Projects 2010-2011 Issued: 8/30/2010 Contract 10-003: Regions 011, 013 & 014 Page 1 of 7 Sunnyside Valley Irrigation District Enclosed Lateral Improvements Projects 2010-2011 Contract 10-003: Regions 011, 13 & 014 ADDENDUM NO. 1 Issued: August 30, 2010 To All Contract Document Holders: You are hereby notified of the following changes, deletions, additions, corrections and clarifications to the plans, specifications and other documents comprising the Contract Documents for the Sunnyside Valley Irrigation District, Enclosed Lateral Improvements Projects 2010-2011, Contract 10-003: Regions 011, 013 & 014 project. The following formatting has been used to note additions and deletions to the contract documents. Deletions are formatted as stricken through (example) text. Changes/additions are formatted as bolded (example) text. Clarifications 1. For the portions of existing pipe within Schedule B that have been identified as potentially being suitable for reuse, how should the contractor handle ordering materials for reuse or replacement of the existing pipe? What is the procedure that the District will use to determine whether pipe is suitable for reuse or requires replacement? The procedure for evaluating the existing pipe for reuse or replacement is outlined in section 8-03.3(26). The Contractor should plan to perform the work associated with evaluating the existing pipe as soon as the irrigation system is drained and is available for evaluation. The Contractor shall complete the evaluation and the District shall render decisions regarding reuse/replacement prior to any materials being purchased for that section. The Contractor shall be responsible for scheduling the work to avoid delays associated with either material procurement or installation; and shall complete all work associated with reuse or replacement of the existing system per the price identified in the bid. 2. Where is the 120 th Meridian in relation to the project site? Bidders should be aware that the 120 th Meridian is located at the Sunnyside-Mabton Highway. The location of the 120 th Meridian will affect the wage rates that are used to determine bids for work located east versus west of this line. Bidders are responsible for determining how this will affect their bids. 3. The Davis Bacon Wage book provided in the Project Specifications includes a separate set of wages designated by SUWA2009-070 08/07/2009 on Page 4 of 5 of the wage book. Can these wage rates be used on this project? If they can be used are there any restrictions to using them? For example, the third paragraph from the top on Page 5 of 6 beginning In the listing above, the SU designation would lead the bidder to believe that these rates may be used by a non-union contractor but not a union contractor. Is this correct? \\rh2\dfs\bothell\data\svid\709-051\task 3\SDB\Contract 10-003\ELIPS300 Contract 10-003 - Addendum No. 1.doc 8/30/2010 2:01 PM

Sunnyside Valley Irrigation District Addendum No. 1 Enclosed Lateral Improvements Projects 2010-2011 Issued: 8/30/2010 Contract 10-003: Regions 011, 013 & 014 Page 2 of 7 Bidders should refer to the Reference Material under the U.S. Department of Labor s Davis- Bacon Wage Determination website for additional information regarding how to interpret General Wage Determination wage rate tables. The address for this website is http://www.gpo.gov/davisbacon/. Click the Reference Material link for a detailed explanation for how to interpret the wage determination tables. In general, it is our understanding that the wage rates designated under SUWA2009-070 are applicable to this project and there are no restrictions that are known by the Owner. 1. Schedule of Prices, Schedule A (a) Revise the quantity for bid item A-32 Meter Riser Connection Assembly Installation from 45 to 43. (b) Revise bid item A-35.1 32 HDPE Irrigation Main Installation, from 32 HDPE to 34 HDPE. 2. Schedule of Prices, Schedule B (a) The bid forms for Schedule B have been hereby re-issued due to numerous changes in bid quantities. Technical Specifications 1. Division 1 General Requirements (a) Revise the 7 th paragraph of section 1-06.1(4) Submittals and Shop Drawings as follows: Submittals that do not comply with these requirements may be returned to the Contractor for re-submittal. Acceptable submittals will be reviewed as promptly as possible, and transmitted to the Contractor not later than 20 working days after receipt by the Engineer. Revise and submit as necessary. Delays caused by the need for re-submittal shall not be a basis for an extension of contract time or delay damages. Three sets of shop drawings will be returned to the Contractor after review. Plans 1. Sheet 15 of the Plans (Dwg. No. D1107), Irrigation Main Plan and Profile (a) Revise the meter riser connection callout near STA 17+11E1 as follows: (1) 4 6 METER RISER CONNECTION TOTAL ACRES SERVED: 40.00 21.20 ACRE METER(s) SERVED: RY 2.59 #5 (b) Remove the 4 meter riser connection, PVC tee, and PVC service lateral piping serving RY 2.59 #4B located near STA 13+72E1. \\rh2\dfs\bothell\data\svid\709-051\task 3\SDB\Contract 10-003\ELIPS300 Contract 10-003 - Addendum No. 1.doc 8/30/2010 2:01 PM

Sunnyside Valley Irrigation District Addendum No. 1 Enclosed Lateral Improvements Projects 2010-2011 Issued: 8/30/2010 Contract 10-003: Regions 011, 013 & 014 Page 3 of 7 2. Sheet 17 to 21 of the Plans (Dwg. Nos. D1108 to D1112), Irrigation Main Plan and Profile (a) The HDPE pipeline extending from STA 0+00F1 to STA 47+25F along with all associated fittings are hereby revised from 32 HDPE to 34 HDPE. 3. Sheet 23 of the Plans (Dwg. No. D1114), Irrigation Main Plan and Profile (a) Revise the meter riser connection callout near STA 56+96F as follows: (2) 6 METER RISER CONNECTION TOTAL ACRES SERVED: 44.00 40.00 ACRE METER(s) SERVED: RY 2.73 #3, RY 2.73 #4 4. Sheet 24 of the Plans (Dwg. No. D1115), Irrigation Main Plan & Profile (a) Add 4 meter riser connection, 27 x 4 PVC tee, and 4 PVC service lateral piping at approximate STA 68+70F. Proposed meter riser connection to serve RY 2.73 #3 (4.00 acres). 5. Sheet 28 of the Plans (Dwg. No. D1118), Irrigation Main Plan and Profile (a) Remove the 12 x 4 PVC tee, 4 PVC service lateral piping and 4 meter riser connection for RY 2.85 #1A located near STA 12+14F1. (b) Remove the 12 x 6 tee, 6 PVC service lateral piping and 4 meter riser connection for RY 2.85 #2A located near STA 16+87F1. 6. Sheet 65 of the Plans (Dwg. No. D1407), Irrigation Main Plan and Profile (a) Add 4 meter riser connection, 24 x 4 HDPE tee, and 4 HDPE service lateral piping at approximate STA 66+25J. Proposed meter riser connection to serve RY 5.89, and RY 5.90 (7.84 acres). (b) See below for additional information regarding changes to the J5 station alignment (Sheets 89 to 92). 7. Sheet 69 of the Plans (Dwg. No. D1409), Irrigation Main Plan and Profile (a) Revise the meter riser connection callout near STA 83+20J as follows: (1) 4 6 METER RISER CONNECTION TOTAL ACRES SERVED: 20.50 41.29 METER(s) SERVED: RY 5.93 #3 \\rh2\dfs\bothell\data\svid\709-051\task 3\SDB\Contract 10-003\ELIPS300 Contract 10-003 - Addendum No. 1.doc 8/30/2010 2:01 PM

Sunnyside Valley Irrigation District Addendum No. 1 Enclosed Lateral Improvements Projects 2010-2011 Issued: 8/30/2010 Contract 10-003: Regions 011, 013 & 014 Page 4 of 7 (b) Revise the branch end of the tee and service lateral pipe located near STA 83+20J from 4 to 6 HDPE. 8. Sheet 70 of the Plans (Dwg. No. D1410), Irrigation Main Plan and Profile (a) Revise the meter riser connection callout near STA 94+65J as follows: (1) 8 METER RISER CONNECTION TOTAL ACRES SERVED: 109.00 111.02 METER(s) SERVED: RY 6.45 #1HW, RY 6.44, RY 5.94A #4 9. Sheet 83 of the Plans (Dwg. No. D1420), Irrigation Main Plan and Profile (a) Revise the tee located near STA 13+87J2 from 18 x 12 PVC to 18 x 10 PVC. (b) Revise the size of the 12 PVC pipe and all associated fittings to 10 PVC from STA 0+00J3 to STA 12+36J3. 10. Sheet 84 of the Plans (Dwg. No. D1421), Irrigation Main Plan and Profile (a) Revise the size of the 10 PVC pipe and all associated fittings to 8 PVC from STA 12+36J3 to STA 13+99J3. (b) Revise the meter riser connection callout near STA 12+36J3 as follows: (1) 6 METER RISER CONNECTION TOTAL ACRES SERVED: 59.08 51.58 METER(s) SERVED: RY 5.51 #4 (c) Revise the meter riser connection callout near STA 13+96J3 as follows: (1) 4 6 METER RISER CONNECTION TOTAL ACRES SERVED: 59.26 15.98 METER(s) SERVED: RY 5.51 #8, RY 5.51 #6,7 11. Sheet 86 of the Plans (Dwg. No. D1423), Irrigation Main Plan and Profile (a) Revise the size of the 6 PVC pipe and all associated fittings to 8 PVC from STA 6+50J4 to STA 28+68J4. \\rh2\dfs\bothell\data\svid\709-051\task 3\SDB\Contract 10-003\ELIPS300 Contract 10-003 - Addendum No. 1.doc 8/30/2010 2:01 PM

Sunnyside Valley Irrigation District Addendum No. 1 Enclosed Lateral Improvements Projects 2010-2011 Issued: 8/30/2010 Contract 10-003: Regions 011, 013 & 014 Page 5 of 7 12. Sheet 88 of the Plans (Dwg. No. D1425), Irrigation Main Plan and Profile (a) Revise the meter riser connection callout near STA 27+68J4 as follows: (1) 6 4 METER RISER CONNECTION TOTAL ACRES SERVED: 36.69 15.75 METER(s) SERVED: RY 3.48C #5, RY 3.48C #4A, RY 3.48C #6, RY 3.48C #7 (b) Relocate meters RY 3.48C #4A and RY 3.48C #5 to the north side of Stover Road (approximate STA 28+68J4). Add 8 x 4 PVC tee and 4 PVC service lateral to feed RY 3.48C #6,7 located near STA 27+68J4. Extend 8 PVC lateral across Stover Road to serve meters RY 3.48C #4A and RY 3.48C #5. Add the following meter riser callout for meters on north side of Stover Road: (1) 8 METER RISER CONNECTION TOTAL ACRES SERVED: 75.52 ACRES METER(s) SERVED: RY 3.48C #4A, RY 3.48C #5 13. Sheet 89 to 92 of the Plans (Dwg. Nos. D1426 to D1429), Irrigation Main Plan and Profile (a) All work associated with the J5 stationed alignment (west of the tee assembly at STA 69+06.76J) is hereby removed from the contract. The work associated with evaluation and reuse or replacement of this lateral will completed by the District. The Contractor shall be responsible for installing the tee and valve assembly located at STA 69+06.76J and shall coordinate with the District regarding the District s work. Attachments 1. Schedule of Prices and Alternate Pipe Materials Worksheet for Schedule B (page 34 to 40) End revisions for Addendum No. 1 \\rh2\dfs\bothell\data\svid\709-051\task 3\SDB\Contract 10-003\ELIPS300 Contract 10-003 - Addendum No. 1.doc 8/30/2010 2:01 PM

Sunnyside Division Board of Control Enclosed Lateral Improvement Projects 2010-2011 Contract 10-003: Regions 011, 013 and 014 SCHEDULE OF PRICES (SCHEDULE B), ADDENDUM NO. 1 Winter 2010 /11 Item Description Quantity Units Unit Price Unit Price in Words Total (Extended) Price GENERAL B-1 Mobilization/Demobilization, Site Preparation and Clean-up 1 LS B-2 Construction Surveying and Staking 1 LS B-3 Temporary Traffic Control 1 LS B-4 B-5 Temporary Erosion and Sedimentation Control (TESC) Trench Safety and Shoring Design, Construction, and Maintenance 1 LS 1 LS B-6 As-Built Drawings 1 LS $ 10,000 Ten thousand and no/100 $ 10,000 B-7 Force Account Work 1 FA $ 50,000 Fifty thousand and no/100 $ 50,000 FILL AND AGGREGATES B-8 Crushed Rock (Contractor Provided Source) 790 TON B-9 Gravel Backfill for Pipe Zone Bedding (Contractor Provided Source) 350 TON 8/26/2010 (5:03 PM) - 34 - J:\Data\SVID\709-051\Task 3\Cost Estimation\10-003\10-003 - Cost Estimate Schedules A & B (Addendum No. 1).xlsx 2010 RH2 Engineering, Inc.

Sunnyside Division Board of Control Enclosed Lateral Improvement Projects 2010-2011 Contract 10-003: Regions 011, 013 and 014 SCHEDULE OF PRICES (SCHEDULE B), ADDENDUM NO. 1 Winter 2010 /11 Item Description Quantity Units Unit Price Unit Price in Words Total (Extended) Price B-10 B-11 Common Borrow (District Provided Sulphur Creek Source) Foundation Material (Contractor Provided Source) 13,000 CY 450 TON B-12 Control Density Fill 404 CY PAVING AND RESTORATION B-13 Hot Mix Asphalt (Trench) Patch Restoration 310 SY DRAINAGE SYSTEMS B-20.1 B-20.2 Storm Sewer Type I Catch Basin (Catch Basin/Yard Drain) Storm Sewer Type I Catch Basin (Bubble-Up Structure) - EA N/A N/A N/A 1 EA MISCELLANEOUS AND EXTRAS B-22 Removal of Suitable/Unsuitable Material (to District-Provided Wing Hill or Other Approved Site) 13,440 CY B-24 Removal of Structures and Obstructions 1 LS 8/26/2010 (5:03 PM) - 35 - J:\Data\SVID\709-051\Task 3\Cost Estimation\10-003\10-003 - Cost Estimate Schedules A & B (Addendum No. 1).xlsx 2010 RH2 Engineering, Inc.

Sunnyside Division Board of Control Enclosed Lateral Improvement Projects 2010-2011 Contract 10-003: Regions 011, 013 and 014 SCHEDULE OF PRICES (SCHEDULE B), ADDENDUM NO. 1 Winter 2010 /11 Item Description Quantity Units Unit Price Unit Price in Words Total (Extended) Price B-25 Dewatering 3,910 LF B-26 Extra Trench Excavation 1,000 CY B-28 Construction Geotextile for Separation 690 SY IRRIGATION SYSTEM - BASE B-29.1 B-29.2 Air Release and Vacuum Valve Assembly Installation 4-inch Air Valve Air Release and Vacuum Valve Assembly Installation 2-inch Air Valve 3 EA 2 EA B-30.1 B-30.2 B-30.3 B-31.1 Isolation Valve Assembly Installation 12-inch Gate Valve Isolation Valve Assembly Installation 18-inch Gate Valve Isolation Valve Assembly Installation 24-inch Butterfly Valve with 6-inch Gate Valve Bypass Blowoff Assembly Installation - 2-inch Blowoff Assembly 1 EA 1 EA 1 EA 1 EA 8/26/2010 (5:03 PM) - 36 - J:\Data\SVID\709-051\Task 3\Cost Estimation\10-003\10-003 - Cost Estimate Schedules A & B (Addendum No. 1).xlsx 2010 RH2 Engineering, Inc.

Sunnyside Division Board of Control Enclosed Lateral Improvement Projects 2010-2011 Contract 10-003: Regions 011, 013 and 014 SCHEDULE OF PRICES (SCHEDULE B), ADDENDUM NO. 1 Winter 2010 /11 Item Description Quantity Units Unit Price Unit Price in Words Total (Extended) Price B-31.2 B-32 Blowoff Assembly Installation - 4-inch Blowoff Assembly Meter Riser Connection Assembly Installation 1 EA 36 EA IRRIGATION SYSTEMS - ALTERNATE B-35.1 B-35.2 B-35.3 B-35.4 B-35.5 B-35.6 B-35.7 32" HDPE Irrigation Main Installation, 28" HDPE Irrigation Main Installation, 24" HDPE Irrigation Main Installation, 18" HDPE Irrigation Main Installation, 14" HDPE Irrigation Main Installation, 8" HDPE Irrigation Main Installation, 6" HDPE Irrigation Main Installation, 3,356 LF 872 LF 2,678 LF 1,414 LF 1,145 LF 9 LF 1,262 LF 8/26/2010 (5:03 PM) - 37 - J:\Data\SVID\709-051\Task 3\Cost Estimation\10-003\10-003 - Cost Estimate Schedules A & B (Addendum No. 1).xlsx 2010 RH2 Engineering, Inc.

Sunnyside Division Board of Control Enclosed Lateral Improvement Projects 2010-2011 Contract 10-003: Regions 011, 013 and 014 SCHEDULE OF PRICES (SCHEDULE B), ADDENDUM NO. 1 Winter 2010 /11 Item Description Quantity Units Unit Price Unit Price in Words Total (Extended) Price B-35.8 B-35.9 B-35.10 B-35.11 B-35.12 B-35.13 B-35.14 4" HDPE Irrigation Main Installation, 18" Irrigation Main Installation, Open Cut Construction (Write in Pipe Material to be Provided) 12" Irrigation Main Installation, Open Cut Construction (Write in Pipe Material to be Provided) 10" Irrigation Main Installation, Open Cut Construction (Write in Pipe Material to be Provided) 8" Irrigation Main Installation, Open Cut Construction (Write in Pipe Material to be Provided) 6" Irrigation Main Installation, Open Cut Construction (Write in Pipe Material to be Provided) 4" Irrigation Main Installation, Open Cut Construction (Write in Pipe Material to be Provided) 214 LF 1,399 LF 2,465 LF 4,189 LF 764 LF 3,919 LF 116 LF 8/26/2010 (5:03 PM) - 38 - J:\Data\SVID\709-051\Task 3\Cost Estimation\10-003\10-003 - Cost Estimate Schedules A & B (Addendum No. 1).xlsx 2010 RH2 Engineering, Inc.

Sunnyside Division Board of Control Enclosed Lateral Improvement Projects 2010-2011 Contract 10-003: Regions 011, 013 and 014 SCHEDULE OF PRICES (SCHEDULE B), ADDENDUM NO. 1 Winter 2010 /11 Item Description Quantity Units Unit Price Unit Price in Words Total (Extended) Price B-36 B-38 B-39 B-40 B-41 6" HDPE Irrigation Main Installation, Slipline Construction Evaluating Existing Systems Potholing Evaluating Existing Systems Pressure Testing Evaluating Existing Systems Video Inspections Reuse of Existing System Conversion from Gravity to Pressurized System 79 LF 6 EA 3 EA 2,828 LF 5 EA SUBTOTAL FOR SCHEDULE B (Items B-1 to B-41) ESTIMATED 7.9% SALES TAX ON MATERIAL FOR BASE BID $ $ 8/26/2010 (5:03 PM) - 39 - J:\Data\SVID\709-051\Task 3\Cost Estimation\10-003\10-003 - Cost Estimate Schedules A & B (Addendum No. 1).xlsx 2010 RH2 Engineering, Inc.

Sunnyside Division Board of Control Enclosed Lateral Improvement Projects 2010-2011 Contract 10-003: Regions 011, 013 and 014 ALTERNATE PIPE MATERIALS WORKSHEET (SCHEDULE B) ADDENDUM NO. 1 Item Description Quantity Units Unit Price B-35.9 18" Irrigation Main Installation, B-35.9.1 18-inch PVC 1399 LF B-35.9.2 20-inch HDPE 1399 LF B-35.10 12" Irrigation Main Installation, B-35.10.1 12-inch PVC 2465 LF B-35.10.2 14-inch HDPE 2465 LF B-35.11 10" Irrigation Main Installation, B-35.11.1 10-inch PVC 4189 LF B-35.11.2 12-inch HDPE 4189 LF B-35.12 8" Irrigation Main Installation, B-35.12.1 8-inch PVC 764 LF B-35.12.2 10-inch HDPE 764 LF B-35.13 6" Irrigation Main Installation, B-35.13.1 6-inch PVC 3919 LF B-35.13.2 8-inch HDPE 3919 LF B-35.14 4" Irrigation Main Installation, B-35.14.1 4-inch PVC 116 LF B-35.14.2 6-inch HDPE 116 LF Winter 2010 /11 8/26/2010 (5:03 PM) J:\Data\SVID\709-051\Task 3\Cost Estimation\10-003\10-003 - Cost Estimate Schedules A & B (Addendum No. 1).xlsx - 40-2010 RH2 Engineering, Inc.

Sunnyside Valley Irrigation District Addendum No. 1 Enclosed Lateral Improvements Projects 2010-2011 Issued: 8/30/2010 Contract 10-003: Regions 011, 013 & 014 Page 6 of 7 Addendum No. 1 is hereby made a part of the Contract Documents, and its terms and conditions are fully binding on the Contract Document holder. He/she shall acknowledge receipt of Addendum No. 1 by signing in the space provided below and attaching it to his/her proposal. This Addendum No. 1 must be signed and included in the bid. SUNNYSIDE VALLEY IRRIGATION DISTRICT Kyle Pettibone, RH2 Engineering Issued August 30, 2010 Received and Acknowledged: Company Name Signature of person receiving fax Title Date \\rh2\dfs\bothell\data\svid\709-051\task 3\SDB\Contract 10-003\ELIPS300 Contract 10-003 - Addendum No. 1.doc 8/30/2010 2:01 PM

Sunnyside Valley Irrigation District Addendum No. 1 Enclosed Lateral Improvements Projects 2010-2011 Issued: 8/30/2010 Contract 10-003: Regions 011, 013 & 014 Page 7 of 7 Sunnyside Valley Irrigation District Enclosed Lateral Improvements Projects 2010-2011 Contract 10-003: Regions 011, 013 & 014 ADDENDUM NO. 1 Issued: August 30, 2010 By: RH2 Engineering, Inc Addendum Acknowledgement In order to ensure that all addenda are received by all plan holders we ask that you fax back to us acknowledgement that you successfully received this fax. Please sign below and immediately fax this page back to Sunnyside Valley Irrigation District at 509-837-2088. Received and Acknowledged: Company Name Signature of person receiving fax Title Date \\rh2\dfs\bothell\data\svid\709-051\task 3\SDB\Contract 10-003\ELIPS300 Contract 10-003 - Addendum No. 1.doc 8/30/2010 2:01 PM