Avenue 52/Grapefruit Boulevard Railroad Grade Separation Project PRE-BID REQUEST FOR INFORMATION

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

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

ADDENDUM NO. 1. for the VETERANS PARK RENOVATIONS CITY OF TALLADEGA, ALABAMA. Posting Date: June 20, 2013

Forsyth County Procurement

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

SUBJECT: ITB , Oxford Road Complete Street Improvements Project ADDENDUM #1

CONTRACTOR S PROPOSAL FISCAL YEAR STREET IMPROVEMENT PROJECT AND MAIN STREET BRIDGE REHABILITATION

Questions & Responses RFP No Design-Build Services, Twin Brooks Golf Course Renovations

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

ADDENDUM NO. 1 APRIL 24, 2017

This is only a general checklist; please refer to the CVWD Development Design Manual (DDM) for all requirements and regulations.

M I N N E S O T A D O T BID TABULATION SUMMARY JOB PAGE 1 ON 03/16/94 MINNESOTA PROJECT NO.S: STP 5822(002)

Table of Contents for Guide Specifications

BID FORM (LUMP SUM CONTRACT)

SPECIAL NOTES FOR CONTRACT. Bidding Requirements and Conditions. Specifications Governing this Project

APPENDIX F: CALTRANS COST ESTIMATE TEMPLATE (included in Appendix AA of the CALTRANS Project Development Procedures Manual)

SECTION MEASUREMENT AND PAYMENT

DOCUMENT ADDENDUM No. 2

February 1, 2018 ADDENDUM NO. 3 TO ALL BIDDER S:

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

Invitation to Tender No. T170523EN. lump sum $ days $1,500 $ ha 0.4 $ $ m 3 18,000 $ $ m 3 31,000 $ $ m 3 1,175 $ $ m 130 $ $ t 210 $ $

CULINARY WATER PROJECT COST ESTIMATES & LOCATION MAPS. Appendix B

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

ADDENDUM #3. STATE ROUTE 60 AT POTRERO BOULEVARD INTERCHANGE PHASE I AND IA City Project No ; Federal Project No.

Bid Form. Schedule 2 Alternate Bid No. 4: Install gutters and downspouts. (100% Local Funded)

SECTION CONSTRUCTION SERVICES

OKLAHOMA DEPARTMENT OF TRANSPORTATION SPECIAL PROVISIONS FOR BUY AMERICA

CONSTRUCTION STANDARDS SECTION CS 3 TRENCH FOUNDATION, BEDDING AND BACKFILL

I. General Information. A. Project Team & Contacts: Role Company Name Phone City of Johnson City Jeff Owner Water & Sewer Harmon, PE Department

ADDENDUM NO. 1 FOR CITY OF CUMMING 900-HP RAW WATER INTAKE PUMP. ADDENDUM DATE: February 10, BID DATE: February 15, 2017, 11:30 a.m.

ADDENDUM # 3 DATE: February 16, 2018

Riverside County Transportation Department Summary of Bids

ST. TAMMANY PARISH PATRICIA P. BRISTER PARISH PRESIDENT

10:00 AM, Wednesday, April 8, 2015

Fox Avenue Improvements From Gamebird Road to Dalton Street Bid # PROJECT SPECIFICATIONS TABLE OF CONTENTS

INDEX FOR SPECIFICATIONS FOR JACKING CULVERTS THROUGH EMBANKMENTS SCOPE... 2

WEST VIRGINIA DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS

SECTION C1 DUCTILE IRON PIPE AND FITTINGS GENERAL

SUQUAMISH WAY NE SHOULDER AND SIDEWALK IMPROVEMENT PROJECT

ODOT Design & Construction Requirements for MSE Walls

Forsyth County Procurement

Item Name Description Unit of Measure Mobilization Per WSDOT Lump Sum

SECTION FOUNDATION DRAINAGE

BIDS WILL BE CONSIDERED NON-RESPONSIVE WITHOUT THE REQUIRED SIGNATURE ACKNOWLEDGING THE FOLLOWING:

City of Reno Public Works 1 E. 1 st Street, 8 th Floor P.O. Box 1900 Reno, NV (775) (775) FAX

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


INDEX FOR SPECIFICATIONS FOR REMOVING CULVERTS AND PLACING CULVERTS SCOPE... 1

February 22, 2018 BIDDERS WILL ACKNOWLEDGE RECEIPT OF THIS ADDENDUM IN THE SPACE PROVIDED ON THE PROPOSAL PAGE

ITEM D-701 PIPE FOR STORM DRAINS AND CULVERTS

:00 PM CST. McDonald Construction Inc of Slidell $1,002, Magee Excavation & Development LLC $1,

E. GILMAN STREET, N. PINCKNEY STREET, AND N. BUTLER STREET RESURFACING WITH UTILITIES ASSESSMENT DISTRICT CONTRACT NO DATE: 9/22/17

ADDENDUM 3 Contractor Questions Essex County Courthouse Square Drainage Improvements IFB Responses Issued March 30, 2016

Town of Wascott Advertisement for Bids ROAD MAINTENANCE PROJECTS

HITT STREET UNIVERSITY PROJECT #: CP REFER TO CP PLANS FOR ELECTRICAL DUCTBANK IN HITT STREET INSTALL:

STATE AID GUIDE FOR: Updated: December 16, 2005

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

ADDENDUM NO. 1. FY 2012 Full Depth Reclamation Project CITY OF GAINESVILLE, GEORGIA

REQUEST FOR CONSTRUCTION BIDS May 23, 2017

THE CITY OF STOCKTON DEPARTMENT OF PUBLIC WORKS SPECIAL PROVISIONS FOR CITY OF STOCKTON FIRE STATION NO DRIVEWAY AND PARKING LOT REPAIRS

PLANS. All plans shall be submitted on 24 x 36 sheets

LI STATIONS N-03 & N-06 PLACEMENT BID # B May 18, 2016 Addendum 2

CHAPTER 11 CONDUITS AND FITTINGS

DGR PROJECT NUMBER:

TABLE OF CONTENTS SECTION 700 STORM DRAINAGE STANDARDS...

TOWN OF WINDSOR CONSTRUCTION GUIDELINES

SECTION 14 - RESTORATION OF SURFACES TABLE OF CONTENTS

CHANGES TO DIVISION 100 OF THE STANDARD SPECIFICATIONS

CONSTRUCTION SURVEY. Construction survey includes personnel, equipment, and supplies required for, but not limited to, the following:

SECTION 14 - RESTORATION OF SURFACES TABLE OF CONTENTS

Department of Transportation Pierre Region Office 104 S. Garfield Bldg. A Pierre, South Dakota / FAX: 605/

PAGE 1 BID ITEM ESTIMATED UNIT TOTAL UNIT TOTAL UNIT TOTAL NO. QUANTITY UNIT ITEM COST COST COST COST COST COST

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

PORT OF LONG BEACH UNIQUE DESIGN STANDARDS

SECTION CURB RAMPS AND OTHER MINOR CONCRETE FACILITIES. Part 1 - General Work Included Related Requirements...

Addendum No. 1 Page 1 of 2

CITY OF TROY CONSTRUCTION SPECIFICATIONS PREPARED BY: F-7587

UTILITY UNDERGROUNDING GRAUWYLER IRVING HEIGHTS DRIVE ITB# 116D-15F ADDENDUM #2 March 24 th, 2015 PAGE 1 OF 2

Request for Proposal: Due October 11, :00 pm

ENCROACHMENT/EXCAVATION PERMIT APPLICATION

Drainage structure refers to manholes, catch basins, leaching basins, inlets and drop inlets. Drainage structures are designated as follows.

PROPOSED HIGHWAY IMPROVEMENTS FOR CONTRACT LETTING. March 9, 2018

PROJECT NAME: NAVAJO TRIBAL UTILITY AUTHORITY WASTEWATER TREATMENT PLANT UPGRADES

Virginia Department of Transportation. Post Construction Manual (Imperial & Metric)

VILLAGE OF LOMBARD CONTRACT DOCUMENT NUMBER SS BID PROPOSAL

SECTION PIPE & PIPE FITTINGS PART 1 GENERAL

FENCES. This hand out is for REFERENCE ONLY. For more details see specific code sections.

DIVISION 33 - UTILITIES SECTION UTILITY PIPE BORING AND JACKING DIVISION 33 UTILITIES SECTION UTILITY PIPE BORING AND JACKING

CRACK ROUTING AND SEALING And CHIP SEAL COATING BIDS 2012

Construction operations shall be conducted in a manner to provide DOT forces access to the Maintenance Yard on a continuous basis.

SPECIAL SPECIFICATION 3504 Septic Tank System

Municipal Engineering Standards Development Agreement Request Form

CHAPTER 12: DRAINAGE

Section 401. PIPE CULVERTS

PERMITTING AND CONSTRUCTION MANUAL

MAINE TURNPIKE AUTHORITY ADDENDUM NO. 1 CONTRACT EXIT 103 SOUTHBOUND UNDERPASS BRIDGE REHABILITATION MILE 103.0

COUNTY OF SAN JOAQUIN

KANSAS DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION TO THE STANDARD SPECIFICATIONS, 1990 EDITION

Contact Clark Public Utilities Construction Services department at (360) to initiate a request for service.

GRAY WATER SYSTEMS (Reference California Plumbing Code Chapter 16 and 16A) Revised: 6/11/14

Transcription:

The City received a total of 67Pre-Bid Questions listed in table below. Note that some of the questions are duplicate. Formal responses are forthcoming via addendum shortly. No. 1 2 3 4 5 6 Plan/SSP/ Page No. 17 of 183 48 48 48 54 54 Comments Bid item #35 remove pipe has quantity of 130 lf. Could not find that pipe to be removed on plans. 17 of 183 of the removal plans, that sheet has symbol 39 remove pipe. However that symbol 39 is not on plan nor does the plans shows any pipe removal. Where is Bid item #35 located and what type and depth of pipe to be removed? If it is ACP, cost will be affected for removal and disposal. Plan doesn t call out for any pipe restraint on 16 DIP. Is this correct thru the casing at the bridge? Plan doesn t call out for any flex-tends at each end of bridge casing of the 16 DIP. Is this correct? Plan shows bid item #106 for 2 air vac. on top of bridge thru the casing. Will there be a detail how to construct that Air Vac within the bridge structure? Detail 2 has a note on the detail that says STAINLESS STEEL COLLAR AT PIPE JOINT TYPICAL. My suppliers do not know of that type of collar for 16 DIP. Could you identify that part at the DIP joint? Is it a restraint rubber gasket with Stainless teeth? STEEL CASING NOTES; Note 2 says, PERIPHERY OF CASING TO BE PRESSURE GROUTED. The word periphery means outer boundary of casing. Is it correct to say that the only requirement for the 16 DIP inside of the casing is AIR BLOWN SAND only and not outside of casing? Status/Changes Page 1 of 11

7 8 9 10 11 48 & 49 Plan calls out to tie-in existing 12 ACP water main. 16 DIP will not be ready to tie-in until pipe is install inside the bridge. Leaving the existing 12 ACP line active during the bridge construction will be a conflict with bridge construction. Will there be a staging plan issued when the existing 12 ACP main can be shut down prior to bridge construction? If so, will it also address any service line on that main that will need to be temporary relocated? For bid item #114 16 CASING FOR 12 PVC call out for 250 LF. I was only able to find two locations of 20 each under storm drains for a total of 40 lf. Is the 250 lf bid item quantity correct and if so where would that remaining casing be located on the plans? Reference Notice Inviting Bids page 1, paragraph 1, states that bids will be received at the office of the City Clerk. Please provide the address of the City Clerk. Reference Notice Inviting Bids page 1, paragraph 3, states that the liquidated damages are $2,500.00 per day. The Contract, page 63, article 4, states that the liquidated damages are $7,500.00 per day. Please clarify which is correct. Because we were not provided a separate Bid Book, please provide a checklist of all forms that are required to be turned in with the bid. 12 Does this project have Federal Funding? 13 Is there a DBE goal? Reference Appendix D page 3 of 7, Article 6. Please confirm that the City will pay the UPRR estimated cost of $536,137.00 for 14 engineering design, inspection, and flagging, and that the contractor is not to include any of these costs in their bid. Page 2 of 11

15 16 17 18 19 20 21 22 Reference page 146 of the Bid and Contact Documents, Section 300-1.A1 Remove Buildings and Facilities, and Bid Item #11. Does this bid item include the removal of the buildings only? Is the cost of parking lot pavement, landscape, fence, block wall, etc. removal to be paid for in other bid items? Reference Bid Item #21 Remove Trees, has a quantity of 50,000 LS. Please correct the quantity or unit. We would like to request that the bid date be moved to 2:00 PM any day except Monday. Mondays tend to be very difficult for subcontractors to get their sub quotes in to the prime contractors in a timely manner. Page 111 of General Conditions states Buy AMERICA REQUIREMENTS. Question; regarding all pipe material steel, DIP, etc. for Water, Sewer and Drainage for city of Coachella, is that material subject to Buy American? If so, then all material would be Domestic. Would this be true that all pipe material would be domestic? Per Detail Drawing for city of Coachella W-8 is for any service that is less than 2. The plans are not calling out what size of service line. Are all of the services 1 in size or is it 1 ½ service? On plan sheet #53 calls for tie-in on existing 12 main. Question, is that 12 ACP pipe. If so, will need to price accordantly Would you please email the engineers estimate for the above project. Could you please tell me if the new bridge structure is steel or concrete? Page 3 of 11

23 24 25 26 27 28 Reference specifications page 10 item 4 Traffic Control, second paragraph indicates that Changeable Message Sign (CMS) boards are to be included in the Lump Sum price for Traffic Control. We do not find any indication of CMS boards in the Stage Construction Plans. Will the city require CMS boards? If so, please indicate the number of CMS boards the City will require. Will Caltrans be inspecting any portion of the work performed on this project? Bid Item # 133 36 DIAMETER, ½ THICK STEEL CASING has a quantity of 40 LF. The bid item is in the items of AG Drain schedule, however not able to locate that item. Question; Where is this casing on the plans? Please provide existing Utility relocation dates and durations that are to be performed by others as shown on the Utility Plans (Existing). Reference General Conditions page 84, Article 23 Layout and Field Engineering, first paragraph, states that construction staking will be provided by the Contractor. Second paragraph states that Contractors request for surveying shall be made to the Engineer a minimum of 48 hours prior to the time requested. Please clarify who is responsible for Construction Staking. Reference General Condition page 91 Article 40 Builders Risk (All Risk). Please confirm whether Builders Risk insurance is required. If so required, where is the cost to be paid? Page 4 of 11

Reference Bid Item #61 Install Future use Underground Electrical Conduits 1 L.S. Please confirm that the quantities for this bid item are shown on plan sheets 34, 36, 38, 40, 42, and the summary table on plan sheet 43. Note #1 on plan sheet 43 indicates that the contractor shall verify quantities with Imperial 29 Irrigation District this makes it very difficult to bid a Lump Sum item when quantities could change. Please consider changing the payment method to LF for the various size conduits. Also, please provide details for the type of conduit and the depth, backfill etc. that is required. Reference Technical Specs page 153, first and second paragraphs. Please provide the costs for the encroachment permit that the 30 Contractor shall obtain. Please provide the costs for the inspection deposit for the CVWD inspection personnel. 31 Reference bid item #127. Should the unit be EA instead of LF? Please provide the thickness of the existing asphalt, aggregate base, and concrete pavement that is shown to be removed on 32 Ave 52, Grapefruit Blvd., Calle Limon, Sunset Dr., Tyler St., Industrial Way, and the Jones Bros property (plan sheets 16-21). 33 The quantity for Bid Item 21 - Tree Removal is 50,000 LS. 34 I did not see a specific DBE goal listed in the Contact Documents. Please clarify the requirements for DBE participation and a specific goal if required. In addition, the form for DBE participation (Page 56-57) only applies to the successful low bidder and there is no form for Good Faith Efforts. If there is a specific DBE goal and a Good Faith Effort is to be completed, these forms should be included in the bid book. Please also specify the deadline for submission of these documents, if required, which is typically 4:00 p.m. on the 4th business day after the bid opening (per Caltrans Specifications). Page 5 of 11

35 36 37 38 Please clarify when the DBE subcontractor forms are due. These are located on Pages 61 & 62 of the documents. We have typically seen these due at 4:00 p.m. on the 4th business day after the bid opening with Good Faith Effort Paperwork. You have a subcontractor list for bid day located on Page 41 of the documents. Please clarify the location of and specification for the 16 EA bollards that are paid for in Bid Item 54. Can the bidders be supplied with the roadway cross sections for this project? There is substantial fill for the Ave. 52 roadway and payment is incidental to the wall item, so determination of this quantity is critical. Typical MSE Wall wire basket construction includes the use of wire struts at a spacing on 1.5 to 2.0 ft minimum to maintain MSE wall alignment. The MSE wall plans show a wire basket and the notes refer to cutting the fabric for installing the wire basket hooks (Sheet 133), however there are no hooks shown on the plans. Will you please clarify if wire basket hooks are required for the MSE Wall wire basket construction and the type, spacing and length required? 39 The 16 pipe is D.I 40 41 42 You don t show any restraints for the pipe across the bridge I think it should be restrained. You don t show any expansion joints on the bridge 16 pipe itself are you sure you don t need them? For bid schedule # 120 calls out for 12 RS GATE VALVE. However the city water standard calls out for any valves 12 and larger will be butterfly valves. Is bid item #120 correct using 12 RS GATE VALVES? Page 6 of 11

43 44 45 46 Page 140 of technical specifications 207-9.2.2 pipe joint, note was added that DUCTILE IRON PIPE JOINT SHALL BE MECHANICAL. Question; is all of the 16 DIP will only be a MJ type pipe (mechanical)? Will standard bell and spigot DIP pipe be acceptable per the city of Coachella Water Standard? This will raise the cost of the 16 if it has to be mechanical MJ. Reference Bid Item #1 and page 87 of the specifications, article 28 Inspectors Field Office. Is there a minimum size field office that will be required? Is there a minimum distance from the job site that the field office is required to be located? Does the City have property available at no cost to the contractor for the field office location? Reference Bid Item # 28 Gravel Mulch (2 Gray) and detail on plan sheet 25. Does the 2 designation refer to the size of the gravel mulch or to the thickness of the gravel mulch to be placed on the compacted subgrade? Please clarify the following related to the gravel mulch detail shown on plan sheet 25: Gradation required for the gravel mulch, thickness of the gravel mulch, specification for the weed control fabric, and clarify whether the edging is only at the toe of the slope or is it required around the entire perimeter of the gravel mulch. Reference Bid Item #5 Environmental Permit Compliance and the referenced Categorical Exemption / Categorical Exclusion document in Appendix C. It is difficult to estimate a cost for many of the items described in Appendix C i.e. potential relocation of burrowing owls if found (item 5), biological monitoring if active bird nests are found (item 6), testing and handling of potential hazardous waste materials if found etc. Would the City consider changing Bid Item #5 to a Force Account item with a City designated dollar amount that all bidders would carry in their bid. If any of the work described in Appendix C is then required, it would be performed on a time and material basis as directed by the City. Page 7 of 11

47 48 49 50 51 52 53 54 Reference Plan Sheet 5 typical section for Ave 52 Sta 43+90 to Sta 44+99.11. At the centerline there is a call out for 4 thick PCC in the median between the type D curb. Where is the 4 thick PCC to be paid? Is Cl 2 AB required under the 4 PCC? If so, what thickness of AB and where is the AB paid? Reference Plan Sheet 15, construction note #40 Construct PCC Ribbon Gutter. Where is the Ribbon Gutter to be paid? Where is the Cl 2 AB under the ribbon gutter to be paid? 47, Detail A-A has a note on the detail that says STAINLESS STEEL COLLAR AT PIPE JOINT TYPICAL. My suppliers do not know of that type of collar for 18 PVC sewer. Could you identify that part at the PVC joint? Reference plan sheet 57 Traffic Handling Note #9 states that the intersection of Grapefruit and Sunset Drive extension is to be signal-controlled during stages 1B, 1C, and 2. Please clarify where the cost of the temporary signal is to be paid. Reference plan sheets 160-162. Removal notes 5 and 6 refer to removal of existing striping and pavement markings. Where is this work to be paid? Removal note 11 refers to remove and salvage existing light. Where is this work to be paid? Where are the salvaged lights to be delivered? Reference plan sheets 163-165. Construction note 2 refers to construct AC pavement. What is the thickness of the AC pavement? Construction notes 4, 8, 9, and 10 refer to new striping. Where is this work to be paid? Reference Bid Item 35 and plan sheet 17. Removal note 32 on plan sheet 17 refers to removal of existing pipe. We do not find the location on the plans. Please provide size, location, type, and depth of the existing pipe to be removed. Would you be able to provide a copy of the sign-in sheet from the 10-7-2013 pre-bid meeting? Page 8 of 11

55 56 57 58 Division VI Structures, Section 47 Earth Retaining Systems, 47-7 Geosynthetic-Reinforced Soil Wall: Can a Caltrans preapproved MSE Wire wall system with steel soil reinforcement be used in lieu of the Geogrid reinforcement as long as a 2,000 ohm-cm backfill is used? It would be significantly easier to build then a geosynthetic system and would allow for more wall suppliers to bid on the project. Division VI Structures, Section 47 Earth Retaining Systems, 47-7 Geosynthetic-Reinforced Soil Wall: What is the design life of the Geosynthetic-Reinforced Soil Wall? Is the Equal Employment Opportunity Certification only required for the Prime bidder at the time of bid submission, or the Prime Bidder and all listed subcontractors. Due to last minute changes, we have typically seen this form due only for the Prime Bidder at time of bid submission, with the form being submitted for listed subcontractors within a certain timeframe after bid submission. Please advise. This also relates to the supplemental subcontractor listing on Pages 61 & 62 (which was addressed in a previous question). On Page 84, the first sentence of Article 23 states that the construction staking for this project will be provided by the contractor. However, further down in the Article it states that the contractor s requests for surveying shall be made to the Engineer a minimum of forty-eight (48) hours prior to the time requested for said work. These statements contradict each other. Please clarify who is responsible for survey on this project. If the Contractor is responsible will a bid item be added to address this requirement. The contract documents state that a retention of 10% will be withheld, however recent changes to contract law have reduced the withholding amount to 5%. Please clarify the retention amount that will be withheld on this project. Page 9 of 11

59 60 61 62 63 64 On Page 148, Section 300-1.A.2.1 talks about the yellow thermoplastic stripe being hazardous. We have typically seen bid items for Lead Compliance Plan and Remove Yellow Thermoplastic Stripe (Hazardous). Will these bid items be added to address the removal of this stripe? In Appendix C there are multiple references to preconstruction biological surveys, in addition to surveys for burrowing owls and nesting birds. Have these surveys been completed or is it the responsibility of the Contractor in Bid Item #5? Who is responsible for paying the cost of Railroad Flagging on the project? If the contractor is responsible will a bid item be added to address this requirement? In Exhibit D on Page 3 of 6 it talks about a Conditional Work Window. It states that at the direction of the flag person, upon approach of a train and when trains are present of the tracks, the tracks must be cleared. How does this requirement apply when working above the tracks. Once the falsework is erected, will the contractor be permitted to work on the bridge above the tracks as trains pass underneath, or will work have to be halted on the bridge above the tracks every time a train passes underneath Once falsework is erected, will a railroad flag person be required as work is completed on the bridge above the tracks? On Sheet 133 there is a detail for the Gabion Half Cage Attachment. It states the hog rings are to be 5 on center spacing. Could this a typo? Maybe it is 5 ft on center? 65 Is there an estimated project value? 66 Also, do you maintain a plan holder's list/pre-bid sign-in sheet from the pre-bid meeting on October 7th that could be faxed or emailed to me? Page 10 of 11

67 Are any of the Bid Items to be considered Final Pay items? If so, please clarify which items are Final Pay items. A total 67Pre-Bid Questions were received. Page 11 of 11