city of visalia city contract 3011-0-72-0-9438 plaza drive
TRANSCRIPT
DATE: OCTOBER 18, 2011
CITY OF VISALIA
City Contract 3011-0-72-0-9438 PLAZA DRIVE INTERCHANGE MODIFICATION
AND WIDENING OVER SR 198
ADDENDUM NO. 2
This Addendum is being issued to modify CONTRACT DOCUMENTS for City Contract 3011-0-72-0-9438. This Addendum will become a part of the CONTRACT DOCUMENTS for this project and must be signed and submitted with the bid proposal.
Item 18: Amend the COPY OF BID ITEM LIST by inserting Item
Number 30A, Item Code 153103, Item cold plane asphalt concrete pavement, Unit of Measure SQYD, and Estimated Quantity 3830 on Page 18 of the Notice to Bidders and Special Provisions.
Item 19: Amend the COPY OF BID ITEM LIST by changing the Item
Number 38 Estimated Quantity to 30,300; Item Code, Item, and Unit of Measure are unchanged on Page 18 of the Notice to Bidders and Special Provisions.
Item 20: Amend the COPY OF BID ITEM LIST by changing the Item
Number 46 Estimated Quantity to 24,400; Item Code, Item, and Unit of Measure are unchanged on Page 18 of the Notice to Bidders and Special Provisions.
Item 21: Amend the COPY OF BID ITEM LIST by changing the Item
Number 57 Estimated Quantity to 21,200; Item Code, Item, and Unit of Measure are unchanged on Page 19 of the Notice to Bidders and Special Provisions.
Item 22: Amend the COPY OF BID ITEM LIST by deleting Item Number
224 on Page 24 of the Notice to Bidders and Special Provisions. Item 23: Amend the COPY OF BID ITEM LIST by changing the Item
Number 225 Estimated Quantity to 1290; Item Code, Item, and Unit of
PLAZA DRIVE INTERCHANGE MODIFICATION AND WIDENING OVER SR 198 City Contract 3011-0-72-0-9438, Addendum #2 Page 1 of 17
PLAZA DRIVE INTERCHANGE MODIFICATION AND WIDENING OVER SR 198 City Contract 3011-0-72-0-9438, Addendum #2 Page 2 of 17
Measure are unchanged on Page 24 of the Notice to Bidders and Special Provisions.
Item 24: Amend the COPY OF BID ITEM LIST by changing the Item
Number 234 Estimated Quantity to 28,200; Item Code, Item, and Unit of Measure are unchanged on Page 24 of the Notice to Bidders and Special Provisions.
Item 25: Amend the COPY OF BID ITEM LIST by deleting Item Number
239 on Page 24 of the Notice to Bidders and Special Provisions. Item 26: Amend the COPY OF BID ITEM LIST by deleting Item Number
240 on Page 24 of the Notice to Bidders and Special Provisions. Item 27: Amend the COPY OF BID ITEM LIST by deleting Item Number
241 on Page 24 of the Notice to Bidders and Special Provisions. Item 28: Amend the COPY OF BID ITEM LIST by changing the Item
Number 244 Estimated Quantity to 9200; Item Code, Item, and Unit of Measure are unchanged on Page 25 of the Notice to Bidders and Special Provisions.
Item 29: Amend the COPY OF BID ITEM LIST by changing the Item
Number 245 Estimated Quantity to 13,200; Item Code, Item, and Unit of Measure are unchanged on Page 25 of the Notice to Bidders and Special Provisions.
Item 30: Amend the COPY OF BID ITEM LIST by changing the Item
Number 247 Estimated Quantity to 15; Item Code, Item, and Unit of Measure are unchanged on Page 25 of the Notice to Bidders and Special Provisions.
Item 31: Amend the COPY OF BID ITEM LIST by inserting Item
Number 256A, Item Code 717077A, Item 4" polyvinyl chloride sewer pipe, Unit of Measure LF, and Estimated Quantity 556 on Page 25 of the Notice to Bidders and Special Provisions.
Item 32: Amend the COPY OF BID ITEM LIST by inserting Item
Number 256B, Item Code 717077B, Item 6" polyvinyl chloride sewer pipe, Unit of Measure LF, and Estimated Quantity 179 on Page 25 of the Notice to Bidders and Special Provisions.
PLAZA DRIVE INTERCHANGE MODIFICATION AND WIDENING OVER SR 198 City Contract 3011-0-72-0-9438, Addendum #2 Page 3 of 17
Item 33: Amend the BID ITEM LIST by inserting Item Number 30A, Item Code 153103, Item cold plane asphalt concrete pavement, Unit of Measure SQYD, and Estimated Quantity 3830 on Page B-6 of the Bid Book, Forms, and Sample Contract.
Item 34: Amend the BID ITEM LIST by changing the Item Number 38
Estimated Quantity to 30,300; Item Code, Item, and Unit of Measure are unchanged on Page B-6 of the Bid Book, Forms, and Sample Contract.
Item 35: Amend the BID ITEM LIST by changing the Item Number 46
Estimated Quantity to 24,400; Item Code, Item, and Unit of Measure are unchanged on Page B-6 of the Bid Book, Forms, and Sample Contract.
Item 36: Amend the BID ITEM LIST by changing the Item Number 57
Estimated Quantity to 21,200; Item Code, Item, and Unit of Measure are unchanged on Page B-7 of the Bid Book, Forms, and Sample Contract.
Item 37: Amend the BID ITEM LIST by deleting Item Number 224 on
Page B-11 of the Bid Book, Forms, and Sample Contract. Item 38: Amend the BID ITEM LIST by changing the Item Number 225
Estimated Quantity to 1290; Item Code, Item, and Unit of Measure are unchanged on Page B-11 of the Bid Book, Forms, and Sample Contract.
Item 39: Amend the BID ITEM LIST by changing the Item Number 234
Estimated Quantity to 28,200; Item Code, Item, and Unit of Measure are unchanged on Page B-12 of the Bid Book, Forms, and Sample Contract.
Item 40: Amend the BID ITEM LIST by deleting Item Number 239 on
Page B-12 of the Bid Book, Forms, and Sample Contract. Item 41: Amend the BID ITEM LIST by deleting Item Number 240 on
Page B-12 of the Bid Book, Forms, and Sample Contract. Item 42: Amend the BID ITEM LIST by deleting Item Number 241 on
Page B-12 of the Bid Book, Forms, and Sample Contract. Item 43: Amend the BID ITEM LIST by changing the Item Number 244
Estimated Quantity to 9200; Item Code, Item, and Unit of Measure are unchanged on Page B-12 of the Bid Book, Forms, and Sample Contract.
PLAZA DRIVE INTERCHANGE MODIFICATION AND WIDENING OVER SR 198 City Contract 3011-0-72-0-9438, Addendum #2 Page 4 of 17
Item 44: Amend the BID ITEM LIST by changing the Item Number 245 Estimated Quantity to 13,200; Item Code, Item, and Unit of Measure are unchanged on Page B-12 of the Bid Book, Forms, and Sample Contract.
Item 45: Amend the BID ITEM LIST by changing the Item Number 247
Estimated Quantity to 15; Item Code, Item, and Unit of Measure are unchanged on Page B-12 of the Bid Book, Forms, and Sample Contract.
Item 46: Amend the BID ITEM LIST by inserting Item Number 256A,
Item Code 717077A, Item 4" polyvinyl chloride sewer pipe, Unit of Measure LF, and Estimated Quantity 556 on Page B-13 of the Bid Book, Forms, and Sample Contract.
Item 47: Amend the BID ITEM LIST by inserting Item Number 256B,
Item Code 717077B, Item 6" polyvinyl chloride sewer pipe, Unit of Measure LF, and Estimated Quantity 179 on Page B-13 of the Bid Book, Forms, and Sample Contract.
Item 48: Amend Section 5-1.06, "PAYMENTS," by revising the
maximum value of the contract item for the first two items shown in the table following paragraph 2 on Page 37 of the Notice to Bidders and Special Provisions: 1. Remove Drainage Facility $ 5000.002. Remove Sign Structure $ 10,000.00
Item 49: Amend Section 6, "EDA CONTRACTING PROVISIONS," on
Page 71 of the Notice to Bidders and Special Provisions by adding Subsection 29: 29. CENTRAL CONTRACTOR REGISTRATION AND UNIVERSAL IDENTIFIER REQUIREMENTS and REPORTING SUBAWARDS and EXECUTIVE COMPENSATION
All recipients (City of Visalia) of awards made on or after October 1, 2010, are required to maintain current registrations in the Central Contractor Registration (CCR) database throughout the project period until the final financial report is submitted or until the recipient receives final payment, whichever is later. In addition, recipients (City of Visalia) must obtain a Dun and Bradstreet Data Universal Numbering System (DUNS) numbers and may make subawards (construction contract) only to subrecipients (Prime Contractor) that obtain a DUNS number. The following details the DUNS and CCR requirements.
Central Contractor Registration and Universal Identifier Requirements:
PLAZA DRIVE INTERCHANGE MODIFICATION AND WIDENING OVER SR 198 City Contract 3011-0-72-0-9438, Addendum #2 Page 5 of 17
1. Requirement for Central Contractor Registration (CCR). Unless you are exempted from this requirement under 2 CFR 25.110, you as the recipient (City of Visalia) must maintain the currency of your information in the CCR until you (City of Visalia) submit the final financial report required under this award or receive the final payment, whichever is later. This requires that you (City of Visalia) review and update the information at least annually after the initial registration, and more frequently if required by changes in your information or another award term.
2. Requirement for Data Universal Numbering System (DUNS) numbers. If you (City of Visalia) are authorized to make subawards under this award, you (City of Visalia):
2.1. Must notify potential subrecipients (Prime Contractor) that no entity (see definition
in paragraph 3.3. of this award term) may receive a subaward (Prime Contract) from you (City of Visalia) unless the entity has provided its DUNS number to you (City of Visalia).
2.2. May not make a subaward (Prime Contract) to an entity unless the entity (Prime Contractor) has provided its DUNS number to you (City of Visalia).
3. Definitions. For purposes of this award term:
3.1 Central Contractor Registration (CCR) means the Federal repository into which an entity must provide information required for the conduct of business as a recipient (City of Visalia). Additional information about registration procedures may be found at the CCR Internet site http://www.ccr.gov
3.2. Data Universal Numbering System (DUNS) number means the nine-digit number established and assigned by Dun and Bradstreet, Inc. (D&B) to uniquely identify business entities. A DUNS number may be obtained from D&B by telephone 866/705-5711 or the Internet http://fedgov.dnb.com/webform
3.3. Entity, as it is used in this award term, means all of the following, as defined at
2 CFR part 25, subpart C:
3.3.1. A Governmental organization, which is a State, local government, or Indian tribe;
3.3.2. A foreign public entity; 3.3.3. A domestic or foreign nonprofit organization; 3.3.4. A domestic or foreign for-profit organization; and 3.3.5. A Federal agency, but only as a subrecipient under an award or subaward to
a non- Federal entity.
3.4. Subaward:
PLAZA DRIVE INTERCHANGE MODIFICATION AND WIDENING OVER SR 198 City Contract 3011-0-72-0-9438, Addendum #2 Page 6 of 17
3.4.1. This term means a legal instrument to provide support for the performance of any portion of the substantive project or program for which you received this award and that you as the recipient (City of Visalia) award to an eligible subrecipient (Prime Contractor).
3.4.2. The term does not include your (City of Visalia) procurement of property and services needed to carry out the project or program (for further explanation, see Sec. 210 of the attachment to OMB Circular A-133, Audits of States, Local Governments, and Non-Profit Organizations").
3.4.3. A subaward (Prime Contract) may be provided through any legal agreement, including an agreement that you (City of Visalia) consider a contract.
3.5. Subrecipient means an entity that:
3.5.1. Receives a subaward (Prime Contract) from you (City of Visalia) under this award; and
3.5.2. Is accountable to you (City of Visalia) for the use of the Federal funds provided by the subaward (Prime Contract).
Transparency Act Reporting All recipients of awards (City of Visalia) made on or after October 1, 2010 are required to
comply with reporting requirements under the Federal Funding Accountability and Transparency Act of 2006 (Transparency Act). The following details the requirements of both. In general, all recipients (City of Visalia) are responsible for reporting subawards (Prime Contract) of $25,000 or more. Please note that the Transparency Act reporting requirement applies to subawards (Prime Contract) only, and not to procurements you (City of Visalia) enter into under this award. The required reporting subaward data elements may be found at www.fsrs.gov In addition, recipients (City of Visalia) that meet certain criteria are responsible for reporting executive compensation.
1. Reporting Subawards and Executive Compensation.
1.1. Reporting of first-tier subawards (Prime Contract)
1.1.1. Applicability. Unless you (City of Visalia) are exempt as provided in paragraph 4. of this award term, you must report each action (Prime Contract) that obligates $25,000 or more in Federal funds that does not include Recovery funds (as defined in section 1512(a)(2) of the American Recovery and Reinvestment Act of 2009, Pub. L. 11 1-5) for a subaward to an entity (see definitions in paragraph 5. of this award term).
1.2. Where and when to report.
PLAZA DRIVE INTERCHANGE MODIFICATION AND WIDENING OVER SR 198 City Contract 3011-0-72-0-9438, Addendum #2 Page 7 of 17
1.2.1. You must report each obligating action (Prime Contract) described in paragraph 1.1.1. of this award term to http://www.fsrs.gov
1.2.2. For subaward information, report no later than the end of the month following the month in which the obligation was made. (For example, if the obligation was made on November 7, 2010, the obligation must be reported by no later than December 31, 2010.)
1.3. What to report. You (City of Visalia) must report the information about each
obligating action (Prime Contract) that the submission instructions posted at http://www.fsrs.gov specify.
3. Reporting of Total Compensation of Subrecipient (Prime Contractor) Executives
3.1. Applicability and what to report. Unless you are exempt as provided in paragraph 4. of this award term, for each first-tier subrecipient (Prime Contractor) under this award, you (City of Visalia) shall report the names and total compensation of each of the subrecipient's (Prime Contractor's) five most highly compensated executives for the subrecipient's (Prime Contractor's) preceding completed fiscal year, if-
3.1.1. in the subrecipient's (Prime Contractor's) preceding fiscal year, the
subrecipient (Prime Contractor) received-
3.1.1.1. 80 percent or more of its annual gross revenues from Federal procurement contracts (and subcontracts) and Federal financial assistance subject to the Transparency Act, as defined at 2 CFR 170.320 (and subawards); and
3.1.1.2. $25,000,000 or more in annual gross revenues from Federal procurement contracts (and subcontracts), and Federal financial assistance subject to the Transparency Act (and subawards)
3.1.2. The public does not have access to information about the compensation of
the executives through periodic reports filed under section 13(a) or 15(d) of the Securities Exchange Act of 1934 (1 5 U.S.C. 78m(a), 78o(d)) or section 6104 of the Internal Revenue Code of 1986. To determine if the public has access to the compensation information, see the U.S. Security and Exchange Commission total compensation filings at http://www.sec.gov/answers/execomp.htm
3.2. Where and when to report. You (City of Visalia) must report subrecipient (Prime Contractor) executive total compensation described in paragraph 3.1. of this award term:
PLAZA DRIVE INTERCHANGE MODIFICATION AND WIDENING OVER SR 198 City Contract 3011-0-72-0-9438, Addendum #2 Page 8 of 17
3.2.1 To the recipient (City of Visalia) 3.2.2. By the end of the month following the month during which you (City of
Visalia) make the subaward (Prime Contract) . For example, if a subaward (Prime Contract) is obligated on any date during the month of October of a given year (i.e., between October 1 and 31), you must report any required compensation information of the subrecipient (Prime Contractor) by November 30 of that year.
4. Exemptions. If, in the previous tax year, you (Prime Contractor) had gross income, from
all sources, under $300,000, you (Prime Contractor) are exempt from the requirements to report:
4.1. Subawards (Prime Contract), and 4.2. The total compensation of the five most highly compensated executives of any
subrecipient (Prime Contractor).
5. Definitions. For purposes of this award term:
5.1. Entity means all of the following, as defined in 2 CFR part 25:
5.1.1. A Governmental organization, which is a State, local government, or Indian tribe;
5.1.2. A foreign public entity; 5.1.3. A domestic or foreign nonprofit organization; 5.1.4. A domestic or foreign for-profit organization; 5.1.5. A Federal agency, but only as a subrecipient under an award or subaward to
a non- Federal entity.
5.2. Executive means officers, managing partners, or any other employees in management positions.
5.3. Subaward:
5.3.1. This term means a legal instrument to provide support for the performance of any portion of the substantive project or program for which you (City of Visalia) received this award and that you (City of Visalia) as the recipient award to an eligible subrecipient (Prime Contractor).
5.3.2. The term does not include your procurement of property and services needed to carry out the project or program (for further explanation, see Sec 210 of the attachment to OMB Circular A-133, "Audits of States, Local Governments, and non-Profit Organizations").
5.3.3. A subaward (Prime Contract) may be provided through any legal agreement, including an agreement that you or a subrecipient considers a contract.
5.4. Subrecipient means an entity that:
PLAZA DRIVE INTERCHANGE MODIFICATION AND WIDENING OVER SR 198 City Contract 3011-0-72-0-9438, Addendum #2 Page 9 of 17
5.4.1. Receives a subaward (Prime Contract) from you (the recipient) (City of Visalia) under this award; and
5.4.2. Is accountable to you (City of Visalia) for the use of the Federal funds provided by the subaward.
5.5. Total compensation means the cash and noncash dollar value earned by the
executive during the subrecipient's (Prime Contractor) preceding fiscal year and includes the following (for more information see 17 CFR 229.402(c)(2)):
5.5.1. Salary and bonus. 5.5.2. Awards of stock, stock options, and stock appreciation rights. Use the
dollar amount recognized for financial statement reporting purposes with respect to the fiscal year in accordance with the Statement of Financial Accounting Standards No. 123 (Revised 2004) (FAS 123R), Shared Based Payments.
5.5.3. Earnings for services under non-equity incentive plans. This does not include group life, health, hospitalization or medical reimbursement plans that do not discriminate in favor of executives, and are available generally to all salaried employees.
5.5.4. Change in pension value. This is the change in present value of defined benefit and actuarial pension plans.
5.5.5. Above-market earnings on deferred compensation which is not tax-qualified.
5.5.6. Other compensation, if the aggregate value of all such other compensation (e.g. severance, termination payments, value of life insurance paid on behalf of the employee, perquisites or property) for the executive exceeds $10,000.
Item 50: Amend Section 10-1.41, "EXISTING HIGHWAY FACILITIES,"
Subsection "REMOVE DRAINAGE FACILITY" by adding the following sentence after the first sentence in the first paragraph in the subsection on Page 197 of the Notice to Bidders and Special Provisions: The existing pipe sizes of drainage facilities are nominal ranging from twelve to thirty inches in diameter.
Item 51: Amend Section 10-1.57, "JOINTED PLAIN CONCRETE
PAVEMENT," Subsection "TEST STRIPS" on Page 233 of the Notice to Bidders and Special Provisions by deleting the first line numbered 1 and replacing it with: 1. 200 feet long minimum
Item 52: Amend Section 10-1.81, "MISCELLANEOUS FACILITIES," by
adding a subsection, "SEWER LATERALS," after the "DUCTILE IRON PIPE" subsection (that replaced the "CAST IRON PIPE" subsection as part of
PLAZA DRIVE INTERCHANGE MODIFICATION AND WIDENING OVER SR 198 City Contract 3011-0-72-0-9438, Addendum #2 Page 10 of 17
Addendum 1) beginning on Page 291 of the Notice to Bidders and Special Provisions:
SANITARY SEWER LATERALS GENERAL
The construction of sanitary sewers laterals and auxiliary facilities shall comply with the details shown on the plans and the requirements of the Standard Specifications and these special provisions.
CERTIFICATES OF COMPLIANCE
Prior to the use of any materials, the pipe manufacturer shall furnish a Certificate of Compliance conforming to Section 6-1.03, "Certificates of Compliance," of the Standard Specifications. The certificate shall be signed by the manufacturer of the material or the manufacturer of assembled materials and shall state that the materials involved comply in all respects with the requirements of the specifications.
SANITARY SEWER PIPE MATERIALS
Unless otherwise specified in these special provisions or shown on plans, the Contractor shall use the following:
1. Polyvinyl Chloride (PVC) - Plastic sewer pipe and fittings materials shall meet the requirements of ASTM Designation: D 3034-73.
2. Minimum pipe stiffness (F/y) at 5% deflection shall be 46 for all sizes when tested in
accordance with ASTM Designation D 2412, external loading properties of plastic pipe by parallel-plate loading, and shall conform to the following dimensions and tolerances, in accordance with ASTM Designation D 3034-73:
Inside Diameter, Inches
Minimum Wall Thickness,Inches
Average Outer Diameter,Inches
4 0.125 4.215 6 0.180 6.275 8 0.240 8.400
2.1. Special care shall be taken in the installation of PVC Pipe so that no more than 5%
deflection occurs in the pipe. The bottom of trench shall be formed such that the pipe can be placed with uniform support along its length.
2.2. The first lift of backfill shall be placed by hand and shall extend only to the pipe springline and hand tamped; the second lift of backfill shall extend to 6" above the top of the pipe and be hand tamped only on the sides of the pipe.
2.3. Documentary evidence of test results will be considered sufficient when pipe manufacturer furnishes a Certificate of Compliance indicating that the pipe has been subjected to and passed hydrostatic, load, and chemical resistance tests conducted in accordance with approved methods.
PLAZA DRIVE INTERCHANGE MODIFICATION AND WIDENING OVER SR 198 City Contract 3011-0-72-0-9438, Addendum #2 Page 11 of 17
EXCAVATION AND SUBGRADE All excavations shall be made in accordance with the Trench Construction Safety
Regulations issued by the Division of Industrial Safety of the State of California. The Contractor shall make all excavation and construct all work as shown on plans and as specified in the specifications. Excavation shall include the removal of all water and materials or obstructions of any nature which interfere with the construction of the work. Excavation for the construction of the work shall be open trench, unless otherwise shown on the plans or specified in these special provisions. All shoring and bracing shall be removed from trench before backfilling.
The Contractor shall place all excavated material where it will not prevent the flow of traffic and storm water through the site of the work and provide free access to all fire hydrants. All excavated material not used in the backfill shall be removed at the Contractor's expense within 48 hours after the backfill is made.
The subgrade shall be the outside bottom of the pipe. The finished subgrade for the sewers shall be firm, thoroughly compacted, and true to grade. Any excavation below subgrade, unless required by the Engineer and shall be tamped until firm and unyielding, all to be done at the expense of the Contractor.
Where soft, spongy, unstable, or other unsuitable subgrade material is encountered, it shall be removed to a depth not exceeding two feet, and replaced with gravel, sand, or fine dirt approved by the Engineer, and tamped until firm and unyielding. Such excavation and replacement with suitable material shall be performed as Extra Work.
Trench widths at the level of the top of the pipe to be installed shall be not more than the outside diameter of the barrel of the pipe plus 16". The above clearances shall be increased to accommodate shoring and also provide space for banding at points required. Excavation for structures shall be 12" minimum beyond dimensions of structures as shown on the plans.
If the Contractor is unable to maintain the trench width allowed in the previous paragraph, the Engineer shall specify the bedding requirement to compensate for the additional loading on the pipe. Such additional bedding may require crushed rock or other suitable granular bedding material or concrete encasement as necessary to obtain satisfactory pipe support.
EXISTING IMPROVEMENTS
Utility companies service laterals are not shown on project plans. Contractor shall allow for gas and water services for each lot shown. Utility companies will locate services and protect from injury by the Contractor and in case of damage, the damage shall be restored by the Contractor to the same type and quality of improvement without additional compensation.
All curbs, walks, gutters, curb drains and any improvements broken during construction shall be reconstructed by the Contractor, using the same kind of material and same dimensions as the original work, at his sole expense unless otherwise provided in these special provisions. Curb, gutter, and walk shall be removed and replaced to a smooth edge or to the next joint or scoring line beyond the actual damaged or broken sections. All work shall match as nearly as possible the appearance and quality of the original improvements.
INSTALLATION OF PIPE
The subgrade shall be brought to the lines and grades established as shown on plans, and unless otherwise indicated, all grades or cuts will indicate the flow line or invert of the system.
The pipe sections shall be laid commencing at the downstream or outlet end with the spigot or tongue end in the direction of flow. Pipe with elliptical reinforcement shall be placed with the minor axis in a vertical position.
PLAZA DRIVE INTERCHANGE MODIFICATION AND WIDENING OVER SR 198 City Contract 3011-0-72-0-9438, Addendum #2 Page 12 of 17
Pipe Handling: 1. General: Transport pipe to the job site and handle it in such a manner as not to damage
the pipe. 2. Stockpiling: Stockpile in designated areas so that no dangerous conditions will exist to
life or property. Store pipe so that damage to surfaces and/or structures will be prevented. Provide suitable devices to support pipe when it is lifted.
Pipe Installation: 1. General: Adhere to the rules, regulations and requirements of OSHA, Occupational
Safety and Health Act or Cal OSHA, as applicable. 2. Pipe shall be carefully inspected in the field before and after laying. If any cause for
rejection is discovered in a pipe after it has been laid, it shall be rejected and replaced. Any and all corrective work shall require approval in writing by the Engineer and shall be at no additional expense to the City.
3. Precautions: Lay pipe in dry trenches only. Keep all trenches completely free of water during bedding, laying and jointing of pipe. Dewater and use sheeting where required by field conditions. Pump or drain all water away from the work and dispose of in a suitable manner so that no damage occurs. Do not permit water to rise in an unbackfilled trench after pipe has been placed. Promptly repair any damage.
4. Tolerances: Unless otherwise directed by the Engineer in writing, lay all pipe straight between changes in alignment and at uniform grade between changes in grade. When jointed in the trench, the pipe shall form a true and smooth line.
5. Pipe Lengths: Lay pipe in standard lengths where feasible. Note the joints adjacent to structures.
6. Placing Pipe in Trench: After delivery alongside the trench, visibly inspect each length of pipe for damaged surfaces, breakage and conformance to specifications.
6.1. Acceptable pipe may be marked with paint or other permanent marking material so
that the marks are plainly visible after installation in the trench and before the pipe is covered. Reject, stockpile, and remove from the site all pipe not conforming to specifications.
6.2. See plans for Bedding Conditions. Where no other bedding is indicated, place pipe on a shaped bed of undisturbed material. Before pipe is placed on the bedding material, excavate suitable bell holes so that after placement of the pipe, only the barrel receives bearing pressure from the supporting material. Support the entire length of the unit as shown on the plans.
6.3. Place pipe into its position in the trench in such manner and by such means as approved by the Engineer. Furnish approved devices to support all parts of the pipe unit when it is lifted. Protect pipe during handling against impact shocks and free falls. Do not permit hooks to come in contact with premolded joint surfaces. Lower pipe into position in the trench and joint without disturbing the bedding or adjoining section of pipe. Sand bedding for PVC pipe shall meet the requirements of ASTM D 2321 for Class I and II materials.
PLAZA DRIVE INTERCHANGE MODIFICATION AND WIDENING OVER SR 198 City Contract 3011-0-72-0-9438, Addendum #2 Page 13 of 17
Handle pipe having premolded joint rings or attached couplings so that no weight, including the weight of the pipe itself, will bear on or be supported by the jointing material. Take care to avoid dragging the spigot ring on the ground or allowing it to be damaged by contact with gravel, crushed stone, or other hard objects. Do not subject the bell and spigot sections to direct stress of any kind except that required to effect the jointing.
1. Pipe Laying: Pipe laying shall conform to the pipe installation specifications for the appropriate types of underground pipe construction to which this work relates and as included in these special provisions. 1.1. Unless otherwise shown on the plans, all pipe will be laid in open trench
construction. Start laying pipe at the lowest point and install the pipe so that the spigot end points in the direction of flow. Lay pipe to conform to the lines and grades shown on the plans, unless otherwise directed by the Engineer in writing.
1.2. Clean all joint surfaces after the pipe units are aligned in the trench and are ready to be joined. Immediately before jointing the pipe, lubricate the bell or groove in accordance with the manufacturer's recommendations. Then carefully push pipe unit into place without damage to the pipe or gasket. Use suitable devices to force the pipe together so that they will fit with a minimum open recess inside or outside and so that they will have tightly sealed joints. Lay each pipe unit to form a close joint with the next adjoining pipe and bring the inverts continuously to the required grade.
1.3. Immediately after the pipe units are put together, inspect the position of the gasket in the joint using an approved feeler gauge to make sure it is properly positioned. Pull apart and remake all joints, using new gaskets, if the gasket has become damaged or improperly positioned.
1.4. Grout and point all interior and exterior joints of concrete pipe with non-shrink grout in such a manner that the mortar will not, at any point, extend into the pipe beyond a straight line connecting the surfaces of the adjacent pipe sections.
1.5. Make all joints in accordance with manufacturer’s recommendations which are subject to approval by the City. Prior to backfill, fill bell holes with bedding materials and compact so that the spigot will not move in the bell of the adjoining pipe under backfill load. Do not permanently support pipe on saddles, blocking or boulders.
2. Pipe Cleaning: Clear interior of piping of dirt and other superfluous material as work
progresses. Maintain swab or drag in line and pull past each joint as it is completed. In large, accessible piping, brushes and brooms may be used for cleaning.
3. Temporary Plugs: At all times when pipe laying is not actually in progress, close the open end of pipe by temporary watertight plugs. If water is in the trench when work is resumed, do not remove the plug until all danger of earth or other material entering the pipe has passed.
4. Stoppers: Close open ends of pipe or fittings to be used for future connections as shown on the plans.
5. Backfill: When pipe has been properly bedded and all joints have been grouted, backfill trenches in accordance with these special provisions.
PLAZA DRIVE INTERCHANGE MODIFICATION AND WIDENING OVER SR 198 City Contract 3011-0-72-0-9438, Addendum #2 Page 14 of 17
6. Pipe Repair: Repair, at Contractor's expense, any section of pipe with imperfection or damage. Perform repairs with capable personnel and with sound materials equal to those materials used in the manufacture of the pipe.
BACKFILL MATERIAL
General: All backfill materials shall be approved before use and be free of cinders, ashes, large hard clods, organic debris, or other deleterious items. Trench excavation materials shall be used whenever possible.
Materials for Backfilling: Furnish required bedding, embedment, and backfill materials as shown on the plans and specified in these special provisions.
BACKFILL AND COMPACTION
Backfill of select native material shall be placed by hand to the spring line of pipe and hand tamped such that the backfill material shall be completely compacted around the lower part of pipe. Then backfill the pipe to a depth of 6" above the top by hand and compact. Unless otherwise noted on the plans, the remainder of the backfill may be placed using power equipment and may include waste, lumpy material originating on the job provided that such material is not larger than four (4) inches in any dimension and is not placed nearer than two (2) feet from the finished surface or two (2) feet from the top of pipe. Backfill material shall be free of organic matter or other unsatisfactory material. No large stones will be permitted in the backfill in the last two feet below pavement base grade or two feet above the top of pipe.
Compaction of backfill material shall be placed in layers not exceeding 36" and thoroughly wetted. Each layer, after excess moisture and ponding has been absorbed into the backfill, shall then be compacted with a mechanical compaction device.
Flooding only or water jetting only will not be permitted, except when authorized by the Engineer and except when done under the conditions and in the same manner described hereinafter.
If excavation is in sand, or if the Contractor elects to furnish sand or granular material for backfill and the surrounding soil is such that it will not soften or swell when saturated, and where no danger exists to retaining walls or abutments from hydrostatic pressure, flooding only or jetting only may be permitted when authorized by the Engineer. Flooding (Ponding) may be performed in three (3) foot lifts, with each layer thoroughly settled by rodding. Dikes or dams shall be built across the ditch, if necessary, to prevent the water from washing down the trench. Jetting may be used on lifts. Jets must be sunk to 24" above the top of the pipe.
No free water will be allowed in the top 2.0 feet of backfill. Regardless of the method of compaction used, a relative compaction of not less than 95%
will be required for the top 2 feet of trench, 90% relative compaction between 2' and 8' of top trench and 85% relative compaction below 8' and around the pipe. ASTM D 1557 or California Test Method 216 as selected by the Engineer shall be used to determine relative compaction.
The Engineer will provide each original compaction test at each location. Any additional tests necessary to obtain the required compaction will be charged to the Contractor at the testing laboratory's rate.
LATERALS, BRANCHES AND SPURS (Service Laterals)
Laterals, branches, and spurs shall be 4" in diameter, unless otherwise shown on the plans or specified in these special provisions. House connections shall be constructed on a straight line and slope of not less than 1/4" per foot (1/2" per foot for 6" lines) or fall from the point where
PLAZA DRIVE INTERCHANGE MODIFICATION AND WIDENING OVER SR 198 City Contract 3011-0-72-0-9438, Addendum #2 Page 15 of 17
they join the 1/8 bend at the main sewer to the property line. Maximum grades for house sewers, conditional upon main line depths and necessary depth at curb line, shall be obtained. Wyes may be laid flat where grade is a problem.
All house laterals shall have a minimum cover of 5.0 feet below curb grade at the right-of-way line. Where special conditions warrant, the Engineer may authorize a reduced depth. Such approval must be obtained prior to installation.
Wherever the depth of a side sewer from the invert to the pavement or ground surface is less than 2.0 feet, concrete encasement shall be used.
"Y" or "T" branches for house connections shall be inclined upward at an angle no greater than 45 degrees from horizontal, and shall be constructed at the location shown on the plans or marked in field. The exact measurements of the location of the "Y" branch, and/or house connection at is upper end, shall be made by the Engineer and returned to the Engineer for record. Eighth bends shall be used, as needed, to join house connection to "Y" branches. No wyes shall be cut on the line without approval of the Engineer.
The Contractor shall cut into top of concrete curb a 3-inch "S" over house branch. In cases where a concrete curb exists, the Contractor shall fasten a No. 8 copper wire or a No. 10 galvanized wire to end of lateral. Wire shall be brought up vertically to within four inches of finished grade where it shall be fastened to a metal pin driven into the side of the trench.
"Y," "T," or ends of line shall be plugged with a cap approved by the manufacturer of the pipe for use with its product before backfilling.
Where main sewers are greater than 8' deep, "T" branches and 4" chimney pipe shall be substituted for "Y" branches. The house connection shall be joined to the chimney with a "Y" branch.
MEASUREMENT AND PAYMENT
Laterals (services) shall be measured horizontally from the center of the main sewer that is part of the wye to the right-of-way line.
The contract price paid per linear foot for 4" sanitary sewer lateral shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in 4" sewer laterals, complete in place, including existing pavement removal, excavation, trench grading, control of ground water, removal of unsatisfactory subgrade material and replacement with satisfactory material, pipe supports across trenches, shoring and bracing where necessary, laying and jointing the pipe, construction of wyes and bends, backfilling and compacting the trench, resurfacing the surface of a trench, and all other work necessary to properly install the pipe, conduit or structure, as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer.
The contract price paid per linear foot for 6" sanitary sewer lateral shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in 6" sewer laterals, complete in place, including existing pavement removal, excavation, trench grading, control of ground water, removal of unsatisfactory subgrade material and replacement with satisfactory material, pipe supports across trenches, shoring and bracing where necessary, laying and jointing the pipe, construction of wyes and bends, backfilling and compacting the trench, resurfacing the surface of a trench, and all other work necessary to properly install the pipe, conduit or structure, as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer.
PLAZA DRIVE INTERCHANGE MODIFICATION AND WIDENING OVER SR 198 City Contract 3011-0-72-0-9438, Addendum #2 Page 16 of 17
Item 53: Amend Section 10-1.88, "MISCELLANEOUS CONCRETE CONSTRUCTION," on Page 300 of the Notice to Bidders and Special Provisions by adding the following after the twenty-fourth paragraph:
Full compensation for maintaining existing plantings and modifying irrigation systems shall
be considered as included in the contract price paid per cubic yard for minor concrete (Sidewalk) and no separate payment will be made therefor.
Full compensation for maintaining existing plantings and modifying irrigation systems shall be considered as included in the contract price paid per linear foot for minor concrete (Curb Type A2-6) and no separate payment will be made therefor.
Full Compensation for Maintaining Existing Plants and Modifying Irrigation Systems
Minor Concrete (Sidewalk) Minor Concrete (Curb Type A2-6) Street Address APN Number Street Adddress APN Number
700 North Plaza Drive 081-010-087 615 North Plaza Drive 081-130-013 1010 North Plaza Drive 081-110-056 -- -- 1130 North Plaza Drive 081-110-051 -- -- 1150 North Plaza Drive 081-110-022 -- --
The contract prices paid per linear foot for minor concrete (Curb Type B1-6), for minor
concrete (Curb Type A2-6), and minor concrete (Gutter) shall include full compensation for furnishing all labor, materials (except Class 2 aggregate base), tools, equipment, and incidentals and for doing all the work involved in constructing curbs and gutters as shown on the Bid Item List, complete in place, including excavation for and placing of aggregate base, maintaining existing plants, and modifying irrigation systems, as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer.
For payment purposes, the volume in cubic yards of minor concrete (Driveway), minor concrete (Sidewalk), and minor concrete (Curb Ramp) will be determined from dimensions shown on the plans.
The contract prices paid per cubic yard for minor concrete (Driveway), minor concrete (Sidewalk), and minor concrete (Curb Ramp) shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in constructing driveways, sidewalks, and curb ramps as shown on the Bid Item List, complete in place, including maintaining existing plants and modifying irrigation systems as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer.
Item 54: Amend the PLANS by removing Plan Sheets listed and
inserting the attached revised Plan Sheets:
Sheet No.
Sheet DesignationRevision(s)
5 X-3 Modified Typical Sections to remove pavement under median curb 6 X-4 Modified Typical Sections to remove pavement under median curb
7 X-5 Modified depth of subgrade compaction to 0.95 foot at 95% relative compaction; extend limits of new structural section to 78+05.53 (to include Goshen Intersection)
13 X-11 Added note for subgrade compaction 14 X-12 Added note for subgrade compaction
PLAZA DRIVE INTERCHANGE MODIFICATION AND WIDENING OVER SR 198 City Contract 3011-0-72-0-9438, Addendum #2 Page 17 of 17
87 DP-2 Removed Notes H & I that did not pertain to the sheet 105 Q-1 Quantity changes to excavation and embankment
107 Q-3 Quantity change for remove minor concrete (Curb & Gutter), excavation, & borrow
108 Q-4 Quantity changes to class 2 aggregate base, HMA (Type A), and tack coat
Item 55: Amend the PLANS by adding the Plan Sheets listed: Sheet No.
Sheet DesignationAddition(s)
28A PP-5 Full-size sheet showing topographic data 28B PP-6 Full-size sheet showing topographic data 54A C-26 New sheet adding 4" and 6" sanitary sewer laterals 54B C-27 New pavement grading of the Goshen Avenue/Plaza Drive Intersection
Item 56: Bidders' Inquiries numbered 5, 6, 7, 8, 9, and 10 and Bidders'
Inquiries made at the Pre-Bid Meeting and responses made are attached.
END OF ADDENDUM NO. 2
/s/ Purchasing Division
(559) 713-4334
This addendum shall become part of City Contract 3011-0-72-0-9438
and must be signed and submitted with Proposal.
Firm: Date: By: Signature
Attached are the revised and added plan sheets. Also attached are revised
pages for the Notice to Bidders and Special Provisions book and the Bid Book, Forms, and Sample Contract book. On these pages, deleted text is removed, added text is shown in italic font, and the added text from the current Addendum is also underlined.
Plaza Drive Interchange Modification and Widening over SR 198
COPY OF BID ITEM LIST (NOT TO BE USED FOR BIDDING PURPOSES)
City Contract 3011-0-72-0-9438; EDA Award Number 07-01-06640
SCHEDULE 1 (NO EDA PARTICIPATION IN COSTS) ITEM NO.
ITEM CODE ITEM UNIT OF
MEASURE ESTIMATEDQUANTITY
1 066105 RESIDENT ENGINEERS OFFICE LS 1
2 070012 PROGRESS SCHEDULE (CRITICAL PATH METHOD) LS 1
3 070018 TIME-RELATED OVERHEAD WDAY 360
4 071325 TEMPORARY FENCE (TYPE ESA) LF 4320
5 074016 CONSTRUCTION SITE MANAGEMENT LS 1
6 074019 PREPARE STORM WATER POLLUTION PREVENTION PLAN LS 1
7 074028 TEMPORARY FIBER ROLL LF 26,900
8 074029 TEMPORARY SILT FENCE LF 1520
9 074033 TEMPORARY CONSTRUCTION ENTRANCE EA 10
10 074034A TEMPORARY HOT MIX ASPHALT (TYPE A) TONS 370
11 074034B REMOVE TEMPORARY HOT MIX ASPHALT SQFT 10,200
12 074037 MOVE-IN/MOVE-OUT (TEMPORARY EROSION CONTROL) EA 6
13 074038 TEMPORARY DRAINAGE INLET PROTECTION EA 26
14 074041 STREET SWEEPING LS 1
15 074043 TEMPORARY CONCRETE WASHOUT BIN EA 34
16 074055 TEMPORARY SOIL BINDER SQYD 39,800
17 074057 STORM WATER ANNUAL REPORT EA 2
18 120090 CONSTRUCTION AREA SIGNS LS 1
19 120100A CONSTRUCTION AREA TRAFFIC CONTROL DEVICES LS 1
20 120100B TRAFFIC CONTROL OFFICER H 1134
21 128601 TEMPORARY SIGNAL SYSTEM LS 1
22 148005 NOISE MONITORING LS 1
17
Plaza Drive Interchange Modification and Widening over SR 198
23 150608 REMOVE CHAIN LINK FENCE LF 230
24 150662 REMOVE METAL BEAM GUARD RAILING LF 6330
25 150686 REMOVE IRRIGATION SYSTEM LS 1
26 150760 REMOVE SIGN STRUCTURE EA 2
27 150771 REMOVE ASPHALT CONCRETE DIKE LF 4520
28 150804 REMOVE DRAINAGE FACILITY EA 15
29 150806A REMOVE PIPE LF 20
30 152440 ADJUST MANHOLE TO GRADE EA 9
30A 153103 COLD PLANE ASPHALT CONCRETE PAVEMENT SQYD 3830
31 153215 REMOVE CONCRETE (CURB AND GUTTER) LF 340
32 153222A REMOVE CONCRETE (MEDIAN) SQFT 680
33 153225 (F)
PREPARE CONCRETE BRIDGE DECK SURFACE SQFT 10,991
34 153531 ACCESS OPENING, SOFFIT EA 1
35 157560 BRIDGE REMOVAL (PORTION) LS 1
36 160101 CLEARING AND GRUBBING LS 1
37 170101 DEVELOP WATER SUPPLY LS 1
38 190101 ROADWAY EXCAVATION CY 30,300
39 190110 LEAD COMPLIANCE PLAN LS 1
40 192003 (F) STRUCTURE EXCAVATION (BRIDGE) CY 266
41 192037 (F)
STRUCTURE EXCAVATION (RETAINING WALL) CY 3914
42 193003 (F) STRUCTURE BACKFILL (BRIDGE) CY 167
43 193013 (F)
STRUCTURE BACKFILL (RETAINING WALL) CY 4463
44 193031 (F)
PERVIOUS BACKFILL MATERIAL (RETAINING WALL) CY 400
45 194001 DITCH EXCAVATION CY 610
46 198001 IMPORTED BORROW CY 24,400
47 203026 MOVE-IN/MOVE-OUT (EROSION CONTROL) EA 6
48 203031 EROSION CONTROL (HYDROSEED) SQFT 435,300
49 204096 MAINTAIN EXISTING PLANTED AREAS LS 1
18
Plaza Drive Interchange Modification and Widening over SR 198
50 206401 MAINTAIN EXISTING IRRIGATION FACILITIES LS 1
51 208000 IRRIGATION SYSTEM LS 1
52 208716 4" ALTERNATIVE CONDUIT LF 60
53 208738 8" CORRUGATED HIGH DENSITY POLYETHYLENE PIPE CONDUIT LF 550
54 220101 FINISHING ROADWAY LS 1
55 260201 CLASS 2 AGGREGATE BASE CY 10,700
56 280000 LEAN CONCRETE BASE CY 1560
57 390131 HOT MIX ASPHALT (TYPE A) TON 21,200
58 394060 DATA CORE LS 1
59 394076 PLACE HMA DIKE (TYPE E) LF 420
60 394077 PLACE HMA DIKE (TYPE F) LF 1290
61 394090 PLACE HMA (MISCELLANEOUS AREA) SQYD 20
62 397005 TACK COAT TON 20
63 401050 JOINTED PLAIN CONCRETE PAVEMENT CY 4440
64 490601 16" CAST-IN-DRILLED-HOLE CONCRETE PILING LF 1830
65 490603 24" CAST-IN-DRILLED-HOLE CONCRETE PILING LF 292
66 500001 PRESTRESSING CAST-IN-PLACE CONCRETE LS 1
67 510051 (F)
STRUCTURAL CONCRETE, BRIDGE FOOTING CY 98
68 510053 (F) STRUCTURAL CONCRETE, BRIDGE CY 886
69 510060 (F)
STRUCTURAL CONCRETE, RETAINING WALL CY 1737
70 510085 (F)
STRUCTURAL CONCRETE, APPROACH SLAB (TYPE EQ) CY 31
71 510087 STRUCTURAL CONCRETE, APPROACH SLAB (TYPE R) CY 29
72 510501A (F) MINOR CONCRETE (RAISED MEDIAN) CY 28
73 511047 (F) ANTI-GRAFFITI COATING SQFT 30,189
74 511070A (F) RIPPED TEXTURE (REINFORCING BAR) SQFT 17,466
75 515041 FURNISH POLYESTER CONCRETE OVERLAY CF 969
19
Plaza Drive Interchange Modification and Widening over SR 198
76 515042 (F) PLACE POLYESTER CONCRETE OVERLAY SQFT 10,991
77 519091 JOINT SEAL (MR 1 1/2") LF 231
78 520102 (F) BAR REINFORCING STEEL (BRIDGE) LB 259,079
79 520103 (F)
BAR REINFORCING STEEL (RETAINING WALL) LB 195,621
80 560203 (F)
FURNISH SIGN STRUCTURE (BRIDGE MOUNTED WITH WALKWAY) LB 4415
81 560204 (F)
INSTALL SIGN STRUCTURE (BRIDGE MOUNTED WITH WALKWAY) LB 4415
82 560213 (F)
FURNISH SIGN STRUCTURE (LIGHTWEIGHT) LB 6110
83 560214 (F)
INSTALL SIGN STRUCTURE (LIGHTWEIGHT) LB 6110
84 560218 (F) FURNISH SIGN STRUCTURE (TRUSS) LB 93,700
85 560219 (F) INSTALL SIGN STRUCTURE (TRUSS) LB 93,700
86 560244 FURNISH LAMINATED PANEL SIGN (1"-TYPE A) SQFT 1130
87 561005 36" CAST-IN-DRILLED-HOLE CONCRETE PILE (SIGN FOUNDATION) LF 20
88 561016 60" CAST-IN-DRILLED-HOLE CONCRETE PILE (SIGN FOUNDATION) LF 110
89 562002 METAL (BARRIER MOUNTED SIGN) EA 4
90 566011 ROADSIDE SIGN - ONE POST EA 90
91 566012 ROADSIDE SIGN - TWO POST EA 7
92 650311 18" REINFORCED CONCRETE PIPE CLASS III LF 2000
93 650411 18" REINFORCED CONCRETE PIPE CLASS IV LF 1060
94 665018 18" CORRUGATED STEEL PIPE (.109" THICK) LF 530
95 665024 24" CORRUGATED STEEL PIPE (.109" THICK) LF 20
96 700617 DRAINAGE INLET MARKER EA 14
97 703233 GRATED LINE DRAIN LF 280
98 703450A (F) 10" WELDED STEEL PIPE CASING (BRIDGE) LF 39
99 703450B (F) 18" WELDED STEEL PIPE CASING (BRIDGE) LF 50
100 705011 18" STEEL FLARED END SECTION EA 7
20
Plaza Drive Interchange Modification and Widening over SR 198
101 705015 24" STEEL FLARED END SECTION EA 1
102 707050 DRAINAGE INLET (TYPE G1) EA 5
103 707050 DRAINAGE INLET (TYPE G6) EA 2
104 707050A DRAINAGE INLET (CITY STD G0) EA 17
105 705204 18" CONCRETE FLARED END SECTION EA 2
106 707225 48" PRECAST CONCRETE PIPE MANHOLE EA 15
107 721008 ROCK SLOPE PROTECTION (LIGHT, METHOD B) CY 40
108 721810 SLOPE PAVING (CONCRETE) CY 99
109 731501A MINOR CONCRETE (CURB TYPE B1-6) LF 1980
110 731504A MINOR CONCRETE (CURB TYPE A2-6) LF 3640
111 731519 MINOR CONCRETE (STAMPED CONCRETE) CY 90
112 731519A GORE TREATMENT (CONCRETE) SQYD 460
113 731521 MINOR CONCRETE (SIDEWALK) CY 260
114 731623 MINOR CONCRETE (CURB RAMP) CY 20
115 731630 MINOR CONCRETE COLLAR EA 7
116 731656 CURB RAMP DETECTABLE WARNING SURFACE EA 12
117 750007 FRAME AND GRATE EA 24
118 750501 (F) MISCELLANEOUS METAL (BRIDGE) LB 318
119 750505 (F) BRIDGE DECK DRAINAGE SYSTEM LB 3395
120 750505A (F)
BRIDGE DECK DRAINAGE SYSTEM (RETROFIT) LB 1152
121 800360 CHAIN LINK FENCE (TYPE CL-6) LF 240
122 802560 10' CHAIN LINK GATE (TYPE CL-6) EA 4
123 802660 20' CHAIN LINK GATE (TYPE CL-6) EA 1
124 820107 DELINEATOR (CLASS 1) EA 76
125 820131 OBJECT MARKER (TYPE K) EA 5
126 832003 METAL BEAM GUARD RAILING (WOOD POST) LF 2710
127 832070 VEGETATION CONTROL (MINOR CONCRETE) SQYD 1210
21
Plaza Drive Interchange Modification and Widening over SR 198
128 833032 (F) CHAIN LINK RAILING (TYPE 7) LF 1352
129 833088 (F) TUBULAR HANDRAILING LF 165
130 833140 (F) CONCRETE BARRIER (TYPE 26) LF 252
131 833142 (F)
CONCRETE BARRIER (TYPE 26 MODIFIED) LF 82
132 833143 (F)
CONCRETE BARRIER (TYPE 26A MODIFIED) LF 932
133 833148 CONCRETE BARRIER (TYPE 26R MODIFIED) LF 252
134 839220 DOUBLE METAL BEAM GUARD RAILING (WOOD POST) LF 50
135 839302 SINGLE THRIE BEAM BARRIER (WOOD POST) LF 330
136 839521 (F) CABLE RAILING LF 214
137 839522A REMOVABLE METAL BOLLARD EA 1
138 839541 TRANSITION RAILING (TYPE WB) EA 2
139 839561 RAIL TENSION ASSEMBLY EA 2
140 839581 END ANCHOR ASSEMBLY (TYPE SFT) EA 12
141 839584 ALTERNATIVE IN-LINE TERMINAL SYSTEM EA 3
142 839585 ALTERNATIVE FLARED TERMINAL SYSTEM EA 7
143 839601 CRASH CUSHION (TYPE CAT) EA 2
144 839602 CRASH CUSHION (TYPE CAT) BACKUP EA 2
145 839726 (F) CONCRETE BARRIER (TYPE 736A) LF 448
146 840504 4" THERMOPLASTIC TRAFFIC STRIPE LF 26,600
147 840505 6" THERMOPLASTIC TRAFFIC STRIPE LF 5500
148 840506 8" THERMOPLASTIC TRAFFIC STRIPE LF 8800
149 840519 THERMOPLASTIC CROSSWALK & PAVEMENT MARKINGS SQFT 3260
150 850111 PAVEMENT MARKER (RETROREFLECTIVE) EA 898
151 860090 MAINTAINING EXISTING TRAFFIC MANAGEMENT SYSTEM ELEMENTS DURING CONSTRUCTION
LS 1
152 860251A SIGNAL AND LIGHTING (PLAZA DRIVE AND SR198 EB RAMPS) LS 1
22
Plaza Drive Interchange Modification and Widening over SR 198
153 860252A SIGNAL AND LIGHTING (PLAZA DRIVE AND SR198 WB RAMPS) LS 1
154 860253A SIGNAL AND LIGHTING (PLAZA DRIVE AND CROWLEY AVENUE) LS 1
155 860402 LIGHTING (CITY STREET) LS 1
156 860460 LIGHTING AND SIGN ILLUMINATION LS 1
157 860797 ELECTRIC SERVICE (IRRIGATION) LS 1
158 861349A REMOVE EXISTING SIGNAL SYSTEM (PLAZA DRIVE AND SR 198 EB RAMPS) LS 1
159 861349B REMOVE EXISTING SIGNAL SYSTEM (PLAZA DRIVE AND SR 198 WB RAMPS) LS 1
160 999990 MOBILIZATION LS 1
SCHEDULE 2 (EDA PARTICIPATION IN COSTS) ITEM NO.
ITEM CODE ITEM UNIT OF
MEASURE ESTIMATEDQUANTITY
201 066105 RESIDENT ENGINEERS OFFICE LS 1
202 070012 PROGRESS SCHEDULE (CRITICAL PATH METHOD) LS 1
203 070018 TIME-RELATED OVERHEAD WDAY 180
204 071325 TEMPORARY FENCE (TYPE ESA) LF 100
205 074016 CONSTRUCTION SITE MANAGEMENT LS 1
206 074019 PREPARE STORM WATER POLLUTION PREVENTION PLAN LS 1
207 074033 TEMPORARY CONSTRUCTION ENTRANCE EA 1
208 074037 MOVE-IN/MOVE-OUT (TEMPORARY EROSION CONTROL) EA 2
209 074038 TEMPORARY DRAINAGE INLET PROTECTION EA 8
210 074041 STREET SWEEPING LS 1
211 074043 TEMPORARY CONCRETE WASHOUT BIN EA 10
212 074057 STORM WATER ANNUAL REPORT EA 2
213 120090 CONSTRUCTION AREA SIGNS LS 1
214 120090A EDA CONSTRUCTION SITE SIGN EA 2
215 120100A CONSTRUCTION AREA TRAFFIC CONTROL DEVICES LS 1
23
Plaza Drive Interchange Modification and Widening over SR 198
216 148005 NOISE MONITORING LS 1
217 150229A REMOVE WET WELL EA 1
218 150608 REMOVE CHAIN LINK FENCE LF 420
219 150662 REMOVE METAL BEAM GUARD RAILING LF 350
220 150771 REMOVE ASPHALT CONCRETE DIKE LF 60
221 150806A REMOVE PIPE LF 20
222 150820 REMOVE DRAIN INLET EA 3
223 152440 ADJUST MANHOLE TO GRADE EA 13
224 (BLANK) (BLANK) -- 0
225 153215 REMOVE CONCRETE (CURB AND GUTTER) LF 1290
226 153218 REMOVE CONCRETE (SIDEWALK) LF 100
227 153222A REMOVE CONCRETE (MEDIAN) SQFT 1170
228 153239 REMOVE CONCRETE (CURB, GUTTER, AND SIDEWALK) LF 230
229 1543236A REMOVE CONCRETE (HEADWALL) CY 40
230 1543246B REMOVE CONCRETE (DRIVEWAY) SQFT 4160
231 156535A REMOVE BOX CULVERT (PORTION) LS 1
232 160101 CLEARING AND GRUBBING LS 1
233 170101 DEVELOP WATER SUPPLY LS 1
234 190101 ROADWAY EXCAVATION CY 28,200
235 190110 LEAD COMPLIANCE PLAN LS 1
236 192025 (F) STRUCTURE EXCAVATION (CULVERT) CY 131
237 193004 (F) STRUCTURE BACKFILL (CULVERT) CY 135
238 203026 MOVE-IN/MOVE-OUT (EROSION CONTROL) EA 2
239 (BLANK) (BLANK) -- 0
240 (BLANK) (BLANK) -- 0
241 (BLANK) (BLANK) -- 0
242 208716 4" ALTERNATIVE CONDUIT LF 130
24
Plaza Drive Interchange Modification and Widening over SR 198
243 220101 FINISHING ROADWAY LS 1 244 260201 CLASS 2 AGGREGATE BASE CY 9200 245 390131 HOT MIX ASPHALT (TYPE A) TON 13,200 246 394060 DATA CORE LS 1 247 397005 TACK COAT TON 15
248 510413 (F) CLASS 1 CONCRETE (BOX CULVERT) CY 69
249 510502A (F) MINOR CONCRETE (HEADWALL) CF 32
250 520107 (F) BAR REINFORCING STEEL (BOX CULVERT) LB 8870
251 566011 ROADSIDE SIGN - ONE POST EA 50 252 641101A 12" PVC PIPE LF 100
253 650311 18" REINFORCED CONCRETE PIPE CLASS III LF 87
253A 650316 24" REINFORCED CONCRETE PIPE CLASS III LF 870
254 700617 DRAINAGE INLET MARKER EA 3 255 707050A DRAINAGE INLET (CITY STD G0) EA 3 256 707225 48" PRECAST CONCRETE PIPE MANHOLE EA 5
256A 717077A 4" POLYVINYL CHLORIDE SEWER PIPE LF 556 256B 717077B 6" POLYVINYL CHLORIDE SEWER PIPE LF 179 257 718006A 12" DUCTILE IRON PIPE LF 837 258 731501A MINOR CONCRETE (CURB TYPE B1-6) LF 6360 259 731504A MINOR CONCRETE (CURB TYPE A2-6) LF 1980 260 731516 MINOR CONCRETE (DRIVEWAY) CY 60 261 731517 MINOR CONCRETE (GUTTER) LF 90 262 731519 MINOR CONCRETE (STAMPED CONCRETE) CY 110 263 731521 MINOR CONCRETE (SIDEWALK) CY 140 264 731623 MINOR CONCRETE (CURB RAMP) CY 30
265 731656 CURB RAMP DETECTABLE WARNING SURFACE EA 10
266 750007 FRAME AND GRATE EA 3 267 800360 CHAIN LINK FENCE (TYPE CL-6) LF 160 268 804000A 35' CHAIN LINK SLIDING GATE EA 2 269 810110 SURVEY MONUMENT EA 1
25
Plaza Drive Interchange Modification and Widening over SR 198
270 820131 OBJECT MARKER (TYPE K) EA 10
271 840504 4" THERMOPLASTIC TRAFFIC STRIPE LF 6300
272 840505 6" THERMOPLASTIC TRAFFIC STRIPE LF 5600
273 840506 8" THERMOPLASTIC TRAFFIC STRIPE LF 1800
274 840519 THERMOPLASTIC CROSSWALK & PAVEMENT MARKINGS SQFT 1470
275 850111 PAVEMENT MARKER (RETROREFLECTIVE) EA 203
276 860090 MAINTAINING EXISTING TRAFFIC MANAGEMENT SYSTEM ELEMENTS DURING CONSTRUCTION
LS 1
277 860254A SIGNAL AND LIGHTING (PLAZA DRIVE AND HURLEY AVENUE) LS 1
278 860255A SIGNAL AND LIGHTING (PLAZA DRIVE AND GOSHEN AVENUE) LS 1
279 860402 LIGHTING (CITY STREET) LS 1
280 860797 ELECTRIC SERVICE (IRRIGATION) LS 1
281 861349C REMOVE EXISTING SIGNAL SYSTEM (PLAZA DRIVE AND HURLEY) LS 1
282 999990 MOBILIZATION LS 1
26
BLANK
Plaza Drive Interchange Modification and Widening over SR 198
BID ITEM LIST
SCHEDULE 1 (No EDA Participation in Costs)
ITEM NO.
ITEM CODE ITEM UNIT OF
MEASUREESTIMATEDQUANTITY
UNIT PRICE (IN FIGURES)
ITEM TOTAL (IN FIGURES)
1 066105 RESIDENT ENGINEERS OFFICE LS 1
2 070012 PROGRESS SCHEDULE (CRITICAL PATH METHOD) LS 1
3 070018 TIME-RELATED OVERHEAD WDAY 360
4 071325 TEMPORARY FENCE (TYPE ESA) LF 4320
5 074016 CONSTRUCTION SITE MANAGEMENT LS 1
6 074019 PREPARE STORM WATER POLLUTION PREVENTION PLAN LS 1
7 074028 TEMPORARY FIBER ROLL LF 26,900
8 074029 TEMPORARY SILT FENCE LF 1520
9 074033 TEMPORARY CONSTRUCTION ENTRANCE EA 10
10 074034A TEMPORARY HOT MIX ASPHALT (TYPE A) TONS 370
11 074034B REMOVE TEMPORARY HOT MIX ASPHALT SQFT 10,200
12 074037 MOVE-IN/MOVE-OUT (TEMPORARY EROSION CONTROL)
EA 6
13 074038 TEMPORARY DRAINAGE INLET PROTECTION EA 26
14 074041 STREET SWEEPING LS 1
15 074043 TEMPORARY CONCRETE WASHOUT BIN EA 34
16 074055 TEMPORARY SOIL BINDER SQYD 39,800
17 074057 STORM WATER ANNUAL REPORT EA 2
18 120090 CONSTRUCTION AREA SIGNS LS 1
19 120100A CONSTRUCTION AREA TRAFFIC CONTROL DEVICES LS 1
20 120100B TRAFFIC CONTROL OFFICER H 1134
21 128601 TEMPORARY SIGNAL SYSTEM LS 1
22 148005 NOISE MONITORING LS 1
23 150608 REMOVE CHAIN LINK FENCE LF 230
24 150662 REMOVE METAL BEAM GUARD RAILING LF 6330
25 150686 REMOVE IRRIGATION SYSTEM LS 1
B-5
Plaza Drive Interchange Modification and Widening over SR 198
26 150760 REMOVE SIGN STRUCTURE EA 2
27 150771 REMOVE ASPHALT CONCRETE DIKE LF 4520
28 150804 REMOVE DRAINAGE FACILITY EA 15
29 150806A REMOVE PIPE LF 20
30 152440 ADJUST MANHOLE TO GRADE EA 9
30A 153103 COLD PLANE ASPHALT CONCRETE PAVEMENT SQYD 3830
31 153215 REMOVE CONCRETE (CURB AND GUTTER) LF 340
32 153222A REMOVE CONCRETE (MEDIAN) SQFT 680
33 153225 (F)
PREPARE CONCRETE BRIDGE DECK SURFACE SQFT 10,991
34 153531 ACCESS OPENING, SOFFIT EA 1
35 157560 BRIDGE REMOVAL (PORTION) LS 1
36 160101 CLEARING AND GRUBBING LS 1
37 170101 DEVELOP WATER SUPPLY LS 1
38 190101 ROADWAY EXCAVATION CY 30,300
39 190110 LEAD COMPLIANCE PLAN LS 1
40 192003 (F)
STRUCTURE EXCAVATION (BRIDGE) CY 266
41 192037 (F)
STRUCTURE EXCAVATION (RETAINING WALL) CY 3914
42 193003 (F) STRUCTURE BACKFILL (BRIDGE) CY 167
43 193013 (F)
STRUCTURE BACKFILL (RETAINING WALL) CY 4463
44 193031 (F)
PERVIOUS BACKFILL MATERIAL (RETAINING WALL) CY 400
45 194001 DITCH EXCAVATION CY 610
46 198001 IMPORTED BORROW CY 24,400
47 203026 MOVE-IN/MOVE-OUT (EROSION CONTROL) EA 6
48 203031 EROSION CONTROL (HYDROSEED) SQFT 435,300
49 204096 MAINTAIN EXISTING PLANTED AREAS LS 1
50 206401 MAINTAIN EXISTING IRRIGATION FACILITIES LS 1
51 208000 IRRIGATION SYSTEM LS 1
52 208716 4" ALTERNATIVE CONDUIT LF 60
53 208738 8" CORRUGATED HIGH DENSITY POLYETHYLENE PIPE CONDUIT LF 550
54 220101 FINISHING ROADWAY LS 1
B-6
Plaza Drive Interchange Modification and Widening over SR 198
55 260201 CLASS 2 AGGREGATE BASE CY 10,700
56 280000 LEAN CONCRETE BASE CY 1560
57 390131 HOT MIX ASPHALT (TYPE A) TON 21,200
58 394060 DATA CORE LS 1
59 394076 PLACE HMA DIKE (TYPE E) LF 420
60 394077 PLACE HMA DIKE (TYPE F) LF 1290
61 394090 PLACE HMA (MISCELLANEOUS AREA) SQYD 20
62 397005 TACK COAT TON 20
63 401050 JOINTED PLAIN CONCRETE PAVEMENT CY 4440
64 490601 16" CAST-IN-DRILLED-HOLE CONCRETE PILING LF 1830
65 490603 24" CAST-IN-DRILLED-HOLE CONCRETE PILING LF 292
66 500001 PRESTRESSING CAST-IN-PLACE CONCRETE LS 1
67 510051 (F)
STRUCTURAL CONCRETE, BRIDGE FOOTING CY 98
68 510053 (F)
STRUCTURAL CONCRETE, BRIDGE CY 886
69 510060 (F)
STRUCTURAL CONCRETE, RETAINING WALL CY 1737
70 510085 (F)
STRUCTURAL CONCRETE, APPROACH SLAB (TYPE EQ) CY 31
71 510087 STRUCTURAL CONCRETE, APPROACH SLAB (TYPE R) CY 29
72 510501A (F)
MINOR CONCRETE (RAISED MEDIAN) CY 28
73 511047 (F) ANTI-GRAFFITI COATING SQFT 30,189
74 511070A (F)
RIPPED TEXTURE (REINFORCING BAR) SQFT 17,466
75 515041 FURNISH POLYESTER CONCRETE OVERLAY CF 969
76 515042 (F)
PLACE POLYESTER CONCRETE OVERLAY SQFT 10,991
77 519091 JOINT SEAL (MR 1 1/2") LF 231
78 520102 (F)
BAR REINFORCING STEEL (BRIDGE) LB 259,079
79 520103 (F)
BAR REINFORCING STEEL (RETAINING WALL) LB 195,621
80 560203 (F)
FURNISH SIGN STRUCTURE (BRIDGE MOUNTED WITH WALKWAY)
LB 4415
81 560204 (F)
INSTALL SIGN STRUCTURE (BRIDGE MOUNTED WITH WALKWAY)
LB 4415
82 560213 (F)
FURNISH SIGN STRUCTURE (LIGHTWEIGHT) LB 6110
B-7
Plaza Drive Interchange Modification and Widening over SR 198
83 560214
(F) INSTALL SIGN STRUCTURE (LIGHTWEIGHT) LB 6110
84 560218 (F)
FURNISH SIGN STRUCTURE (TRUSS) LB 93,700
85 560219 (F)
INSTALL SIGN STRUCTURE (TRUSS) LB 93,700
86 560244 FURNISH LAMINATED PANEL SIGN (1"-TYPE A) SQFT 1130
87 561005 36" CAST-IN-DRILLED-HOLE CONCRETE PILE (SIGN FOUNDATION)
LF 20
88 561016 60" CAST-IN-DRILLED-HOLE CONCRETE PILE (SIGN FOUNDATION)
LF 110
89 562002 METAL (BARRIER MOUNTED SIGN) EA 4
90 566011 ROADSIDE SIGN - ONE POST EA 90
91 566012 ROADSIDE SIGN - TWO POST EA 7
92 650311 18" REINFORCED CONCRETE PIPE CLASS III LF 2000
93 650411 18" REINFORCED CONCRETE PIPE CLASS IV LF 1060
94 665018 18" CORRUGATED STEEL PIPE (.109" THICK) LF 530
95 665024 24" CORRUGATED STEEL PIPE (.109" THICK) LF 20
96 700617 DRAINAGE INLET MARKER EA 14
97 703233 GRATED LINE DRAIN LF 280
98 703450A (F)
10" WELDED STEEL PIPE CASING (BRIDGE) LF 39
99 703450B (F)
18" WELDED STEEL PIPE CASING (BRIDGE) LF 50
100 705011 18" STEEL FLARED END SECTION EA 7
101 705015 24" STEEL FLARED END SECTION EA 1
102 707050 DRAINAGE INLET (TYPE G1) EA 5
103 707050 DRAINAGE INLET (TYPE G6) EA 2
104 707050A DRAINAGE INLET (CITY STD G0) EA 17
105 705204 18" CONCRETE FLARED END SECTION EA 2
106 707225 48" PRECAST CONCRETE PIPE MANHOLE EA 15
107 721008 ROCK SLOPE PROTECTION (LIGHT, METHOD B) CY 40
108 721810 SLOPE PAVING (CONCRETE) CY 99
109 731501A MINOR CONCRETE (CURB TYPE B1-6) LF 1980
110 731504A MINOR CONCRETE (CURB TYPE A2-6) LF 3640
B-8
Plaza Drive Interchange Modification and Widening over SR 198
111 731519 MINOR CONCRETE
(STAMPED CONCRETE) CY 90
112 731519A GORE TREATMENT (CONCRETE) SQYD 460
113 731521 MINOR CONCRETE (SIDEWALK) CY 260
114 731623 MINOR CONCRETE (CURB RAMP) CY 20
115 731630 MINOR CONCRETE COLLAR EA 7
116 731656 CURB RAMP DETECTABLE WARNING SURFACE EA 12
117 750007 FRAME AND GRATE EA 24
118 750501 (F)
MISCELLANEOUS METAL (BRIDGE) LB 318
119 750505 (F)
BRIDGE DECK DRAINAGE SYSTEM LB 3395
120 750505A (F)
BRIDGE DECK DRAINAGE SYSTEM (RETROFIT) LB 1152
121 800360 CHAIN LINK FENCE (TYPE CL-6) LF 240
122 802560 10' CHAIN LINK GATE (TYPE CL-6) EA 4
123 802660 20' CHAIN LINK GATE (TYPE CL-6) EA 1
124 820107 DELINEATOR (CLASS 1) EA 76
125 820131 OBJECT MARKER (TYPE K) EA 5
126 832003 METAL BEAM GUARD RAILING (WOOD POST) LF 2710
127 832070 VEGETATION CONTROL (MINOR CONCRETE) SQYD 1210
128 833032 (F) CHAIN LINK RAILING (TYPE 7) LF 1352
129 833088 (F) TUBULAR HANDRAILING LF 165
130 833140 (F) CONCRETE BARRIER (TYPE 26) LF 252
131 833142 (F)
CONCRETE BARRIER (TYPE 26 MODIFIED) LF 82
132 833143 (F)
CONCRETE BARRIER (TYPE 26A MODIFIED) LF 932
133 833148 CONCRETE BARRIER (TYPE 26R MODIFIED) LF 252
134 839220 DOUBLE METAL BEAM GUARD RAILING (WOOD POST) LF 50
135 839302 SINGLE THRIE BEAM BARRIER (WOOD POST) LF 330
136 839521 (F) CABLE RAILING LF 214
137 839522A REMOVABLE METAL BOLLARD EA 1
138 839541 TRANSITION RAILING (TYPE WB) EA 2
139 839561 RAIL TENSION ASSEMBLY EA 2
B-9
Plaza Drive Interchange Modification and Widening over SR 198
140 839581 END ANCHOR ASSEMBLY
(TYPE SFT) EA 12
141 839584 ALTERNATIVE IN-LINE TERMINAL SYSTEM EA 3
142 839585 ALTERNATIVE FLARED TERMINAL SYSTEM EA 7
143 839601 CRASH CUSHION (TYPE CAT) EA 2
144 839602 CRASH CUSHION (TYPE CAT) BACKUP EA 2
145 839726 (F)
CONCRETE BARRIER (TYPE 736A) LF 448
146 840504 4" THERMOPLASTIC TRAFFIC STRIPE LF 26,600
147 840505 6" THERMOPLASTIC TRAFFIC STRIPE LF 5500
148 840506 8" THERMOPLASTIC TRAFFIC STRIPE LF 8800
149 840519 THERMOPLASTIC CROSSWALK & PAVEMENT MARKINGS SQFT 3260
150 850111 PAVEMENT MARKER (RETROREFLECTIVE) EA 898
151 860090
MAINTAINING EXISTING TRAFFIC MANAGEMENT SYSTEM ELEMENTS DURING CONSTRUCTION
LS 1
152 860251A SIGNAL AND LIGHTING (PLAZA DRIVE AND SR198 EB RAMPS) LS 1
153 860252A SIGNAL AND LIGHTING (PLAZA DRIVE AND SR198 WB RAMPS) LS 1
154 860253A SIGNAL AND LIGHTING (PLAZA DRIVE AND CROWLEY AVENUE) LS 1
155 860402 LIGHTING (CITY STREET) LS 1
156 860460 LIGHTING AND SIGN ILLUMINATION LS 1
157 860797 ELECTRIC SERVICE (IRRIGATION) LS 1
158 861349A REMOVE EXISTING SIGNAL SYSTEM (PLAZA DRIVE AND SR 198 EB RAMPS)
LS 1
159 861349B REMOVE EXISTING SIGNAL SYSTEM (PLAZA DRIVE AND SR 198 WB RAMPS)
LS 1
160 999990 MOBILIZATION LS 1
SCHEDULE 1 TOTAL BID (IN FIGURES)
B-10
Plaza Drive Interchange Modification and Widening over SR 198
SCHEDULE 2 (EDA Participation in Costs)
ITEM NO.
ITEM CODE ITEM UNIT OF
MEASUREESTIMATEDQUANTITY
UNIT PRICE (IN FIGURES)
ITEM TOTAL (IN FIGURES)
201 066105 RESIDENT ENGINEERS OFFICE LS 1
202 070012 PROGRESS SCHEDULE (CRITICAL PATH METHOD) LS 1
203 070018 TIME-RELATED OVERHEAD WDAY 180
204 071325 TEMPORARY FENCE (TYPE ESA) LF 100
205 074016 CONSTRUCTION SITE MANAGEMENT LS 1
206 074019 PREPARE STORM WATER POLLUTION PREVENTION PLAN LS 1
207 074033 TEMPORARY CONSTRUCTION ENTRANCE EA 1
208 074037 MOVE-IN/MOVE-OUT (TEMPORARY EROSION CONTROL)
EA 2
209 074038 TEMPORARY DRAINAGE INLET PROTECTION EA 8
210 074041 STREET SWEEPING LS 1
211 074043 TEMPORARY CONCRETE WASHOUT BIN EA 10
212 074057 STORM WATER ANNUAL REPORT EA 2
213 120090 CONSTRUCTION AREA SIGNS LS 1
214 120090A EDA CONSTRUCTION SITE SIGN EA 2
215 120100A CONSTRUCTION AREA TRAFFIC CONTROL DEVICES LS 1
216 148005 NOISE MONITORING LS 1
217 150229A REMOVE WET WELL EA 1
218 150608 REMOVE CHAIN LINK FENCE LF 420
219 150662 REMOVE METAL BEAM GUARD RAILING LF 350
220 150771 REMOVE ASPHALT CONCRETE DIKE LF 60
221 150806A REMOVE PIPE LF 20
222 150820 REMOVE DRAIN INLET EA 3
223 152440 ADJUST MANHOLE TO GRADE EA 13
224 (BLANK) (BLANK) -- 0 0.00 0.00
225 153215 REMOVE CONCRETE (CURB AND GUTTER) LF 1290
226 153218 REMOVE CONCRETE (SIDEWALK) LF 100
B-11
Plaza Drive Interchange Modification and Widening over SR 198
227 153222A REMOVE CONCRETE
(MEDIAN) SQFT 1170
228 153239 REMOVE CONCRETE (CURB, GUTTER, AND SIDEWALK) LF 230
229 1543236A REMOVE CONCRETE (HEADWALL) CY 40
230 1543246B REMOVE CONCRETE (DRIVEWAY) SQFT 4160
231 156535A REMOVE BOX CULVERT (PORTION) LS 1
232 160101 CLEARING AND GRUBBING LS 1
233 170101 DEVELOP WATER SUPPLY LS 1
234 190101 ROADWAY EXCAVATION CY 28,200
235 190110 LEAD COMPLIANCE PLAN LS 1
236 192025 (F)
STRUCTURE EXCAVATION (CULVERT) CY 131
237 193004 (F)
STRUCTURE BACKFILL (CULVERT) CY 135
238 203026 MOVE-IN/MOVE-OUT (EROSION CONTROL) EA 2
239 (BLANK) (BLANK) -- 0
240 (BLANK) (BLANK) -- 0
241 (BLANK) (BLANK) -- 0
242 208716 4" ALTERNATIVE CONDUIT LF 130
243 220101 FINISHING ROADWAY LS 1
244 260201 CLASS 2 AGGREGATE BASE CY 9200
245 390131 HOT MIX ASPHALT (TYPE A) TON 13,200
246 394060 DATA CORE LS 1
247 397005 TACK COAT TON 15
248 510413 (F)
CLASS 1 CONCRETE (BOX CULVERT) CY 69
249 510502A (F) MINOR CONCRETE (HEADWALL) CF 32
250 520107 (F)
BAR REINFORCING STEEL (BOX CULVERT) LB 8870
251 566011 ROADSIDE SIGN - ONE POST EA 50
252 641101A 12" PVC PIPE LF 100
253 650311 18" REINFORCED CONCRETE PIPE CLASS III LF 960
253A 650316 24" REINFORCED CONCRETE PIPE CLASS III LF 870
254 700617 DRAINAGE INLET MARKER EA 3
255 707050A DRAINAGE INLET (CITY STD G0) EA 3
B-12
Plaza Drive Interchange Modification and Widening over SR 198
256 707225 48" PRECAST CONCRETE PIPE
MANHOLE EA 5
256A 717077A 4" POLYVINYL CHLORIDE SEWER PIPE LF 556
256B 717077B 6" POLYVINYL CHLORIDE SEWER PIPE LF 179
257 718006A 12" DUCTILE IRON PIPE LF 837
258 731501A MINOR CONCRETE (CURB TYPE B1-6) LF 6360
259 731504A MINOR CONCRETE (CURB TYPE A2-6) LF 1980
260 731516 MINOR CONCRETE (DRIVEWAY) CY 60
261 731517 MINOR CONCRETE (GUTTER) LF 90
262 731519 MINOR CONCRETE (STAMPED CONCRETE) CY 110
263 731521 MINOR CONCRETE (SIDEWALK) CY 140
264 731623 MINOR CONCRETE (CURB RAMP) CY 30
265 731656 CURB RAMP DETECTABLE WARNING SURFACE EA 10
266 750007 FRAME AND GRATE EA 3
267 800360 CHAIN LINK FENCE (TYPE CL-6) LF 160
268 804000A 35' CHAIN LINK SLIDING GATE EA 2
269 810110 SURVEY MONUMENT EA 1
270 820131 OBJECT MARKER (TYPE K) EA 10
271 840504 4" THERMOPLASTIC TRAFFIC STRIPE LF 6300
272 840505 6" THERMOPLASTIC TRAFFIC STRIPE LF 5600
273 840506 8" THERMOPLASTIC TRAFFIC STRIPE LF 1800
274 840519 THERMOPLASTIC CROSSWALK & PAVEMENT MARKINGS SQFT 1470
275 850111 PAVEMENT MARKER (RETROREFLECTIVE) EA 203
276 860090
MAINTAINING EXISTING TRAFFIC MANAGEMENT SYSTEM ELEMENTS DURING CONSTRUCTION
LS 1
277 860254A SIGNAL AND LIGHTING (PLAZA DRIVE AND HURLEY AVENUE) LS 1
278 860255A SIGNAL AND LIGHTING (PLAZA DRIVE AND GOSHEN AVENUE) LS 1
279 860402 LIGHTING (CITY STREET) LS 1
280 860797 ELECTRIC SERVICE (IRRIGATION) LS 1
281 861349C REMOVE EXISTING SIGNAL SYSTEM (PLAZA DRIVE AND HURLEY)
LS 1
282 999990 MOBILIZATION LS 1
SCHEDULE 2 TOTAL BID (IN FIGURES)
B-13
Plaza Drive Interchange Modification and Widening over SR 198
SCHEDULE 1 TOTAL BID (IN FIGURES)
SCHEDULE 2 TOTAL BID (IN FIGURES)
COMBINED TOTAL BID (IN FIGURES)
COMBINED TOTAL BID
(WRITTEN IN WORDS)
B-14
Plaza Drive Interchange Modification and Widening over SR 198
asphalt subject to adjustment was placed in the work. Ib = California Statewide Crude Oil Price Index for the month in which the bid opening for
the project occurred T = Sales and use tax rate, expressed as a percent, currently in effect in the tax jurisdiction
where the material is placed. If the tax rate information is not submitted timely, the statewide sales and use tax rate is used in the payment adjustment calculations until the tax rate information is submitted.
5-1.05 AREAS FOR CONTRACTOR'S USE
Attention is directed to the provisions in Section 7-1.19, "Rights in Land and Improvements," of the Standard Specifications and these special provisions.
The highway right of way shall be used only for purposes that are necessary to perform the required work. The Contractor shall not occupy the right of way, or allow others to occupy the right of way, for purposes which are not necessary to perform the required work.
No State-owned parcels adjacent to the right of way are available for the exclusive use of the Contractor within the contract limits. The Contractor shall secure, at the Contractor's own expense, areas required for plant sites, storage of equipment or materials, or for other purposes.
The Contractor shall obtain encroachment permits prior to occupying State-owned parcels outside the contract limits. The required encroachment permits may be obtained from the Department of Transportation, Permit Engineer, 2012 East Shields, Suite 100, Fresno, CA 93726.
The Contractor shall secure, at the Contractor's own expense, areas required for plant sites, storage of equipment or materials or for other purposes, if sufficient area is not available to the Contractor within the contract limits, or at the sites designated on the plans outside the contract limits.
Contractor shall submit copies of State Encroachment Permits to the Engineer. Contractor shall submit a copy of the "Letter of Permission" from each property owner the Contractor will use for this project.
5-1.06 PAYMENTS
Attention is directed to Sections 9-1.06, "Partial Payments," and 9-1.07, "Payment After Acceptance," of the Standard Specifications and these special provisions.
For the purpose of making partial payments pursuant to Section 9-1.06, "Partial Payments," of the Standard Specifications, the amount set forth for the contract items of work hereinafter listed shall be deemed to be the maximum value of the contract item of work which will be recognized for progress payment purposes:
1. Remove Drainage Facility $ 5000.002. Remove Sign Structure $ 10,000.003. Remove Box Culvert (Portion) $ 10,000.004. Bridge Removal (Portion) $ 40,000.005. Clearing and Grubbing $ 250,000.006. Develop Water Supply $ 40,000.007. Lead Compliance Plan $ 10,000.00
The amount, if any, payable for a contract item of work in excess of the maximum value for progress
payment purposes hereinabove listed for the item, will be included for payment in the proposed interim estimate in conformance with the provisions in "Interim Estimate and Claims" of these special provisions.
37
Plaza Drive Interchange Modification and Widening over SR 198
Before any major physical construction work readily visible to Plaza Drive users is started on
this contract, the Contractor shall supply, erect, and maintain in good condition two project signs according to the specifications set forth below:
EDA SITE SIGN SPECIFICATIONS
Size: 4' x 8' x 3/4" Materials: Exterior grade/MDO plywood (APA rating A-B) Supports: 4" x 4" x 12' posts with 2" x 4" cross branching Erection: Posts shall be set a minimum of three feet deep in concrete footings that are at least
12" in diameter. Paint: Outdoor enamel
Colors: Jet Black, Blue (PMS300), and Gold (PMS7406). Specifically, on white background the following will be placed:
The U. S. Department of Commerce seal in blue, black, and gold; "EDA" in blue; "U. S. DEPARTMENT OF COMMERCE ECONOMIC DEVELOPMENT
ADMINISTRATION" in black; "In partnership with" in blue; "City of Visalia" in black; "PUTTING AMERICA TO WORK" in blue; "Barack Obama, President of the United States" in black.
Lettering: Specific fonts are named below; positioning will be as shown on the illustration in "Supplemental Project Information" of these special provisions.
"U. S. DEPARTMENT OF COMMERCE ECONOMIC DEVELOPMENT ADMINISTRATION" use Bank Gothic Medium
"In partnership with" use UniversTM 55 Oblique "City of Visalia" use UniversTM Extra Black 85 "PUTTING AMERICA TO WORK" use Walkway Black;
U. S. Department of Commerce seal, fonts and positioning illustration, and sign framing
details are in the Information Handout as specified in "Supplemental Project Information" of these special provisions.
Project signs will not be erected on public highway rights-of-way. If any possibility exists for obstruction to traffic line of sight, the location and height of the sign will be coordinated with the City of Visalia agency responsible for street safety in the area.
The EDA Regional Director may permit modifications to these specifications if they conflict with state law or local ordinances.
29. CENTRAL CONTRACTOR REGISTRATION AND UNIVERSAL IDENTIFIER REQUIREMENTS and REPORTING SUBAWARDS and EXECUTIVE COMPENSATION
All recipients (City of Visalia) of awards made on or after October 1, 2010, are required to maintain current registrations in the Central Contractor Registration (CCR) database throughout the project period until the final financial report is submitted or until the recipient receives final payment, whichever is later. In addition, recipients (City of Visalia) must obtain a Dun and Bradstreet Data Universal Numbering System (DUNS) numbers and may make subawards (construction contract) only to subrecipients (Prime Contractor) that obtain a DUNS number. The following details the DUNS and CCR requirements.
Economic Development Administration 71 Contracting Provisions for Construction Projects
Plaza Drive Interchange Modification and Widening over SR 198
Central Contractor Registration and Universal Identifier Requirements:
1. Requirement for Central Contractor Registration (CCR). Unless you are exempted from
this requirement under 2 CFR 25.110, you as the recipient (City of Visalia) must maintain the currency of your information in the CCR until you (City of Visalia) submit the final financial report required under this award or receive the final payment, whichever is later. This requires that you (City of Visalia) review and update the information at least annually after the initial registration, and more frequently if required by changes in your information or another award term.
2. Requirement for Data Universal Numbering System (DUNS) numbers. If you (City of Visalia) are authorized to make subawards under this award, you (City of Visalia):
2.1. Must notify potential subrecipients (Prime Contractor) that no entity (see definition
in paragraph 3.3. of this award term) may receive a subaward (Prime Contract) from you (City of Visalia) unless the entity has provided its DUNS number to you (City of Visalia).
2.2. May not make a subaward (Prime Contract) to an entity unless the entity (Prime Contractor) has provided its DUNS number to you (City of Visalia).
3. Definitions. For purposes of this award term:
3.1 Central Contractor Registration (CCR) means the Federal repository into which an entity must provide information required for the conduct of business as a recipient (City of Visalia). Additional information about registration procedures may be found at the CCR Internet site http://www.ccr.gov
3.2. Data Universal Numbering System (DUNS) number means the nine-digit number established and assigned by Dun and Bradstreet, Inc. (D&B) to uniquely identify business entities. A DUNS number may be obtained from D&B by telephone 866/705-5711 or the Internet http://fedgov.dnb.com/webform
3.3. Entity, as it is used in this award term, means all of the following, as defined at
2 CFR part 25, subpart C:
3.3.1. A Governmental organization, which is a State, local government, or Indian tribe;
3.3.2. A foreign public entity; 3.3.3. A domestic or foreign nonprofit organization; 3.3.4. A domestic or foreign for-profit organization; and 3.3.5. A Federal agency, but only as a subrecipient under an award or subaward
to a non- Federal entity.
Economic Development Administration 71A Contracting Provisions for Construction Projects
Plaza Drive Interchange Modification and Widening over SR 198
3.4. Subaward:
3.4.1. This term means a legal instrument to provide support for the performance of any portion of the substantive project or program for which you received this award and that you as the recipient (City of Visalia) award to an eligible subrecipient (Prime Contractor).
3.4.2. The term does not include your (City of Visalia) procurement of property and services needed to carry out the project or program (for further explanation, see Sec. 210 of the attachment to OMB Circular A-133, Audits of States, Local Governments, and Non-Profit Organizations").
3.4.3. A subaward (Prime Contract) may be provided through any legal agreement, including an agreement that you (City of Visalia) consider a contract.
3.5. Subrecipient means an entity that:
3.5.1. Receives a subaward (Prime Contract) from you (City of Visalia) under this award; and
3.5.2. Is accountable to you (City of Visalia) for the use of the Federal funds provided by the subaward (Prime Contract).
Transparency Act Reporting All recipients of awards (City of Visalia) made on or after October 1, 2010 are required to
comply with reporting requirements under the Federal Funding Accountability and Transparency Act of 2006 (Transparency Act). The following details the requirements of both. In general, all recipients (City of Visalia) are responsible for reporting subawards (Prime Contract) of $25,000 or more. Please note that the Transparency Act reporting requirement applies to subawards (Prime Contract) only, and not to procurements you (City of Visalia) enter into under this award. The required reporting subaward data elements may be found at www.fsrs.gov In addition, recipients (City of Visalia) that meet certain criteria are responsible for reporting executive compensation.
1. Reporting Subawards and Executive Compensation.
1.1. Reporting of first-tier subawards (Prime Contract)
1.1.1. Applicability. Unless you (City of Visalia) are exempt as provided in paragraph 4. of this award term, you must report each action (Prime Contract) that obligates $25,000 or more in Federal funds that does not include Recovery funds (as defined in section 1512(a)(2) of the American Recovery and Reinvestment Act of 2009, Pub. L. 11 1-5) for a subaward to an entity (see definitions in paragraph 5. of this award term).
1.2. Where and when to report.
Economic Development Administration 71B Contracting Provisions for Construction Projects
Plaza Drive Interchange Modification and Widening over SR 198
1.2.1. You must report each obligating action (Prime Contract) described in
paragraph 1.1.1. of this award term to http://www.fsrs.gov
1.2.2. For subaward information, report no later than the end of the month following the month in which the obligation was made. (For example, if the obligation was made on November 7, 2010, the obligation must be reported by no later than December 31, 2010.)
1.3. What to report. You (City of Visalia) must report the information about each
obligating action (Prime Contract) that the submission instructions posted at http://www.fsrs.gov specify
3. Reporting of Total Compensation of Subrecipient (Prime Contractor) Executives
3.1. Applicability and what to report. Unless you are exempt as provided in paragraph 4. of this award term, for each first-tier subrecipient (Prime Contractor) under this award, you (City of Visalia) shall report the names and total compensation of each of the subrecipient's (Prime Contractor's) five most highly compensated executives for the subrecipient's (Prime Contractor's) preceding completed fiscal year, if-
3.1.1. in the subrecipient's (Prime Contractor's) preceding fiscal year, the
subrecipient (Prime Contractor) received-
3.1.1.1. 80 percent or more of its annual gross revenues from Federal procurement contracts (and subcontracts) and Federal financial assistance subject to the Transparency Act, as defined at 2 CFR 170.320 (and subawards); and
3.1.1.2. $25,000,000 or more in annual gross revenues from Federal procurement contracts (and subcontracts), and Federal financial assistance subject to the Transparency Act (and subawards); and
3.1.2. The public does not have access to information about the compensation of
the executives through periodic reports filed under section 13(a) or 15(d) of the Securities Exchange Act of 1934 (1 5 U.S.C. 78m(a), 78o(d)) or section 6104 of the Internal Revenue Code of 1986. To determine if the public has access to the compensation information, see the U.S. Security and Exchange Commission total compensation filings at http://www.sec.gov/answers/execomp.htm
3.2. Where and when to report. You (City of Visalia) must report subrecipient (Prime Contractor) executive total compensation described in paragraph 3.1. of this award term:
3.2.1 To the recipient (City of Visalia)
Economic Development Administration 71C Contracting Provisions for Construction Projects
Plaza Drive Interchange Modification and Widening over SR 198
3.2.2. By the end of the month following the month during which you (City of
Visalia) make the subaward (Prime Contract) . For example, if a subaward (Prime Contract) is obligated on any date during the month of October of a given year (i.e., between October 1 and 31), you must report any required compensation information of the subrecipient (Prime Contractor) by November 30 of that year.
4. Exemptions. If, in the previous tax year, you (Prime Contractor) had gross income, from
all sources, under $300,000, you (Prime Contractor) are exempt from the requirements to report:
4.1. Subawards (Prime Contract), and 4.2. The total compensation of the five most highly compensated executives of any
subrecipient (Prime Contractor).
5. Definitions. For purposes of this award term:
5.1. Entity means all of the following, as defined in 2 CFR part 25:
5.1.1. A Governmental organization, which is a State, local government, or Indian tribe;
5.1.2. A foreign public entity; 5.1.3. A domestic or foreign nonprofit organization; 5.1.4. A domestic or foreign for-profit organization; 5.1.5. A Federal agency, but only as a subrecipient under an award or subaward
to a non- Federal entity.
5.2. Executive means officers, managing partners, or any other employees in management positions.
5.3. Subaward:
5.3.1. This term means a legal instrument to provide support for the performance of any portion of the substantive project or program for which you (City of Visalia) received this award and that you (City of Visalia) as the recipient award to an eligible subrecipient (Prime Contractor).
5.3.2. The term does not include your procurement of property and services needed to carry out the project or program (for further explanation, see Sec 210 of the attachment to OMB Circular A-133, "Audits of States, Local Governments, and non-Profit Organizations").
5.3.3. A subaward (Prime Contract) may be provided through any legal agreement, including an agreement that you or a subrecipient considers a contract.
5.4. Subrecipient means an entity that:
5.4.1. Receives a subaward (Prime Contract) from you (the recipient) (City of Visalia) under this award; and
5.4.2. Is accountable to you (City of Visalia) for the use of the Federal funds provided by the subaward.
Economic Development Administration 71D Contracting Provisions for Construction Projects
Plaza Drive Interchange Modification and Widening over SR 198
5.5. Total compensation means the cash and noncash dollar value earned by the
executive during the subrecipient's (Prime Contractor) preceding fiscal year and includes the following (for more information see 17 CFR 229.402(c)(2)):
5.5.1. Salary and bonus. 5.5.2. Awards of stock, stock options, and stock appreciation rights. Use the
dollar amount recognized for financial statement reporting purposes with respect to the fiscal year in accordance with the Statement of Financial Accounting Standards No. 123 (Revised 2004) (FAS 123R), Shared Based Payments.
5.5.3. Earnings for services under non-equity incentive plans. This does not include group life, health, hospitalization or medical reimbursement plans that do not discriminate in favor of executives, and are available generally to all salaried employees.
5.5.4. Change in pension value. This is the change in present value of defined benefit and actuarial pension plans.
5.5.5. Above-market earnings on deferred compensation which is not tax-qualified.
5.5.6. Other compensation, if the aggregate value of all such other compensation (e.g. severance, termination payments, value of life insurance paid on behalf of the employee, perquisites or property) for the executive exceeds $10,000.
Economic Development Administration 71E Contracting Provisions for Construction Projects
Page 72 follows
Plaza Drive Interchange Modification and Widening over SR 198
Existing pavement markers, including underlying adhesive, when no longer required for traffic
lane delineation as determined by the Engineer, shall be removed and disposed of in accordance with the provisions of Section 15-2.02C of the Standard Specifications and these special provisions.
Full compensation for removing and disposing of pavement markers and underlying adhesive shall be considered as included in the contract lump sum price paid for clearing and grubbing and no separate payment will be made therefor.
REMOVE TRAFFIC STRIPE AND PAVEMENT MARKING This work includes removing existing traffic stripe and pavement marking at the locations shown
on the plans. Submit a lead compliance plan under Section 7-1.07, "Lead Compliance Plan," of the Standard
Specifications. Waste residue from removal of thermoplastic and painted traffic stripe and pavement marking is
a non–hazardous waste residue and contains lead in average concentrations less than 1000 mg/kg total lead and 5 mg/L soluble lead. This waste residue does not contain heavy metals in concentrations that exceed thresholds established by the Health and Safety Code and 22 CA Code of Regs and is not regulated under the Federal Resource Conservation and Recovery Act (RCRA), 42 USC § 6901 et seq.
Full compensation for remove traffic stripe and pavement marking shall be considered as included in the contract lump sum price paid for clearing and grubbing and no separate payment will be made therefor.
RESIDUE CONTAINING HIGH LEAD CONCENTRATION PAINTS Residue from grinding existing pavement, including any bituminous or polymer seals, is a non–
hazardous waste containing lead in average concentrations less than 1000 mg/kg total lead and 5 mg/L soluble lead. This residue does not contain heavy metals in concentrations that exceed thresholds established by the Health and Safety Code and 22 CA Code of Regs and is not regulated under the Federal Resource Conservation and Recovery Act (RCRA), 42 USC § 6901 et seq.
Submit a lead compliance plan under Section 7-1.07, "Lead Compliance Plan," of the Standard Specifications.
REMOVE DRAINAGE FACILITY Existing drainage facility, consisting of drop inlet and downdrain or asphalt overside drain
and downdrain, where any portion of these structures is within 3 feet of the grading plane in excavation areas, or within one foot of original ground in embankment areas, or where shown on the plans to be removed, shall be completely removed and disposed of. The existing pipe sizes of drainage facilities are nominal ranging from twelve to thirty inches in diameter.
The concrete may be crushed to 100 percent passing the 3-inch sieve and buried in embankments in the same manner provided for burying concrete in embankments in Section 15-3, "Removing Concrete," of the Standard Specifications.
The contract unit price paid for remove drainage facility shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in removing a drainage facility, complete in place, as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer.
REMOVE CONCRETE (CURB, GUTTER, AND SIDEWALK)
Existing Portland cement concrete curb, gutter, and sidewalk, where shown on the plans to be
197
Plaza Drive Interchange Modification and Widening over SR 198
Test Strips
The first paving activity must be to construct a test strip: 1. 200 feet long minimum 2. Same width as the planned paving 3. With the same equipment used for the planned paving The Engineer evaluates the test strip for compliance with the specifications for Engineer's
acceptance. The Engineer selects from 6 to 12 core locations for dowel bars and up to 6 locations for tie
bars per test strip. If you use mechanical dowel bar inserters, the test strip must demonstrate they do not leave
voids, segregations, or surface irregularities such as depressions, dips, or high areas. Allow the Engineer 3 days to evaluate the test strip for: 1. Smoothness 2. Dowel bar and tie bar alignment 3. Thickness 4. Final finishing except coefficient of friction During the 3-day evaluation, the Engineer rejects a test strip if: 1. Surface varies more than 0.02 foot from a 12-foot straightedge's lower edge 2. Wheel path's individual high points are greater than 0.025 foot in 25 feet 3. Dowel bars do not comply with specified placement tolerances 4. Concrete pavement thickness deficiency is greater than 0.05 foot 5. Final finishing does not comply with the specifications except coefficient of friction Remove the test strip if the Engineer rejects it for noncompliance with the specifications for
dowel bar alignment or thickness. Dispose of rejected test strip material under Section 7-1.13, "Disposal of Material Outside the Highway Right of Way," of the Standard Specifications.
If the Engineer rejects the test strip for noncompliance with the smoothness or final finishing specifications except coefficient of friction, you may grind the test strip into compliance if you intend to leave it as part of the paving.
If the Engineer does not reject the test strip during the 3-day evaluation, you may begin production paving while the Engineer continues to evaluate the test strip for compliance with the other specifications. If the Engineer rejects the test strip for noncompliance with the other specifications, stop production paving until you construct a test strip the Engineer accepts.
Construct additional test strips until the Engineer accepts one. Construct additional test strips if: 1. You propose different paving equipment including:
1.1. Batch plant 1.2. Paver 1.3. Dowel bar inserter 1.4. Tie bar inserter 1.5. Tining 1.6. Curing equipment
233
Plaza Drive Interchange Modification and Widening over SR 198
CONSTRUCTION The ductile iron pipe and ductile iron water main and fittings shall be assembled in
accordance with the applicable sections of AWWA Standard C-600, "Installation of Ductile Iron Water Mains."
Transportation shall be by competent haulers and accomplished in a manner that will avoid damage to the pipe or its lining or coating. Contractor shall unload pipe by mechanical means such as a crane or backhoe, or by rope and skids, as recommended by the manufacturer. In using skids, pipes must be prevented from striking other objects. No dropping from trucks will be allowed.
Prior to laying the pipe, the bottom of the trench shall be graded and prepared to provide uniform bearing throughout the entire length of each join of pipe. Bell holes of ample dimension shall be dug in the bottom of the trench at the location of each joint to facilitate the joining. The trench shall have a flat or semi-circular bottom conforming to the grade to which the pipe is to be laid. The pipe shall be accurately placed in the trench to the lines and grades on the plans. Fittings shall be supported independently of the pipe. Combined deflections at rubber gasket or flexible coupling joints shall not exceed 4º or that recommended by the manufacturer, if smaller. Pipe shall be handled to prevent damage to the lining and coating.
No joint shall be backfilled until it has been inspected by the Engineer. Sufficient trench space shall be left open in the vicinity of each joint to permit visual inspection around the entire periphery of the joint.
Damaged pipe or fittings, whether installed or awaiting installation, shall be removed from the jobsite upon discovery by Contractor or Engineer.
MEASUREMENT AND PAYMENT Ductile iron pipe will be measured for payment in the same manner as specified for
corrugated metal pipes in Sections 66-4.01 and 66-4.02 of the Standard Specifications. The contract price paid per linear foot for 12" ductile iron pipe shall include full
compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in constructing the cast iron pipe, complete in place, as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer.
SANITARY SEWER LATERALS
GENERAL The construction of sanitary sewers laterals and auxiliary facilities shall comply with the
details shown on the plans and the requirements of the Standard Specifications and these special provisions.
CERTIFICATES OF COMPLIANCE
Prior to the use of any materials, the pipe manufacturer shall furnish a Certificate of Compliance conforming to Section 6-1.03, "Certificates of Compliance," of the Standard Specifications. The certificate shall be signed by the manufacturer of the material or the manufacturer of assembled materials and shall state that the materials involved comply in all respects with the requirements of the specifications.
291A
Plaza Drive Interchange Modification and Widening over SR 198
SANITARY SEWER PIPE MATERIALS
Unless otherwise specified in these special provisions or shown on plans, the Contractor shall use the following:
1. Polyvinyl Chloride (PVC) - Plastic sewer pipe and fittings materials shall meet the
requirements of ASTM Designation: D 3034-73. 2. Minimum pipe stiffness (F/y) at 5% deflection shall be 46 for all sizes when tested in
accordance with ASTM Designation D 2412, external loading properties of plastic pipe by parallel-plate loading, and shall conform to the following dimensions and tolerances, in accordance with ASTM Designation D 3034-73:
Inside Diameter, Inches
Minimum Wall Thickness,Inches
Average Outer Diameter,Inches
4 0.125 4.215 6 0.180 6.275 8 0.240 8.400
2.1. Special care shall be taken in the installation of PVC Pipe so that no more than 5%
deflection occurs in the pipe. The bottom of trench shall be formed such that the pipe can be placed with uniform support along its length.
2.2. The first lift of backfill shall be placed by hand and shall extend only to the pipe springline and hand tamped; the second lift of backfill shall extend to 6" above the top of the pipe and be hand tamped only on the sides of the pipe.
2.3. Documentary evidence of test results will be considered sufficient when pipe manufacturer furnishes a Certificate of Compliance indicating that the pipe has been subjected to and passed hydrostatic, load, and chemical resistance tests conducted in accordance with approved methods.
EXCAVATION AND SUBGRADE
All excavations shall be made in accordance with the Trench Construction Safety Regulations issued by the Division of Industrial Safety of the State of California. The Contractor shall make all excavation and construct all work as shown on plans and as specified in the specifications. Excavation shall include the removal of all water and materials or obstructions of any nature which interfere with the construction of the work. Excavation for the construction of the work shall be open trench, unless otherwise shown on the plans or specified in these special provisions. All shoring and bracing shall be removed from trench before backfilling.
The Contractor shall place all excavated material where it will not prevent the flow of traffic and storm water through the site of the work and provide free access to all fire hydrants. All excavated material not used in the backfill shall be removed at the Contractor's expense within 48 hours after the backfill is made.
The subgrade shall be the outside bottom of the pipe. The finished subgrade for the sewers shall be firm, thoroughly compacted, and true to grade. Any excavation below subgrade, unless required by the Engineer and shall be tamped until firm and unyielding, all to be done at the expense of the Contractor.
Where soft, spongy, unstable, or other unsuitable subgrade material is encountered, it shall be removed to a depth not exceeding two feet, and replaced with gravel, sand, or fine dirt
291B
Plaza Drive Interchange Modification and Widening over SR 198
approved by the Engineer, and tamped until firm and unyielding. Such excavation and replacement with suitable material shall be performed as Extra Work.
Trench widths at the level of the top of the pipe to be installed shall be not more than the outside diameter of the barrel of the pipe plus 16". The above clearances shall be increased to accommodate shoring and also provide space for banding at points required. Excavation for structures shall be 12" minimum beyond dimensions of structures as shown on the plans.
If the Contractor is unable to maintain the trench width allowed in the previous paragraph, the Engineer shall specify the bedding requirement to compensate for the additional loading on the pipe. Such additional bedding may require crushed rock or other suitable granular bedding material or concrete encasement as necessary to obtain satisfactory pipe support.
EXISTING IMPROVEMENTS
Utility companies service laterals are not shown on project plans. Contractor shall allow for gas and water services for each lot shown. Utility companies will locate services and protect from injury by the Contractor and in case of damage, the damage shall be restored by the Contractor to the same type and quality of improvement without additional compensation.
All curbs, walks, gutters, curb drains and any improvements broken during construction shall be reconstructed by the Contractor, using the same kind of material and same dimensions as the original work, at his sole expense unless otherwise provided in these special provisions. Curb, gutter, and walk shall be removed and replaced to a smooth edge or to the next joint or scoring line beyond the actual damaged or broken sections. All work shall match as nearly as possible the appearance and quality of the original improvements.
INSTALLATION OF PIPE
The subgrade shall be brought to the lines and grades established as shown on plans, and unless otherwise indicated, all grades or cuts will indicate the flow line or invert of the system.
The pipe sections shall be laid commencing at the downstream or outlet end with the spigot or tongue end in the direction of flow. Pipe with elliptical reinforcement shall be placed with the minor axis in a vertical position.
Pipe Handling: 1. General: Transport pipe to the job site and handle it in such a manner as not to damage
the pipe. 2. Stockpiling: Stockpile in designated areas so that no dangerous conditions will exist to
life or property. Store pipe so that damage to surfaces and/or structures will be prevented. Provide suitable devices to support pipe when it is lifted.
Pipe Installation: 1. General: Adhere to the rules, regulations and requirements of OSHA, Occupational
Safety and Health Act or Cal OSHA, as applicable. 2. Pipe shall be carefully inspected in the field before and after laying. If any cause for
rejection is discovered in a pipe after it has been laid, it shall be rejected and replaced. Any and all corrective work shall require approval in writing by the Engineer and shall be at no additional expense to the City.
3. Precautions: Lay pipe in dry trenches only. Keep all trenches completely free of water during bedding, laying and jointing of pipe. Dewater and use sheeting where required by field conditions. Pump or drain all water away from the work and dispose of in a
291C
Plaza Drive Interchange Modification and Widening over SR 198
suitable manner so that no damage occurs. Do not permit water to rise in an unbackfilled trench after pipe has been placed. Promptly repair any damage.
4. Tolerances: Unless otherwise directed by the Engineer in writing, lay all pipe straight between changes in alignment and at uniform grade between changes in grade. When jointed in the trench, the pipe shall form a true and smooth line.
5. Pipe Lengths: Lay pipe in standard lengths where feasible. Note the joints adjacent to structures.
6. Placing Pipe in Trench: After delivery alongside the trench, visibly inspect each length of pipe for damaged surfaces, breakage and conformance to specifications.
6.1. Acceptable pipe may be marked with paint or other permanent marking material so
that the marks are plainly visible after installation in the trench and before the pipe is covered. Reject, stockpile, and remove from the site all pipe not conforming to specifications.
6.2. See plans for Bedding Conditions. Where no other bedding is indicated, place pipe on a shaped bed of undisturbed material. Before pipe is placed on the bedding material, excavate suitable bell holes so that after placement of the pipe, only the barrel receives bearing pressure from the supporting material. Support the entire length of the unit as shown on the plans.
6.3. Place pipe into its position in the trench in such manner and by such means as approved by the Engineer. Furnish approved devices to support all parts of the pipe unit when it is lifted. Protect pipe during handling against impact shocks and free falls. Do not permit hooks to come in contact with premolded joint surfaces. Lower pipe into position in the trench and joint without disturbing the bedding or adjoining section of pipe. Sand bedding for PVC pipe shall meet the requirements of ASTM D 2321 for Class I and II materials.
Handle pipe having premolded joint rings or attached couplings so that no weight, including
the weight of the pipe itself, will bear on or be supported by the jointing material. Take care to avoid dragging the spigot ring on the ground or allowing it to be damaged by contact with gravel, crushed stone, or other hard objects. Do not subject the bell and spigot sections to direct stress of any kind except that required to effect the jointing.
1. Pipe Laying: Pipe laying shall conform to the pipe installation specifications for the appropriate types of underground pipe construction to which this work relates and as included in these special provisions. 1.1. Unless otherwise shown on the plans, all pipe will be laid in open trench
construction. Start laying pipe at the lowest point and install the pipe so that the spigot end points in the direction of flow. Lay pipe to conform to the lines and grades shown on the plans, unless otherwise directed by the Engineer in writing.
1.2. Clean all joint surfaces after the pipe units are aligned in the trench and are ready to be joined. Immediately before jointing the pipe, lubricate the bell or groove in accordance with the manufacturer's recommendations. Then carefully push pipe unit into place without damage to the pipe or gasket. Use suitable devices to force the pipe together so that they will fit with a minimum open recess inside or outside and so that they will have tightly sealed joints. Lay each pipe unit to form a close joint with the next adjoining pipe and bring the inverts continuously to the required grade.
291D
Plaza Drive Interchange Modification and Widening over SR 198
1.3. Immediately after the pipe units are put together, inspect the position of the gasket
in the joint using an approved feeler gauge to make sure it is properly positioned. Pull apart and remake all joints, using new gaskets, if the gasket has become damaged or improperly positioned.
1.4. Grout and point all interior and exterior joints of concrete pipe with non-shrink grout in such a manner that the mortar will not, at any point, extend into the pipe beyond a straight line connecting the surfaces of the adjacent pipe sections.
1.5. Make all joints in accordance with manufacturer’s recommendations which are subject to approval by the City. Prior to backfill, fill bell holes with bedding materials and compact so that the spigot will not move in the bell of the adjoining pipe under backfill load. Do not permanently support pipe on saddles, blocking or boulders.
2. Pipe Cleaning: Clear interior of piping of dirt and other superfluous material as work
progresses. Maintain swab or drag in line and pull past each joint as it is completed. In large, accessible piping, brushes and brooms may be used for cleaning.
3. Temporary Plugs: At all times when pipe laying is not actually in progress, close the open end of pipe by temporary watertight plugs. If water is in the trench when work is resumed, do not remove the plug until all danger of earth or other material entering the pipe has passed.
4. Stoppers: Close open ends of pipe or fittings to be used for future connections as shown on the plans.
5. Backfill: When pipe has been properly bedded and all joints have been grouted, backfill trenches in accordance with these special provisions.
6. Pipe Repair: Repair, at Contractor's expense, any section of pipe with imperfection or damage. Perform repairs with capable personnel and with sound materials equal to those materials used in the manufacture of the pipe.
BACKFILL MATERIAL
General: All backfill materials shall be approved before use and be free of cinders, ashes, large hard clods, organic debris, or other deleterious items. Trench excavation materials shall be used whenever possible.
Materials for Backfilling: Furnish required bedding, embedment, and backfill materials as shown on the plans and specified in these special provisions.
BACKFILL AND COMPACTION
Backfill of select native material shall be placed by hand to the spring line of pipe and hand tamped such that the backfill material shall be completely compacted around the lower part of pipe. Then backfill the pipe to a depth of 6" above the top by hand and compact. Unless otherwise noted on the plans, the remainder of the backfill may be placed using power equipment and may include waste, lumpy material originating on the job provided that such material is not larger than four (4) inches in any dimension and is not placed nearer than two (2) feet from the finished surface or two (2) feet from the top of pipe. Backfill material shall be free of organic matter or other unsatisfactory material. No large stones will be permitted in the backfill in the last two feet below pavement base grade or two feet above the top of pipe.
Compaction of backfill material shall be placed in layers not exceeding 36" and thoroughly wetted. Each layer, after excess moisture and ponding has been absorbed into the backfill, shall then be compacted with a mechanical compaction device.
291E
Plaza Drive Interchange Modification and Widening over SR 198
Flooding only or water jetting only will not be permitted, except when authorized by the
Engineer and except when done under the conditions and in the same manner described hereinafter.
If excavation is in sand, or if the Contractor elects to furnish sand or granular material for backfill and the surrounding soil is such that it will not soften or swell when saturated, and where no danger exists to retaining walls or abutments from hydrostatic pressure, flooding only or jetting only may be permitted when authorized by the Engineer. Flooding (Ponding) may be performed in three (3) foot lifts, with each layer thoroughly settled by rodding. Dikes or dams shall be built across the ditch, if necessary, to prevent the water from washing down the trench. Jetting may be used on lifts. Jets must be sunk to 24" above the top of the pipe.
No free water will be allowed in the top 2.0 feet of backfill. Regardless of the method of compaction used, a relative compaction of not less than 95%
will be required for the top 2 feet of trench, 90% relative compaction between 2' and 8' of top trench and 85% relative compaction below 8' and around the pipe. ASTM D 1557 or California Test Method 216 as selected by the Engineer shall be used to determine relative compaction.
The Engineer will provide each original compaction test at each location. Any additional tests necessary to obtain the required compaction will be charged to the Contractor at the testing laboratory's rate.
LATERALS, BRANCHES AND SPURS (Service Laterals)
Laterals, branches, and spurs shall be 4" in diameter, unless otherwise shown on the plans or specified in these special provisions. House connections shall be constructed on a straight line and slope of not less than 1/4" per foot (1/2" per foot for 6" lines) or fall from the point where they join the 1/8 bend at the main sewer to the property line. Maximum grades for house sewers, conditional upon main line depths and necessary depth at curb line, shall be obtained. Wyes may be laid flat where grade is a problem.
All house laterals shall have a minimum cover of 5.0 feet below curb grade at the right-of-way line. Where special conditions warrant, the Engineer may authorize a reduced depth. Such approval must be obtained prior to installation.
Wherever the depth of a side sewer from the invert to the pavement or ground surface is less than 2.0 feet, concrete encasement shall be used.
"Y" or "T" branches for house connections shall be inclined upward at an angle no greater than 45 degrees from horizontal, and shall be constructed at the location shown on the plans or marked in field. The exact measurements of the location of the "Y" branch, and/or house connection at is upper end, shall be made by the Engineer and returned to the Engineer for record. Eighth bends shall be used, as needed, to join house connection to "Y" branches. No wyes shall be cut on the line without approval of the Engineer.
The Contractor shall cut into top of concrete curb a 3-inch "S" over house branch. In cases where a concrete curb exists, the Contractor shall fasten a No. 8 copper wire or a No. 10 galvanized wire to end of lateral. Wire shall be brought up vertically to within four inches of finished grade where it shall be fastened to a metal pin driven into the side of the trench.
"Y," "T," or ends of line shall be plugged with a cap approved by the manufacturer of the pipe for use with its product before backfilling.
291F
Plaza Drive Interchange Modification and Widening over SR 198
Where main sewers are greater than 8' deep, "T" branches and 4" chimney pipe shall be
substituted for "Y" branches. The house connection shall be joined to the chimney with a "Y" branch.
MEASUREMENT AND PAYMENT
Laterals (services) shall be measured horizontally from the center of the main sewer that is part of the wye to the right-of-way line. all the work involved in 4" sewer laterals, complete in place, including existing pavement removal, excavation, trench grading, control of ground water, removal of unsatisfactory subgrade material and replacement with satisfactory material, pipe supports across trenches, shoring and bracing where necessary, laying and jointing the pipe, construction of wyes and bends, backfilling and compacting the trench, resurfacing the surface of a trench, and all other work necessary to properly install the pipe, conduit or structure, as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer.
The contract price paid per linear foot for 6" sanitary sewer lateral shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in 6" sewer laterals, complete in place, including existing pavement removal, excavation, trench grading, control of ground water, removal of unsatisfactory subgrade material and replacement with satisfactory material, pipe supports across trenches, shoring and bracing where necessary, laying and jointing the pipe, construction of wyes and bends, backfilling and compacting the trench, resurfacing the surface of a trench, and all other work necessary to properly install the pipe, conduit or structure, as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer.
291G
(the remainder of original Page 291 follows) 10-1.82 PIPE LINE ACCEPTANCE TEST (SANITARY AND STORM) Acceptance test for sanitary and storm sewer lines within City Right of Way shall be a low
pressure air test performed under the supervision of the Engineer and utilizing the following procedure:
Test shall not be made until the section of pipe to be tested, including house branches, has
been cleaned, completely backfilled and the trenches compacted as specified in Section 12.06 of the City of Visalia Standard Specifications.
1. Mandrel: Deflection test shall be performed as stated in Sections 17.04, 17.05 and 17.06
of the City of Visalia Standard Specifications. 2. Air Test: The air test is to be made on the pipe installation without the addition of seals
to the pipe interior. The application of mortar, epoxy, caulking compounds, or other
291
Plaza Drive Interchange Modification and Widening over SR 198
"Curing Compound Method," of the Standard Specifications.
The stamped concrete shall be grouted in the sidewalk areas shown on the plans. The grout shall be placed after initial curing of that portion of the stamped concrete. The grout shall be spread over the stamped concrete surface and consolidated by methods recommended by the grout manufacturer and approved by the Engineer. Surplus grout shall be removed by a squeegee and damp burlap rag or by other approved methods before the curing seal is applied to the grouted areas.
Curing seal and other deleterious substances shall be removed from the impressions in the stamped areas, to receive the grout, before the grout is placed. Cleaning and removal methods shall not stain or discolor those portions of the stamped concrete to remain exposed after grouting. Methods of cleaning the impressions in stamped areas to be grouted shall be approved by the Engineer.
The stamped pattern and grout of the textured paving in sidewalk areas shall continue through the curb ramps, except for the grooved areas and the detectable warning surface area, if any, of the curb ramps.
For payment purposes, the volume in cubic yards will be the area of minor concrete (Stamped Concrete) determined from horizontal measurements of the finished textured paving multiplied by the thickness shown on the plans.
The contract price paid per cubic yard for minor concrete (Stamped Concrete) shall include full compensation for furnishing all labor, materials (including welded wire fabric, where required, and aggregate base), tools, equipment, and incidentals, and for doing all the work involved in constructing stamped concrete, including grouted areas, complete in place, as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer.
For payment purposes, the length in linear feet of minor concrete (Curb Type B1-6), minor concrete (Curb Type A2-6), and minor concrete (Gutter) will be determined from measurements along the bottom face of curb or thalweg of the finished facility.
Full compensation for maintaining existing plantings and modifying irrigation systems shall be considered as included in the contract price paid per cubic yard for minor concrete (Sidewalk) and no separate payment will be made therefor.
Full compensation for maintaining existing plantings and modifying irrigation systems shall be considered as included in the contract price paid per linear foot for minor concrete (Curb Type A2-6) and no separate payment will be made therefor.
Full Compensation for Maintaining Existing Plants and Modifying Irrigation Systems
Minor Concrete (Sidewalk) Minor Concrete (Curb Type A2-6) Street Address APN Number Street Adddress APN Number
700 North Plaza Drive
081-010-087 615 North Plaza Drive
081-130-013
1010 North Plaza Drive
081-110-056 -- --
1130 North Plaza Drive
081-110-051 -- --
1150 North Plaza Drive
081-110-022 -- --
300
Plaza Drive Interchange Modification and Widening over SR 198
The contract prices paid per linear foot for minor concrete (Curb Type B1-6), for minor
concrete (Curb Type A2-6), and minor concrete (Gutter) shall include full compensation for furnishing all labor, materials (except Class 2 aggregate base), tools, equipment, and incidentals and for doing all the work involved in constructing curbs and gutters as shown on the Bid Item List, complete in place, including excavation for and placing of aggregate base, maintaining existing plants, and modifying irrigation systems, as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer.
For payment purposes, the volume in cubic yards of minor concrete (Driveway), minor concrete (Sidewalk), and minor concrete (Curb Ramp) will be determined from dimensions shown on the plans.
The contract prices paid per cubic yard for minor concrete (Driveway), minor concrete (Sidewalk), and minor concrete (Curb Ramp) shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in constructing driveways, sidewalks, and curb ramps as shown on the Bid Item List, complete in place, including maintaining existing plants and modifying irrigation systems as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer.
300A
Page 301 follows
Questions from Pre-Bid Meeting for Plaza Drive 10/12/11 Q001. Can K-rail be removed from traffic control plans north of Hurley to accommodate access for businesses?
A001. Last sent email should read: "Contractor may submit an alternative traffic handling plan eliminating K-rail, but provisions must be made to meet California Manual on Uniform Traffic Control Devices, City and Caltrans requirements for safety and access to businesses. Must have adequate separation. Excavation adjacent to the traveled way must be filled in during non-working hours in accordance with Caltrans guidelines for longitudinal edge conditions in construction zones.
Q002. Can pavement grindings be used as embankment material?
A002. Yes, within the limits permitted by the special provisions. Q003. Is asphalt on old road paid as excavation?
A003. Yes Q004. Partial Payment – Bridge Removal (Clarify)
A004. Partial payment amounts include the total of an item from both schedules 1 and 2. However, bridge removal is only in schedule 1.
Q005. Who is responsible for performing construction staking?
A005. The City is hiring a survey firm that will perform construction staking. Q006. Can lights with generators be used at night due to the engine noise? (Clarify)
A006. The Contractor may use generator-powered lighting. A noise ordinance variance approved by the City will need to be obtained. Equipment shall be selected, oriented, and located with consideration of the hotels located near the southwest quadrant of the interchange.
Q007. Lump Sum and Each, Remove Sign Structure and 15 inlets. Partial Payment
A007. Maximum progress payment amounts are changed as follows: Remove Drainage Facility $5,000 Remove Sign Structure $10,000
Q008 Are there Caltrans Permit Fees?
A008.
Q009 Will retention be withheld? 10%
A009. Yes, 10% retention is required per the EDA. Q010 Buy America and other FHWA requirements
A010. Buy America provisions do not apply to this contract. Q011. Who will pay the Air Board Fee? Rule 95-10 Indirect Source Review. Could be significant. Is there a calculation?
A011. Per the City’s Planning Department, the Rule 95-10 that requires Indirect Source Review applies to discretionary projects not road improvement projects. There will still be construction permitting fees but there will be no large fees required by Indirect Source Review.
Q012Bid Item 239, 240, 241 What do they mean? Irrigation and plant maintenance north of Hurley.
A012. There are a number of properties north of Hurley that have landscaping and irrigation facilities fronting Plaza Drive. Any such landscaping that is disturbed will need to be replaced and irrigation systems modified so as to remain operable during and after construction. Bid Items 239, 240, and 241 do not apply for schedule 2. The specification for miscellaneous concrete construction shall be modified to include the irrigation and landscape repair.
Q013. EDA section Crowley to Goshen? Cold plane shown in section-2, move to section-1. This question affected all quantities.
A013. The EDA section begins at Station 45+58, which is the Hurley intersection. The Bid Item 224 cold plane asphalt concrete pavement will be moved to schedule 1. Quantities in schedule 2 will be checked and any changes will be issued per addendum.
Q014. Will Cal Water raise and lower valves?
A014. CalWater will both lower and then raise water valves as necessary.
Q015. EDA limits north of Hurley, revisit quantities. Cold plane, AC. Etc.
A015. We have modified the bid item list to move all Cold Plan work and HMA overlay from bid schedule 2 to bid schedule 1. Note that some of the quantities shown on sheets Q-3 and Q-4 are included on bid schedule 1.
Q016. Discussion of Time Related Overhead for extra work.
A016. Bidders may bid a different amount for TRO in schedule 1 (Bid 1 Item) then they do in schedule 2 (bid item). Schedule 1 work.
Q017. DBE, UDBE, no goals
A017. There are no UBE or UDBE goals for this project. All equal opportunity efforts are encouraged. See Bid Book, pages B 16-18 and Special Provisions, Section 6.
Q018. Doweled Curb or Standard Median Curb Sheet L, X-3, all sections. How does it affect quantities.
A018. Per City Standard C-7, curb will not be placed a top the structural. Revised sheets X-3 and X-4 are attached. The AC and AB quantities require no change. The earthwork quantities will be revised per an addendum.
Q019. X-11 No subgrade compaction shown on Aux. Lanes.
A019. Subgrade compaction note will be added to the auxiliary lanes. Revised sheets X-11 and X-12 are attached. Contractor's attention is directed to Section 19-5 "Compaction" of the Standard Specification for Payment for compaction. Earthwork quantities remain unchanged.
Q020. Check Structural Concrete Final Pay. Could substructure have been omitted?
A020. The appropriate substructure components have been included in the “Structural Concrete, Bridge” item. The final pay quantity for this item remains at 886 CY.
Q021. According to the City Standards, no base rock is needed under curb and gutter only 95% compacted native. Why is there Class 2 AB under curb and gutter between Airport and Crowley.
A021. Caltrans requires Class AB under curb and gutter. Since the Caltrans limits extend beyond the interchange, it was decided to carry this standard on Plaza Drive from Airport to Crowley, as shown on the plans.
Q022. 10-1.57 Joint Plane Paving, 700 ft. test strip. (design group will clarify)
A022. The length of the test strip is reduced to 200'. Q023. Architectural Concrete treatment. 1-1/2” Rip out Pattern Indicated. Existing is 5”. (Bid as Shown)
A023. Bid as shown. Q024. Will there be a Bid Extension? No
A024. There will not be any extension of the bid opening date. Q025. It is expected that the plastic gas line running along the west side of Plaza Drive, north of Hurley, is buried 3.5' or so beneath the roadway, as this was the case in the area north of Goshen. According to the plan set, a total of 3.1' must be excavated, including 1.6' of material to be compacted. The concern is we may hit the gas line. Has this line been potholed?
A025. This line has not been potholed. However, it was determined that only 0.95' depth instead of 1.6' depth is needed for 95% compaction.. Therefore, the total depth of excavation is reduced. Please refer to section 19-5 "compaction" of the standard specifications for payment for compaction.
Q026. Will a revised engineer’s estimate be prepared?
A026. Yes, a new estimate has been prepared with Addendum 2. The total engineer’s estimate with addendum 2 modifications is $17,650,000.