110908 grt-07 george webb village subdivision final ...gilariver.org/pdfs/rfps/addendum no 1 ifb...
Post on 04-Jun-2018
217 Views
Preview:
TRANSCRIPT
GILA RIVER INDIAN COMMUNITY
GEORGE WEBB VILLAGE SUBDIVISION INFRASTRUCTURE IFB # 06-01-11
ADDENDUM NO. 1 September 9, 2011
Page 1 of 8
TO: All Bidders From: Gila River Indian Community, Property and Supply Department The following addendum to the George Webb Village Subdivision Infrastructure construction project is made. Acknowledgment of receipt of this Addendum shall be returned immediately upon receipt to Property and Supply and shall also be completed by number in the space provided on the Bid Form.
The bid date and time remain the same; Friday September 23, 2011 at 2:00 p.m., M.S.T. The location of the bid remains the same, at the office of the Gila River Indian Community, Property and Supply Department, 315 W. Casa Blanca Road, Sacaton, Arizona 85147.
I. The Special Provisions are modified as follows. A. Special Provision 1.00 A, Special Provisions Purpose:
Part 100, General Conditions, of the Maricopa Association of Governments Uniform Standard Specifications for Public Works Construction is hereby deleted.
Sections 200 through 700 of the Maricopa Association of Governments
Uniform Standard Specifications for Public Works Construction remain incorporated by reference.
B. Special Provision 1.00 L, Submittals:
Delete the second sentence of the first paragraph. Refer to EJCDC General Conditions Section 6.17, Shop Drawings and Samples. The remainder of Special Provision 1.00 L shall apply. Minimum number of submittal hard copies is five (5) sets unless otherwise revised or waived by the Engineer.
C. Special Provision 1.00 M, End of Contract Contingency Amounts:
In the first sentence of the first paragraph, delete the words, “Contingent
GILA RIVER INDIAN COMMUNITY
GEORGE WEBB VILLAGE SUBDIVISION INFRASTRUCTURE IFB # 06-01-11
ADDENDUM NO. 1 September 9, 2011
Page 2 of 8
Bid Schedule” and replace them with, “the Contingencies line item in the bid schedule not already under consideration”.
The “Contingencies” line item in the bid schedule is considered to be only
the Owner’s contingency. The Contractor shall have no rights to compensation through the Contingencies line item except through properly authorized Field Orders or Work Change Directives approved by the Engineer and the Community. Also see Special Provision 1.00 LL, Field Orders.
D. Special Provsion 1.00 O., Liquidated Damages: Delete the third paragraph in its entirety and replace it with the following
paragraphs. “Liquidated damages shall be assessed for each and every day beyond
the completion date established in or by the Notice to Proceed or by any extensions granted thereto by a properly executed change order that the work remains incomplete.”
“Liquidated damages shall be assessed at the rate of $1,420 per calendar
day, or any part thereof, for every day beyond the completion date established in or by the Notice to Proceed or by any extensions granted thereto by a properly executed change order that the work remains incomplete.”
“Liquidated damages shall be deducted from monies due or to become
due the Contractor, not as forfeit or default but as liquidated damages. The rate is fixed and agreed upon between the parties because the actual loss to the Community caused by the delay in completion will be impractical and extremely difficult to ascertain and determine.”
“Permitting the Contractor to continue and finish the work or any part of it
after the time fixed for its completion, or after the date to which the time fixed for its completion may have been extended by properly executed change order, will in no way operate as a waiver on the part of the Community of any of its rights under the Agreement.”
E. Special Provision 1.00 II, Order of Precedence: Delete this section in its entirety.
GILA RIVER INDIAN COMMUNITY
GEORGE WEBB VILLAGE SUBDIVISION INFRASTRUCTURE IFB # 06-01-11
ADDENDUM NO. 1 September 9, 2011
Page 3 of 8
Refer to the Form of Agreement included in the Invitation for Bids for order of precedence.
F. Special Provision 1.00 LL, Field Orders
Insert the following two paragraphs preceding the first paragraph, “The term ‘Field Order’ found in this section and the term ‘Work Change
Directive’ found in the General Conditions are used interchangeably.” “When approved by the Community, Field Orders will be paid from the
Contingencies line item in the bid schedule. The Contingencies line item in the bid schedule is the Owner’s contingency. The Contractor shall have no rights to compensation through the Contingencies line item except through properly authorized Field Orders or Work Change Directives approved by the Community.”
Delete the third sentence of the first paragraph which reads, “Such
requests for price proposal shall be in accordance with MAG Standard Specification Section 109.5 Actual Cost Work.”
After the first paragraph insert the following: Price proposals for Field Orders shall be developed by the Contractor by
the following method. i. Equipment: For all equipment, the use of which has been
authorized by the Engineer, except for small tools and manual equipment, the Contractor shall develop the equipment to be used in accordance with the latest Schedule of Equipment Rates used by the Arizona Department of Transportation Standard Specifications for Road and Bridge Construction, Edition of 2008. The value of 0.933 shall be used in the rental rate formulas (F=0.933).
ii. Material: For all material approved by the Engineer to be used in
the work, the Contractor shall include the quoted cost of materials including transportation cost, to which a total cost will be added a sum equal to 15% thereof for overhead and profit.
iii. Labor: For all labor and for the foreman, when he will be in direct
charge of the operation, the Contractor shall include:
GILA RIVER INDIAN COMMUNITY
GEORGE WEBB VILLAGE SUBDIVISION INFRASTRUCTURE IFB # 06-01-11
ADDENDUM NO. 1 September 9, 2011
Page 4 of 8
a. The estimated hours extended by the wages from the wage
determination for this project plus the fringes for each classification to be used plus any Federal or State burdens.
b. For the first $50,000 of labor cost computed under
paragraph “a.” above, the Contractor will be allowed a mark up of fifteen percent (15%) for overhead and profit.
c. For all labor cost computed under paragraph “a.” above, in
excess of $50,000 but not exceeding $100,000, the Contractor will be allowed a mark up of twelve percent (12%) for overhead and profit.
d. For any labor cost computed under “a.” above in excess of
$100,000, the Contractor will be allowed a mark up of ten percent (10%) for overhead and profit.
iv. Subcontractors: If it is determined by the Engineer that portions of
the work to be performed requires specialized labor or equipment not normally used by the Contractor and such work is approved to be performed by a subcontractor(s), then subcontractor(s) will be allowed in accordance with the procedures outlined herein. The Contractor may include the amount of the subcontract plus the following percentages for administration and supervision.
a. For the first $10,000 accumulated total of all field order work
to be performed by sub-contractors (less mark-up for overhead and profit), the Contractor will be allowed an amount equal to ten percent (10%) of the accumulated total for administration and supervision. If the accumulated total is $3,000 or less, the Contractor will be allowed $300 for administration and supervision.
b. For all field order work in excess of $10,000 accumulated
total to be performed by sub-contractors (less mark-up for overhead and profit), the Contractor will be allowed an amount equal to five percent (5%) of the accumulated total for administration and supervision.
G. Special Provision 2.20, Relocate Tempoary Concrete Barrier
GILA RIVER INDIAN COMMUNITY
GEORGE WEBB VILLAGE SUBDIVISION INFRASTRUCTURE IFB # 06-01-11
ADDENDUM NO. 1 September 9, 2011
Page 5 of 8
The spelling of “Tempoary” in the heading of this Special Provision is corrected to read “Temporary”. H. Special Provision 2.26 and 2.27 Iron Fence (Square Tube Steel Fence) –
Rainbow’s Ends Street / Drainage Lift Station
On page SP-51, in the first sentence of the 6th paragraph, insert the word “steel” between the words “install” and “security”.
I. Special Provision 3.00 A, Grading Add the following at the end of the last paragraph: “The Geotechnical Report is included as an attachment for convenience
only, is for information purposes only, and is specifically and particularly not a part of the Special Provisions nor is it a Contract Document.”
J. Special Provision 3.01, Site Grading and Drainage Excavation. In the 4th paragraph delete the reference “105” and insert the reference
“1.04” K. Special Provision 4.09, Survey Marker In the third paragraph / sentence delete the word “install” and insert the
word “stamp”. The Contractor shall install the monuments and his surveyor shall stamp the survey monuments.
L. Special Provision 6.10, Resilient Wedge Gate Valve, 8-Inch, Detail W-2 The heading of this Special Provision is revised to delete “W-2” and
replace it with “W-6”. In the second line of the first paragraph delete “W-2” and replace it with
“W-6”.
M. Special Provision 7.01 Lift Station, Sewer (Not including external electrical) and 7.02 Lift Station, Storm Drain (Not including external electrical)
In the second paragraph, 4th and 5th lines, delete the reference “2 inch
transducer tube”.
GILA RIVER INDIAN COMMUNITY
GEORGE WEBB VILLAGE SUBDIVISION INFRASTRUCTURE IFB # 06-01-11
ADDENDUM NO. 1 September 9, 2011
Page 6 of 8
N. Special Provision 8.00 B Sewer and Storm Drain Facilities Coordination. At the top of page SP-111, in the first line, delete the words “Wild Horse
Pass” and replace them with “George Webb Village Subdivision. The intent for the lift stations at George Webb Village Subdivision to be
substantially similar to the lift station at Wild Horse Pass but scaled down because the lift stations at George Webb Village are smaller in size than the lift station at Wild Horse Pass.
O. Special Provision 8.24, Solar Street Light Reinforced Concrete Foundation with
Anchor Bolts
In the first paragraph, delete the second sentence and replace it with the following.
“The Contractor shall furnish and install the anchor bolts for the solar
street light foundations as well as furnish and install all other materials for the solar street light foundations. Anchor bolts shall be manufactured or supplied by Solar Street Lights USA, 169 Manufacturers Drive, Holland MI 49424, telephone (616) 399-6166.”
P. Special Provision 8.25 & 8.26 Install GRIC Furnished Solar Street Lights, Single
or Double Luminaire
The heading of this Special Provision is revised to delete, “Install GRIC Furnished”.
Delete the first paragraph and replace it with the following; “The Contractor shall furnish and install the solar street lights as indicated
in the Solar Street Light Plans and as required by the manufacturer. This shall include, but not be limited to, furnishing and installing foundations, anchor bolts, poles, mast arms, solar panels, battery boxes, batteries, luminairies, as indicated in the Solar Street Light Plans and the manufacturer’s information.”
Delete the second paragraph and replace it with the following; “After delivery and prior to installation, the Contractor shall safely and
securely store the solar street light components within the Community. Refer to the Invitation for Bids regarding the storage of materials and
GILA RIVER INDIAN COMMUNITY
GEORGE WEBB VILLAGE SUBDIVISION INFRASTRUCTURE IFB # 06-01-11
ADDENDUM NO. 1 September 9, 2011
Page 7 of 8
taxation requirements. The Contractor shall be solely responsible for the safe and secure storage of the solar street lights and all their components prior to installation and if any components are lost, damaged, or stolen, the Contractor shall promptly and without additional compensation replace such lost, damaged, or stolen components in order to construct fully functional solar street lights.”
Prior to the third paragraph insert the following; “Solar Street Lights shall be manufactured by Solar Street Lights USA,
169 Manufacturers Drive, Holland MI 49424, telephone (616) 399-6166.” Delete the last paragraph and replace it with the following; “Measurement and payment for Contractor furnished and installed solar
street lights, single or double luminaries, shall be made by the each under the items in the bid schedule and includes, but is not limited to, furnishing the solar street lights, safely and securely storing the solar street lights and all their components within the Community, loading, hauling, and unloading the solar street lights at the project site, assembling and erecting the solar street lights; night time observation, inspection, and adjustment of the solar street lights, and every other item incidental thereto.”
O. Attachments to the Special Provisions. In the Native Plant Salvage Plan attachment, delete the red letters
“DRAFT” at the top of the document. The Geotechnical Engineering Report is included for convenience only, is
for information purposes only, and does not form a part of the Special Provisions nor is it a Contract Document.
2. The following revisions to the Invitation for Bids, IFB # 06-01-11 are made:
A. Page 15, Section IV, Other Requirements, No.8. I. 5. The second sentence of the second paragraph pertaining to sign requirements is hereby deleted.
B. Page 21, in the first paragraph pertaining to the Special Provisions, after the word “thereto” insert the following; “, except for the Geotechnical Engineering Report which is provided for convenience and for information only,”.
C. Page 30, Bid Form. Insert Fee Bid Form / Bid Schedule and Subcontractor List
Addendum No.1 September 9, 2011
Exhibit C-1
EXHIBIT C - ATTACHMENT
George Webb Village Subdivision Infrastructure
Fee Bid Form / Bid Schedule
NO. BID # ITEM DESCRIPTION UNITS QUANTITY UNIT COST TOTAL COST
DIVISION 1 GENERAL
1 1.01 MOBILIZATION AND PREPARATORY WORK LS 1
2 1.02 STORM WATER POLLUTION PREVENTION PLAN LS 1
3 1.03 MAINTENANCE AND PROTECTION OF TRAFFIC LS 1
4 1.04 CONSTRUCTION SURVEY LS 1
5 1.05 CONSTRUCTION WATER LS 1
6 1.06 OWNER / ENGINEER FIELD OFFICE LS 1
7 2.01 CHRISTMAS CACTI – SALVAGE AND MAINTAIN EA 4
8 2.02 HEDGEHOG CACTI – SALVAGE AND MAINTAIN EA 5
9 2.03 SAGUARO CACTI – SALVAGE AND MAINTAIN EA 1
10 2.04 CLEARING AND GRUBBING AC 77
11 2.05 LOAD, HAUL, UNLOAD, AND STACK MESQUITE TREES AC 77
12 2.06 PERIMETER WALL LF 5,913
13 2.07 SIGN POST, MAG DET. 131, TYPE A (U-CHANNEL) EA 51
14 2.08 SIGN POST, MAG DET. 131, TYPE B (GALV ROUND POST W/CONC. BASE)
EA 8
15 2.09 STOP SIGN, R1-1, 30” x 30” EA 17
16 2.10 SPEED LIMIT SIGN (25 MPH), R2-1, 24” x 30” EA 18
17 2.11 STREET NAME SIGN, 6” x LENGTH REQUIRED EA 30
Addendum No.1 September 9, 2011
Exhibit C-2
EXHIBIT C - ATTACHMENT
George Webb Village Subdivision Infrastructure
Fee Bid Form / Bid Schedule
NO. BID # ITEM DESCRIPTION UNITS QUANTITY UNIT COST TOTAL COST
18 2.12 SPEED HUMP SIGN (SIMILAR TO W18-1), 30” x 30” EA 8
19 2.13
SPEED HUMP SUPPLEMENTAL DISTANCE SIGN (SIMILAR TO W16-2P), 18” x 12”
EA 8
20 2.14 DEAD END SIGN, W14-1, 30” x 30” EA 6
21 2.15 NO OUTLET SIGN, W14-2a, 24” x 6” EA 7
22 2.16 ONE DIRECTION ARROW, W1-6(L), 36” x 18” EA 1
23 2.17 DIRECTIONAL ARROW SIGN, W1-1 (R) 30” x 30” EA 1
24 2.18 HANDICAP SIGN, D9-6, 24” x 24” EA 4
25 2.19 PERMANENT BARRICADE, MAG 130, TYPE B (ALLOWANCE)
EA 1
26 2.20 RELOCATE TEMPORARY CONCRETE BARRIER LF 175
27 2.21 PAVEMENT MARKING, 4”, WHITE, THERMOPLASTIC, 0.060”, PARKING STALLS
LF 432
28 2.22 PAVEMENT MARKING, 12”, WHITE, THERMOPLASTIC, 0.060”
LF 250
29 2.23 ADOT PAVEMENT MARKING, SINGLE ARROW, WHITE, EXTRUDED, 0.090”
EA 4
30 2.24 ADOT PAVEMENT MARKING, “ONLY”, WHITE, EXTRUDED, 0.090”
EA 4
31 2.25
SPEED HUMP PAVEMENT MARKINGS, 10”, WHITE, EXTRUDED, 0.090” (MAG 210 PATTERN, ADOT MATERIAL SPEC)
LOC 4
--- -------- -------------------------------------- -------- ------------ ---------------- ---------------
Addendum No.1 September 9, 2011
Exhibit C-3
EXHIBIT C - ATTACHMENT
George Webb Village Subdivision Infrastructure
Fee Bid Form / Bid Schedule
NO. BID # ITEM DESCRIPTION UNITS QUANTITY UNIT COST TOTAL COST
32 2.25A
HANDICAP PAVEMENT MARKING, WHITE, EXTRUDED, 0.090”, MUTCD 3B-22, 48” x 36” WITH BLUE BACK GROUND
EA 4
33 2.25B
FIRE HYDRANT RAISED PAVEMENT MARKER, DOUBLE RETRO-REFLECTIVE, BLUE
EA 16
34 2.26 IRON FENCE (SQUARE TUBE STEEL FENCE) RAINBOW’S ENDS STREET
LF 967
35 2.27 IRON FENCE (SQUARE TUBE STEEL FENCE), DRAINAGE LIFT STATION
LF 207
36 2.28
SQUARE TUBE STEEL DOUBLE PANEL ROLLING GATE AT DRAINAGE LIFT STATION
EA 1
37 2.29 CONCRETE MASONRY UNIT WALL AT SEWER LIFT STATION
LF 122
38 2.30
12’ DOUBLE PANEL ROLLING CHAIN LINK GATE WITH RAZOR WIRE AT SEWER LIFT STATION
EA 1
39 2.31
10’ DOUBLE PANEL CHAIN LINK SWING GATE WITH RAZOR WIRE AT SEWER LIFT STATION, MAG DET. 160
EA 1
40 3.01 SITE GRADING AND DRAINAGE EXCAVATION CY 125,967
41 3.02 HAUL TO WASTE (ALLOWANCE) CY 7,500
42 3.03 IMPORTED BORROW (ALLOWANCE) CY 7,500
43 3.04 RIPRAP, 3” TO 6”, D50=6”, GROUTED, T=12” (DOUBLE 30” PIPE INLET / OUTLET)
CY 55
44 3.05 RIPRAP, 3” TO 6”, D50=6”, GROUTED, T=8” (DRAINAGE SPILLWAYS, DET. 577)
CY 72
Addendum No.1 September 9, 2011
Exhibit C-4
EXHIBIT C - ATTACHMENT
George Webb Village Subdivision Infrastructure
Fee Bid Form / Bid Schedule
NO. BID # ITEM DESCRIPTION UNITS QUANTITY UNIT COST TOTAL COST
45 3.06
RIPRAP, 3” TO 6”, D50=6”, NON-GROUTED, T=6”, WITH FILTER FABRIC (CHANNELS, SWALES, INLETS, OUTLETS)
CY 2,835
46 4.01 SUBGRADE PREPARATION (UNDER ASPHALT ONLY, ALL ELSE INCIDENTAL)
SY 35,000
47 4.02 AGGREGATE BASE COURSE, T=3”, (DRAINAGE LIFT STATION)
SY 340
48 4.03 AGGREGATE BASE COURSE, T=3”, (SEWER LIFT STATION)
SY 590
49 4.04 AGGREGATE BASE COURSE, T=4” (BASE FOR NO. 67 ROCK) DET. 575
SY 616
50 4.05 AGGREGATE BASE COURSE, T=6”, (BASE FOR ASPHALT PAVING)
SY 35,000
51 4.06 GRAVEL, T=4”, AASHTO No.67 ROCK, DET. 575 SY 616
52 4.07 CRUSHED ROCK, T=2”, AASHTO No.57 ROCK, LIFT STATIONS PLATING
SY 460
53 4.08 ASPHALT PAVING, T=2”, MAG ¾” SY 35,000
54 4.09 SURVEY MARKER, MAG DET. 120-1, TYPE B EA 26
55 4.10 ADJUST SEWER MANHOLES EA 26
56 4.11 ADJUST WATER VALVE FRAME AND COVER EA 41
57 4.12 ASPHALT SPEED HUMPS EA 4
58 5.01 CONCRETE ROLL CURB AND GUTTER, MAG 220-1, TYPE C (H=4”)
LF 18,722
59 5.02
CONCRETE VERTICAL CURB AND GUTTER, MAG 220-1, TYPE A, H=6”, (SR-587 ENTRANCE MEDIANS)
LF 550
Addendum No.1 September 9, 2011
Exhibit C-5
EXHIBIT C - ATTACHMENT
George Webb Village Subdivision Infrastructure
Fee Bid Form / Bid Schedule
NO. BID # ITEM DESCRIPTION UNITS QUANTITY UNIT COST TOTAL COST
60 5.03
CONCRETE CURB TRANSITION, 5 FT, MODIFIED MAG DET 222, TYPE C TO FLAT
EA 2
61 5.04
CONCRETE CURB, VERTICAL CURB, 18 INCH, MAG DET 222, TYPE A, H=6” (RETENTION BASIN PARKING AREAS)
LF 414
62 5.05 CONCRETE SIDEWALK, 4 FT, MAG DET. 230, T=4” SF 74,889
63 5.06 CONCRETE SIDEWALK, 5 FT, MAG DET. 230, T=4” SF 5,370
64 5.07
CONCRETE SIDEWALK RAMP, MAG DET. 231, TYPE A WITH DETECTABLE WARNING
EA 34
65 5.08 CURB RAMP, MAG DET. 235-5 EA 2
66 5.09 CONCRETE MEDIAN NOSE TRANSITION, MAG DET.223, T=4”
SF 58
67 5.10 4FT x 28FT CONCRETE VALLEY GUTTER AND FILET APRON, MAG DET. 240
SF 1,600
68 5.11 5 FT x 32 FT CONCRETE DRAINAGE APRON, DET 576 SF 560
69 5.12 DRAINAGE SCUPPER, DET 576 EA 12
70 5.13 CONCRETE SLAB, 8 INCH, NON-REINFORCED (SHEET PV-01)
SF 264
71 5.14
CONCRETE SLABS, 4 INCH TO 6 INCH, MISCELLANEOUS REINFORCED AND NON-REINFORCED
SF 300
72 5.15 CONCRETE SLAB, 9 INCH, REINFORCED (SEWER LIFT SF 114
Addendum No.1 September 9, 2011
Exhibit C-6
EXHIBIT C - ATTACHMENT
George Webb Village Subdivision Infrastructure
Fee Bid Form / Bid Schedule
NO. BID # ITEM DESCRIPTION UNITS QUANTITY UNIT COST TOTAL COST
STATION GENERATOR PAD)
73 5.16 CONCRETE ALLEY ENTRANCE, 22 FT x 6 FT, MAG DET. 261
SF 264
74 5.17
CONCRETE HEADWALL, REINFORCED, SINGLE 24”, DRAINAGE LIFT STATION INLET STRUCTURE, DET A / DPS-02
EA 1
75 5.18
CONCRETE TRANSFER STRUCTURE, REINFORCED, AT DRAINAGE LIFT STATION, DET B / DPS-02
EA 1
76 5.19
CONCRETE HEADWALL, REINFORCED, SINGLE 18”, DRAINAGE LIFT STATION OUTLET, DET B / DPS-02
EA 1
77 5.20 CONCRETE HEADWALL, REINFORCED, 6 BARREL x 30” CULVERT, DET PD-05
EA 2
78 5.21 CONCRETE INLET STRUCTURE, REINFORCED, BUZZING FEATHER STREET
EA 1
79 5.22 CONCRETE OUTLET STRUCTURE, REINFORCED, BUZZING FEATHER STREET
EA 1
80 5.23 CONCRETE CATCH BASIN, MAG STD DET. 531 MODIFIED
EA 1
81 6.01 PIPE, SEWER, 8-INCH PVC, SDR-35 & SDR-26 LF 8,399
82 6.02 MANHOLE, SEWER, 48-INCH, DEPTH LESS THAN 15 FEET EA 22
83 6.03 MANHOLE, SEWER, 60-INCH, DEPTH 15 FEET AND OVER EA 1
84 6.04 DROP MANHOLE, SEWER, 48-INCH, DEPTH LESS THAN 15 FEET
EA 1
85 6.05 DROP MANHOLE, SEWER, 60-INCH, DEPTH 15 FEET AND OVER
EA 2
Addendum No.1 September 9, 2011
Exhibit C-7
EXHIBIT C - ATTACHMENT
George Webb Village Subdivision Infrastructure
Fee Bid Form / Bid Schedule
NO. BID # ITEM DESCRIPTION UNITS QUANTITY UNIT COST TOTAL COST
86 6.06 PIPE, SEWER, 4-INCH PVC SDR-35, HOUSE SERVICE EA 81
87 6.07
PIPE, SEWER, 6-INCH PVC FORCE MAIN, AWWA C-900, CLASS 165 INCLUDING FITTINGS AND RESTRAINTS
LF 1,531
88 6.08 PIPE, WATER, 8-INCH, PVC C-900, CLASS 200 LF 9,720
89 6.09 DETAIL FOR END OF WATERMAIN, WD-05 EA 4
90 6.10 RESILIENT WEDGE GATE VALVE, 8”, DETAIL W-6 EA 25
91 6.11 WATER SERVICE, 1-INCH WITH DOUBLE METER BOXES
EA 34
92 6.12 WATER SERVICE, ¾-INCH, WITH SINGLE METER BOX EA 13
93 6.13 FIRE HYDRANT, 6-INCH, COMPLETE EA 14
94 6.14 RELOCATE FIRE HYDRANT, 6-INCH, COMPLETE EA 2
95 6.15 WATERLINE, 8-INCH, VERTICAL REALIGNMENT EA 2
96 6.16 WATERLINE, 8-INCH, VERTICAL REALIGNMENT (ALLOWANCE)
EA 1
97 6.17
PIPE, 8-INCH, DUCTILE IRON, CLASS 53, INCLUDING FITTINGS AND RESTRAINT (STORM DRAIN LIFT STATION DISCHARGE TO TRANSFER STRUCTURE
LF 21
98 6.18
PIPE, 8-INCH, STEEL, SCHEDULE 40, COATED (AT STORM DRAIN TRANSFER STRUCTURE)
LF 10
99 6.19
PIPE, HDPE, DR-17, SOLID WALL, 18-INCH, STORM DRAIN LIFT STATION OUTLET PIPING
LF 432
Addendum No.1 September 9, 2011
Exhibit C-8
EXHIBIT C - ATTACHMENT
George Webb Village Subdivision Infrastructure
Fee Bid Form / Bid Schedule
NO. BID # ITEM DESCRIPTION UNITS QUANTITY UNIT COST TOTAL COST
100 6.20 PIPE, RGRCP, 30-INCH, CLASS V, MULTI BARRELS LF 340
101 6.21 CONCRETE PIPE END SECTIONS, 30-INCH, MAG DET. 545
EA 4
102 6.22 PIPE, RGRCP, 24-INCH, CLASS III, STORM DRAIN PIPE
LF 168
103 6.23 PIPE, RGRCP, 24-INCH CLASS IV, DRAINAGE CULVERT LF 278
104 6.24 CONCRETE PIPE END SECTIONS, 24-INCH, MAG DET. 545
EA 8
105 7.01 LIFT STATION, SEWER (NOT INCLUDING EXTERNAL ELECTRICAL)
LS 1
106 7.02 LIFT STATION, STORM DRAIN (NOT INCLUDING EXTERNAL ELECTRICAL)
LS 1
107 7.03 HANDRAIL, STEEL PIPE, MAG DET. 145, TYPE 1 (RAINBOW’S ENDS STREET CULVERT)
LF 44
108 7.04 HANDRAIL, STEEL PIPE, MAG DET. 145, TYPE 4 (WEBB STREET CULVERT)
LF 32
109 8.01 ELECTRICAL PANELS SUPPORT STRUCTURE WITH SHADE CANOPY
EA 2
110 8.02 SUPPORT STRUCTURES LIGHTING EA 4
111 8.03
SERVICE ENTRANCE SECTION / METER MAIN 200A, 277/480V, 3Ф, 4W, NEMA 3R
EA 2
112 8.04 AUTOMATIC TRANSFER SWITCH, NEMA 3R / 480V / 3Ф / 3 POLE / 200A
EA 1
113 8.05 DISTRIBUTION PANEL B, NEMA 3R / 480V / 3Ф / 200A EA 2
114 8.06 MINI POWER ZONE, 7.5KVA, 480-120/240V, 1Ф, NEMA 3R / PANEL A
EA 2
Addendum No.1 September 9, 2011
Exhibit C-9
EXHIBIT C - ATTACHMENT
George Webb Village Subdivision Infrastructure
Fee Bid Form / Bid Schedule
NO. BID # ITEM DESCRIPTION UNITS QUANTITY UNIT COST TOTAL COST
115 8.07 BACK UP POWER GENERATOR WITH FUEL TANK
EA 1
116 8.08 PUMP CONTROLS AND CABINET EA 2
117 8.09
REMOTE TERMINAL UNIT AND CABINET, INCLUDING ALL ELECTRONICS AND COMMUNICATION DEVICES
EA 2
118 8.10 CONDUIT, RIGID METAL, ALL DIAMETERS AND LENGTHS LS 1
119 8.11 CONDUIT, PVC SCHEDULE 40, ELECTRICAL, ALL DIAMETERS AND LENGTHS
LS 1
120 8.12 WIRING, ALL TYPES, GUAGES, AND LENGTHS LS 1
121 8.13 GROUNDING RODS AND GROUND WIRE LS 1
122 8.14 WIRING DEVICES LS 1
123 8.15 COMMUNICATION ANTENNA EA 2
124 8.16
ELECTRICAL SERVICE ENTRANCE SECTIONS – PEDESTAL SERVICE FOR IRRIGATION CONTROLLERS, 200A / 120/240V / 1Ф / 3W
EA 2
125 8.17 GRIC-UA ELECTRICAL CONDUIT, PVC, 3-INCH, DB-120
LF 38,520
126 8.18
50KVa TRANSFORMER CONDUIT RISERS IN SAND SLURRY BACKFILL WITH GROUND RODS
EA 23
127 8.19
150KVa TRANSFORMER CONDUIT RISERS IN SAND SLURRY BACKFILL WITH GROUND RODS
EA 2
128 8.20
600A FUSED SWITCH CABINET CONDUIT RISERS IN SAND SLURRY WITH GROUND RODS (C-PD-0105 &
EA 2
Addendum No.1 September 9, 2011
Exhibit C-10
EXHIBIT C - ATTACHMENT
George Webb Village Subdivision Infrastructure
Fee Bid Form / Bid Schedule
NO. BID # ITEM DESCRIPTION UNITS QUANTITY UNIT COST TOTAL COST
C-PD-0812)
--- -------- -------------------------------------- -------- ------------ ---------------- ---------------
129 8.21
PRIMARY TAP ENCLOSURE CONDUIT RISERS IN SAND SLURRY WITH GROUND RODS (C-PDT-0706)
EA 2
130 8.22
4/0 PRIMARY LOOP TAP ENCLOSURE CONDUIT RISERS IN SAND SLURRY WITH GROUND RODS (C-PDT-0210)
EA 1
131 8.23 INSTALL GRIC-UA FURNISHED PULL BOX, 3 FT x 5 FT x 3 FT
EA 1
132 8.24
SOLAR STREET LIGHT REINFORCED CONCRETE FOUNDATION WITH ANCHOR BOLTS
EA 74
133 8.25
INSTALL GRIC FURNISHED SOLAR STREET LIGHT ASSEMBLIES, SINGLE LUMINAIRE
EA 72
134 8.26
INSTALL GRIC FURNISHED SOLAR STREET LIGHT ASSEMBLIES, DOUBLE LUMINAIRE
EA 2
135 9.01 LANDSCAPING, IRRIGATION, AND HARDSCAPE EARTHWORK
LS 1
136 9.02
REDUCED PRESSURE BACKFLOW PREVENTER, 1-INCH, CERTIFIED, WITH ENCLOSURE AND CONCRETE PAD
EA 1
137 9.02A
REDUCED PRESSURE BACKFLOW PREVENTER, 2-INCH, CERTIFIED, WITH ENCLOSURE AND CONCRETE PAD
EA 1
138 9.03 AUTOMATIC WALL MOUNTED IRRIGATION CONTROLLER
EA 1
Addendum No.1 September 9, 2011
Exhibit C-11
EXHIBIT C - ATTACHMENT
George Webb Village Subdivision Infrastructure
Fee Bid Form / Bid Schedule
NO. BID # ITEM DESCRIPTION UNITS QUANTITY UNIT COST TOTAL COST
139 9.04 AUTOMATIC PEDESTAL MOUNTED IRRIGATION CONTROLLER
EA 1
140 9.05 LANDSCAPE IRRIGATION SYSTEM – EAST END DRAINAGE CHANNEL AREA
LS 1
141 9.06 LANDSCAPE IRRIGATION SYSTEM – RETENTION BASIN AND AMENITIES AREA
LS 1
142 9.07 LITTLE LEAF PALO VERDE, 24-INCH BOX EA 9
143 9.08 NATIVE MESQUITE, 15 GALLON EA 41
144 9.09 BLUE PALO VERDE, 24-INCH BOX EA 13
145 9.10 RED BIRD OF PARADISE, 5 GALLON EA 65
146 9.11 GOLDEN EYE, 1 GALLON EA 85
147 9.12 PINK FAIRY DUSTER, 5 GALLON EA 36
148 9.13 CREOSOTE, 5 GALLON EA 136
149 9.14 DESERT SPOON, 5 GALLON EA 52
150 9.15 RE-PLANT CHRISTMAS CACTI (CHRISTMAS CHOLLA) FROM SALVAGE
EA 4
151 9.16 RE-PLANT HEDGEHOG FROM SALVAGE EA 5
152 9.17 RE-PLANT SAGUARO CACTI EA 1
153 9.18 LOW BOW, NCN, 1 GALLON EA 154
154 9.19 DESERT BROOM HYBRID, 1 GALLON EA 199
155 9.20 SOD – MIDIRON BERMUDA GRASS TURF SF 33,845
Addendum No.1 September 9, 2011
Exhibit C-12
EXHIBIT C - ATTACHMENT
George Webb Village Subdivision Infrastructure
Fee Bid Form / Bid Schedule
NO. BID # ITEM DESCRIPTION UNITS QUANTITY UNIT COST TOTAL COST
156 9.21 CONCRETE HEADER, 6-IN x 6-IN, CURB STYLE LF 1,050
157 9.22 DECOMPOSED GRANITE, 3-INCH MINUS, 2-INCHES THICK
SY 42,012
158 9.23 ENTRY MONUMENT: FOUNDATION, GABIONS, ROCK, SIGNAGE
EA 1
159 9.24
PLAY STRUCTURE / TOT LOT WITH CUSHIONED PLAY MATERIAL AND WASHED MORTAR SAND
EA 1
160 9.25 TRASH RECEPTACLE EA 2
161 9.26 BARBECUE GRILL WITH CONCRETE FOUNDATION EA 2
162 9.27 RAMADA WITH REINFORCED CONCRETE SLAB, T=6 INCHES, CLASS A 3000 PSI
EA 2
163 9.28 PICNIC TABLES, 8 FEET EA 4
164 9.29
REINFORCED CONCRETE BASKETBALL HALF COURT, 45 FEET x 30 FEET, T=6 INCHES, CLASS A 3000 PSI
SF 1,350
165 9.30
BASKETBALL BACKBOARD SUPPORT STRUCTURE, BACKBOARD, GOAL, AND NETS
EA 3
166 9.31 HORSESHOE PIT EA 1
167 1.00 LL CONTINGENCIES LS 1 $330,000.00 $330,000.00
Total Amount Proposed/Bid: ___________________
Schedule will be evaluated on the total amount bid for Items 1 through 167. Substantial Completion Time is 365 Calendar Days.
Award to the successful proposer will be based on the criteria set forth in the RFP.
Addendum No.1 September 9, 2011
Exhibit C-13
The Contract Price to be entered on the Agreement will be the total amount proposed for Items 1 through 167.
Subcontractors, suppliers and others.
A tabulation of all subcontractors, suppliers and other persons and organizations
required to be identified in this Proposal/Bid Form. For subcontractors, enter name and current and active Arizona Registrar of Contractor’s license number.
If Contractor will perform the work write in “N/A” for not applicable.
Earthwork: PVC Sewer Pipe Supply: Sewer Manhole Supply: Sewer Work: Concrete Pipe Supply: Storm Drain Pipe: HDPE Solid Wall Pipe: PVC Waterline Supply: Waterline Components Supply: Waterline Work: CMU Supply: CMU Work: Concrete Supply:
Concrete Flat Work: Concrete Structures: Asphaltic Concrete Supply: Asphalt Paving: Lift Stations: GRIC-UA Conduit Supply: Electrical: Pavement Markings: Signage: Painting: Landscaping: Other: Other: Other: Other:
top related