purchasing division - underground utility …dnhiggins.com/docs/16-433 addendum no. 1.pdf ·...

46
1 Bid No. 2016000433 Addendum #1 PURCHASING DIVISION Charlotte County Administration Center 18500 Murdock Circle Port Charlotte, Florida 33948-1094 Telephone (941) 743-1378 Facsimile (941) 743-1384 October 6, 2016 TO: PROSPECTIVE BIDDERS RE: BID 2016000433 – PLACIDA SIDEWALKS AND UTILITY CONSTRUCTION ADDENDUM NO. 1 BID DUE DATE: October 19, 2016 @ 2:00 PM, EST Bidders are hereby notified that this addendum shall be made a part of the above-named proposal and contract documents. The following changes to the above specifications and plans are issued to modify, and/or clarify the bid and contract documents. These items shall have the same force and effect as the original bidding and contract documents, and cost involved shall be included in the bid prices. Bids to be submitted on the specified bid date, October 19, 2016 at 2:00 p.m., at Purchasing, shall conform to the additions, deletions and revisions listed as herein. ITEM #1 BID DUE DATE EXTENSION: RESCHEDULED DUE DATE IS HEREBY CHANGED TO OCTOBER 19, 2016 AT 2:00PM (EST). ITEM #2 ADDITIONS/DELETIONS: DELETE: SP-03 EXAMINATION OF DOCUMENTS (on page 18) ADD: SP-03 EXAMINATION OF DOCUMENTS: The bidding Contractor is instructed to carefully examine the bid package, Request for Bids, Instructions to Bidders, General Provisions, Special Provisions, Technical Specifications & Conditions, Insurance Requirements, Permit Fees, Maintenance of Traffic Policy (M.O.T.), FDOT Standard Specifications for Road and Bridge Construction 2000 & 2015 Edition referred to as Specifications, FDOT Roadway and Traffic Design Standards 2013 Edition referred to as Standard Index, Manual on Uniform Traffic Control Devices latest Edition referred to as M.U.T.C.D., FDOT Basis of Estimates Manual 2013 Edition, Charlotte County Utilities Design Compliance Standards dated November 2011, Charlotte County Lighting District Specifications dated October 2014, Plans and all other related bid documents, including all modifications thereof, incorporated in the bid package. http://www.charlottecountyfl.com/CCU/policies.asp http://www.charlottecountyfl.com/publicworks/Engineering/transportation/lighting.asp DELETE: SP-16 COORDINATION WITH UTILITIES (on page 23) ADD: SP-16 COORDINATION WITH UTILITIES: The Contractor shall notify all utility owner(s) affected by the construction prior to beginning work. Any expense of utility repair or other damage due to Contractor's operations shall be borne by the Contractor. Protection of utilities, and the like, shall be the responsibility of the Contractor who shall provide adequate protection to maintain proper service. NOTE: The Contractor is to include, within his line item bid prices, the costs to protect and/or support all utilities, which may be in conflict with the construction of this proposed project.

Upload: phungthuan

Post on 07-Aug-2018

215 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: PURCHASING DIVISION - Underground Utility …dnhiggins.com/docs/16-433 Addendum No. 1.pdf · PURCHASING DIVISION ... be made a part of the above-named proposal and contract documents

1 Bid No. 2016000433 Addendum #1

PURCHASING DIVISION

Charlotte County Administration Center 18500 Murdock Circle

Port Charlotte, Florida 33948-1094

Telephone (941) 743-1378 Facsimile (941) 743-1384

October 6, 2016 TO: PROSPECTIVE BIDDERS RE: BID 2016000433 – PLACIDA SIDEWALKS AND UTILITY CONSTRUCTION ADDENDUM NO. 1 BID DUE DATE: October 19, 2016 @ 2:00 PM, EST Bidders are hereby notified that this addendum shall be made a part of the above-named proposal and contract documents. The following changes to the above specifications and plans are issued to modify, and/or clarify the bid and contract documents. These items shall have the same force and effect as the original bidding and contract documents, and cost involved shall be included in the bid prices. Bids to be submitted on the specified bid date, October 19, 2016 at 2:00 p.m., at Purchasing, shall conform to the additions, deletions and revisions listed as herein. ITEM #1 BID DUE DATE EXTENSION:

RESCHEDULED DUE DATE IS HEREBY CHANGED TO OCTOBER 19, 2016 AT 2:00PM (EST). ITEM #2 ADDITIONS/DELETIONS: DELETE: SP-03 EXAMINATION OF DOCUMENTS (on page 18) ADD: SP-03 EXAMINATION OF DOCUMENTS: The bidding Contractor is instructed to carefully examine the bid package, Request for Bids, Instructions to Bidders, General Provisions, Special Provisions, Technical Specifications & Conditions, Insurance Requirements, Permit Fees, Maintenance of Traffic Policy (M.O.T.), FDOT Standard Specifications for Road and Bridge Construction 2000 & 2015 Edition referred to as Specifications, FDOT Roadway and Traffic Design Standards 2013 Edition referred to as Standard Index, Manual on Uniform Traffic Control Devices latest Edition referred to as M.U.T.C.D., FDOT Basis of Estimates Manual 2013 Edition, Charlotte County Utilities Design Compliance Standards dated November 2011, Charlotte County Lighting District Specifications dated October 2014, Plans and all other related bid documents, including all modifications thereof, incorporated in the bid package.

http://www.charlottecountyfl.com/CCU/policies.asp http://www.charlottecountyfl.com/publicworks/Engineering/transportation/lighting.asp

DELETE: SP-16 COORDINATION WITH UTILITIES (on page 23) ADD: SP-16 COORDINATION WITH UTILITIES: The Contractor shall notify all utility owner(s) affected by the construction prior to beginning work. Any expense of utility repair or other damage due to Contractor's operations shall be borne by the Contractor. Protection of utilities, and the like, shall be the responsibility of the Contractor who shall provide adequate protection to maintain proper service. NOTE: The Contractor is to include, within his line item bid prices, the costs to protect and/or support all utilities, which may be in conflict with the construction of this proposed project.

Page 2: PURCHASING DIVISION - Underground Utility …dnhiggins.com/docs/16-433 Addendum No. 1.pdf · PURCHASING DIVISION ... be made a part of the above-named proposal and contract documents

2 Bid No. 2016000433 Addendum #1

Attention is called to the Florida Underground Facility Damage Prevention and Safety Act defined in Florida Statute 556. This act provides for a "One Call Toll Free" telephone number to be used by all parties doing excavation, demolition or other underground construction. The contract documents require the Contractor to coordinate with utilities. The Contractor shall be responsible for notifying the utilities, sequencing his work to minimize conflicts with the utilities and making necessary field adjustments to accommodate the utilities. The Contractor shall not apply the asphalt surface course until all manholes and valve covers, necessary to be set, have been set by the Contractor. The Contractor shall supply all materials to set the manholes and valve covers. Utilities located within the County’s right-of-way are required to furnish adjustment risers, if necessary. The Contractor shall request from the utilities the necessary materials; however, the Contractor shall bear all costs necessary to complete the adjustments. The Contractor will be responsible for maintaining the specified thickness of the final course of asphalt while resetting the manholes, valve covers and survey monument boxes to within ±¼ inch tolerance. The Contractor shall bear all costs necessary to correct manholes, valve covers and survey monument boxes not reset to within the specified tolerances. Approved Products Prefabricated Sanitary Sewer Manhole Risers and Valve Box Risers a. General

1. Sanitary sewer manhole risers and valve box risers shall be installed by contractor for sanitary sewer manhole height adjustment and valve box height adjustment in accordance with CCCDED, FDOT, and CCU specifications and requirements.

2. No adjustable diameter risers shall be permitted. b. Approved Materials and Products for Sanitary Sewer Manhole Risers:

1. Cast Iron Risers Sanitary sewer manhole risers shall be solid ring Grey Iron castings conforming to the requirements

of AASHTO M 105 Class 35 B or ASTM A 48 Class 35 B, unless otherwise specified. Castings shall be manufactured true to pattern and component parts shall fit together in a

satisfactory manner. They shall be smooth and well cleaned by shot blasting. Sanitary sewer manhole risers shall be furnished with machined horizontal bearing surfaces unless otherwise specified.

The load rating of cast iron covers shall not be affected with the use of riser rings when properly installed.

The following products are approved: Type B Cast Iron Adjusting Ring (US Foundry, East Jordan Iron Works, or approved equal by CCU Engineer)

2. Steel Risers Sanitary sewer manhole risers shall be manufactured with ASTM A36 or A-572 structural steel and

Stainless Steel Alloy 304. The riser shall be designed to carry an AASHTO H-20 wheel load and painted to FDOT specifications. Steel fabricated products are to industry standards of plus or minus 1/16 inch, whichever is more stringent. All bearing surfaces shall be machined to insure proper fit and prevent sanitary sewer manhole covers from rattling.

The load rating of cast iron covers shall not be affected with the use of riser rings when properly installed.

The following products are approved: Type A Steel Adjusting Ring (US Foundry, East Jordan Iron Works, or approved equal by CCU Engineer)

c. Approved Materials for Valve Box Risers: 1. Valve box risers shall be Grey Iron castings conforming to the requirements of ASTM A 48 Class 30 B,

unless otherwise specified. Castings shall be of uniform quality and free of foundry defects. Castings shall be manufactured true to pattern and component parts shall fit together in a satisfactory manner. They shall be smooth and well cleaned by shot blasting. Valve box risers shall be furnished with machined horizontal bearing surfaces unless otherwise specified. Castings shall be coated with asphaltic bitumen coating to a minimum thickness of 1mil.

2. Each casting shall have Permanent Identification Number (PIN) integrally cast on it. This number shall indicate the plant, year, month, date and batch or pour number. All physical and chemical tests shall be recorded in the manufacturer MTR (Material Test Report) database with the PIN.

3. Manufacturing Plants are to supply test bars selected on sampling criteria for physical and chemical testing to be conducted in the USA. These results shall be statistically verified against the original MTR.

Page 3: PURCHASING DIVISION - Underground Utility …dnhiggins.com/docs/16-433 Addendum No. 1.pdf · PURCHASING DIVISION ... be made a part of the above-named proposal and contract documents

3 Bid No. 2016000433 Addendum #1

4. The load rating of cast iron covers shall not be affected with the use of riser rings when properly installed.

5. The following products are approved: Valve Box Riser Rings (Tyler Union, Sigma, Bingham and Taylor)

Consult Charlotte County Utilities Standard Specifications Section 009930 (Sanitary Sewer Manhole and Valve Box Adjustments) for more information. The Contractor shall coordinate the resurfacing of roadways with CCPW so that any proposed storm sewer pipe replacements can be completed prior to any resurfacing work. No work shall commence on these roadways until CCPW advises the Contractor that the storm sewer pipe replacements are complete. The Contractor shall notify CCPW 48 hours prior to starting work. No additional compensation or Contract time will be provided to the Contractor for coordinating this work. The Contractor shall coordinate the resurfacing of roadways with CCCD Lighting Department for all roadways where the Lighting Department has traffic loops installed. The Contractor shall notify the Lighting Department 72 hours prior to starting work. No work shall commence on these roadways until the Lighting Department advises the Contractor the loop can be removed or paved over. The Contractor shall utilize the Technical Specifications provided by CCPW Lighting Department whenever traffic signal vehicle loops are to be replaced. Copies of these Technical Specifications are available from the CCPW Lighting Department. The CCPW Lighting Department must have a representative on-site during the installation of ALL traffic signal vehicle loops. Where multiple lifts of asphalt shall be placed the Contractor shall coordinate the placement of the lifts so the traffic signal vehicle loops shall be installed prior to the final course. DELETE: SP-18 DAMAGES: (page 23) ADD: SP-18 DAMAGES: Areas adjacent to the construction that are damaged shall be repaired at the Contractor's expense. Restoration of adjoining areas shall be equal to or better than original condition and to the satisfaction of the County. A Pre‐Construction video shall be required prior to any work starting.  Preservation of property shall be in accordance with F.D.O.T. Specifications Section 7-11. Any items (fencing, landscaping etc.) within the limits of construction that must be removed or relocated during construction will be replaced undamaged and not within the County Right of Way prior to final payment. Any items damaged will be replaced at the contractor’s expense. Protection of personal property, utilities, structures, mailboxes, sprinkler systems, conduits, trees, shrubs, and the like, shall be the responsibility of the Contractor who shall provide adequate protection to maintain proper service. Mailboxes shall be kept in service during construction and new mailboxes shall be installed to their new and proper location upon the completion of work. Once the Notice to Proceed has been issued, it shall be the responsibility of the Contractor to maintain the existing and proposed improvements until the County accepts the project as complete. This includes, but not limited to maintenance of the existing pavement, mowing, maintenance of existing drainage, maintaining the right-of-way in accordance with County regulations, as well as the maintenance and repair of any new improvements damaged before the final acceptance by the County. Driveways and county roads impacted during the construction phase shall be temporarily restored as soon as possible and maintained on a continual basis to minimize the impact on the homeowners/businesses egress and access. These provisions apply to the warranty period after County approval of completion of the contract. The construction limits at each work zone area shall be agreed to by the Contractor and the County prior to any work programs. Any damage outside the agreed work zone area shall be the responsibility of the Contractor to restore. Any properly permitted landscaping/fences identified as being within the public right-of-way, that have to be moved, shall be restored by the Contractor at the property/right-of-way line. DELETE: SP-19 TESTING ADD: SP-19 TESTING: A All testing for this project, with the exception of plant mix test reports and testing required for the installed utilities, shall be performed by the County at no expense to the Contractor. However, any testing that fails, any retesting done as a result of said failures, or expenses incurred as a direct result of the Contractor's actions, will in turn be back charged to that Contractor. To schedule any testing, the Contractor shall submit a request 24 hours in advance of the need. If testing is not performed as scheduled, due to Contractor's delay, the Contractor shall be charged all costs incurred

Page 4: PURCHASING DIVISION - Underground Utility …dnhiggins.com/docs/16-433 Addendum No. 1.pdf · PURCHASING DIVISION ... be made a part of the above-named proposal and contract documents

4 Bid No. 2016000433 Addendum #1

by the County. B. Minimum test(s) or testing to be furnished by the Contractor - The Contractor shall furnish tests for hot mix asphaltic concrete delivered to the project. Included shall be a minimum of one (1) test from each day's production of each type of mix. A Contractor's in-house laboratory is acceptable for testing if submitted test reports are accompanied with evidence of laboratory certification by the Florida Department of Transportation. 1. The Contractor’s in-house laboratory shall be made available for independent testing by County forces or geo-

technical testing firms employed by the County. 2 The Contractor will submit the asphalt mix test for percentage of Asphalt Cement Content, sieve analysis and

stability. 3. The Contractor shall submit a certified listing of the sources and descriptions of all materials used in the mix and shall

certify that the materials listed meet the specifications of the project. C. Testing – UTILITY IMPROVEMENTS: Any and all testing requirements born out of, but not limited to contract requirements and permits, for the installation of the utility piping including but not limited to bacteriological tests, pressure tests, mandrill tests, and trench compaction density tests will be included in the Contractor’s bid prices. Testing shall be done on all utilities installed on the project. Trench compaction density tests shall be done by a certified geotechnical company hired by the Contractor. The required compaction within the entire road Right-Of-Way shall be 98% Density, AASHTO T-180, and 95% for all other areas. This trench compaction requirement takes precedence over Standard Drawing Detail General Note # 9 under Bedding, Backfill and Compaction in CCU’s Design Compliance Standards dated November 1, 2011 Utilities shall be notified 48 hours (two (2) working days) in advance of any test in order to have a Utilities representative and the Engineer of Record, if required, present. DELETE: SP-20 CONTINUOUS PROSECUTION OF WORK (on page 24) ADD: SP-20 CONTINUOUS PROSECUTION OF WORK: Upon commencement of the project, the operation must be continuously prosecuted during normal work hours to its completion. The Contractor shall not interrupt work unless the County provides written authorization to suspend the work. Once the Contract has commenced the Contactor shall not demobilize from the job site for more than one week (7 days) time period. Correction of safety concerns will be given priority and shall be corrected immediately. Failure to comply with these Provisions and/or Technical Specifications shall result in the Contractor being considered in default and subject to suspension of this Contract. Once commencing paving work for each individual roadway, the operation must be continuously prosecuted during normal duty hours to its completion. The Contractor shall not interrupt work on a roadway once the process of tack coating and/or paving has begun. The Contractor shall not demobilize forces if a roadway is not completely paved (i.e. one lane or portion of a lane). Shoulder work for each individual roadway, to include clip-back to expose the true edge of pavement, is not to begin sooner than seven (7) calendar days prior to the paving of each individual roadway. The Contractor shall be responsible for the removal and disposal of materials. Restoration and cleanup for each individual roadway must begin no later than seven (7) calendar days after completion of the paving of each individual roadway. This work shall be continuously prosecuted to its completion. Invoices will not be approved until such time that all restoration, including sodding and shoulder work, has been completed for paving operations unless the delay in restoration resulted from conditions beyond the control of the Contractor, as determined by the County. DELETE: SP-38 UTILITIES PERMITS ADD: SP-38 UTILITIES PERMITS: Charlotte County Utilities has received the appropriate FDEP and Army Corp of Engineer’s (ACOE) permits required for their utilities that are being installed on this project which are attached in Appendix A of the Bid Package. The Contractor shall comply with all conditions of the permits including the frac-out plan for the Coral

Page 5: PURCHASING DIVISION - Underground Utility …dnhiggins.com/docs/16-433 Addendum No. 1.pdf · PURCHASING DIVISION ... be made a part of the above-named proposal and contract documents

5 Bid No. 2016000433 Addendum #1

Creek directional drill the cost of which shall be spread amongst the price bid for items in the contract. The Contractor shall apply for, obtain, comply with conditions of and pay all fees for the Right-Of-Way permit, the National Pollutant Discharge Elimination System (NPDES) permit and all other necessary construction permits associated with prosecution of the work, unless otherwise specified, the cost of which shall be spread amongst the price bid for items in the contract. There is no separate payment or bid item for the cost of complying with permit conditions. The cost is to be borne solely by the Contractor. The removal and disposal of asbestos cement pipe must be performed by an Asbestos Abatement Licensed Contractor. The Asbestos Abatement Licensed Contractor shall file the Notice of Demolition or Asbestos Renovation with the FDEP and is responsible for all notification requirements in advance of starting the work. The fee, once calculated, shall be the responsibility of the Contractor to pay. Proof of payment of the required fee shall accompany the partial payment request for the asbestos-cement pipe removal. The Contractor shall have copies of these permits in the Work Zone at all times. DELETE: SP-61 UTILITIES – SODDING AND RESTORATION ADD: SP-61 UTILITIES – SODDING: A. GENERAL – See TS-21

B. SOD SPECIES – See TS-21

C. MAINTENANCE – See TS-21

D. METHOD OF MEASUREMENT - Measurement of restored areas for utility main installation shall be based upon a maximum restoration width of 15 (fifteen) feet along the entire length of utility mains, water services, sewer service laterals and reclaimed water services unless otherwise agreed to by the Utility Inspector due to special field circumstances. The intent is to not disturb any more ground than is necessary to properly install the utilities in accordance with the plans and contract documents. The quantity to be paid under this section shall be the area in square yards of Sodding completed and accepted. No special or separate allowance will be made for watering, rolling and tamping as required in said Section 570. Such price and payment for sodding shall constitute full compensation for all items and all work described herein, including furnishing the appropriate species of sod, installing sod, including rolling/tamping and sufficient watering to maintain the sod in a healthy growing condition until acceptance by the County.

E. BASIS OF PAYMENT - The quantity, as determined above, shall be paid at the contract price per square yard for Sodding completed and accepted. Payment for Sodding for Utilities will be made under the following items for each Utility Project: Project C: Bid Item U-13A Sodding (Argentine Bahia) SQUARE YARD (SY) Bid Item U-13B Sodding – Premium (Floratam) SQUARE YARD (SY) Project D: Bid Item U-34A Sodding (Argentine Bahia) SQUARE YARD (SY) Bid Item U-34B Sodding (Floratam) SQUARE YARD (SY) Project E: Bid Item U-68A Sodding (Argentine Bahia) SQUARE YARD (SY) Bid Item U-68B Sodding (Floratam) SQUARE YARD (SY) Project F: Bid Item U-24A Sodding (Argentine Bahia) SQUARE YARD (SY) Bid Item U-24B Sodding (Argentine Bahia) SQUARE YARD (SY) ADD: SP-65 PREPARATION: The Contractor shall inspect all roadways prior to bidding this project. For all roadways where brush has overgrown onto the roadways, the Contractor shall be responsible for cutting back and removal of brush to clear the road necessary for the paving operation. Unit quantities shown on the Road Inventory Lists are approximate; the

Page 6: PURCHASING DIVISION - Underground Utility …dnhiggins.com/docs/16-433 Addendum No. 1.pdf · PURCHASING DIVISION ... be made a part of the above-named proposal and contract documents

6 Bid No. 2016000433 Addendum #1

County will delineate the extent of Asphalt Removal and Box Outs. The County Inspector shall be the sole judge of the limits of the asphalt to be removed and base to be repaired. To allow for the asphalt base to sufficiently cool, all Box Outs shall be completed at least 24 hours prior to resurfacing the roadway. The Contractor shall be paid for this work based on the quantity of work completed and approved. The preparation of the roadway includes clipping the vegetation away from the edge of the pavement to expose the “true” edge of the roadway. In areas where the “true” edge of pavement is not clearly evident the County will be the sole judge of determining the “true” edge of pavement. The Contractor shall then completely kill and remove all vegetation within the roadway. The Contractor shall apply herbicides by a State Licensed/Certified person to kill the vegetation, allowing sufficiently time for the herbicides to completely kill the vegetation prior to placing the asphalt. When the Contractor fails to coordinate the application of the herbicide with his paving operation, additional measures, including the mechanical removal of the vegetation, will be required to completely kill and remove the vegetation. Vegetation kill shall be reviewed and accepted for each roadway by the County Inspector prior to the Contractor resurfacing the roadway. The County inspector will notify the Contractor in writing for roadways where vegetation kill is not acceptable. The Contractor accepts all responsibility for placing asphalt on roadways where the County has not accepted the vegetation kill. Prior to placing any asphalt the Contractor shall acknowledge receipt of the County’s notification. Failure to acknowledge receipt will result in non-payment for the asphalt placed until sixty (60) days after resurfacing, at which time the County shall inspect the roadway and determine if it is acceptable for payment. For roadways where the Contractor has acknowledged receipt of the County notice but he has chosen to pave the unaccepted roadway, the County may withhold payment for up to sixty (60) days after resurfacing, at which time the County shall inspect the roadway and determine if it is acceptable for payment. Vegetation growing through the newly placed asphalt will be promptly eradicated by the Contractor. The Contractor shall bear all cost of repairing damage to the newly resurfaced roadways as delineated by the County, including but not limited to removal of the asphalt and resurfacing. Unit quantities shown on the Road Inventory Lists are approximate; the County will delineate the extent of Milling. The Contractor shall confer with the County Inspector prior to milling to determine the extent of the milling. The Contractor shall inspect the areas to be milled prior to scheduling this work. ADD: SP-66 PAVING: Application rates shown on the Road Inventory Lists are approximate; the County Inspector will determine the final application rate in the field prior to resurfacing. The Contractor is responsible for achieving the requested rate. Charlotte County retains the rights to alter quantities in this contract without requiring a supplemental agreement. The Contractor shall accept payment in full, using the current Contract prices for the actual work completed, with no compensation for the deletion of the original estimated quantities. The Contractor shall have work crews of adequate size to complete the operations necessary for the work being completed (i.e., crews shall include sufficient traffic control, laborers, operators and truck drivers.) The Contractors Paving Crew shall consist of a minimum of seven (7) crew members, not including non-working supervisor, traffic flag person, or members of the preparatory or restoration crews. Crew members shall be experienced in each aspect of the work they are assigned. The County shall be given ample opportunity to inspect the paving; therefore, before the Contractor uses more than one (1) crew placing asphalt, including crews placing Asphalt Base Courses, the Contractor must receive written permission from the County to add any additional crews. The Contractor shall submit their request no later than 72 hours prior to needing the additional crews. In the event the Contractor fails to comply with these provisions, the County shall withhold payment for the pay items associated with the roadways where the Contractor failed to comply with these Contract provisions until the County makes final payment for all Contract work. Application rates given refer only to average application rate, therefore, asphalt will be placed as determined in the field by the County. Leveling courses may be required as determined by the County. Asphalt application rates of greater than 150 lbs. will require multiple lifts. In areas where application rates are 150 lbs. or less, up to 25% of the roadways may require application in two (2) lifts to correct irregularities. Leveling shall be done in a manner that will allow a uniform thickness wearing course to be applied. The leveling course shall be compacted in such a manner and to a density that will not further compact or deform during the placement of the wearing surface. All pavement courses shall be laid to a string line. No additional payment will be made to the Contractor for complying with the requirements of this section. Driveway and Intersection Tapers - Resurfacing shall be tapered to match existing adjacent driveways. If two (2) courses are to be applied, tapers shall be accomplished with the first course and shall be a minimum of one foot (1') wide per vertical inch in height. This shall include all driveways with existing paving three feet (3') or less from edge of roadway paving. At all locations when the Contractor ties into the existing pavement including intersections he shall mill a butt joint. ADD: SP-67 RESTORATION: Unit quantities shown on the Road Inventory Lists are approximate; the County will delineate the extent of Restoration Pay Items. Unless authorized by the County, the Contractor shall be responsible for the restoration costs associated with staging areas, over-clipping or damage to Public/Private property.

Page 7: PURCHASING DIVISION - Underground Utility …dnhiggins.com/docs/16-433 Addendum No. 1.pdf · PURCHASING DIVISION ... be made a part of the above-named proposal and contract documents

7 Bid No. 2016000433 Addendum #1

Upon completion of a roadway's resurfacing and before acceptance and payment will be made for same, Contractor shall restore all public and private property which was damaged during the prosecution of the work. Restoration is meant to include grading and stabilizing the shoulders to match the new edge of pavement using materials consistent with what existed prior to construction to include but not be limited to rock, stone, gravel, shale, shell, mulch, etc. This shall be understood to include the use of sod to replace existing sod that has been damaged. Foreign material, such as asphalt chunks and dead vegetation, shall be removed from any spoil used to fill and dress shoulders after completion of paving. Relocation of mailboxes required by the work proposed in this Contract i.e., roadway widening, will be paid at the unit rate; all other mailbox relocations will be the responsibility of the Contractor. ADD: SP-68 BITUMINOUS MATERIAL PAYMENT ADJUSTMENT: The bid unit prices for all items containing bituminous material will be adjusted to reflect changes, both increase and decreases, in the Asphalt Price Index of bituminous material from that in effect during the month in which bids were received for this contract. This adjustment will be made in accordance with the criteria specified in FDOT Specifications Section 9-2.1.1, except as modified or amended herein. The County will use the percent of actual added AC, not to include the AC in the RAP, in the mix design submitted for this contract. This percent will be used for calculations and not FDOT’s constant 6.25%. The County will prepare monthly updates by district based on the asphalt placed. Bituminous material payment adjustment shall be paid by Change Order at the completion of the Contract or shall be deducted from the Retainage. Pay items specified to be paid by area shall be placed in accordance with FDOT specifications, but any additional thickness shall be solely at the Contractor’s expense. The County will not compensate the Contractor for any additional pavement thickness placed by the Contractor. ADD: SP-69 CORAL CREEK HORIZONTAL DIRECTIONAL DRILL – WIRE LINE GUIDANCE SYSTEM: To provide an accurate location of the bore hole the company that is doing the horizontal directional drill of the 18” HDPE Reclaimed Water Main under Coral Creek must use a wire line HDD guidance system. Prior to scheduling the horizontal directional drill the drilling contractor shall submit the proposed wire line guidance system to be used to the Utility for review. Within 15 calendar days of completing the horizontal directional drill the Contractor’s surveyor shall submit for review and approval a signed and sealed as-built survey showing the horizontal and vertical location (X, Y, Z) coordinates in NAD 83 and NAVD 88 of the pipeline below the channel as it enters and exits the channel plus a minimum of 25 feet outside the channel. Once the as-built survey is approved the CADD file for the as-built plan shall be submitted to the Utility Engineering Division in an electronic format that is acceptable to the Utility. Payment for wire lining the directional drill and preparation of an approved as-built drawing will be made under the following item in Project C:

Bid Item U-4B Wire Line HDD Guidance System – Coral Creek Directional Drill LUMP SUM (LS) ADD: SP-70 PROJECT D - SHEET U-2 LOW PRESSURE FORCE MAIN RELOCATION: On sheet U-2 from approximately Station 30+75 to Station 33+65 remove and dispose of the existing 4” Low Pressure Force Main (LPFM) in order to install the 10” FM and 16” Reuse Main and then replace the 4” LPFM with a new 4” LPFM to the north of the 10” FM and reconnect to the existing 4” Tee on the 4” LPFM that crosses Placida Road to Coral Vista Circle. When the 4” LPFM is removed the existing 4” FM will have to be plugged temporarily while installing the 10” and 16” pipes. All work must be coordinated with the Utility Operations Division so they can pump down the low pressure tanks of the homes that are connected to the 4” LPFM. The work from the time the 4” LPFM is removed until it is replaced must be done within three calendar days. Payment for the necessary fittings will be made under bid item U-24. Payment for the 4” Plug Valve and removal of the 4” FM will be made under the following items in Project D:

Bid Item U-39 4” Plug Valve EACH (EA) Bid Item U-40 Remove and Dispose of 4” Low Pressure Force Main LINEAL FEET (LF)

ADD: SP-71 PIPE DEFLECTION – PARALLEL HORIZONTAL DIRECTIONAL DRILLS: At locations on the plans where parallel directional drills are shown additional fittings shall be used to deflect the smaller diameter pipe an adequate distance from the larger pipe in order to successfully compete each directional drill in their own bore hole. After the drill is completed the smaller pipe shall then be deflected back to the alignment shown on the plans. There shall be no additional compensation for determining how much deflection is required to successfully complete the directional drills such work is considered incidental to the contract. The additional fittings will be paid for by the pound at the price bid for the respective item in the Schedule of Prices. ADD: SP-72 PROJECT F - ROTONDA BOULEVARD WEST – NEW SERVICE CONNECTION: At approximately Station 45+20 install a new reclaimed water service connection stub out consisting of a 12” x 6” Tee, a 6” Gate Valve and approximately 10’ of C900 PVC SDR-18 pipe. Payment for the necessary fittings will be made under bid item U-13.

Page 8: PURCHASING DIVISION - Underground Utility …dnhiggins.com/docs/16-433 Addendum No. 1.pdf · PURCHASING DIVISION ... be made a part of the above-named proposal and contract documents

8 Bid No. 2016000433 Addendum #1

Payment for the 6” PVC and the 6” Gate Valve will be made under the following items in Project F:

Bid Item U-26 6” PVC C900/905 DR-18 Reclaimed Water Main Direct Bury LINEAL FEET (LF) Bid Item U-27 6” Gate Valve EACH (EA)

DELETE: TS-09 MILLING EXISTING ASPHALT PAVEMENT (on page 42) ADD: TS-09 MILLING EXISTING ASPHALT PAVEMENT: A. GENERAL – The work in this section shall conform to Section 327 of the Standard Specifications. B. OWNERSHIP OF MILLED MATERIAL - Unless otherwise specified, all milled material shall become the property of the Contractor. The Contractor shall promptly remove and collect all material loosened from the existing pavement surface. The Contractor shall legally dispose of all material accordingly. The milled material shall NOT be stored on-site without the written permission of the County Engineer. C. CLEAN UP OPERATIONS - At the end of each day's milling operations and prior to the placement of any Asphaltic Concrete, the Contractor shall clean the milled surface of all loose material with a power broom. The Contractor shall use a street sweeper with a vacuum attachment to remove residual material along the edge of the roadway or accumulated in the roadway gutter. The Contractor shall not sweep any residual material into the roadway gutter, driveways or sodded areas. No asphalt will be placed until the County accepts cleanup operation. The Contractor shall prevent any residual material from entering the County’s storm water system. The Contractor shall be responsible for removing any residual material that the Contractor has allowed to infiltrate the inlets, swales or drains. Dust Abatement shall be utilized as ordered by the County, in accordance with Technical Specification, TS-02. Dust Abatement shall be incidental to the Milling Bid Item. D. CONTINUOUS PROSECUTION OF WORK – The Contractor shall pave all milled roadways as part of continuous operation unless they have written authorization from the County to allow traffic to travel on the milled surface, except for roadways where traffic loops exist. E. METHOD OF MEASUREMENT - The quantity to be paid for Milling Existing Asphalt Pavement shall be in Square Yards (SY), completed and accepted, and shall include all items and all work described herein, as specified in the Plans. F. BASIS OF PAYMENT - The quantity, all work and all incidental costs specified as being covered under this Section shall be paid for at the Contract unit price for work completed and accepted. The quantity, as determined above, shall include all work, and all incidental costs specified as being covered under this section:

Bid Item 327-70-4 (A, B) Milling Existing Asphalt Pavement, 3” Deep SQUARE YARD (SY) Bid Item 327-70-12 (A, B) Milling Existing Asphalt Pavement, 1¼” Deep SQUARE YARD (SY) ADD: TS-11 ASPHALT CONCRETE, TYPE ‘S’: Please add the following Bid items:

Bid Item 331-A (A, B) Asphaltic Concrete Type S-I (150lb/SY) Resurface TON (TN) Bid Item 331-B (A, B) Asphaltic Concrete Type S-III (150lb/SY) Resurface TON (TN)

DELETE: TS-21 SODDING (on page 48) ADD: TS-21 SODDING: A. GENERAL - The work specified in this section shall conform to the requirements of FDOT Specifications Section 570, except as amended herein. The Sodding item shall consist of preparation, furnishing, placing, and watering the sod as required to assure a healthy stand of grass. In the areas where the three (3) inch clip back is utilized, the Contractor shall place sod only in areas where directed by the County. Sodding will be required to be constructed in one or more sixteen (16) inch widths along each edge of pavement. Sod placed on developed or maintained lots will be "cut in" to match existing sod, and will conform to the slope characteristic of the lawn prior to it being disturbed. The quality of the sod shall be equal to or better than sod removed or disturbed, and shall be rolled or tamped, by a method approved by the County, to present an even surface. The top of sod shall not be installed at a higher elevation than the edge of finished pavement or finished shoulder and shall not drop off in excess of one inch (1”) as shown on the Typical Pavement Plans.

Page 9: PURCHASING DIVISION - Underground Utility …dnhiggins.com/docs/16-433 Addendum No. 1.pdf · PURCHASING DIVISION ... be made a part of the above-named proposal and contract documents

9 Bid No. 2016000433 Addendum #1

B. SOD SPECIES - Argentine Bahia will be considered the "standard" sod species. When sodding in areas of maintained lawn, disturbed by construction, the sod species shall be of the type existing. If the sod species is different than Argentine Bahia, this will be considered “premium” sod species. Sod shall be placed immediately behind the fill operation to maintain slope and prevent erosion. The Contractor will be responsible to repair any areas of erosion, which occur in his work prior to acceptance by the County. C. MAINTENANCE - The Contractor shall, at his expense, maintain the sodded areas in a satisfactory condition until final acceptance of the project. Such maintenance shall include the filling, leveling and repairing of any washed or eroded areas, as may be necessary. The County, at any time, may require replanting of any areas in which the establishment of the sod does not appear to be developing satisfactorily, at no additional expense to the County. D. METHOD OF MEASUREMENT - The quantity of Sodding as shown on the Bid Form is approximate and is given only as a basis of calculation for award of the Contract. The actual quantities may vary substantially from the estimated amount. The quantity to be paid under this section shall be the area in square yards of Sodding completed and accepted. No special or separate allowance will be made for watering, for specialty sod varieties and/or rolling and tamping as required in said Section 575. Such price and payment for sodding shall constitute full compensation for all items and all work described herein, including furnishing the appropriate species of sod, installing sod, including rolling/tamping and sufficient watering to maintain the sod in a healthy growing condition until acceptance by the County, by district. E. BASIS OF PAYMENT - The quantity, as determined above, shall be paid at the contract price per square yard for Sodding completed and accepted. Payment for Sodding shall be made under:

Bid Item 570-1-2 (A, B) Sodding (Argentine Bahia) SQUARE YARD (SY)

Bid Item 570-1-2-P (A, B) Sodding – Premium (Floratam) SQUARE YARD (SY) DELETE: TS-23 TEMPORARY PAINTING TRAFFIC STRIPES: (page 49) ADD: TS-23 TEMPORARY PAINTING TRAFFIC STRIPES: A. GENERAL – The work specified in this section consists of layout, furnishing, erecting, installing, and placing all materials and assemblies associated with temporary pavement markings at locations indicated on the Construction Plans. The work shall be performed in accordance with FDOT Standard Specifications Section 710; FDOT Indexes, and the Manual on Uniform Traffic Control Devices latest edition. The Contractor shall conform to FDOT Index 17346 for Pavement Messages. The Contractor shall be responsible to place temporary stop bars, crosswalks, legends, center line and edge stripes on the final wearing surface. Centerline and edge stripes shall be 4” in width while stop bars shall be 24”. The Contractor shall give the County fourteen (14) calendar day written notice prior to the date the pavement will be ready for the final markings. If necessary, the Contractor shall complete corrective work, by hydro-blasting to obliterate existing striping without damaging the final surface. Should damage result of these actions, the area is to be milled to a depth of at least 1-¼” and resurfaced at no additional cost to the County. Should the temporary traffic stripe or pavement message become worn, covered in tack, or otherwise become in need or refreshing, in the opinion of the County, the Contractor shall repaint the identified stripe and or message. B. BASIS OF PAYMENT – The quantity, as shown on the plans for estimating purposes only, shall include all cleaning and preparing of surfaces, furnishing of all materials, the applications, curing and protection of all items, the furnishing of all tools, machines and equipment, and all costs specified for Temporary Traffic Striping, as being covered under this section shall be considered incidental to the contract. DELETE: TS-24 TRAFFIC STRIPES AND MARKINGS: (page 50) ADD: TS-24 TRAFFIC STRIPES AND MARKINGS: A. GENERAL – The work under this section shall be in accordance with the plans, FDOT Specifications Section 701, 706, 710, and 711 and the FDOT Index, except as modified herein. (If applicable, and prior to striping, all existing striping shall be removed in its entirety). All permanent striping and marking shall be considered incidental to this contract. B. BASIS OF PAYMENT – Prices and Payments for all work under this Section shall be in accordance with 701, 706, 710, and 711 of the FDOT Specifications as amended herein and will be made under:

Page 10: PURCHASING DIVISION - Underground Utility …dnhiggins.com/docs/16-433 Addendum No. 1.pdf · PURCHASING DIVISION ... be made a part of the above-named proposal and contract documents

10 Bid No. 2016000433 Addendum #1

Bid Item 706-3 (A, B) Reflective Pavement Markers EACH (EA) ADD: TS-31 PERMANENT CONTROL POINTS (PCPs) REPLACEMENT: A. GENERAL - This item of work shall require that a Florida Registered Land Surveyor, either employed by the Contractor or retained for this project, shall be responsible for this work. At the pre-construction conference, the Contractor shall submit the name, address, phone number, and registration number of the Florida Registered Land Surveyor. The Contractor shall not change Land Surveyors during the performance of this contract, without prior approval from the County. The Contractor's Florida Registered Professional Land Surveyor (PLS) shall be responsible for the witnessing, removal of existing, and replacement after resurfacing, of all survey monuments including Permanent Control Points (PCPs) on those streets affected by this Contract. The County will be responsible to witness and to reset the PCP’s that are located in the Road & Bridge District. The Contractor shall notify the County of all PCPs located in roadways to be resurfaced but not listed on the Road Inventory List prior to resurfacing. The Contractor's Surveyor shall provide witnessing information to the County, Registered Professional Land Surveyors and persons identified by the County as requiring this information until such time when PCPs are replaced. The scope of this service shall include, but not be limited to, the Contractor’s Surveyor meeting with the County or surveyors on-site to correctly locate the PCP. The Contractor shall make every effort to minimize persons damaging the roadway attempting to locate removed PCPs. The Contractor shall repair all roadway damage resulting from attempts to locate removed PCPs. The Contractor shall submit, in writing, to the County Surveyor, for approval, the witnessing notes for the existing PCPs prior to beginning any work. The Contractor shall submit a signed and sealed Surveyor’s Certificate (example attached herein) certifying the work specified in this section is in compliance with applicable Florida Administrative Codes and Florida Statutes. The Contractor shall notify the County 24 hours prior to resetting any PCPs. Upon completion of resurfacing, the proper location shall be marked on the surface of the new pavement. The Contractor shall reset the PCPs within twenty (20) calendar days of completing the resurfacing of the listed roadway where the PCP is located. There are only two (2) acceptable methods for referencing PCP’s for this project – (see attached sketch for referencing PCP’s). A 4-1/2 inch long Surv-Kap Mag Spike (SK – MAGSPK 4.5) with a two inch (2”) metal disk (SURV KAP SK-AD2P) or AD2S) will be set flush with the top of the new pavement surface. NOTE: The Contractor shall receive written approval for equivalent spikes & disks from the County Surveyor. The marker shall also be stamped with metal marker letters stating the following information: Replaced PCP, date and registration number of the Florida Registered Professional Land Surveyor or the Licensed Survey Business Number to whom is responsible for the work. The Surveyor shall also submit in a bound field book, (Teledyne #416 or approved equal) notes of all witnessing and replacement. The field notes shall be indexed. The Surveyor shall, on page 1, certify that the notes conform to all applicable State Statutes and Administrative Codes. The Surveyor shall affix his seal and signature. As a district is completed, signed and sealed field book(s) shall be submitted to the Charlotte County Surveyor for approval and, when deemed satisfactory, shall be filed in the records of the Charlotte County Public Works Division Survey Section files. No separate compensation will be made to the Contractor to defray costs of any delays occasioned by locations, referencing and resetting survey PCP's. Costs of delays shall be included in the prices stipulated for the affected payment item. B. METHOD OF MEASUREMENT - The quantity of PCPs to be referenced and reset, as shown on the Bid Form, is approximate and is given only as a basis of calculation for award of the contract. The actual quantity may vary from the estimated amount. The quantity to be paid under this section shall be the actual quantity of PCPs referenced and reset, and shall include all work described herein. C. BASIS OF PAYMENT - The quantity, determined as provided above, shall include all work, and all incidental costs specified as being covered under this section. Said quantity shall be paid at the contract unit price per each survey monument/marker, completed and accepted. Payment shall be made per district completed and accepted; no partial

Page 11: PURCHASING DIVISION - Underground Utility …dnhiggins.com/docs/16-433 Addendum No. 1.pdf · PURCHASING DIVISION ... be made a part of the above-named proposal and contract documents

11 Bid No. 2016000433 Addendum #1

payments per district will be accepted for this bid item. Payment for Permanent Control Points (PCP) Replacement, referenced and reset shall be made under:

Bid Item No. 57 Permanent Control Points (PCP) Replacement EACH (EA) ADD: TS- 32 ASPHALT BASE COURSE: A. GENERAL - The work specified in this section shall consist of placing Asphalt Base Course Type 3 (ABC-3) on a stabilized subgrade. The cost of boxing out, removal of unsuitable material, compacting and shaping sub-base, if necessary, shall be incidental to the placement of the asphalt base course. The placement of the asphalt base course shall include compaction in lifts in conformance with FDOT Specifications. It shall be constructed in accordance with these specifications and in conformity with the lines, grades, notes and typical cross section shown on the Typical Pavements Plans and in conformance with FDOT Specifications Section 280, and 300, except as amended herein. All edges shall be saw cut prior to excavation and all layers shall be tacked before the next lift. B. MATERIALS - For the purpose of this project the Asphalt Base Course to be used will be ABC-3. The use of Recycled Asphalt Pavement shall be specified under TS-10, Recycled Asphaltic Concrete Mix. C. METHOD OF MEASUREMENT - The quantity of Asphalt Base Course (ABC-3), as shown on the Bid Form, is approximate and is given only as a basis of calculation for award of the contract. The actual quantity may vary from the estimated amount. The quantity to be paid for under this section shall be by square yard, completed and accepted and shall include all items and all work described herein. D. BASIS OF PAYMENT - The quantity, as determined above, which shall include all work, materials, operations, and all incidental costs specified for Asphalt Base Course, as being covered under this section shall be paid for at the contract unit price per square yard of completed and accepted. Payment for Asphalt Base Course shall be made under:

Bid Item No. 280-10 10" Asphalt Base Course (ABC-3) SQUARE YARD (SY) ADD: TS-33 SHOULDER REWORK: A. GENERAL - The work in this section consist of excavating and/or building up the shoulders. The work shall include blading, shaping and compacting the existing shoulder, but does not include payment or provisions for sod. All items and work shall conform to FDOT Specifications Sections 577and 120-11, except as amended herein. Shoulder Rework shall include all items and work needed for final dressing by machine and/or by hand labor, as required, to complete the work in conformance with the lines, grades, dimensions and notes as specified on the Typical Pavement Plans. All material shall be compacted to adjacent natural ground or to support normal loads. Where additional material is needed to meet new edge of pavement and there is adjacent undamaged sod, borrow material should be used to a width equaling six (6) times the "drop off". Excessive "drop off" shall be considered to be that in excess of one (1”) inch. The borrow material will be compacted to minimize erosion. Payment for borrow material shall be incidental to this project and no separate payment will be made therefore. B. METHOD OF MEASUREMENT - The quantity for Shoulder Rework, as shown on the Bid Forms, is approximate and is given only as a basis of calculation for award of the contract. The actual quantities may vary from the estimated amount. However, the Contractor shall not exceed the planned quantity without County approval. The quantity to be paid under this section shall be the length in Linear Feet of shoulders reworked, completed and accepted. C. BASIS OF PAYMENT - The quantity, all work and incidental costs specified as being covered under Shoulder Rework shall be paid at the Contract unit price per linear foot. Payment for Shoulder Rework shall be made under:

Bid Item No. 577-70-A Shoulder Rework LINEAR FOOT (LF)

Page 12: PURCHASING DIVISION - Underground Utility …dnhiggins.com/docs/16-433 Addendum No. 1.pdf · PURCHASING DIVISION ... be made a part of the above-named proposal and contract documents

12 Bid No. 2016000433 Addendum #1

ITEM #2 PLAN REPLACEMENTS: In Project D: Placida Road Sidewalk CCU Reclaimed Main and Force Main South: Replace UTILITY PLAN SHEETS U9, U10, U11, AND U12 with REVISED plan sheets U9, U10, U11 AND U12 with latest revision date of 9-28-16. (4 pages) Also see attachment from Centurylink Conflict Identification Plans (13 pages) for Bidder’s reference. ITEM #3 REVISED BID FORM: Please see attached Revised Bid Form Pages 64-72 reflecting above corrections for this project. Revised Bid Form is also available in Excel format. Bidders can obtain this by contacting Kathleen M. Lindback, CPPB, Contract Specialist at [email protected]. Bidders acknowledge that the Excel Bid Form is being distributed for their convenience in the completion of their bid documents. It is the responsibility of the bidder, prior to submitting the bid, to determine that all calculations on the bid form are correct. Any arithmetic discrepancies will be handled in accordance with the Instructions to Bidders Section, Item IB-12, Arithmetic Discrepancies. ***NOTE TO BIDDERS: Please make sure attached REVISED BID FORM (pages 64-81) is used when submitting the bid. Otherwise bid will be deemed non-responsive for incorrect bid form submittal.***

This addendum is binding and is to be considered as if contained within the original bid documents of Bid No. 2016000433. Bidders are required to acknowledge receipt of this addendum on their bid forms. “Signature on File” Kimberly A. Corbett, C.P.M., CPPB Senior Division Manager - Purchasing KAC/kml cc: Clerk's Office, Minutes Division, File

Page 13: PURCHASING DIVISION - Underground Utility …dnhiggins.com/docs/16-433 Addendum No. 1.pdf · PURCHASING DIVISION ... be made a part of the above-named proposal and contract documents

13 Bid No. 2016000433 Addendum #1

Page 14: PURCHASING DIVISION - Underground Utility …dnhiggins.com/docs/16-433 Addendum No. 1.pdf · PURCHASING DIVISION ... be made a part of the above-named proposal and contract documents

ITEM No. ITEM DESCRIPTION UNIT QTY UNIT PRICE EXTENDED PRICE

102-1 MAINTENANCE OF TRAFFIC LS 1

104-10-3EROSION CONTROL AND NPDES COMPLIANCE LS 1

110-1-1 CLEARING AND GRUBBING (APPROXIMATELY 6 AC. ) LS 1

110-15-1ARBORIST WORK (TRIM OAK TREES) EA 12

120-1 EXCAVATION & EMBANKMENT LS 1

120-4 REMOVAL OF UNSUITABLE MATERIAL (EXCAVATION) CY 500

160-4 (8")

TYPE B STABILIZATION - SIDEWALKS SUBGRADE (8")(LBR 40) SY 10,000

160-4 (12")

TYPE B STABILIZATION - DWY & ROADWAY SUBGRADE (12")(LBR 70) SY 2,500

285-709 OPTIONAL BASE GROUP 9 SY 2,450

327-70-12MILLING EXISTING PAVEMENT (1-1/4") SY 120

331-2A-1

TYPE S-1 ASPHALTIC CONCRETE (3") STRUCTURAL COURSE, COMMERCIAL DWY SY 2,100

331-2A-2

TYPE S-1 ASPHALTIC CONCRETE (3") STRUCTURAL COURSE, ROAD SHOULDER SY 500

331-2B-1

TYPE S-3 ASPHALTIC CONCRETE (1") SURFACE COURSE, COMMERCIAL DWY SY 2,100

331-2B-2

TYPE S-3 ASPHALTIC CONCRETE (1") SURFACE COURSE, ROAD SHOULDER SY 500

331-2B-3

TYPE S-3 ASPHALTIC CONCRETE (1-1/4") SURFACE COURSE, ROAD RESURFACE SY 125

400-0-11CONCRETE (CLASS NS) GRAVITY WALL (INDEX 6011) CY 330

425-11 INLETS (MODIFY EXISTING) EA 2

425-1-549INLETS (DT BOT TYPE D SOLID TOP)(<10') EA 2

PROJECT A - PLACIDA ROAD SOUTH SIDEWALKSCHEDULE OF PRICES

SIDEWALK, ROAD & DRAINAGE:

*** REVISED ADDENDUM #1 *** BID NO. 2016000433

Page 15: PURCHASING DIVISION - Underground Utility …dnhiggins.com/docs/16-433 Addendum No. 1.pdf · PURCHASING DIVISION ... be made a part of the above-named proposal and contract documents

425-1-551 INLETS (DT BOT TYPE E)(<10') EA 9

425-1-551-SINLETS (DT BOT TYPE E)(<10') w/ SUMP EA 4

425-1-581 INLETS (DT BOT TYPE H )(<10') EA 1

425-1-910INLETS, CLOSED FLUME (MOD) EA 3

430-984-125 MITERED END SECTION (18") EA 5

430-984-623MITERED END SECTION (12" X 18") EA 2

430-984-625MITERED END SECTION (14" X 23") EA 3

430-984-629MITERED END SECTION (19" X 30") EA 7

430-984-633MITERED END SECTION (24" X 38") EA 5

430-175-112CONCRETE PIPE CULVERT (CLASS III)(12") LF 13

430-175-118CONCRETE PIPE CULVERT (CLASS III)(18") LF 609

430-175-124CONCRETE PIPE CULVERT (CLASS III)(24") LF 450

430-175-215

ELLIPTICAL CONCRETE PIPE CULVERT (HE III) (12"X 18") LF 12

430-175-218

ELLIPTICAL CONCRETE PIPE CULVERT (HE III) (14"X 23") LF 104

430-175-224

ELLIPTICAL CONCRETE PIPE CULVERT (HE III) (19"X 30") LF 396

430-175-230

ELLIPTICAL CONCRETE PIPE CULVERT (HE III) (24"X 38") LF 136

515-1-2(3P)

PIPE HANDRAIL - GUIDERAIL, ALUMINUM BICYCLE RAILING (3 PIPE RAIL) LF 1,492

520-1-10CONCRETE CURB AND GUTTER (TYPE F) LF 215

520-2-4CONCRETE CURB AND GUTTER (TYPE D) LF 50

520-2-4 M

CONCRETE CURB AND GUTTER (TYPE D) MODIFIED FOR CURB OPENINGS LF 2,936

520-3 CONCRETE VALLEY GUTTER LF 211

285-705 OPTIONAL BASE GROUP 5 SY 9,600

*** REVISED ADDENDUM #1 *** BID NO. 2016000433

Page 16: PURCHASING DIVISION - Underground Utility …dnhiggins.com/docs/16-433 Addendum No. 1.pdf · PURCHASING DIVISION ... be made a part of the above-named proposal and contract documents

331-2B-4

TYPE S-3 ASPHALTIC CONCRETE (1 3/4") SURFACE COURSE, SIDEWALK SY 8,500

522-1A

CONCRETE TURNOUT, 4" THICK (RESIDENTIAL DRIVEWAY, COUNTY STANDARD) SY 135

522-2A

CONCRETE TURNOUT, 6" THICK (COMMERCIAL DRIVEWAY, COUNTY STANDARD) SY 160

570-1-2

PERFORMANCE TURF, SOD (BAHIA)(WATERING INCIDENTAL) SY 28,750

570-1-2-P

PERFORMANCE TURF, PREMIUM SOD (FLORATAM)(WATERING INCIDENTAL) SY 1,500

999AS-BUILT RECORD DRAWINGS LS 1

700-1-50SIGN, SINGLE POST, RELOCATE AS 7

700-1-60 SIGN, SINGLE POST, REMOVE AS 8

706-3REFLECTIVE PAVEMENT MARKERS EA 1,129

630-2-11

CONDUIT, F&I, OPEN TRENCH (U/G) 2" ORANGE CONDUIT - 2 RUNS LF 8,634

630-2-12

CONDUIT, FURNISH & INSTALL, DIR. BORE 2" ORANGE CONDUIT - 2 RUNS LF 1,645

635-2-12

PULL BOX & SPLICE BOX, F&I, COVER SIZE 24"X36" (COMM.)

EA 13

715-1-11

LIGHTING CONDUCTORS,F&I, INSULATED, (#10 AWG TRACER WIRE) - 1 RUN

LF 10,279

57PERMANENT CONTROL POINT REPLACE EA 21

280-10ASPHALTIC BASE COURSE (ABC-3) 10" SY 750

327-70-4MILLING EXISTING PAVEMENT (3") SY 43,200

SIGNAGE & PAVEMENT MARKING

MILL / RESURFACE

ITS

*** REVISED ADDENDUM #1 *** BID NO. 2016000433

Page 17: PURCHASING DIVISION - Underground Utility …dnhiggins.com/docs/16-433 Addendum No. 1.pdf · PURCHASING DIVISION ... be made a part of the above-named proposal and contract documents

331-AASPHALT CONCRETE TYPE S-1 (150LB/SY) RESURFACE TN 3,263

331-BASPHALT CONCRETE TYPE S-3 (150LB/SY) RESURFACE TN 3,263

577-70-A SHOULDER REWORK LF 24,400

U-110" PVC C900/905 DR-18 WATER MAIN DIRECT BURY LF 780

U-2 DUCTILE IRON FITTINGS LBS 600

U-310" PVC PIPE REMOVAL AND DISPOSAL LF 730

U-4LOCATE BALLS AND MARKER TAPE WATER MAIN EA 14

U-5CONNECTION TO EXISTING WATER MAIN EA 6

U-6

SAMPLE POINT, TEMPORARY BACTI (1") CCU DETAIL PW-01 EA 2

U-74" PVC C900/C905 DR18 FORCE MAIN DIRECT BURY LF 260

U-8 4" PLUG VALVE EA 1

U-9 DUCTILE IRON FITTINGS LBS 100

U-10LOCATE BALLS AND MARKER TAPE FORCE MAIN EA 6

U-11CONNECTION TO EXISTING FORCE MAIN EA 1

U-12ADJUST EXIST. VALVE W/ CONC. PAD EA 11

U-13RELOC./ ADJUST EXIST. WATER SERVICE EA 4

U-14

REPLACE EXISTING ROADWAY / SHOULDER (UTILITY RESTORATION AREA) SY 60

U-15 UTILITY RECORD DRAWINGS LS 1

SUB TOTAL X 5%

WASTEWATER FORCE MAIN

MISCELLANEOUS

CCU UTILITY ADJUSTMENTSPOTABLE WATER MAIN

PROJECT A - PLACIDA ROAD SOUTH SIDEWALK SUB TOTALItem 101-1: Mobilization/Demobilization: The cost for mobilization/demobilization shall be five percent (5%) of the sub-total project cost.

TOTAL BID PRICE PROJECT A - PLACIDA ROAD SOUTH SIDEWALK

*** REVISED ADDENDUM #1 *** BID NO. 2016000433

Page 18: PURCHASING DIVISION - Underground Utility …dnhiggins.com/docs/16-433 Addendum No. 1.pdf · PURCHASING DIVISION ... be made a part of the above-named proposal and contract documents

ITEM No. ITEM DESCRIPTION UNIT QTY UNIT PRICE EXTENDED PRICE

102-1 MAINTENANCE OF TRAFFIC LS 1

104-10-3EROSION CONTROL AND NPDES COMPLIANCE LS 1

110-1-1 CLEARING AND GRUBBING (APPROXIMATELY 11 AC. ) LS 1

110-7-RR EXISTING EA 4

120-1 EXCAVATION & EMBANKMENT LS 1

120-4 REMOVAL OF UNSUITABLE MATERIAL (EXCAVATION) CY 500

160-4 (8")SIDEWALKS SUBGRADE (8")(LBR 40) SY 12,500

160-4 (12")ROADWAY SUBGRADE (12")(LBR 70) SY 8,000

285-709 OPTIONAL BASE GROUP 9 SY 6,000

327-70-12 1/4") SY 12,950

331-2A-1CONCRETE (3") STRUCTURAL COURSE, COMMERCIAL DWY SY 1,900

331-2A-2CONCRETE (3") STRUCTURAL COURSE, ROAD WIDENING SY 4,100

331-2B-1CONCRETE (1") SURFACE COURSE, COMMERCIAL DWY SY 1,900

331-2B-2CONCRETE (1") SURFACE COURSE, ROAD WIDENING SY 4,100

331-2B-3CONCRETE (1-1/4") SURFACE COURSE, ROAD RESURFACE SY 13,600

339-1THICK) GUARDRAIL PAVEMENT SY 270

400-0-11CONCRETE (CLASS NS) GRAVITY WALL (INDEX 6011) CY 60

425-1-521 INLETS (DT BOT TYPE C)(<10') EA 7

425-1-521-S SUMP EA 2

425-1-549 TOP)(<10') EA 8

425-1-551 INLETS (DT BOT TYPE E)(<10') EA 21

425-1-551-S SUMP EA 1

425-1-559 TOP)(<10') EA 3

425-1-559-SINLETS (DT BOT TYPE E SOLID TOP)(<10') w/ SUMP EA 2

425-1-571 INLETS (DT BOT TYPE G)(<10') EA 1

425-1-589 TOP )(<10') EA 1

425-1-910 INLETS, CLOSED FLUME (MOD) EA 1

430-984-120 MITERED END SECTION (8") EA 1

430-984-125 MITERED END SECTION (18") EA 4

430-984-129 MITERED END SECTION (24") EA 5

430-984-623 18") EA 3

PROJECT B - PLACIDA ROAD NORTH SIDEWALKSCHEDULE OF PRICES

SIDEWALK, ROAD & DRAINAGE:

*** REVISED ADDENDUM #1 *** BID NO. 2016000433

Page 19: PURCHASING DIVISION - Underground Utility …dnhiggins.com/docs/16-433 Addendum No. 1.pdf · PURCHASING DIVISION ... be made a part of the above-named proposal and contract documents

430-984-625 23") EA 14

430-984-629 30") EA 9

430-984-633 38") EA 9

430-175-108 40)(8") LF 15

430-175-118 (CLASS III)(18") LF 216

430-175-124 (CLASS III)(24") LF 276

430-175-215CULVERT (HE III) (12"X 18") LF 401

430-175-218ELLIPTICAL CONCRETE PIPE CULVERT (HE III) (14"X 23") LF 448

430-175-224ELLIPTICAL CONCRETE PIPE CULVERT (HE III) (19"X 30") LF 1,510

430-175-230ELLIPTICAL CONCRETE PIPE CULVERT (HE III) (24"X 38") LF 1,821

515-1-2(3P)ALUMINUM BICYCLE RAILING (3 PIPE RAIL) LF 474

520-1-7 (TYPE E) LF 95

520-1-10 (TYPE F) LF 23

520-1-DC CONCRETE DROP CURB LF 40

520-2-4 (TYPE D) LF 96

520-2-4-M(TYPE D) MODIFIED FOR CURB OPENINGS LF 204

520-2-4-P(TYPE D) MOD FOR BACK-OF-SIDEWALK PIPE LF 60

285-705 OPTIONAL BASE GROUP 5 SY 12,200

331-2B-4CONCRETE (1 3/4") SURFACE COURSE, SIDEWALK SY 11,000

522-1A(RESIDENTIAL DRIVEWAY, COUNTY STANDARD) SY 280

522-2A(COMMERCIAL DRIVEWAY, COUNTY STD) SY 430

536-1-1 GUARDRAIL- ROADWAY LF 545

536-6 PIPE RAIL FOR GUARDRAIL LF 506

536-7 (OVER STORM) EA 10

536-85-22 FLARED EA 3

544-75-1 CRASH CUSHION EA 1

570-1-2PERFORMANCE TURF, SOD (BAHIA)(WATERING INCIDENTAL) SY 43,750

570-1-2-PSOD (FLORATAM)(WATERING INCIDENTAL) SY 6,500

999 AS-BUILT RECORD DRAWINGS LS 1

700-1-11 SIGN, SINGLE POST AS 22

700-1-50 SIGN, SINGLE POST, RELOCATE AS 20

700-1-60 SIGN, SINGLE POST, REMOVE AS 2

706-3 MARKERS EA 1,685

SIGNAGE & PAVEMENT MARKING

ITS

*** REVISED ADDENDUM #1 *** BID NO. 2016000433

Page 20: PURCHASING DIVISION - Underground Utility …dnhiggins.com/docs/16-433 Addendum No. 1.pdf · PURCHASING DIVISION ... be made a part of the above-named proposal and contract documents

630-2-11(U/G) 2" ORANGE CONDUIT - 2 RUNS LF 9380

630-2-12DIR. BORE 2" ORANGE CONDUIT - 2 RUNS LF 5209

635-2-12PULL BOX & SPLICE BOX, F&I, COVER SIZE 24"X36" (COMM.) EA 14

715-1-11

LIGHTING CONDUCTORS,F&I, INSULATED, (#10 AWG TRACER WIRE) - 1 RUN LF 14,589

57 REPLACE EA 20

280-10 3) 10" SY 750

327-70-4MILLING EXISTING PAVEMENT (3")

SY 43,200

331-AASPHALT CONCRETE TYPE S-1 (150LB/SY) RESURFACE TN 3,263

331-BASPHALT CONCRETE TYPE S-3 (150LB/SY) RESURFACE TN 3,263

577-70-A SHOULDER REWORK LF 24,400

U-1 PAD EA 4

U-2RIM PROVIDE ADA TOP/COVER EA 1

SUB TOTAL X 5%

PROJECT B - PLACIDA ROAD NORTH SIDEWALK SUB TOTAL

Item 101-1: Mobilization/Demobilization: The cost for mobilization/demobilization shall be five percent (5%) of the sub-total project cost.

MILL / RESURFACE

UTILITY ADJUSTMENTS

TOTAL BID PRICE PROJECT B - PLACIDA ROAD NORTH SIDEWALK

*** REVISED ADDENDUM #1 *** BID NO. 2016000433

Page 21: PURCHASING DIVISION - Underground Utility …dnhiggins.com/docs/16-433 Addendum No. 1.pdf · PURCHASING DIVISION ... be made a part of the above-named proposal and contract documents

ITEM No. ITEM DESCRIPTION UNIT QTY UNIT PRICE EXTENDED PRICE

102-1 MAINTENANCE OF TRAFFIC LS 1

104-10-3EROSION CONTROL AND NPDES COMPLIANCE LS 1

110-1-1 CLEARING AND GRUBBING (LESS THAN 1 AC. ) LS 1

U-1RECLAIMED WATER MAIN DIRECT BURY LF 11

U-2RECLAIMED WATER MAIN DIRECT BURY LF 1,420

U-3RECLAIMED WTR MAIN DIRECTIONAL BORE - ROADWAY LF 991

U-4ARECLAIM WTR MAIN DIRECTIONAL BORE - CORAL LF 1,145

U-4BSYSTEM - CORAL CREEK DIRECTIONAL DRILL LS 1

U-5 6" GATE VALVE EA 1

U-6 ACTUATOR EA 4

U-7 DUCTILE IRON FITTINGS LBS 6,600

U-82" COMPLETE ASSEMBLY, CCU DTL RW-06 EA 4

U-9LOCATE BALLS AND MARKER TAPE RECLAIMED WATER MAIN EA 45

U-10CONNECTION TO EXISTING RECLAIMED WATER MAIN EA 1

U-11 ROCK EXCAVATION CY 400

U-12 IMPORTED FILL CY 400

U-13A SODDING (ARGENTINE BAHIA) SY 4,000

U-13B SODDING (FLORATAM) SY 500

U-14 REMOVE AND RESET EXIST. STOR EA 1

U-15 UTILITY RECORD DRAWINGS LS 1

SUB TOTAL X 5%

PROJECT C - GASPARILLA ROAD CCU RECLAIMED MAINSCHEDULE OF PRICES

GENERAL/ START-UP

RECLAIMED WATER MAIN

RESTORATION/ COMPLETION

SUB TOTAL

Item #101-1: Mobilization/Demobilization: The cost fro mobilization/demobilization shall be five percent (5%) of the sub-total project cost. TOTAL BID PRICE PROJECT C GASPARILLA ROAD CCU RECLAIMED MAIN

*** REVISED ADDENDUM #1 *** BID NO. 2016000433

Page 22: PURCHASING DIVISION - Underground Utility …dnhiggins.com/docs/16-433 Addendum No. 1.pdf · PURCHASING DIVISION ... be made a part of the above-named proposal and contract documents

ITEM No. ITEM DESCRIPTION UNIT QTY UNIT PRICE EXTENDED PRICE

SIGN 68) EA 1 102-1 MAINTENANCE OF TRAFFIC LS 1

104-10-3EROSION CONTROL AND NPDES COMPLIANCE LS 1

110-1-1 CLEARING AND GRUBBING (LESS THAN 1 AC. ) LS 1

U-1RECLAIMED WATER MAIN DIRECT BURY LF 68

U-2RECLAIMED WATER MAIN DIRECT BURY LF 120

U-3RECLAIMED WATER MAIN DIRECT BURY LF 8,826

U-4RECLAIMED WATER MAIN DIRECTIONAL BORE LF 344

U-5RECLAIMED WATER MAIN DIRECTIONAL BORE LF 1,705

U-6 6" GATE VALVE EA 3 U-7 8" GATE VALVE EA 6 U-8 ACTUATOR EA 7 U-9 DUCTILE IRON FITTINGS LBS 10,000

U-10VALVE - 2" COMPLETE ASSEMBLY, CCU DTL RW-06 EA 7

U-11LOCATE BALLS AND MARKER TAPE RECLAIMED WATER MAIN EA 151

U-12ASSEMBLY (2") CCU DETAIL PW-12 EA 8

U-13 DIRECT BURY LF 334 U-14 MAIN DIRECT BURY LF 18 U-15 MAIN DIRECT BURY LF 46

U-1610" PVC C900/905 DR-18 FORCE MAIN DIRECT BURY (DRYLINE) LF 4,188

U-17 MAIN DIRECT BURY LF 4,460 U-18 DIRECTIONAL BORE LF 56

U-196" HDPE SDR-11 PE-3408 FORCE MAIN DIRECTIONAL BORE LF 320

U-20FORCE MAIN DIRECTIONAL BORE (DRYLINE) LF 740

U-21FORCE MAIN DIRECTIONAL BORE LF 410

U-22 10" PLUG VALVE EA 3 U-23 12" PLUG VALVE EA 2

PROJECT D - PLACIDA ROAD SIDEWALK CCU RECLAIMED MAIN & FORCE MAIN SOUTH - (Boca Grande Causeway to Cape Haze Drive)

SCHEDULE OF PRICES

GENERAL/ START-UP

RECLAIMED WATER MAIN

WASTEWATER FORCEMAIN

*** REVISED ADDENDUM #1 BID NO. 2016000433

Page 23: PURCHASING DIVISION - Underground Utility …dnhiggins.com/docs/16-433 Addendum No. 1.pdf · PURCHASING DIVISION ... be made a part of the above-named proposal and contract documents

U-24 DUCTILE IRON FITTINGS LBS 5,000

U-25VALVE - 2" COMPLT ASSY, W/ MANHOLE, SEE SPECS EA 5

U-26 TAPE FORCE MAIN EA 110 U-27 FORCE MAIN EA 4

U-28CORE BORE EXIST. WETWELL & INSTALL INSIDE DROP LS 1

U-29 ROCK EXCAVATION CY 1,000 U-30 IMPORTED FILL CY 1,000

U-31CONCRETE RESTORATION RESIDENTIAL DRIVEWAY SY 320

U-32ASPHALT RESTORATION RESIDENTIAL DRIVEWAY SY 420

U-33SHELL DRIVEWAY RESTORATION (8" THICK) SY 50

U-34A SODDING (ARGENTINE BAHIA) SY 18,700 U-34B SODDING (FLORATAM) SY 1,500 U-35 REMOVE AND RESET EXIST. STO EA 1 U-36 REMOVE/REPLACE MES (18" RCP EA 2 U-37 REMOVE AND RESET EXIST. MAIL EA 5 U-38 UTILITY RECORD DRAWINGS LS 1 U-39 4" PLUG VALVE EA 2

U-40REMOVE AND DISPOSE OF 4" LOW PRESSURE FORCE MAIN LF 300

SUB TOTAL X 5%

SUB TOTAL

Item 101-1: Mobilization/Demobilization: The cost for mobilization/demobilizaton shall be five percent (5%) of the sub-total project cost.

TOTAL BID PRICE PROJECT D - PLACIDA ROAD SIDEWALK CCU RECLAIMED MAIN & FORCE MAIN SOUTH - (Boca Grande Causeway to Cape Haze Drive)

RESTORATION/ COMPLETION

*** REVISED ADDENDUM #1 BID NO. 2016000433

Page 24: PURCHASING DIVISION - Underground Utility …dnhiggins.com/docs/16-433 Addendum No. 1.pdf · PURCHASING DIVISION ... be made a part of the above-named proposal and contract documents

ITEM No. ITEM DESCRIPTION UNIT QTY UNIT PRICE EXTENDED PRICE

SIGN SWFWMD PROJECT SIGN (SP-68) EA 1 102-1 MAINTENANCE OF TRAFFIC LS 1

104-10-3EROSION CONTROL AND NPDES COMPLIANCE LS 1

110-1-1 CLEARING AND GRUBBING (APPROXIMATELY 2 AC. ) LS 1

U-16" PVC C900/905 DR-18 WATER MAIN DIRECT BURY LF 10

U-28" PVC C900/905 DR-18 WATER MAIN DIRECT BURY LF 10

U-310" PVC C900/905 DR-18 WATER MAIN DIRECT BURY LF 817

U-412" PVC C900/905 DR-18 WATER MAIN DIRECT BURY LF 2,330

U-510" HDPE SDR-11 PE-3408 WATER MAIN DIRECTIONAL BORE LF 118

U-612" HDPE SDR-11 PE-3408 WATER MAIN DIRECTIONAL BORE LF 115

U-714" HDPE SDR-11 PE-3408 WATER MAIN DIRECTIONAL BORE LF 1,431

U-8 6" GATE VALVE EA 2 U-9 8" GATE VALVE EA 1 U-10 10" GATE VALVE EA 2 U-11 12" GATE VALVE EA 4

U-12WET TAPPING VALVE 10" PIPE X 10" TAP WATER MAIN EA 1

U-13WET TAPPING VALVE 10" PIPE X 8" TAP WATER MAIN EA 1

U-14 10" INSERTING VALVE EA 1 U-15 DUCTILE IRON FITTINGS LBS 7,600 U-16 FIRE HYDRANT ASSEMBLY EA 4

U-1710" AC PIPE REMOVAL AND DISPOSAL LF 80

U-186" PVC PIPE REMOVAL AND DISPOSAL LF 520

U-198" PVC PIPE REMOVAL AND DISPOSAL LF 700

U-208" PVC WATER MAIN ABANDONMENT WITHOUT GROUT LF 220

PROJECT E - PLACIDA ROAD SIDEWALK CCU RECLAIMED MAIN & WATER MAIN NORTH - (Cape Haze Drive to Rotonda Blvd. West)

SCHEDULE OF PRICES

GENERAL/ START-UP

POTABLE WATER MAIN

*** REVISED ADDENDUM #1 BID NO. 2016000433

Page 25: PURCHASING DIVISION - Underground Utility …dnhiggins.com/docs/16-433 Addendum No. 1.pdf · PURCHASING DIVISION ... be made a part of the above-named proposal and contract documents

U-21 TIE-BACK ASSEMBLY - 10" PIPE EA 1

U-22LOCATE BALLS AND MARKER TAPE WATER MAIN EA 95

U-23CONNECTION TO EXISTING WATER MAIN EA 9

U-24

CONNECTION TO EXISTING 10"WATER MAIN AT INTERSECTION PLACIDA/ CAPE HAZE EA 1

U-25

MAIN END BLOW-OFF ASSEMBLY (2") CCU DETAIL PW-12 EA 1

U-26

SAMPLE POINT, TEMPORARY BACTI (1") CCU DETAIL PW-01 EA 3

U-273" PVC C900/C905 DR18 FORCE MAIN DIRECT BURY LF 10

U-284" PVC C900/C905 DR18 FORCE MAIN DIRECT BURY LF 8

U-2912" PVC C900/905 DR-18 FORCE MAIN DIRECT BURY LF 460

U-3014" HDPE SDR-11 PE-3408 FORCE MAIN DIRECTIONAL BORE LF 295

U-31 3" PLUG VALVE EA 1 U-32 12" PLUG VALVE EA 2 U-33 DUCTILE IRON FITTINGS LBS 2,400

U-346" PVC PIPE REMOVAL AND DISPOSAL LF 400

U-356" PVC FORCE MAIN ABANDONMENT WITHOUT GROUT LF 240

U-36

AUTOMATIC AIR RELEASE VALVE - 2" COMPLT ASSY, W/ MANHOLE, SEE SPECS EA 1

U-37 TIE-BACK ASSEMBLY - 12" PIPE EA 1

U-38LOCATE BALLS AND MARKER TAPE FORCE MAIN EA 21

U-39CONNECTION TO EXISTING FORCE MAIN EA 2

U-40

6" PVC C900/C905 DR18 RECLAIMED WATER MAIN DIRECT BURY LF 20

U-41

8" PVC C900/C905 DR18 RECLAIMED WATER MAIN DIRECT BURY LF 360

U-42

8" D.I.P. CL. 51 RECLAIMED WATER MAIN - FLANGED DIRECT BURY LF 10

RECLAIMED WATER MAIN

WASTEWATER FORCEMAIN

*** REVISED ADDENDUM #1 BID NO. 2016000433

Page 26: PURCHASING DIVISION - Underground Utility …dnhiggins.com/docs/16-433 Addendum No. 1.pdf · PURCHASING DIVISION ... be made a part of the above-named proposal and contract documents

U-43

12" PVC C900/C905 DR18 RECLAIMED WATER MAIN DIRECT BURY LF 20

U-44

16" PVC C900/C905 DR18 RECLAIMED WATER MAIN DIRECT BURY LF 13,040

U-45

8" HDPE SDR-11 PE-3408 RECLAIMED WATER MAIN DIRECTIONAL BORE LF 378

U-46

14" HDPE SDR-11 PE-3408 RECLAIMED WATER MAIN DIRECTIONAL BORE LF 80

U-47

18" HDPE SDR-11 PE-3408 RECLAIMED WATER MAIN DIRECTIONAL BORE LF 2,090

U-48 6" GATE VALVE EA 1 U-49 8" GATE VALVE EA 11 U-50 8" CHECK VALVE EA 1 U-51 12" GATE VALVE EA 2

U-5216" GATE VALVE WITH SIDE ACTUATOR EA 9

U-53 DUCTILE IRON FITTINGS LBS 18,900

U-54

AUTOMATIC AIR RELEASE VALVE - 2" COMPLETE ASSEMBLY, CCU DTL RW-06 EA 10

U-554" RECLAIMED WATER METER ASSEMBLY LS 1

U-56 TIE-BACK ASSEMBLY - 8" PIPE EA 1 U-57 TIE-BACK ASSEMBLY - 12" PIPE EA 1

U-58LOCATE BALLS AND MARKER TAPE RECLAIMED WATER MAIN EA 200

U-59CONNECTION TO EXISTING RECLAIMED WATER MAIN EA 1

U-6030"x 48"x 48" DEEP PREFAB BOX W/ BOLTED COVER LS 1

U-61

MAIN END BLOW-OFF ASSEMBLY (2") CCU DETAIL PW-12 EA 11

U-62 ROCK EXCAVATION CY 1,800 U-63 IMPORTED FILL CY 1,800

U-64

ROADWAY TRENCH RESTORATION (NOT INCL. INTERSECTION RESURFACE) CAPE HAZE INTERSECTION & POMPANO ST SY 600

RESTORATION/ COMPLETION

*** REVISED ADDENDUM #1 BID NO. 2016000433

Page 27: PURCHASING DIVISION - Underground Utility …dnhiggins.com/docs/16-433 Addendum No. 1.pdf · PURCHASING DIVISION ... be made a part of the above-named proposal and contract documents

U-65

ASPHALT RESTORATION COMMERCIAL DRIVEWAY & ROADWAY (STA 224, STA 228, & POMPANO ST) SY 460

U-66ASPHALT RESTORATION RESIDENTIAL DRIVEWAY SY 162

U-67SHELL DRIVEWAY RESTORATION (8" THICK) SY 421

U-68A SODDING (ARGENTINE BAHIA) SY 23,500 U-68B SODDING (FLORATAM) SY 2,000 U-69 REMOVE AND RESET EXIST. STOR EA 2 U-70 REMOVE AND RESET EXIST. MAILB EA 3 U-71 UTILITY RECORD DRAWINGS LS 1

SUB TOTAL X 5%

SUB TOTAL

Item 101-1: Mobilization/Demobilization: The cost for mobilization/demobilization shall be five percent (5%) of the sub-total project cost.

TOTAL BID PRICE PROJECT E - PLACIDA ROAD SIDEWALK CCU RECLAIMED MAIN & WTER MAIN NORTH - (Cape Haze Drive to Rotonda Boulevard West)

*** REVISED ADDENDUM #1 BID NO. 2016000433

Page 28: PURCHASING DIVISION - Underground Utility …dnhiggins.com/docs/16-433 Addendum No. 1.pdf · PURCHASING DIVISION ... be made a part of the above-named proposal and contract documents

ITEM No. ITEM DESCRIPTION UNIT QTY UNIT PRICE EXTENDED PRICE

102-1 MAINTENANCE OF TRAFFIC LS 1

104-10-3EROSION CONTROL AND NPDES COMPLIANCE LS 1

110-1-1 CLEARING AND GRUBBING (APPROXIMATELY 1 AC. ) LS 1

U-1 MAIN DIRECT BURY LF 20

U-214" HDPE 3408 DIPS WATER MAIN DIRECTIONAL BORE LF 575

U-3 12" GATE VALVE EA 1

U-4 DUCTILE IRON FITTINGS LBS 700

U-5 TIE-BACK ASSEMBLY - 10" PIPE EA 1

U-6 WATER MAIN EA 9

U-7 CONNECTION TO EXISTING WATER M EA 1

U-8(2") CCU DETAIL PW-12 EA 1

U-9(1") CCU DETAIL PW-01 EA 1

U-10 MAIN DIRECT BURY LF 3,900

U-1114" HDPE 3408 DIPS WATER MAIN DIRECTIONAL BORE LF 1,810

U-12 12" GATE VALVE EA 6

U-13 DUCTILE IRON FITTINGS LBS 2,200

U-14

AUTOMATIC AIR RELEASE VALVE - 2" COMPLETE ASSEMBLY, CCU DTL RW-06 EA 1

U-15 TIE-BACK ASSEMBLY - 12" PIPE EA. 1

U-16LOCATE BALLS AND MARKER TAPE RECLAIMED WATER MAIN EA 46

U-17CONNECTION TO EXISTING RECLAIMED WATER MAIN EA 1

U-18

MAIN END BLOW-OFF ASSEMBLY (2") CCU DETAIL PW-12 EA 1

U-19 ROCK EXCAVATION CY 500

U-20 IMPORTED FILL CY 500

U-21

ASPHALT RESTORATION COMMERCIAL DRIVEWAY (STA 36, STA 37, & STA 39) SY 205

U-22 REMOVE / REPLACE EXIST. SIDEWAL SY 27

U-23 REMOVE AND RESET EXIST. STORM EA. 1

U-24A SODDING (ARGENTINE BAHIA) SY 9,500

RESTORATION/ COMPLETION

PROJECT F - ROTONDA BOULEVARD WEST CCU WATER & RECLAIMED MAINS

SCHEDULE OF PRICES

GENERAL/ START-UP

POTABLE WATER MAIN

RECLAIMED WATER MAIN

*** REVISED ADDENDUM #1 BID NO. 2016000433

Page 29: PURCHASING DIVISION - Underground Utility …dnhiggins.com/docs/16-433 Addendum No. 1.pdf · PURCHASING DIVISION ... be made a part of the above-named proposal and contract documents

U-24B SODDING (FLORATAM) SY 1,000

U-25 UTILITY RECORD DRAWINGS LS 1

U-266" PVC C900/905 DR-18 RECLAIMED WATER MAIN DIRECT BURY LF 10

U-27 6" GATE VALVE EA 1

SUB TOTAL X 5%

SUB TOTAL

Item 101-1: Mobilization/Demobilization: The cost for mobilization/demobilization shall be five percent (5%) of the sub-total project cost.

TOTAL BID PRICE PROJECT F - ROTONDA BOULEVARD WEST CCU WATER & RECLAIMED MAINS

*** REVISED ADDENDUM #1 BID NO. 2016000433

Page 30: PURCHASING DIVISION - Underground Utility …dnhiggins.com/docs/16-433 Addendum No. 1.pdf · PURCHASING DIVISION ... be made a part of the above-named proposal and contract documents
Page 31: PURCHASING DIVISION - Underground Utility …dnhiggins.com/docs/16-433 Addendum No. 1.pdf · PURCHASING DIVISION ... be made a part of the above-named proposal and contract documents
Page 32: PURCHASING DIVISION - Underground Utility …dnhiggins.com/docs/16-433 Addendum No. 1.pdf · PURCHASING DIVISION ... be made a part of the above-named proposal and contract documents
Page 33: PURCHASING DIVISION - Underground Utility …dnhiggins.com/docs/16-433 Addendum No. 1.pdf · PURCHASING DIVISION ... be made a part of the above-named proposal and contract documents
Page 34: PURCHASING DIVISION - Underground Utility …dnhiggins.com/docs/16-433 Addendum No. 1.pdf · PURCHASING DIVISION ... be made a part of the above-named proposal and contract documents

ROTUNDA BLVD.Charlotte County Department of Public Works Engineering Division

CenturyLink Conflict Identification Plans

For Reference Only

Index of Sheets

Plans Prepared For:

Plans Prepared By:

David A Hoot, [email protected]

All methods, materials, content and form contained in thismaterial are the intellectual property of Terra TechnologiesLLC, and may not be copied, reproduced, distributed, ordisplayed without the express written permission ofTerra Technologies LLC.

WWW.TERRATECHLLC.NET

Issue Date: 9/26/2016

NOTES:

ALL EXISTING AND PROPOSED CONDITIONS ARE BASED ON

INFORMATION PROVIDED BY OTHERS. CENTURYLINK CANNOT BE

RESPONSIBLE FOR THE ACCURACY OF INFORMATION AND/OR

PLANS PROVIDED BY OUTSIDE PARTIES. FACILITY LOCATIONS,

DEPTHS AND ELEVATIONS SHOULD BE FIELD VERIFIED PRIOR TO

CONSTRUCTION.

PROPOSED DESIGN MODIFICATIONS ARE RECOMMENDATIONS

ONLY AND SHOULD BE VERIFIED PRIOR TO CONSTRUCTION.

Location MapNot To Scale

Project Location

UTILITY IMPROVEMENTS

G.2 CONFLICT TABULATION

C.1

C.4 STA 26+50.00 TO STA 32+70.00

C.5

C.8 STA 51+30.00 TO STA 57+50.00

C.9 STA 57+50.00 TO STA 63+70.00

C.10 STA 63+70.00 TO STA 67+40.91

C.0 COVER

G.1 LEGEND

STA 8+48.66 TO STA 14+10.00

C.2 STA 14+10.00 TO STA 20+30.00

C.3 STA 20+30.00 TO STA 26+50.00

STA 32+70.00 TO STA 38+90.00

C.6 STA 38+90.00 TO STA 45+10.00

C.7 STA 45+10.00 TO STA 51+30.00

Page 35: PURCHASING DIVISION - Underground Utility …dnhiggins.com/docs/16-433 Addendum No. 1.pdf · PURCHASING DIVISION ... be made a part of the above-named proposal and contract documents

THIS DOCUMENT IS CONCEPTUAL AND IS NOT INTENDED

FOR DESIGN OR CONSTRUCTION PURPOSES

Notes ROTUNDA BLVD.CenturyLink Conflict Identification Plans

Project No. 16001504 9/26/2016 16001504-CONFLICT ID.DWG

EXISTING CENTURYLINK FACILITIES

TO REMAIN IN OPERATION

EXISTING CENTURYLINK FACILITIES

TO BE REMOVED OR RELOCATED

PROPOSED CENTURYLINK FACILITIES

CENTURYLINK CONFLICT

NO CONFLICT

NOT CENTURYLINK FACILITIES

POTENTIAL ADDITIONAL CONFLICTS

IDENTIFIED BY TERRA TECHNOLOGIES

Sheet

G.1LEGEND

Alignment, Boundary and Right of Way

Utilities

Pavement

Centurylink Facilities

Conflicts

Existing Proposed

Existing Proposed

Existing Proposed

Existing ProposedRemove

Page 36: PURCHASING DIVISION - Underground Utility …dnhiggins.com/docs/16-433 Addendum No. 1.pdf · PURCHASING DIVISION ... be made a part of the above-named proposal and contract documents

CONFLICT # ROADWAY STATION CL-FACILITY CONFLICT WITH CONFLICT LENGTH RESOLUTION NOTESROTUNDA BLVD 20+05 100-BT 12" PVCROTUNDA BLVD 24+53 100-BT 12" PVCROTUNDA BLVD 24+66 25-BT 12" PVCROTUNDA BLVD 27+01 25-BT 12" PVCROTUNDA BLVD 30+96 100-BT 12" PVCROTUNDA BLVD 32+38 100-BT 12" PVCROTUNDA BLVD 32+98 100-BT 12" PVCROTUNDA BLVD 32+98 2100-BT 12" PVCROTUNDA BLVD 36+91 25-BT 12" PVCROTUNDA BLVD 39+75 25-BT 12" PVCROTUNDA BLVD 46+55 25-BT 14" HDPEROTUNDA BLVD 46+55 48-BFO 12" PVCROTUNDA BLVD 46+55 100-BT 12" PVCROTUNDA BLVD 47+63 100-BT 12" PVCROTUNDA BLVD 47+63 2100-BT 12" PVCROTUNDA BLVD 54+28 2100-BT 12" PVCROTUNDA BLVD 54+65 2100-BT 14" HDPEROTUNDA BLVD 55+25 12-BFO 14" HDPEROTUNDA BLVD 55+80 2100-BT 14" HDPE & 12" PVCROTUNDA BLVD 55+91 100-BT 14" HDPEROTUNDA BLVD 61+89 100-BT 12" PVCROTUNDA BLVD 63+22 PEDESTAL #2772 14" HDPE & 12" PVC

THIS DOCUMENT IS CONCEPTUAL AND IS NOT INTENDED

FOR DESIGN OR CONSTRUCTION PURPOSES

Notes ROTUNDA BLVD.CenturyLink Conflict Identification Plans

Project No. 16001504 9/26/2016 16001504-CONFLICT ID.DWG

EXISTING CENTURYLINK FACILITIES

TO REMAIN IN OPERATION

EXISTING CENTURYLINK FACILITIES

TO BE REMOVED OR RELOCATED

PROPOSED CENTURYLINK FACILITIES

CENTURYLINK CONFLICT

NO CONFLICT

NOT CENTURYLINK FACILITIES

POTENTIAL ADDITIONAL CONFLICTS

IDENTIFIED BY TERRA TECHNOLOGIES

Sheet

G.2CONFLICT TABULATION

Page 37: PURCHASING DIVISION - Underground Utility …dnhiggins.com/docs/16-433 Addendum No. 1.pdf · PURCHASING DIVISION ... be made a part of the above-named proposal and contract documents

FOR WEST END WATER MAIN

CONNECTION DETAILS SEE

PLACIDA ROAD NORTH

UTILITY PLANS

FPL >50K

V

FPL >50KV

INSTALL 1045 L.F. OF 14" HDPE

SDR-11, PE-3408 REUSE MAIN

DIRECTIONAL DRILL (HORIZ. DIST.)

(FOR WEST END DESIGN DETAILS SEE

PLACIDA ROAD NORTH UTILITY PLANS)

INSTALL 575 L.F. OF 14" HDPE

SDR-11, PE-3408 WATER MAIN

DIRECTIONAL DRILL (HORIZ. DIST.)

(+25.0), 55.4' LT.

FOR DIRECTIONAL DRILL

WEST END DESIGN DETAILS

SEE PLACIDA ROAD NORTH

UTILITY PLANS

FP

L - 2P

N2C

FPL - 2PN2C FPL - 2PN2C

FP

L -

3P

N3C

CAUTION:

BURIED ELECTRIC

F.P.L. HIGH VOLTAGE

THIS DOCUMENT IS CONCEPTUAL AND IS NOT INTENDED

FOR DESIGN OR CONSTRUCTION PURPOSES

Notes ROTUNDA BLVD.CenturyLink Conflict Identification Plans

Project No. 16001504 9/26/2016 16001504-CONFLICT ID.DWG

NORTHEXISTING CENTURYLINK FACILITIES

TO REMAIN IN OPERATION

EXISTING CENTURYLINK FACILITIES

TO BE REMOVED OR RELOCATED

PROPOSED CENTURYLINK FACILITIES

CENTURYLINK CONFLICT

NO CONFLICT

NOT CENTURYLINK FACILITIES

POTENTIAL ADDITIONAL CONFLICTS

IDENTIFIED BY TERRA TECHNOLOGIES

Sheet

C.1STA 8+48.66 TO STA 14+10.00

Page 38: PURCHASING DIVISION - Underground Utility …dnhiggins.com/docs/16-433 Addendum No. 1.pdf · PURCHASING DIVISION ... be made a part of the above-named proposal and contract documents

(+30.7) 41.8' LT.

INSTALL 12"x10" REDUCER

CONNECT TO EX. 10" WM

(FIELD LOCATE)

FPL >50K

V

FPL <50KV (ST. LT.)

FPL >50KV

FPL <50KV (ST. LT.)

(+28.0), 41.8' LT.

INSTALL 12" G. V. &

(2) 12" -11.25° BENDS

(+27), 45.0' RT.

INSTALL 12" G.V.

REMOVE / REPLACE

SIDEWALK AS REQ'D

(+19.0), 41.8' LT.

INSTALL 1045 L.F. OF 14" HDPE

SDR-11, PE-3408 REUSE MAIN

DIRECTIONAL DRILL (HORIZ. DIST.)

INSTALL 12" PVC, DR-18

C-900 REUSE MAIN - 1075 L.F.

THIS DOCUMENT IS CONCEPTUAL AND IS NOT INTENDED

FOR DESIGN OR CONSTRUCTION PURPOSES

Notes ROTUNDA BLVD.CenturyLink Conflict Identification Plans

Project No. 16001504 9/26/2016 16001504-CONFLICT ID.DWG

NORTHEXISTING CENTURYLINK FACILITIES

TO REMAIN IN OPERATION

EXISTING CENTURYLINK FACILITIES

TO BE REMOVED OR RELOCATED

PROPOSED CENTURYLINK FACILITIES

CENTURYLINK CONFLICT

NO CONFLICT

NOT CENTURYLINK FACILITIES

POTENTIAL ADDITIONAL CONFLICTS

IDENTIFIED BY TERRA TECHNOLOGIES

Sheet

C.2STA 14+10.00 TO STA 20+30.00

Page 39: PURCHASING DIVISION - Underground Utility …dnhiggins.com/docs/16-433 Addendum No. 1.pdf · PURCHASING DIVISION ... be made a part of the above-named proposal and contract documents

FPL >50KV

FP

L >

50K

V

FPL <50KV (ST. LT.)

FP

L B

E <

50

KV

INSTALL 12" PVC, DR-18

C-900 REUSE MAIN - 1075 L.F.

CLEAR / GRUB STA. 24+00

TO STA. 34+00 AS REQ'D.

THIS DOCUMENT IS CONCEPTUAL AND IS NOT INTENDED

FOR DESIGN OR CONSTRUCTION PURPOSES

Notes ROTUNDA BLVD.CenturyLink Conflict Identification Plans

Project No. 16001504 9/26/2016 16001504-CONFLICT ID.DWG

NORTHEXISTING CENTURYLINK FACILITIES

TO REMAIN IN OPERATION

EXISTING CENTURYLINK FACILITIES

TO BE REMOVED OR RELOCATED

PROPOSED CENTURYLINK FACILITIES

CENTURYLINK CONFLICT

NO CONFLICT

NOT CENTURYLINK FACILITIES

POTENTIAL ADDITIONAL CONFLICTS

IDENTIFIED BY TERRA TECHNOLOGIES

Sheet

C.3STA 20+30.00 TO STA 26+50.00

Page 40: PURCHASING DIVISION - Underground Utility …dnhiggins.com/docs/16-433 Addendum No. 1.pdf · PURCHASING DIVISION ... be made a part of the above-named proposal and contract documents

F

P

L

<

5

0

K

V

(S

T

. L

T

.)

F

P

L

<

5

0

K

V

(

S

T

.

L

T

.

)

(+

0

.0

), 4

5

.0

' R

T

.

IN

S

T

A

L

L

1

2

"

G

.V

.

IN

S

T

A

L

L

1

2

"

P

V

C

, D

R

-1

8

C

-9

0

0

R

E

U

S

E

M

A

IN

- 1

0

7

5

L

.F

.

IN

S

T

A

L

L

1

2

"

P

V

C

, D

R

-1

8

C

-9

0

0

R

E

U

S

E

M

A

IN

- 1

5

8

0

L

.F

.

I

N

S

T

A

L

L

1

2

"

P

V

C

,

D

R

-

1

8

C

-

9

0

0

R

E

U

S

E

M

A

I

N

-

1

5

8

0

L

.

F

.

R

E

S

E

T

G

U

Y

W

I

R

E

S

A

S

R

E

Q

U

I

R

E

D

R

E

S

E

T

G

U

Y

W

IR

E

S

A

S

R

E

Q

U

IR

E

D

C

L

E

A

R

/ G

R

U

B

S

T

A

. 2

4

+

0

0

T

O

S

T

A

. 3

4

+

0

0

A

S

R

E

Q

'D

.

C

L

E

A

R

/

G

R

U

B

S

T

A

.

2

4

+

0

0

T

O

S

T

A

.

3

4

+

0

0

A

S

R

E

Q

'

D

.

N

O

T

E

:

E

X

I

S

T

C

T

L

P

E

D

E

S

T

A

L

3

1

+

6

0

4

0

'

R

T

O

B

S

E

R

V

E

D

B

E

E

C

O

L

O

N

Y

7

/

2

1

/

2

0

1

6

C

O

N

T

R

A

C

T

O

R

C

O

O

R

D

R

E

M

O

V

A

L

A

S

R

Q

'

D

THIS DOCUMENT IS CONCEPTUAL AND IS NOT INTENDED

FOR DESIGN OR CONSTRUCTION PURPOSES

Notes ROTUNDA BLVD.CenturyLink Conflict Identification Plans

Project No. 16001504 9/26/2016 16001504-CONFLICT ID.DWG

NORTH

EXISTING CENTURYLINK FACILITIES

TO REMAIN IN OPERATION

EXISTING CENTURYLINK FACILITIES

TO BE REMOVED OR RELOCATED

PROPOSED CENTURYLINK FACILITIES

CENTURYLINK CONFLICT

NO CONFLICT

NOT CENTURYLINK FACILITIES

POTENTIAL ADDITIONAL CONFLICTS

IDENTIFIED BY TERRA TECHNOLOGIES

Sheet

C.4STA 26+50.00 TO STA 32+70.00

Page 41: PURCHASING DIVISION - Underground Utility …dnhiggins.com/docs/16-433 Addendum No. 1.pdf · PURCHASING DIVISION ... be made a part of the above-named proposal and contract documents

FPL <50KV (ST. LT.)

INSTALL 12" PVC, DR-18

C-900 REUSE MAIN - 1580 L.F.

INSTALL 12" PVC, DR-18

C-900 REUSE MAIN - 1580 L.F.

ASPHALT RESTORATION

COMMERCIAL (75 ± SQ. YD.)

ASPHALT RESTORATION

COMMERCIAL (50 ± SQ. YD.)

RESET GUY WIRES

AS REQUIRED

CLEAR / GRUB STA. 24+00

TO STA. 34+00 AS REQ'D.

THIS DOCUMENT IS CONCEPTUAL AND IS NOT INTENDED

FOR DESIGN OR CONSTRUCTION PURPOSES

Notes ROTUNDA BLVD.CenturyLink Conflict Identification Plans

Project No. 16001504 9/26/2016 16001504-CONFLICT ID.DWG

NO

RTH

EXISTING CENTURYLINK FACILITIES

TO REMAIN IN OPERATION

EXISTING CENTURYLINK FACILITIES

TO BE REMOVED OR RELOCATED

PROPOSED CENTURYLINK FACILITIES

CENTURYLINK CONFLICT

NO CONFLICT

NOT CENTURYLINK FACILITIES

POTENTIAL ADDITIONAL CONFLICTS

IDENTIFIED BY TERRA TECHNOLOGIES

Sheet

C.5STA 32+70.00 TO STA 38+90.00

Page 42: PURCHASING DIVISION - Underground Utility …dnhiggins.com/docs/16-433 Addendum No. 1.pdf · PURCHASING DIVISION ... be made a part of the above-named proposal and contract documents

FPL <50KV (ST. LT.)

FPL <50KV (ST. LT.)

FPL <50KV

(+25.0) 45.0' RT.

INSTALL 12" G.V.

INSTALL 12" PVC, DR-18

C-900 REUSE MAIN - 1580 L.F.

ASPHALT RESTORATION

COMMERCIAL (80 ± SQ. FT.)

REMOVE & RESET

EX. STORM PIPE

CLEAR / GRUB STA. 40+90

TO STA. 43+30 AS REQ'D.

CLEAR / GRUB STA. 40+90

TO STA. 43+30 AS REQ'D.

THIS DOCUMENT IS CONCEPTUAL AND IS NOT INTENDED

FOR DESIGN OR CONSTRUCTION PURPOSES

Notes ROTUNDA BLVD.CenturyLink Conflict Identification Plans

Project No. 16001504 9/26/2016 16001504-CONFLICT ID.DWG

NO

RTH

EXISTING CENTURYLINK FACILITIES

TO REMAIN IN OPERATION

EXISTING CENTURYLINK FACILITIES

TO BE REMOVED OR RELOCATED

PROPOSED CENTURYLINK FACILITIES

CENTURYLINK CONFLICT

NO CONFLICT

NOT CENTURYLINK FACILITIES

POTENTIAL ADDITIONAL CONFLICTS

IDENTIFIED BY TERRA TECHNOLOGIES

Sheet

C.6STA 38+90.00 TO STA 45+10.00

Page 43: PURCHASING DIVISION - Underground Utility …dnhiggins.com/docs/16-433 Addendum No. 1.pdf · PURCHASING DIVISION ... be made a part of the above-named proposal and contract documents

FPL <50KV (ST. LT.)

F

P

L

<

5

0

K

V

F

P

L

<

5

0

K

V

FPL <50KV (ST. LT.)

FPL <50KV

(+25.0) 45.0' RT.

INSTALL 12" G.V.

INSTALL 140 L.F. OF 14" HDPE

SDR-11, PE-3408 REUSE MAIN

DIRECTIONAL DRILL (HORIZ. DIST.)

INSTALL 12" PVC, DR-18

C-900 REUSE MAIN - 84 L.F.

INSTALL 12" PVC, DR-18

C-900 REUSE MAIN - 637 L.F.

(+68.5) 45.0' RT.

INSTALL 12"- 22.5° BEND

(+54.0) 39.0' RT.

INSTALL 12"- 22.5° BEND

(+70.0) 39.0' RT.

INSTALL 12" PVC, DR-18

C-900 REUSE MAIN - 16 L.F.

(+30.0) 45.0' RT.

CLEAR / GRUB STA. 46+00

TO STA. 59+00 AS REQ'D

THIS DOCUMENT IS CONCEPTUAL AND IS NOT INTENDED

FOR DESIGN OR CONSTRUCTION PURPOSES

Notes ROTUNDA BLVD.CenturyLink Conflict Identification Plans

Project No. 16001504 9/26/2016 16001504-CONFLICT ID.DWG

NO

RTH

EXISTING CENTURYLINK FACILITIES

TO REMAIN IN OPERATION

EXISTING CENTURYLINK FACILITIES

TO BE REMOVED OR RELOCATED

PROPOSED CENTURYLINK FACILITIES

CENTURYLINK CONFLICT

NO CONFLICT

NOT CENTURYLINK FACILITIES

POTENTIAL ADDITIONAL CONFLICTS

IDENTIFIED BY TERRA TECHNOLOGIES

Sheet

C.7STA 45+10.00 TO STA 51+30.00

Page 44: PURCHASING DIVISION - Underground Utility …dnhiggins.com/docs/16-433 Addendum No. 1.pdf · PURCHASING DIVISION ... be made a part of the above-named proposal and contract documents

F

P

L

<

5

0

K

V

(

S

T

.

L

T

.

)

F

P

L

<

5

0

K

V

(S

T

. L

T

.)

F

P

L

<

5

0

K

V

(S

T

. L

T

.)

I

N

S

T

A

L

L

1

2

"

P

V

C

,

D

R

-

1

8

C

-

9

0

0

R

E

U

S

E

M

A

I

N

-

6

3

7

L

.

F

.

IN

S

T

A

L

L

1

2

"

P

V

C

, D

R

-1

8

C

-9

0

0

R

E

U

S

E

M

A

IN

- 2

5

0

L

.F

.

C

L

E

A

R

/

G

R

U

B

S

T

A

.

4

6

+

0

0

T

O

S

T

A

.

5

9

+

0

0

A

S

R

E

Q

'

D

C

L

E

A

R

/ G

R

U

B

S

T

A

. 4

6

+

0

0

T

O

S

T

A

. 5

9

+

0

0

A

S

R

E

Q

'D

IN

S

T

A

L

L

1

2

"

P

V

C

, D

R

-1

8

C

-9

0

0

R

E

U

S

E

M

A

IN

- 6

3

7

L

.F

.

IN

S

T

A

L

L

1

8

0

L

.F

. O

F

1

4

"

H

D

P

E

S

D

R

-1

1

, P

E

-3

4

0

8

R

E

U

S

E

M

A

IN

D

IR

E

C

T

IO

N

A

L

D

R

IL

L

(H

O

R

IZ

. D

IS

T

.)

(+

6

0

.0

) 4

5

.0

' R

T

.

(+

4

0

.0

) 4

5

.0

' R

T

.

THIS DOCUMENT IS CONCEPTUAL AND IS NOT INTENDED

FOR DESIGN OR CONSTRUCTION PURPOSES

Notes ROTUNDA BLVD.CenturyLink Conflict Identification Plans

Project No. 16001504 9/26/2016 16001504-CONFLICT ID.DWG

NORTH

EXISTING CENTURYLINK FACILITIES

TO REMAIN IN OPERATION

EXISTING CENTURYLINK FACILITIES

TO BE REMOVED OR RELOCATED

PROPOSED CENTURYLINK FACILITIES

CENTURYLINK CONFLICT

NO CONFLICT

NOT CENTURYLINK FACILITIES

POTENTIAL ADDITIONAL CONFLICTS

IDENTIFIED BY TERRA TECHNOLOGIES

Sheet

C.8STA 51+30.00 TO STA 57+50.00

Page 45: PURCHASING DIVISION - Underground Utility …dnhiggins.com/docs/16-433 Addendum No. 1.pdf · PURCHASING DIVISION ... be made a part of the above-named proposal and contract documents

BO

UN

DA

RY

BLV

D.

FPL <50KV (ST. LT.)

FP

L <

50K

V

FP

L B

E <

50

KV

FPL <50KV

FPL <50KV

FPL <50KV

(+90.0), 45.0' RT.

INSTALL 12" G.V.

& 12"- 22.5° BEND

(+18.0) 43.0' LT.

INSTALL 12" G.V.

(+64.0) 43.0' LT.

INSTALL 12"- 22.5° BEND

INSTALL 12" PVC, DR-18

C-900 REUSE MAIN - 250 L.F.

INSTALL 282 L.F. OF 14" HDPE

SDR-11, PE-3408 REUSE MAIN

DIRECTIONAL DRILL (HORIZ. DIST.)

INSTALL 12" PVC, DR-18

C-900 REUSE MAIN - 156 L.F.

(+62.2) 42.2' LT.

(+93.3), 44.4' RT.

(+21.2), 43.0' LT.

(+19.0), 43.0' LT.

INSTALL ARV TAP

(+19.0), 49.0' LT.

INSTALL AUTO. ARV

THIS DOCUMENT IS CONCEPTUAL AND IS NOT INTENDED

FOR DESIGN OR CONSTRUCTION PURPOSES

Notes ROTUNDA BLVD.CenturyLink Conflict Identification Plans

Project No. 16001504 9/26/2016 16001504-CONFLICT ID.DWG

NORTHEXISTING CENTURYLINK FACILITIES

TO REMAIN IN OPERATION

EXISTING CENTURYLINK FACILITIES

TO BE REMOVED OR RELOCATED

PROPOSED CENTURYLINK FACILITIES

CENTURYLINK CONFLICT

NO CONFLICT

NOT CENTURYLINK FACILITIES

POTENTIAL ADDITIONAL CONFLICTS

IDENTIFIED BY TERRA TECHNOLOGIES

Sheet

C.9STA 57+50.00 TO STA 63+70.00

Page 46: PURCHASING DIVISION - Underground Utility …dnhiggins.com/docs/16-433 Addendum No. 1.pdf · PURCHASING DIVISION ... be made a part of the above-named proposal and contract documents

RO

TON

DA

RIV

ER

(+83.0) 41' LT.

REMOVE EX. 12" MJ PLUG &

CONNECT TO EX. 12" GATE VALVE

(FIELD LOCATE)

RO

TON

DA

CIR

CLE

FPL <50KV

FPL <50KV

(+18.0) 43.0' LT.

INSTALL 12" G.V.

(+83.0) 42.1' LT.

INSTALL 12" G.V.C-900 REUSE MAIN - 156 L.F.

INSTALL 160 L.F. OF 14" HDPE

SDR-11, PE-3408 REUSE MAIN

DIRECTIONAL DRILL (HORIZ. DIST.)

INSTALL 12" PVC, DR-18

C-900 REUSE MAIN - 100 L.F.

(+21.2), 43.0' LT.

(+81.2), 42.1' LT.

(+19.0), 43.0' LT.

INSTALL ARV TAP

(+19.0), 49.0' LT.

INSTALL AUTO. ARV

THIS DOCUMENT IS CONCEPTUAL AND IS NOT INTENDED

FOR DESIGN OR CONSTRUCTION PURPOSES

Notes ROTUNDA BLVD.CenturyLink Conflict Identification Plans

Project No. 16001504 9/26/2016 16001504-CONFLICT ID.DWG

NORTHEXISTING CENTURYLINK FACILITIES

TO REMAIN IN OPERATION

EXISTING CENTURYLINK FACILITIES

TO BE REMOVED OR RELOCATED

PROPOSED CENTURYLINK FACILITIES

CENTURYLINK CONFLICT

NO CONFLICT

NOT CENTURYLINK FACILITIES

POTENTIAL ADDITIONAL CONFLICTS

IDENTIFIED BY TERRA TECHNOLOGIES

Sheet

C.10STA 63+70.00 TO STA 67+40.91