+ All Categories
Home > Documents > VIA OVERNIGHT DELIVERY - Delawaregssdocs.deldot.delaware.gov/bids/T200612502 Addendum No. 2.pdf ·...

VIA OVERNIGHT DELIVERY - Delawaregssdocs.deldot.delaware.gov/bids/T200612502 Addendum No. 2.pdf ·...

Date post: 30-Mar-2019
Category:
Upload: buihuong
View: 218 times
Download: 0 times
Share this document with a friend
13
STATE OF DELAWARE DEPARTMENT OF TRANSPORTATION JACK MARKELL PO BOX 778 JENNIFR COHAN GOVERNOR DOVER, DELAWARE 19903 SECRETARY VIA OVERNIGHT DELIVERY (302) 760-2030 FAX (302) 739-2254 June 11, 2015 Contract No. T200612502.01 FTA Federal Number 5311-2006 (01) Lewes Park and Ride & Maintenance Facility Sussex County Ladies and Gentlemen: Enclosed is Addendum No. 2 for the referenced contract consisting of the following: 1. The date for the receipt of bids has been moved to Tuesday, June 30, 2015. 2. One (1) page, Bid Proposal Cover, revised, to be substituted for the same page in the Proposal. 3. One (1) page, Table of Contents, page v, revised, to be substituted for the same page in the Proposal. 4. One (1) page, Special Provision, 708583 - Personnel Grate for Pipe Inlet, page 76, revised, to be substituted for the same page in the Proposal. This is a name change only. 5. Four (4) pages, Appendix A, Technical Specifications, Section 144500 - Vehicle Lifts revised, to be substituted for the same pages in the Proposal: Pages originally numbered 144500 - 2 and 144500 - 3 which were duplicate numbers have been renumbered as 144500 - 3A and 144500 - 3B. Page 144500 - 4, revised address of manufacturer and model number Page 144500 - 6, added paragraph F. 9. 6. Quantities have been revised for the following items: 612032 708051 708512 7. Two (2) pages, Bid Proposal Forms, pages 2 and 4 , revised, to be substituted for the same pages in the Proposal. 8. Two (2) sheets, Construction Plans, sheets 5 and 6, revised, to be substituted for the same sheets in the Plan Set. 9. For proposal holders with the electronic bid option only , Amendment Disk No. 1.
Transcript
Page 1: VIA OVERNIGHT DELIVERY - Delawaregssdocs.deldot.delaware.gov/bids/T200612502 Addendum No. 2.pdf · VIA OVERNIGHT DELIVERY (302) 760-2030 FAX (302) ... For proposal holders with the

STATE OF DELAWAREDEPARTMENT OF TRANSPORTATION

JACK MARKELL PO BOX 778 JENNIFR COHAN GOVERNOR DOVER, DELAWARE 19903 SECRETARY

VIA OVERNIGHT DELIVERY (302) 760-2030FAX (302) 739-2254

June 11, 2015

Contract No. T200612502.01FTA Federal Number 5311-2006 (01)Lewes Park and Ride & Maintenance FacilitySussex County

Ladies and Gentlemen:

Enclosed is Addendum No. 2 for the referenced contract consisting of the following:

1. The date for the receipt of bids has been moved to Tuesday, June 30, 2015.

2. One (1) page, Bid Proposal Cover, revised, to be substituted for the same page in theProposal.

3. One (1) page, Table of Contents, page v, revised, to be substituted for the same page inthe Proposal.

4. One (1) page, Special Provision, 708583 - Personnel Grate for Pipe Inlet, page 76,revised, to be substituted for the same page in the Proposal. This is a name change only.

5. Four (4) pages, Appendix A, Technical Specifications, Section 144500 - Vehicle Liftsrevised, to be substituted for the same pages in the Proposal:

Pages originally numbered 144500 - 2 and 144500 - 3 which were duplicate numbershave been renumbered as 144500 - 3A and 144500 - 3B.

Page 144500 - 4, revised address of manufacturer and model number

Page 144500 - 6, added paragraph F. 9.

6. Quantities have been revised for the following items:

612032708051708512

7. Two (2) pages, Bid Proposal Forms, pages 2 and 4 , revised, to be substituted for thesame pages in the Proposal.

8. Two (2) sheets, Construction Plans, sheets 5 and 6, revised, to be substituted for the samesheets in the Plan Set.

9. For proposal holders with the electronic bid option only, Amendment Disk No. 1.

Page 2: VIA OVERNIGHT DELIVERY - Delawaregssdocs.deldot.delaware.gov/bids/T200612502 Addendum No. 2.pdf · VIA OVERNIGHT DELIVERY (302) 760-2030 FAX (302) ... For proposal holders with the

Please note the revisions listed above and submit your bid based upon this information.

Sincerely,

signature on file

James H. HoaglandContract Services Administrator

:jhhEnclosures

Page 3: VIA OVERNIGHT DELIVERY - Delawaregssdocs.deldot.delaware.gov/bids/T200612502 Addendum No. 2.pdf · VIA OVERNIGHT DELIVERY (302) 760-2030 FAX (302) ... For proposal holders with the

STATE OF DELAWARE

DEPARTMENT OF TRANSPORTATION

BID PROPOSAL

for

CONTRACT T200612502.01

FTA FEDERAL NUMBER: 5311-2006 (01)

LEWES PARK AND RIDE & MAINTENANCE FACILITY

SUSSEX COUNTY

ADVERTISEMENT DATE: May 18, 2015

PROSPECTIVE BIDDERS ARE ADVISED THAT THERE WILL BE A MANDATORY PRE-BID MEETINGTHURSDAY MAY 28, 2015 AT 2:30 P.M. IN THE DelDOT ADMINISTRATION BUILDING,

800 BAY ROAD, DOVER, DELAWARE, 19903.

COMPLETION TIME: 369 Calendar Days

SPECIFICATIONS FOR ROAD AND BRIDGE CONSTRUCTIONDELAWARE DEPARTMENT OF TRANSPORTATION

AUGUST 2001

Bids will be received in the Bidder's Room at the Delaware Department of Transportation's AdministrationBuilding, 800 Bay Road, Dover, Delaware until 2:00 P.M. local time June 16, 2015 June 30, 2015

Addendum No. 2June 11, 2015

Page 4: VIA OVERNIGHT DELIVERY - Delawaregssdocs.deldot.delaware.gov/bids/T200612502 Addendum No. 2.pdf · VIA OVERNIGHT DELIVERY (302) 760-2030 FAX (302) ... For proposal holders with the

Contract No. T200612502.01

PREVAILING WAGES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 29PREVAILING WAGE REQUIREMENTS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 29APPLICABILITY OF DAVIS-BACON LABOR STANDARD PROVISIONS TO FLAGGERS . 36ALL AGENCY MEMORANDUM NO. 130 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 36

SUPPLEMENTAL SPECIFICATIONS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 37

SPECIAL PROVISIONS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 38CONSTRUCTION ITEM NUMBERS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 39401502 - ASPHALT CEMENT COST ADJUSTMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 40401699 - QUALITY CONTROL/QUALITY ASSURANCE OF BITUMINOUS CONCRETE . . . 41401816 - BITUMINOUS CONCRETE, SUPERPAVE, TYPE B, 160 GYRATIONS, PG 76-22 . . 53401819 - BITUMINOUS CONCRETE, SUPERPAVE, BITUMINOUS CONCRETE BASE

COURSE, 160 GYRATIONS, PG 64-22 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 53401833 - BITUMINOUS CONCRETE, SUPERPAVE, TYPE C, 160 GYRATIONS, PG 76-22,

(NON-CARBONATE STONE) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 54501532 - PERVIOUS PORTLAND CEMENT CONCRETE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 65605576 - BICYCLE RACK . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 68612520 - CORRUGATED POLYETHYLENE PIPE, TYPE S, 15" . . . . . . . . . . . . . . . . . . . . . . . . 69612522 - CORRUGATED POLYETHYLENE PIPE, TYPE S, 12" . . . . . . . . . . . . . . . . . . . . . . . . 69612534 - CORRUGATED POLYETHYLENE PIPE, TYPE S, 8" . . . . . . . . . . . . . . . . . . . . . . . . . 69612535 - CLEANING DRAINAGE PIPE, 15O - 24O DIA. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 71617509 - CORRUGATED POLYETHYLENE FLARED END SECTION, 12" . . . . . . . . . . . . . . . 72617510 - CORRUGATED POLYETHYLENE FLARED END SECTION, 15" . . . . . . . . . . . . . . . 72617511 - CORRUGATED POLYETHYLENE FLARED END SECTION, 18" . . . . . . . . . . . . . . . 72701505 - PORTLAND CEMENT CONCRETE PARKING BUMPER . . . . . . . . . . . . . . . . . . . . . . 73705528 - TEMPORARY CURB RAMP . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 74708512 - DRAINAGE INLET, SPECIAL I . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 75708583 - PERSONNEL GRATE FOR PIPE INLET . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 76710506 - ADJUST AND REPAIR EXISTING SANITARY MANHOLE . . . . . . . . . . . . . . . . . . . . 77710507 - ADJUST AND REPAIR EXISTING SANITARY CLEANOUTS . . . . . . . . . . . . . . . . . . 78720533 - PERMANENT WOOD BARRICADE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 79727555 - RIGHT-OF-WAY MARKER, CAPPED REBAR . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 80737523 - PLANTINGS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 81744506 - CONDUIT JUNCTION WELL, TYPE 7, PRECAST POLYMER CONCRETE . . . . . . . 88744530 - CONDUIT JUNCTION WELL, TYPE 11, PRECAST CONCRETE/POLYMER LID-

FRAME . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 88744531 - CONDUIT JUNCTION WELL, TYPE 14, PRECAST CONCRETE/POLYMER LID-

FRAME . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 88745602 - FURNISH & INSTALL UP TO 4” SCHEDULE 80 HDPE CONDUIT (BORE) . . . . . . 90745604 - FURNISH & INSTALL UP TO 4” SCHEDULE 80 PVC CONDUIT (TRENCH) . . . . . 90745606 - FURNISH & INSTALL UP TO 4” GALVANIZED STEEL CONDUIT (TRENCH) . . . 90746847 - POLE BASE, TYPE 3 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 94746850 - POLE BASE, TYPE 4 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 94746924 - FURNISH & INSTALL LOOP WIRE 1-CONDUCTOR #14 AWG ENCASED IN ¼”

FLEXIBLE TUBING IN A LOOP SAWCUT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 96747516 - CABINET BASE TYPE P . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 98748548 - PERMANENT PAVEMENT STRIPING, EPOXY RESIN PAINT, WHITE/YELLOW, 5"

. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 99748553 - PREFORMED RETROREFLECTIVE THERMOPLASTIC PAVEMENT MARKINGS,

BIKE SYMBOL . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 108748555 - PREFORMED RETROREFLECTIVE THERMOPLASTIC PAVEMENT MARKINGS,

HANDICAP SYMBOL . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 108749516 – REINFORCED CONCRETE SIGN FOUNDATION, W-6 . . . . . . . . . . . . . . . . . . . . . . 112749521 - SUPPLY OF BREAKAWAY I-BEAM SIGN POSTS, W-6 . . . . . . . . . . . . . . . . . . . . . 113749550 - INSTALLATION OF BREAKAWAY I-BEAM SIGN POSTS . . . . . . . . . . . . . . . . . . . 115749551 -REMOVAL OF BREAKAWAY I-BEAM SIGN POSTS . . . . . . . . . . . . . . . . . . . . . . . . 115749687 - INSTALLATION OR REMOVAL OF TRAFFIC SIGN ON SINGLE SIGN POST . . . 116749690 - INSTALLATION OR REMOVAL OF TRAFFIC SIGN ON MULTIPLE SIGN POSTS

. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 117759501 - FIELD OFFICE, SPECIAL . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 118

v

Addendum No. 2 June 11, 2015

Page 5: VIA OVERNIGHT DELIVERY - Delawaregssdocs.deldot.delaware.gov/bids/T200612502 Addendum No. 2.pdf · VIA OVERNIGHT DELIVERY (302) 760-2030 FAX (302) ... For proposal holders with the

Addendum No. 2June 11, 2015

Contract No. T200612502.01

708583 - PERSONNEL GRATE FOR PIPE INLET

Description:

This work consists of furnishing all materials, fabricating, delivering and constructing personnel gratesfor pipe inlets in accordance with the Standard Details, at locations as shown on the Plans, as directed by theEngineer and as required by these Special Provisions.

Materials:

Materials shall conform to the requirements of Sections 603 and 612 and shall be galvanized inaccordance with Subsection 826.07 including all rebar, hardware and fasteners as shown on the StandardDetails.

Working drawings shall be submitted in accordance with Subsection 105.04.

Construction Methods:

Personnel grates for pipe inlets shall be constructed based on the Standard Details and at the size andlocations shown on the Plans.

Method of Measurement:

The number of inlet grates to be paid for under this item shall be the actual number of inlet gratesinstalled and accepted.

Basis of Payment:

The quantity of personal grate for pipe inlet will be paid for at the Contract unit price per each. Price andpayment will constitute full compensation for furnishing, hauling and installing materials, including barreinforcement; lock, for excavating including removal and disposal of existing end sections, backfilling, andcompacting; for cribbing, shoring, sheeting, coating, and paving; and for all labor, materials, equipment,tools, and incidentals required to complete the work. Design services for the personnel grate for pipe inletincluding the preparation and submittal of working drawings shall be incidental to this item.

6/11/2013

76

Page 6: VIA OVERNIGHT DELIVERY - Delawaregssdocs.deldot.delaware.gov/bids/T200612502 Addendum No. 2.pdf · VIA OVERNIGHT DELIVERY (302) 760-2030 FAX (302) ... For proposal holders with the

Contract No. T200612502

VEHICLE LIFTS 144500 – 3A

B. Features and Construction: 1. Each column shall be constructed of one (1) metal plate and be a rigid and

stiff double U-bent construction and shall contain no welds to provide for maximum stiffness and rigidity.

2. Each column base shall be of a rectangular design with mitered rear corners to permit narrow turning radius and to provide maximum rigidity and balance during lifting operations.

3. The lifting carriage shall be constructed from one rectangular tube and shall fit with minimum clearance in the U-shaped column to provide the maximum protection against pinching and shearing of fingers and hands.

4. Each column shall be designed so that the motor and hydraulic pump assembly shall be positioned in the center of the column.

5. Sleeve adapters for the wheel contact forks shall be provided to permit lifting of smaller vehicles such as vans and automobiles.

6. Each column shall be provided with a pallet jack mechanism to allow for movement of the column. The pallet jack mechanism shall have three (3) positions: lift, neutral, and lower. The mechanism shall have a loop type handle. The mechanism shall have a maximum pressure valve which shall automatically lower the pallet jack when the load on the column exceeds 1,100 pounds. The mechanism shall be provided with a gas shock incorporated into the pallet jack.

7. Each jack shall be equipped with two (2) heavy-duty durable retractable synthetic wheels with oil impregnated nylon to enhance easy rolling and shall require no lubrication.

8. Each column shall be equipped with an electric-hydraulic power unit consisting of an electric motor, gear pump, reservoir, valves for up and down, pressure relief, regulator valve, and check valve. Power unit shall be totally enclosed and rated for use in steam cleaning areas and outdoors.

9. The hydraulic lifting cylinder shall be piston-type. 10. Hydraulic fluid shall be contained in galvanized hydraulic tubing. 11. Lifting carriage shall ride on durable oil-filled nylon guide rollers. Guide

rollers shall require no lubrication and no maintenance. 12. Columns shall be equipped with an electronic and redundant mechanical

end stop to limit the lifting height. 13. Column hydraulic lifting cylinder shall be equipped with an excluder to

remove dirt, dust, and other contaminants on the plunger. 14. Each hydraulic cylinder shall be equipped with a hose burst check valve to

prevent decent in the event of a major fluid leak. 15. An independent and fail-safe mechanical safety device shall be provided on

each column. The safety device shall be totally independent from the lifting drive system.

16. A locking "pawl and ratchet" system shall be used to insure proper and automatic locking at any position either in the ascent or descent mode. The locking notches shall be integrated into the guide block and the locking pawl shall be wedged against the lifting fork. The mechanical safety lock shall automatically engage when the lift is not operating.

Addendum No. 2 June 11, 2015

Page 7: VIA OVERNIGHT DELIVERY - Delawaregssdocs.deldot.delaware.gov/bids/T200612502 Addendum No. 2.pdf · VIA OVERNIGHT DELIVERY (302) 760-2030 FAX (302) ... For proposal holders with the

Contract No. T200612502

VEHICLE LIFTS 144500 – 3B

17. A solenoid valve shall release the locking pawl when the lift is in operation.

C. Controls: All control panels shall be waterproof, suitable to endure exposure to steam cleaning and outdoor areas. All control circuits shall be 24 VAC. Lift shall have preassembled ON/OFF switching and electrical controls that meet applicable National Electrical Code requirements.

1. Unit shall be configured a wireless control panel on each column. 2. Controls shall be "dead-man" pushbutton UP and DOWN. 3. All jacks shall operate synchronously from any of the control panels on any

of the jacks. Individual operation shall be obtained by activating a set reference button on any one of the columns and at the same time pressing either the UP or DOWN button. Paired operation shall be obtained by activating an "axle" button on any one of the pairs and at the same time pressing either the UP or DOWN button on the opposing column. Selector switches shall not be permitted.

4. A red EMERGENCY STOP lockable button shall be provided on each column's control panel to permit manual shutdown of all lifting units.

5. Each control box shall contain:

a. Control panel b. UP button c. DOWN button d. EMERGENCY STOP button e. Printed circuit board f. LED display g. Motor relays for all input voltages h. Reserve fuses i. Lock to prevent unauthorized entry into the box j. MAIN POWER INDICATOR LIGHT button k. CONTROL POWER INDICATOR LIGHT button l. LOCK RELEASE button m. SET AXLE button

D. Accessories: Tripod stands with spring loaded caster wheels for easy positioning and portability shall have an 18,000 pound capacity and a height extension 50 inches to 80 inches with screw type adjustment, Stertil Koni Model JS-H8 or equal, four each.

E. Utilities Available:

1. Electrical: 120VAC, 1 phase for battery charging.

F. Finish: Durable enamel in manufacturer's standard color.

G. Manufacturers Reference:

Addendum No. 2 June 11, 2015

Page 8: VIA OVERNIGHT DELIVERY - Delawaregssdocs.deldot.delaware.gov/bids/T200612502 Addendum No. 2.pdf · VIA OVERNIGHT DELIVERY (302) 760-2030 FAX (302) ... For proposal holders with the

Contract No. T200612502

VEHICLE LIFTS 144500 – 4

1. Prime manufacturer: This specification is based on the equipment identified in Section G.1.a and b below to establish an acceptable standard of quality, performance and features.

a. Stertil Koni USA Log Canoe Circle Baltimore, Maryland 21166 Stevensville, Maryland 21666 Telephone: (410) 643-9001

b. Model: ST1082-2RWA ST1085-2RWA with Accessories

2. Other manufacturers, including the following, may be considered equal upon certification of compliance with this specification and the requirements established in SUBMITTALS.

a. Rotary Lift, A Dover Industries Company 2700 Lanier Lane Madison, Indiana 47250 Telephone: (800) 640-5438

2.2 LIFT, AXLE, SCISSOR, 2 CARRIAGE, 60,000 POUND Equipment Mark Number: VL850

A. Certifications:

1. A.L.I.: Unit shall meet standards of the American Lift Institute. 2. Third party testing: Unit shall be third party tested with test results

provided in submittal package.

B. Physical Data:

1. The lift shall be configured with two scissor type lifting assemblies. One assembly shall be fixed and the other assembly shall be moveable. Each assembly shall be capable of lifting a minimum of 30,000 pounds for a total of 60,000 pounds.

2. The unit shall have a minimum load safety factor of 3 to 1. 3. The unit shall be capable of raising an unbalanced load of up to 30,000

pounds on one assembly and zero pounds on the other. 4. The unit shall have twelve (12) mechanical locking stops, minimum. 5. The vertical height spacing between each lock stop shall be six (6) inches

maximum. 6. The vertical rise to the first stop shall be 14 inches maximum. 7. Both lifting assemblies shall have a minimum raised height of 70 inches. 8. The lifting rate shall be forty-five (45) inches per minute, minimum. 9. The foundation pit shall not exceed 34 inches. 10. The assembly bolster width shall be 40 inches minimum. 11. Bolsters for both lifting units, moveable front and fixed rear shall recess

below finished floor.

Addendum No. 2 June 11, 2015

Page 9: VIA OVERNIGHT DELIVERY - Delawaregssdocs.deldot.delaware.gov/bids/T200612502 Addendum No. 2.pdf · VIA OVERNIGHT DELIVERY (302) 760-2030 FAX (302) ... For proposal holders with the

Contract No. T200612502

VEHICLE LIFTS 144500 – 6

6. The movable assembly and cover plates shall bear on, and slide over low friction, low wearing surfaces. 7. The movable assembly drive shall have rack and gear engagement on both the left and right sides.

E. Rear Fixed Lifting Assembly:

1. The rear lifting assembly shall be fixed and non-moving. 2. The rear lifting assembly shall be installed in an independent steel trench

box. 3. The rear lifting assembly shall be drop-in, bolt in place. The unit shall be

bolted in place with minimum of eight (8) 7/8 inch anchors.

F. Steel Box Inserts and Cover Plates:

1. The steel box insert shall have an open floor design, mounted off the concrete floor of the trench to allow for the collection, cleaning and drainage of all liquids and solids that accumulate in the trench.

2. The continuous front recess shall have structurally shaped interlocking extrusions that provide a continuous movable cover that recedes into the recess along a top and bottom track.

3. Covers shall provide continuous closure over the trench as the lifting assembly moves fore and aft.

4. Covers shall be manufactured of anodized structural aluminum extrusions with a minimum 7500 pound point load and shall be configured with a full width interlocking hinge.

5. Covers shall fit together tightly and uniformly to promote smooth and even travel and prevent jamming and twisting.

6. Covers shall be extruded with an anti-skid surface. 7. Covers shall be removable for maintenance and cleaning. 8. The travel frame shall have a machined cover guide track at each end that

tapers and self-aligns the covers about the centerline of the unit as the covers travel in and out of the recess.

9. The aluminum covers for the moveable mechanism shall be flush with the finished floor within a tolerance of less than 1/8 inch. Covers that are lower that the finished floor shall not be acceptable.

G. Hydraulic System:

1. The hydraulic system shall be comprised of two high pressure, low volume 7 inch cylinders (one per lifting assembly).

2. The system shall require a maximum of seven (7) gallons of hydraulic oil. 3. Each cylinder shall be equipped with an integrally mounted hose break

velocity fuse (safety check value). 4. System hoses shall be steel reinforced construction and shall use JIC

fittings. 5. System shall be driven by two (2) independent power units. 6. High pressure seals shall be internal to the cylinder. 7. The moveable lifting assembly hydraulic hoses shall be supported and

contained in a cable carrier.

Addendum No. 2 June 11, 2015

Page 10: VIA OVERNIGHT DELIVERY - Delawaregssdocs.deldot.delaware.gov/bids/T200612502 Addendum No. 2.pdf · VIA OVERNIGHT DELIVERY (302) 760-2030 FAX (302) ... For proposal holders with the

DELAWARE DEPARTMENT OF TRANSPORTATION PAGE: 2 SCHEDULE OF ITEMS DATE:

CONTRACT ID: T200612502.01 PROJECT(S): T200612502

All figures must be typewritten. CONTRACTOR :________________________________________________________________ ------------------------------------------------------------------------------- LINE| ITEM | APPROX. | UNIT PRICE | BID AMOUNT NO | DESCRIPTION | QUANTITY |----------------|-------------- | | AND UNITS | DOLLARS | CTS | DOLLARS |CTS ------------------------------------------------------------------------------- |401833 BITUMINOUS | | | 0090|CONCRETE, SUPERPAVE, | 1563.000| | |TYPE C, 160 GYRATIONS, |TON | | |PG 76-22, (NON-CARBONATE | | | |STONE) | | | ------------------------------------------------------------------------------- |501004 PORTLAND CEMENT | | | 0100|CONCRETE PAVEMENT, 10" | 1750.000| | | |SY | | ------------------------------------------------------------------------------- |501532 PERVIOUS PORTLAND | | | 0110|CEMENT CONCRETE | 2375.000| | | |CY | | ------------------------------------------------------------------------------- |605576 BICYCLE RACK | | | 0120| | 15.000| | | |EACH | | ------------------------------------------------------------------------------- |612021 REINFORCED | | | 0130|CONCRETE PIPE, 15", | 539.000| | |CLASS IV |LF | | ------------------------------------------------------------------------------- |612022 REINFORCED | | | 0140|CONCRETE PIPE, 18", | 99.000| | |CLASS IV |LF | | ------------------------------------------------------------------------------- |612032 REINFORCED | | | 0150|CONCRETE PIPE, 15", | 826.000| | |CLASS V |LF | | ------------------------------------------------------------------------------- |612205 REINFORCED | | | 0160|CONCRETE ELLIPTICAL PIPE,| 256.000| | |19"X30", CLASS IV |LF | | ------------------------------------------------------------------------------- |612216 REINFORCED | | | 0170|CONCRETE ELLIPTICAL PIPE,| 44.000| | |14"X23", CLASS IV |LF | | ------------------------------------------------------------------------------- |612520 CORRUGATED | | | 0180|POLYETHYLENE PIPE, TYPE | 593.000| | |S, 15" |LF | | -------------------------------------------------------------------------------

Addendum No. 2June 10, 2015

Page 11: VIA OVERNIGHT DELIVERY - Delawaregssdocs.deldot.delaware.gov/bids/T200612502 Addendum No. 2.pdf · VIA OVERNIGHT DELIVERY (302) 760-2030 FAX (302) ... For proposal holders with the

DELAWARE DEPARTMENT OF TRANSPORTATION PAGE: 4 SCHEDULE OF ITEMS DATE:

CONTRACT ID: T200612502.01 PROJECT(S): T200612502

All figures must be typewritten. CONTRACTOR :________________________________________________________________ ------------------------------------------------------------------------------- LINE| ITEM | APPROX. | UNIT PRICE | BID AMOUNT NO | DESCRIPTION | QUANTITY |----------------|-------------- | | AND UNITS | DOLLARS | CTS | DOLLARS |CTS ------------------------------------------------------------------------------- |701023 INTEGRAL PORTLAND | | | 0290|CEMENT CONCRETE CURB & | 1265.000| | |GUTTER, TYPE 3-6 |LF | | ------------------------------------------------------------------------------- |701505 P.C.C. PARKING | | | 0300|BUMPER | 90.000| | | |EACH | | ------------------------------------------------------------------------------- |705001 P.C.C. SIDEWALK, | | | 0310|4" | 28366.000| | | |SF | | ------------------------------------------------------------------------------- |705002 P.C.C. SIDEWALK, | | | 0320|6" | 887.000| | | |SF | | ------------------------------------------------------------------------------- |705007 SIDEWALK SURFACE | | | 0330|DETECTABLE WARNING | 245.000| | |SYSTEM |SF | | ------------------------------------------------------------------------------- |705528 TEMPORARY CURB | | | 0340|RAMP | 2.000| | | |EACH | | ------------------------------------------------------------------------------- |708051 DRAINAGE INLET, | | | 0350|34" X 24" | 1.000| | | |EACH | | ------------------------------------------------------------------------------- |708112 MANHOLE, 48" X | | | 0360|48" | 9.000| | | |EACH | | ------------------------------------------------------------------------------- |708512 DRAINAGE INLET, | | | 0370|SPECIAL I | 23.000| | | |EACH | | ------------------------------------------------------------------------------- |708583 PERSONNEL GRATE | | | 0380|FOR PIPE INLET | 1.000| | | |EACH | | -------------------------------------------------------------------------------

Addendum No. 2June 10, 2015

Page 12: VIA OVERNIGHT DELIVERY - Delawaregssdocs.deldot.delaware.gov/bids/T200612502 Addendum No. 2.pdf · VIA OVERNIGHT DELIVERY (302) 760-2030 FAX (302) ... For proposal holders with the

EM

WV

D.I.

+

D.I.

+

+

+

+

+

+

+

+

+

+

+

+

+

+

+

FUEL TANKFUEL TANK

GENERATOR

UTILTRSH TRSHMETAL

TOTAL SHTS.

SHEET NO.

DEPARTMENT OF TRANSPORTATIONDELAWARE

CONTRACT

COUNTYDESIGNED BY:

CHECKED BY:

BRIDGE NO.ADDENDUMS / REVISIONS

N:\

9018

1-004\

CA

DD\

CP

01-9018

1004

C-102.d

gn

6/10/2

015

7:4

8:1

8

AM

SUSSEX

T200612502

185AND MAINTENANCE FACILITY

LEWES PARK AND RIDEDELAWARE TRANSIT CORPORATION

EX.

8" S

EX.

12"

W

EX.

6" F

M

EX.

8"

GA

S

EX. 18" S

EX. 18" S

EX.

8" S

EX.

12"

W

EX.

8" S

EX.

12"

W

EX. 18" S

CLEAN

OUT

EX.12"S

&

EX.12"S

VE

R-

CV

ER-

CV

ER-

CV

ER-

C

X+

D.R. 2275-41LOWE'S HOME CENTERS, INC.

334-6.00-687.01

SA

NIT

AR

Y SE

WER

&

WATER PER

D

DEED B

OO

K 1793-111

15' PER

MA

NENT EASE

MENT T

O S

USSEX C

OU

NT

Y FOR

D.B. 3434-263OCEAN SANDS LLC NO 3

3-34-6-529

D.B. 3434-263OCEAN SANDS LLC NO 3

3-34-6-529

D.R. 3392-295EEDWARD E AYUBI334-6.00-517.00

D.R. 2395-190REVA M GENTHERT

334-6.00-516.00

D.R. 3534-49POINT CROSSING LLC

334-6.00-515.00

D.R. 419-486THELMA H. MORRIS334-6.00-514.00

D.R. 2963-150SHADY ROAD, LLC334-6.00-523.01

D.B. 1987-115 BILLIE LYNN LITTLETON

334-6.00-539.00

D.B. 1373-6& SHUNA LEVITEA HARMON

JULIA MORRIS 334-6.00-538.00

D.R. 914-297ELDA M. WRIGHT334-6.00-511.03

D.R. 3944-286SAMIR & THANA B. GHABRA

334-6.00-511.02

D.R. 419-486THELMA H. MORRIS334-6.00-518.00

P/O TRACT NO. 1

ELECTRIC EASEMENT PER D.R. 1369-241SUSSEX COUNTY EASEMENT PER D.R. 1793-108SANITARY SEWER EASEMENT PER P.B. 46-262

D.R. 1264-272LEWES-REHOBOTH ASSOCIATES LP

334-6.00-687.00

CONC. SIDEWALK

CONC. SIDEWALK

EX 8"

SE

X 8"

S

12"

SD

8" S

8" SD

15" SD

15" SD

15" SD

15" SD

15" SD

15" SD

15" SD

15" SD

PMG

PMG

C-102

8"W

60' FR

ONT Y

AR

D SETB

AC

K

20' SIDE YARD SETBACK

20' SIDE YARD SETBACK

30' R

EA

R

YA

RD

SE

TB

AC

K

LANDSCAPE B

UFFER

STORMWATER MANAGEMENT

ST

OR

MW

ATE

R

MA

NA

GE

ME

NT

15" SD

8"W

6"

W

4"G

15" SD

F.H.

SCALE

FEET

0 40 80 120

CR

2

CR

1

CR

2

CR

2

CR

1

CR

2

15"

SD

CR

1

CR

2

CR

4

(DelDOT M-8) TYP.

PCC PARKING BUMPER

CONTAINER

8CY TRASH

2 •" W

6" W CONTAINER

10CY METAL

STATE R

OUTE 1 S

OUTH

BO

UN

D

C

21

CURB

DEPRESS

CURB

DEPRESS

DOWN

NOSE

DOWN

NOSE

15" SD

LEGEND:

15"SD

8"S

25

EX 8" S

8"W

25

N 272500

E 727000

N 272500 E

727000

E 726250

N 2717

50

E 727000

SH

AD

Y R

OA

D (S276)

13' PARKING GATE

14' PARKING GATE

14' CANTILEVER GATE

32' CANTILEVER GATE

CURB

DEPRESS

C401

C

2" FUEL

M

4

M

4

6"

W

F.H.

4"

G

M

8TYP

M

8TYP

METAL FENCE

DECO.

DECO. METAL FENCE

SWING GATE

10' DOUBLE

5

SITE PLAN

EX 21" S

D

EX 21" S

D

EX 21" S

D

CR

2

FOR WORK ALONG SHADY ROAD

REFER TO HIGHWAY DRAWINGS

FOR WORK ALONG SHADY ROAD

REFER TO HIGHWAY DRAWINGS

TYP

C401

C

NO. ITEM DESCRIPTION / TYPE LENGTH

CURB SCHEDULE

NO. ITEM DESCRIPTION / TYPE LENGTH

CURB SCHEDULE

C

23

C

3

C

4C

5

C

22

C

19

C

23

C

11

C

10

C

2

C

6

C

1

C

13

C

12

C

7

C

8

C

28

C

9

C

31

C

16

C

18

C

15

C

14 C

26 C

27

C

24

C

25

C

29

C

32

C

30

C

17

C

33

1 P.C.C. CURB, TYPE 3-8 536.1'

2 P.C.C. CURB, TYPE 3-8 49.8'

3 P.C.C. CURB, TYPE 3-8 724.5'

4 P.C.C. CURB, TYPE 3-8 MODIFIED 82.6'

5 P.C.C. CURB, TYPE 3-8 MODIFIED 504.0'

6 P.C.C. CURB, TYPE 3-8 MODIFIED 84.6'

7 P.C.C. CURB, TYPE 1-6 385.7'

8 P.C.C. CURB, TYPE 3-6 148.4'

9 P.C.C. CURB, TYPE 1-6 80.8'

10 P.C.C. CURB, TYPE 1-6 79.7'

11 P.C.C. CURB, TYPE 3-8 262.0'

12 P.C.C. CURB, TYPE 3-6 MODIFIED 290.5'

13 P.C.C. CURB, TYPE 3-6 240.8'

14 P.C.C. CURB, TYPE 1-6 42.6'

15 P.C.C. CURB, TYPE 3-6 128.1'

16 P.C.C. CURB, TYPE 3-6 MODIFIED 242.1'

17 P.C.C. CURB, TYPE 1-6 42.1'

18 P.C.C. CURB, TYPE 3-6 MODIFIED 215.1'

19 P.C.C. CURB, TYPE 3-8 452.6'

20 P.C.C. CURB, TYPE 2 296.1'

21 P.C.C. CURB, TYPE 2 684.1'

22 P.C.C. CURB, TYPE 3-8 122.2'

23 P.C.C. CURB, TYPE 3-8 MODIFIED 842.8'

24 P.C.C. CURB, TYPE 1-6 114.8'

25 P.C.C. CURB, TYPE 1-6 81.0'

26 P.C.C. CURB, TYPE 1-6 112.3'

27 P.C.C. CURB, TYPE 1-6 81.0'

28 P.C.C. CURB, TYPE 1-6 81.0'

29 P.C.C. CURB, TYPE 1-6 60.9'

30 P.C.C. CURB, TYPE 1-6 48.6'

31 P.C.C. CURB, TYPE 1-6 91.0'

32 P.C.C. CURB, TYPE 1-6 52.1'

33 P.C.C. CURB, TYPE 1-6 48.6'

BENCH MARK INFORMATION:

406 272017.8375 726997.9937 25.07 CONCRETE MONUMENT

407 272145.2257 727150.6042 23.38 CONCRETE MONUMENT

401 272594.8598 726275.4614 24.49 CONCRETE MONUMENT

402 272600.0252 726736.2719 22.16 CONCRETE MONUMENT

403 272164.8638 726648.1142 29.40 CONCRETE MONUMENT

404 272364.6158 726940.3069 22.41 CONCRETE MONUMENT

405 271946.6363 726837.2111 26.77 CONCRETE MONUMENT

POINT# NORTHING EASTING ELEV. DESCRIPTION

DELA

WARE STA

TE PLA

NE C

OOR

DIN

ATE SYSTE

M

(NAD 83/91)

STOP SHELTER

TRANSPORTATION

STOP SHELTER

TRANSPORTATION

B.M.401

B.M.402

B.M.404

B.M.403

B.M.405

B.M.406

B.M.407

FOR MODIFIED CURB DETAILS*SEE SITE DETAILS (SHEET C-401)

SOUTH BUILDING

MAINTENANCE FACILITY:

NORTH BUILDINGMAINTENANCE FACILITY:

RESTROOMS

TEMPORARY

FUTURE TRANSIT CENTER

DASHED LINE REPRESENTS

CONNECTION

FIRE DEPT.

CONNECTION

FIRE DEPT

NOTES:

3.

2.

1.

WORK ALONG SHADY ROAD (S276)

REFER TO HIGHWAY DRAWINGS FOR CONTINUATION OF

LIGHTING AND UNDERGROUND ELECTRICAL LINES

REFER TO ELECTRICAL DRAWINGS FOR COORDINATION OF

CONTROL CANTILEVER GATES AND CONTROL ARMS

DIRECT BURY ENTRANCE AND EXIT GROUND LOOPS TO

REFER TO ELECTRICAL DRAWINGS FOR INSTALLATION OF

BY OTHERS

TO BE CONSTRUCTED

PROPOSED ENTRANCE

ELECTRIC EASEMENT PER D.R. 1369-241SUSSEX COUNTY EASEMENT PER D.R. 1793-108SANITARY SEWER EASEMENT PER P.B. 46-262

D.R. 1264-272LEWES-REHOBOTH ASSOCIATES LP

334-6.00-687.00

SOUND WALL

16' HIGH

SOUND WALL

16' HIGH

2

2

2

2

ASPHALT PAVEMENT

PERVIOUS PORTLAND CEMENT CONCRETE PAVEMENT

PORTLAND CEMENT CONCRETE PAVEMENT

PORTLAND CEMENT CONCRETE SIDEWALK

EXISTING SEWER

EXISTING GAS

EXISTING WATER

EXISTING TREE LINE

EXISTING CONTOUR

YARD SETBACK LINE

PROPERTY LINE

CONTOUR

SANITARY SEWER

WATER

STORM DRAIN

CURB & GUTTER

DECORATIVE METAL FENCE

SOUND WALL

HATCHING PATTERN

6-01-2015 REVISED CALL OUT LABEL FOR SOUND WALL AND CONCRETE PAVING

Page 13: VIA OVERNIGHT DELIVERY - Delawaregssdocs.deldot.delaware.gov/bids/T200612502 Addendum No. 2.pdf · VIA OVERNIGHT DELIVERY (302) 760-2030 FAX (302) ... For proposal holders with the

EM

24"

30"

38"

12"

12"

14"

14"

18"

15"

3"

12"

30"

12"

24"

GR

AV

EL

&ST

ONEMAC

GRAVEL

CO

NC

GRAVEL

HE

AD

WALL

CO

NC

RETE

1 S

TO

RY

RA

NC

H

1 S

TO

RY

RA

NC

H

BL

OC

K

1 1/2

ST

OR

Y

MULCH

WV

GRAVEL

GRAVEL

STONE

STONE\GRAVEL

CONC

D.I.

MULC

H

BE

D

SLATE E

DGE

+

25

25

25

25

25

2525

25

25

25

25

25

25

25

25

25

25

25

25

25

25

25

25

25 25

25

25

25

25

25

25

25

25

25

25

D.I.

SL

AT

E

#23273

PO

LE

#23272

PO

LE

#23271

PO

LE

#2324

7

PO

LE

LK2-7

67

PO

LE

6-

LP

LK27

6

PO

LE

#2

32

39

PO

LE

#23234

PO

LE

#23235

PO

LE

#14

5905

PO

LE

+

+

+

+

LOWES CANOPY

+

+

+

+ 30

+

+

+

+

+

+

+

+

D.R. 2275-41LOWE'S HOME CENTERS, INC.

334-6.00-687.01

SA

NIT

AR

Y SE

WER

&

WATER PER

D

DEED B

OO

K 1793-111

15' PER

MA

NENT EASE

MENT T

O S

USSEX C

OU

NT

Y FOR

D.B. 3434-263OCEAN SANDS LLC NO 3

3-34-6-529

D.B. 3434-263OCEAN SANDS LLC NO 3

3-34-6-529

D.R. 3392-295EEDWARD E AYUBI334-6.00-517.00

D.R. 2395-190REVA M GENTHERT

334-6.00-516.00

D.R. 3534-49POINT CROSSING LLC

334-6.00-515.00

D.R. 419-486THELMA H. MORRIS334-6.00-514.00

D.R. 2963-150SHADY ROAD, LLC334-6.00-523.01

D.B. 1987-115 BILLIE LYNN LITTLETON

334-6.00-539.00

D.B. 1373-6& SHUNA LEVITEA HARMON

JULIA MORRIS 334-6.00-538.00

DRIN

KIN

G

WATER

WELL

D.R. 914-297ELDA M. WRIGHT334-6.00-511.03

381

380

1/2" PIP

E

PLS#289

SIM

PLER

R/C

+

+

+

D.R. 3944-286SAMIR & THANA B. GHABRA

334-6.00-511.02

D.R. 419-486THELMA H. MORRIS334-6.00-518.00

P/O TRACT NO. 1

ELECTRIC EASEMENT PER D.R. 1369-241SUSSEX COUNTY EASEMENT PER D.R. 1793-108SANITARY SEWER EASEMENT PER P.B. 46-262

D.R. 1264-272LEWES-REHOBOTH ASSOCIATES LP

334-6.00-687.00

FUEL TANKFUEL TANK

GENERATOR

UTILTRSH TRSHMETAL

23.50

25.78M.E.G.

25.75M.E.G.

25.77M.E.G. 28.50

+

24.61 BC25.28 TC

24.72M.E.G.

23.50

23.50

27.42 BC27.92 TC

24.50

FF = 27.20

FF = 27.37

24.47 BC25.12 TCM.E.G.

25.73 BC26.40 TCM.E.G.

25.83 BC26.57 TCM.E.G.

28

28

24

23

26

2725

27

23

24

25

27

25

24

25

27

26

25

26

25

26

27

22

22

26

26

27

28.80 BC29.30 TC25.75

25

28.20 BC28.70 TC

2827

26.61 BC27.11 TC

26.08 BC26.58 TC25.45

27.20

27.03

23

25.40

25.80

23.25 BC23.92 TC

23.82

23.43

24

25

24.28 BC

24.95 TC

23.54 BC

24.21 TC

22.80 BC

23.47 TC

21.95 BC22.62 TC

21.50 BC22.17 TC

22.80 BC22.47 TC

22.50 BC

23.00 TC

22.50 BC

23.00 TC

23.50 BC

24.00 TC

24.25 BC

24.75 TC

23.30 BC

23.80 TC

26.85 BC

27.52 TC

2223

24

23.30 M.E.G.

23

24

23

BLD

G.

TEMP.

24.59 BC25.24 TCM.E.G.

24.82 BC25.44 TCM.E.G.

24.93 BC25.55 TCM.E.G.

25.07 BC25.66 TCM.E.G.

25.17 BC25.77 TCM.E.G.

25.29 BC25.92 TCM.E.G.

25.44 BC26.07 TCM.E.G.

25.51 BC26.10 TCM.E.G.

25.71 BC26.38 TCM.E.G.

25.88 BC26.54 TCM.E.G.

26.05 BC26.66 TCM.E.G.

X+

+

2223

23.523.5

18

20

2323.5

21

23.5

23.5

2221

22

23.5

20

24

22

24

24

20

26

19

19

TOTAL SHTS.

SHEET NO.

DEPARTMENT OF TRANSPORTATIONDELAWARE

CONTRACT

COUNTYDESIGNED BY:

CHECKED BY:

BRIDGE NO.ADDENDUMS / REVISIONS

N:\

9018

1-004\

CA

DD\

CP

01-9018

1004

C-103.d

gn

6/10/2

015

7:4

9:3

2

AM

SUSSEX

T200612502

185AND MAINTENANCE FACILITY

LEWES PARK AND RIDEDELAWARE TRANSIT CORPORATION

PMG

PMG

GRADING PLAN

C-103

6

DELA

WARE STA

TE PLA

NE C

OOR

DIN

ATE SYSTE

M

(NAD 83/91)

SCALE

FEET

0 40 80 120

STATE R

OUTE 1 S

OUTH

BO

UN

D

E 727000

N 2717

50

N 272500 E

727000

N 272500

E 726250

SH

AD

Y R

OA

D (S

276)

REFER TO SHEET C-301 FOR ENLARGED GRADING PLAN

REFER TO SHEET C-301 FOR ENLARGED GRADING PLAN

REFE

R TO S

HEE

T C-

301

FOR

ENLA

RGED

GRADIN

G PL

AN

BOTTOM OF CURBBCTOP OF CURBTCMATCH EXISTING GRADE, REPORT ANY DISCREPENCY TO THE ENGINEERM.E.G.

GRADING ABBREVIATIONS

NOTE:

1. THE CROSS SLOPE WITHIN CROSSWALKS SHALL BE A MAXIMUM OF 2%.

BY OTHERS

TO BE CONSTRUCTED

PROPOSED ENTRANCE

ELECTRIC EASEMENT PER D.R. 1369-241SUSSEX COUNTY EASEMENT PER D.R. 1793-108SANITARY SEWER EASEMENT PER P.B. 46-262

D.R. 1264-272LEWES-REHOBOTH ASSOCIATES LP

334-6.00-687.00

BW=24.75

TW=40.75

BW=24.75

TW=40.75

BW=24.75

TW=40.75

BW=24.75

TW=40.75

BW=24.75

TW=40.75

BW=24.75

TW=40.75

x

x

x

x

x

x

BW=24.0

TW=40.0

xx x x

BW=24.0

TW=40.0

BW=24.0

TW=40.0

BW=24.0

TW=40.02 22 2

2

2

2

2

2

2

SOUND WALL

16' HIGH 2

2SOUND WALL

16' HIGH

FOR SOUND WALL

6-01-2015 ADDED TOP AND BOTTOM SOUND WALL ELEVATIONS AND LABELS2


Recommended