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.
Please note the revisions listed above and submit your bid based upon this information.
Sincerely,
signature on file
James H. HoaglandContract Services Administrator
:jhhEnclosures
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
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
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
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
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
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
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
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
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
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
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