Loading...
HomeMy WebLinkAboutADDENDUM No. 1 - Gutchess Lumber Sports Complex_Town of Cortlandville_20180405_FINALAddendum No. 1 Page 1 of 3 ADDENDUM NO. 1 April 5, 2018 TOWN OF CORTLANDVILLE GUTCHESS LUMBER SPORTS COMPLEX CONTRACT 1G-General Construction The following changes and/or additions shall be made to the plans and/or specifications. All other requirements of the contract documents shall remain the same. Acknowledge receipt of this addendum by inserting its number and date in the Bid Proposal. A. GENERAL INFORMATION This Addendum provides for changes to increase the size of the fields and shift the location of the fields to the west as an Alternate Bid (Alternate 7) to the Base Bid. Alternate designs have also been provided in this Addendum for the Alternate Water Main (Alternate 8) and Alternate Sanitary Sewer Main (Alternate 9) based upon the changes to the fields. B. BID OPENING DATE CHANGE Sealed bids will be received by the Town of Cortlandville at 3577 Terrace Road, Cortland, NY 13045 until 10:00 a.m., April 17, 2018, at which time they will be publicly opened and read. C. PROJECT MANUAL 1. REPLACE pages BF-1 through BF-4 of the Bid Form with the attached REVISED BF-1 through BF-4 of the Bid Form. 2. REPLACE Section 011000, SUMMARY, pages 1-3 with the attached REVISED Section 011000, SUMMARY, pages 1-3. 3. REPLACE Section 012300, ALTERNATES, pages 1-3 with the attached REVISED Section 012300, ALTERNATES, pages 1-6. 4. REMOVE paragraph 1.2-Method of Measurement and Basis of Payment in Section 311000-Site Clearing. D. PLANS 1. ADD the following attached plan sheets: a. C-102.1 Alternate Site Layout and Dimension Plan b. C-103.1 Alternate Site Layout and Dimension Plan c. C-104.1 Alternate Site Layout and Dimension Plan d. C-202.1 Alternate Site Grading Plan e. C-203.1 Alternate Site Grading Plan f. C-204.1 Alternate Site Grading Plan g. C-223.1 Alternate Site Drainage Plan h. C-224.1 Alternate Site Drainage Plan i. C-225.1 Alternate Site Drainage Plan Addendum No. 1 Page 2 of 3 j. C-226.1 Alternate Site Drainage Plan k. C-231.1 Alternate Sports Field Drainage Plan l. C-232.1 Alternate Sports Field Drainage Plan m. C-250.1 Alternate Erosion and Sediment Control Phasing Plan n. C-252.1 Alternate Erosion and Sediment Control Plan o. C-253.1 Alternate Erosion and Sediment Control Plan p. C-254.1 Alternate Erosion and Sediment Control Plan q. C-255.1 Alternate Erosion and Sediment Control Plan r. C-256.1 Alternate Erosion and Sediment Control Plan s. C-300.1 Alternate Overall Site Utility Plan t. C-301.1 Alternate Water Main Plan & Profile STA. A10+00 to A17+00 u. C-302.1 Alternate Water Main Plan & Profile STA. A17+00 to A24+00 v. C-303.1 Alternate Water Main Plan & Profile STA. 24+00 to A30+50 w. C-352.1 Alternate Sanitary Sewer Main Plan & Profile STA. B18+00 to B25+00 x. C-353.1 Alternate Sanitary Sewer Main Plan & Profile STA. B25+00 to B31+20 y. C-502.1 Alternate Site Landscape Plan z. C-503.1 Alternate Site Landscape Plan aa. C-504.1 Alternate Site Landscape Plan bb. C-551.1 Alternate Site Irrigation Plan cc. C-552.1 Alternate Site Irrigation Plan E. QUESTIONS & CLARIFICATIONS 1.) Is there a specific playground manufacturer? Is the equipment shown part of the contract? The playground manufacturer is Landscape Structures or approved equal. All playground equipment, surfacing, mulch, and curb is to be provided and installed by the Contractor per manufacturer’s recommendations, and as shown on Drawing No. C621 and Section 321816 PIP Playground Surface. All items associated with the playground construction shall be included under Alternate 4. 2.) Can the height of the stockpiled topsoil exceed 6 feet (as noted in Site Clearing, Section 311000, and Soil Preparation, Section 329113? The stockpiled topsoil should be no higher than 6 feet. 3.) If the water main alternate is not accepted, how does the irrigation system terminate? If the water main alternate is not awarded, then the irrigation system shall be capped at the point of connection, as shown on the Site Irrigation Plans at the southwest corner of Field 1. Include the cost in the Base Bid. 4.) Who is responsible for pulling the permit for the road boring? Contractor 5.) Who is responsible for getting the bond for the road boring? Contractor 6.) What size is the primary wire that goes from the utility transformer to the pole? The utility will provide the primary conductors from the pole to the transformer. 7.) Is the primary wire direct buried or is it required to be in a conduit? If it is required in a conduit, do you want a spare conduit also going from the pole to the utility transformer? The contractor is to provide a conduit from the utility pole to the transformer for the utility to install the primary conductors in. There are no spare conduits from the utility pole to the transformer shown on the plans. Addendum No. 1 Page 3 of 3 8.) Geotechnical Report states that 2-4 feet of fill was encountered in all borings. What should be done with this material? Is it suitable fill? Does it need to be taken off-site? As noted in Section 312000-Earth Moving, on-site soils are suitable for fill using the procedures stated in paragraph 3.4 A. 9.) It doesn’t appear from the Geotechnical Report that there is any topsoil on site. Is there? Does topsoil need to be brought in? No topsoil is scheduled to be imported. Existing top surface soils with some organics are to be stockpiled and placed on-site where topsoil is indicated on the Site Landscape Plans. Existing soils shall be amended to meet the specified topsoil requirements in Section 329113-Soil Preparation. 10.) Who is providing the pole foundation details and dimensions for the sports field lighting? The sports field lighting pole foundation design will be as required and provided by the lighting manufacturer. See Section 265668-Sports Field Lighting System paragraph 1.4 D. F. PRE-BID MEETING SIGN IN SHEET The sign-in sheet is attached. End of Addendum # 1 ADDENDUM NO. 1 VERIFICATION OF RECEIPT TOWN OF CORTLANDVILLE GUTCHESS LUMBER SPORTS COMPLEX CONTRACT 1G-General Construction April 5, 2018 Please fill in the information requested below and email this form to: LAURA C. CASSALIA, P.E. CHA CONSULTING INC. Email: lcassalia@chacompanies.com Phone Number: 315-228-0717 Date Addendum No. 1 Received: __________________________________________ Received By: __________________________________________________________ Name of Company: _____________________________________________________ Address: ______________________________________________________________ ______________________________________________________________ Telephone Number: ______________________________________________________ Email: ________________________________________________________________ Signature: ____________________________________________________________ BF-1 V:\ProjectSpecs\31591\Final\Addendum 1 - Current\00008.1-REVISED Bid Form.docx BID FORM PROJECT IDENTIFICATION: Gutchess Lumber Sports Complex Phase 1 CONTRACT IDENTIFICATION AND NUMBER: Contract 1G-General Construction THIS BID IS SUBMITTED TO: (Name and Address of Owner) Town of Cortlandville 3577 Terrace Road Cortland, NY 13045 1. The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an agreement with OWNER in the form included in the Contract Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Bid Times indicted in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER accepts all of the terms and conditions of the Advertisement or Notice to Bidders and Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. This Bid will remain subject to acceptance for forty-five (45) days after the day of Bid opening. BIDDER will sign and deliver the required number of counterparts of the Agreement with the Bonds and other documents required by the Bidding Requirements within fifteen days after the date of OWNER’s Notice of Award. 3. In submitting this Bid, BIDDER represents as more fully set forth in the Agreement, that: a. BIDDER has examined and carefully studied the Bidding Documents and the following Addenda receipt of all which is hereby acknowledged: (List Addenda by Addendum Number and Date) b. BIDDER has visited the site and become familiar with and is satisfied as to the general, local, and site conditions that may affect cost, progress, performance, and furnishing of the Work. c. BIDDER is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, performance, and furnishing of the Work. d. BIDDER has carefully studied all reports of explorations and tests of subsurface conditions at or contiguous to the site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the site (except underground facilities) which have been identified in the Supplementary Conditions as provided in paragraph 4.2.1 of the General Conditions. BIDDER accepts the determination set forth in paragraph SC-4.2 of the Supplementary Conditions of the extent of the “technical data” contained in such reports and drawings upon which BIDDER is entitled to rely as provided in paragraph 4.2 of the General Conditions. BIDDER acknowledges that such reports and drawings are not Contract Documents and may not be complete for BIDDER’s purposes. BIDDER acknowledges that OWNER and ENGINEER do not assume responsibility for the accuracy or completeness of information and data shown or indicted in the Bidding Documents with respect to underground facilities at or contiguous to the site. BIDDER has obtained and carefully studied (or assumes responsibility for having done so) all such additional or supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and underground facilities) at or contiguous to the site or otherwise which may affect cost progress, performance or furnishing of the Work or which relate to any aspect of the means, methods, BF-2 V:\ProjectSpecs\31591\Final\Addendum 1 - Current\00008.1-REVISED Bid Form.docx techniques, sequences, and procedures of construction to be employed by BIDDER and safety precautions and programs incident thereto. BIDDER does not consider that any additional examinations, investigations, explorations, tests, studies or data are necessary for the determination of this Bid for performance and furnishing of the Work in accordance with the times, price, and other terms and conditions of the Contract Documents. e. BIDDER is aware of the general nature of Work to be performed by OWNER and others at the site that relates to Work for which this Bid is submitted as indicated in the Contract Documents. f. BIDDER has correlated the information known to BIDDER, information and observation obtained from visits to the site, reports and drawings identified in the Contract Documents and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. g. BIDDER has given ENGINEER written notice of all conflicts, errors, ambiguities or discrepancies that BIDDER has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to BIDDER, and the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work for which this Bid is submitted. h. This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm, or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization, or corporation; BIDDER has not directly or indirectly induced or solicited any other BIDDER to submit a false or sham Bid; BIDDER has not solicited or induced any person, firm or corporation to refrain from bidding; and BIDDER has not sought by collusion to obtain for itself any advantage over any other BIDDER or over OWNER. 4. BIDDER will complete the Work in accordance with the Contract Documents for the following LUMP SUM price(s): BASE BID PRICE: ___________________________________________________________ $(___________________) (use words) (use figures) ADD ALTERNATE 1: WATER MAIN ___________________________________________________________ $(___________________) (use words) (use figures) ADD ALTERNATE 2: SPORTS FIELD LIGHTING ___________________________________________________________ $(___________________) (use words) (use figures) ADD ALTERNATE 3: SANITARY SEWER MAIN ___________________________________________________________ $(___________________) (use words) (use figures) ADD ALTERNATE 4: PLAYGROUND ___________________________________________________________ $(___________________) (use words) (use figures) BF-3 V:\ProjectSpecs\31591\Final\Addendum 1 - Current\00008.1-REVISED Bid Form.docx ADD ALTERNATE 5: LANDSCAPING ___________________________________________________________ $(___________________) (use words) (use figures) ADD ALTERNATE 6: SCOREBOARDS ___________________________________________________________ $(___________________) (use words) (use figures) ADD ALTERNATE 7: ALTERNATE FIELD LAYOUT OPTION ___________________________________________________________ $(___________________) (use words) (use figures) ADD ALTERNATE 8: ALTERNATE WATER MAIN LAYOUT OPTION ___________________________________________________________ $(___________________) (use words) (use figures) ADD ALTERNATE 9: ALTERNATE SANITARY SEWER MAIN LAYOUT OPTION ___________________________________________________________ $(___________________) (use words) (use figures) All specific cash allowances are included in price(s) set forth above and have been computed in accordance with paragraph 11.8 of the General Conditions. 5. BIDDER agrees that the Work will be substantially complete on or before November 15, 2018 and completed and ready for final payment in accordance with paragraph 14.13 of the General Conditions on or before December 13, 2018. BIDDER accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified in the Agreement. 6. The following documents are attached to and made a condition of this Bid: a. Resolution of Board of Directors b. Non-Collusion Form c. Required Bid Security in the form of a certified or bank check or bid bond issued by a surety. d. Required BIDDER’s Qualification Statement with supporting data. e. Required NYSESD Office of Contractor and Supplier Diversity (OCSD) Forms i. OCSD-1: MWBE and SDVOB Participation/Equal Employment Opportunity Policy Statement ii. OCSD-2: Staffing Plan iii. OCSD-4: MWBE and SDVOB Utilization Plan 7. Bidder shall submit a list of SUBCONTRACTORS and MAJOR MATERIAL SUPPLIERS for the OWNER's approval with their Bid. Name and Address Synthetic Turf Manufacturer: ______________________________________________________ ______________________________________________________ BF-4 V:\ProjectSpecs\31591\Final\Addendum 1 - Current\00008.1-REVISED Bid Form.docx Synthetic Turf Contractor: ______________________________________________________ ______________________________________________________ Synthetic Turf Base Contractor: ______________________________________________________ ______________________________________________________ Sport Field Lighting System Manufacturer :_______________________________________________ ________________________________________________ All other Subcontractors: ______________________________________________________ ______________________________________________________ ______________________________________________________ ______________________________________________________ ______________________________________________________ ______________________________________________________ 8. Communications concerning this Bid shall be addressed to: ______________________________________________________________________ (Name of BIDDER) The address of BIDDER indicated below. The following address: _____________________________________ _____________________________________ _____________________________________ BIDDER’s Email: _____________________________________ BIDDER’s Phone: ______________________________________ 9. Terms used in this Bid which are defined in the General Conditions or Instructions will have the meanings indicated in the General Conditions or Instructions. SUBMITTED on 20 . State Contractor License No. SUMMARY PAGE 1 OF 3 CHA PROJECT NO. 31591 V:\ProjectSpecs\31591\Final\Addendum 1 - Current\011000-REVISED Summary.docx SECTION 011000 SECTION 011000 – SUMMARY PART 1 – GENERAL 1.1 WORK COVERED BY CONTRACT DOCUMENTS A. Project Identification: Gutchess Lumber Sports Complex Phase 1 1. Project Location: Along NYS Route 13 near Byrne Hollow Road and Gracie Road. 2. Owner: Town of Cortlandville, NY. B. Engineer Identification: The Contract Documents, dated March 2018, were prepared for Project by CHA Consulting, Inc., One Park Place, 300 South State Street, Syracuse, NY 13202. C. The Work consists of providing all labor, materials, machinery, tools, equipment and other means of construction necessary and incidental to the completion the work shown on the Drawings and described in these Specifications including, but not necessarily limited to, the following: construction of an outdoor athletic complex including 2 full size synthetic turf baseball fields with dugouts, bullpens and fencing & gates; field irrigation; sports, parking lot, and walkway lighting; scoreboards; concrete sidewalks; playground; parking area; entrance road; water and sanitary sewer systems; electrical systems; storm water drainage; erosion and sediment control; landscaping; and complete site restoration. BASE BID 1. Description: a. Base Bid includes all labor, materials, tools, equipment, supervision, and incidentals required to furnish, install, test and inspect the construction of an outdoor athletic complex, per drawings and specifications, including: i. 2 full size synthetic turf fields baseball fields including dugouts, bullpens and fencing & gates; ii. Field irrigation, including capping of the irrigation system at the point of connection at the southwest corner of Field 1 for future connection to water main; iii. Entrance access road; iv. Gravel parking area and handicap parking; v. Concrete sidewalks; vi. Portion of the sanitary sewer main system from STA. B10+00 to STA. B15+00, including MHSA 1, 2, and 3, and capping of sewer for future extension; vii. Portion of the water main system from STA. A 10+00 to A16+00, including capping of main for future extension, hydrant, valve assembly, water service, and drinking fountain; viii. Portions of the electrical design, including electrical service, transformer, electrical backboard and panels, parking lot/entrance lights, sidewalk lights, and all underground conduit and handholes required including conduit and handholes associated with electrical equipment covered under all add alternates; ix. Storm water drainage piping and structures; x. Erosion & sediment control; xi. Topsoil and seed; xii. Site restoration; and as shown on the drawings and specified herein except that is specifically included under other Alternates of the Contract. b. More specifically, the Base Bid includes, but is not limited to: General Conditions, bonds SUMMARY PAGE 2 OF 3 CHA PROJECT NO. 31591 V:\ProjectSpecs\31591\Final\Addendum 1 - Current\011000-REVISED Summary.docx SECTION 011000 and insurance, survey and stake out, construction photographs, record drawings, temporary facilities and services, temporary holding and protection of utility poles, safe operation sheet piling, and excavation protection systems c. Supervision required to mobilize and de-mobilize the Contractor’s work forces as many times necessary. d. Site clearing, excavation, test pits, earthwork, dewatering, and stormwater management and erosion and sediment controls. e. Storage, staging areas, clean-up, Contractor’s field offices, locating public and private utilities, public relations, complaint resolution, and meetings. f. Surface restorations, topsoil, seeding, and miscellaneous restoration of areas disturbed due to completion of work under the Base Bid. g. Testing and all quality control. h. All other items necessary to complete the contract work but not specified to be paid under other Alternates. 2. Payment: a. This item shall be paid as a lump sum. b. No direct or separate payment will be made for providing miscellaneous temporary or accessory works, plant, services, Contractor’s office, Engineer’s field office, layout surveys, job signs, public utility requirements, testing, safety devices, approval and record drawings, maintenance and protection of traffic, removal of remaining waste, watchman, bonds, insurance and all other items as required by the General Conditions, Supplementary Conditions, and the General Requirements. c. Compensation for all such services, materials, and related work is to be included in the prices stipulated for the Base Bid as listed herein. d. No direct or separate payment will be made for any work required by the Specifications or Drawings unless it is defined in the Base Bid. ALTERNATES 1. Add Alternate 1: Water Main 2. Add Alternate 2: Sports Field Lighting 3. Add Alternate 3: Sanitary Sewer Main 4. Add Alternate 4: Playground 5. Add Alternate 5: Landscaping 6. Add Alternate 6: Scoreboards 7. Add Alternate 7: Alternate Field Layout Option 8. Add Alternate 8: Alternate Water Main Layout Option 9. Add Alternate 9: Alternate Sanitary Sewer Main Layout Option Refer to Section 012300-Alternates for complete Description and Payment on each Add Alternate. D. Compensation for all such services, materials, and related work is to be included in the prices stipulated for the Base Bid and Alternates as listed herein. E. No direct or separate payment will be made for any work required by the Specifications or Drawings unless it is defined in the Base Bid or Alternates. 1.2 CONTRACT A. Project will be constructed under a general construction contract. SUMMARY PAGE 3 OF 3 CHA PROJECT NO. 31591 V:\ProjectSpecs\31591\Final\Addendum 1 - Current\011000-REVISED Summary.docx SECTION 011000 1.3 USE OF PREMISES A. General: Contractor shall have full use of premises for construction operations, including use of Project site, during construction period. Contractor's use of premises is limited only by Owner's right to perform work or to retain other contractors on portions of Project. 1.4 SPECIFICATION FORMATS AND CONVENTIONS A. Specification Format: The Specifications are organized into Divisions and Sections using the 48- division format and CSI/CSC's "MasterFormat" numbering system. 1. Section Identification: The Specifications use section numbers and titles to help cross- referencing in the Contract Documents. Sections in the Project Manual are in numeric sequence; however, the sequence is incomplete. Consult the table of contents at the beginning of the Project Manual to determine numbers and names of sections in the Contract Documents. B. Specification Content: The Specifications use certain conventions for the style of language and the intended meaning of certain terms, words, and phrases when used in particular situations. These conventions are as follows: 1. Abbreviated Language: Language used in the Specifications and other Contract Documents is abbreviated. Words and meanings shall be interpreted as appropriate. Words implied, but not stated, shall be inferred as the sense requires. Singular words shall be interpreted as plural, and plural words shall be interpreted as singular where applicable as the context of the Contract Documents indicates. 2. Imperative mood and streamlined language are generally used in the Specifications. Requirements expressed in the imperative mood are to be performed by Contractor. Occasionally, the indicative or subjunctive mood may be used in the Section Text for clarity to describe responsibilities that must be fulfilled indirectly by Contractor or by others when so noted. a. The words "shall," "shall be," or "shall comply with," depending on the context, are implied where a colon (:) is used within a sentence or phrase. PART 2 – PRODUCTS (Not Used) PART 3 – EXECUTION (Not Used) END OF SECTION ALTERNATES PAGE 1 OF 6 CHA PROJECT NO. 31591 V:\ProjectSpecs\31591\Final\Addendum 1 - Current\012300-REVISED Alternates.docx SECTION 012300 SECTION 012300 – ALTERNATES PART 1 – GENERAL 1.1 SUMMARY A. This Section includes administrative and procedural requirements for alternates. 1.2 DEFINITIONS A. Alternate: An amount proposed by bidders and stated on the Bid Form for certain work defined in the Bidding Requirements that may be added to or deducted from the Base Bid amount if Owner decides to accept a corresponding change either in the amount of construction to be completed or in the products, materials, equipment, systems, or installation methods described in the Contract Documents. 1. The cost or credit for each alternate is the net addition to or deduction from the Contract Sum to incorporate alternate into the Work. No other adjustments are made to the Contract Sum. 1.3 PROCEDURES A. Coordination: Modify or adjust affected adjacent work as necessary to completely integrate work of the alternate into Project. 1. Include as part of each alternate, miscellaneous devices, accessory objects, and similar items incidental to or required for a complete installation whether or not indicated as part of alternate. B. Notification: Immediately following award of the Contract, notify each party involved, in writing, of the status of each alternate. Indicate if alternates have been accepted, rejected, or deferred for later consideration. Include a complete description of negotiated modifications to alternates. C. Execute accepted alternates under the same conditions as other work of the Contract. D. Schedule: A Schedule of Alternates is included at the end of this Section. Specification Sections referenced in schedule contain requirements for materials necessary to achieve the work described under each alternate. PART 2 – PRODUCTS (Not Used) PART 3 – EXECUTION 3.1 SCHEDULE OF ALTERNATES A. ADD ALTERNATE 1: WATER MAIN 1. Description: a. Includes all labor, materials, tools, equipment, supervision, and incidentals required to furnish, install, test and inspect all water main of the size, class depth, and materials shown on the drawings and specifications, and as shown on Drawing No. C-300 and C- 301 through C-303. Specifically, from STA. A16+01 to STA. A30+15, including all valves, fittings, assemblies, hydrants, and appurtenances. Also, includes furnishing and installing the irrigation backflow prevention enclosure at STA. A25+21, and the drinking fountain and water service near STA. A30+15. ALTERNATES PAGE 2 OF 6 CHA PROJECT NO. 31591 V:\ProjectSpecs\31591\Final\Addendum 1 - Current\012300-REVISED Alternates.docx SECTION 012300 b. More specifically, this Alternate includes but is not limited to: clearing, safe operation sheet piling, dewatering, excavation, excavation support systems, pipe zone bedding/backfill, suitable trench material, compaction, erosion and sediment controls, furnishing, installing, and testing of water mains and all appurtenances. c. Alternate shall include surface restorations and miscellaneous restoration of areas disturbed due to completion of work under this Alternate. 2. Payment: a. This item shall be paid as a lump sum. B. ADD ALTERNATE 2: SPORTS FIELD LIGHTING 1. Description: a. Includes all labor, materials, tools, equipment, supervision, and incidentals required to furnish, install, test and inspect sports light foundations, poles, fixtures, wiring, and control panels per drawings and specifications, and as shown on Drawing No. E-001 through E-702 and C-103 through C-104. b. Alternate shall include surface restorations and miscellaneous restoration of areas disturbed due to completion of work under this Alternate. 2. Payment: a. This item shall be paid as a lump sum. C. ADD ALTERNATE 3: SANITARY SEWER MAIN 1. Description: a. Includes all labor, materials, tools, equipment, supervision, and incidentals required to furnish, install, test and inspect all sanitary sewer main of the size, class depth, and materials shown on the drawings and specifications, and as shown on Drawing No. C-300 and C-351 through C-353. Specifically, from STA. B15+01 to STA. B30+83, including all manholes, fittings, and appurtenances. b. More specifically, this Alternate includes but is not limited to: clearing, safe operation sheet piling, dewatering, excavation, excavation support systems, pipe zone bedding/backfill, suitable trench material, compaction, erosion and sediment controls, furnishing, installing, and testing of sanitary sewer mains and all appurtenances. c. Alternate shall include surface restorations and miscellaneous restoration of areas disturbed due to completion of work under this Alternate. 2. Payment: a. This item shall be paid as a lump sum. D. ADD ALTERNATE 4: PLAYGROUND 1. Description: a. Work includes all labor, materials, tools, equipment, and supervision required furnish and install playground equipment and playground safety surfacing per drawings and specifications, and as shown on Drawing No. C-621. ALTERNATES PAGE 3 OF 6 CHA PROJECT NO. 31591 V:\ProjectSpecs\31591\Final\Addendum 1 - Current\012300-REVISED Alternates.docx SECTION 012300 b. Alternate shall include surface restorations and miscellaneous restoration of areas disturbed due to completion of work under this Alternate. 2. Payment: a. This item shall be paid as a lump sum. E. ADD ALTERNATE 5: LANDSCAPING 1. Description: a. Work includes all labor, materials, tools, equipment, and supervision required furnish and install all trees per drawings and specifications, and as shown on the Site Landscape Plans. Alternate shall include plant materials, planting soil and amendments, staking and mulching as required in the specifications. b. Alternate shall include surface restorations and miscellaneous restoration of areas disturbed due to completion of work under this Alternate. 2. Payment: a. This item shall be paid as a lump sum. F. ADD ALTERNATE 6: SCOREBOARDS 1. Description: a. Work includes all labor, materials, tools, equipment, and supervision required furnish and install two (2) electronic scoreboards per drawings and specifications, and as shown in the locations shown on the drawings. b. Alternate shall include all foundation design, excavation, foundation installation, wiring, assembly, inspection, testing, surface restorations, and miscellaneous restoration of areas disturbed due to completion of work under this Alternate. 2. Payment: a. This item shall be paid as a lump sum. G. ADD ALTERNATE 7: ALTERNATE FIELD LAYOUT OPTION 1. Description: a. The Alternate Field Layout Option is a modification of the field sizes and locations from the Base Bid. The Alternate Field Layout Option increases the size of the fields and moves the location of the fields to the west. b. Alternate Field Layout Option includes all labor, materials, tools, equipment, supervision, and incidentals required to furnish, install, test and inspect the construction of an outdoor athletic complex, per the drawings listed below: • C-102.1 Alternate Site Layout and Dimension Plan • C-103.1 Alternate Site Layout and Dimension Plan • C-104.1 Alternate Site Layout and Dimension Plan • C-202.1 Alternate Site Grading Plan • C-203.1 Alternate Site Grading Plan • C-204.1 Alternate Site Grading Plan • C-223.1 Alternate Site Drainage Plan • C-224.1 Alternate Site Drainage Plan • C-225.1 Alternate Site Drainage Plan ALTERNATES PAGE 4 OF 6 CHA PROJECT NO. 31591 V:\ProjectSpecs\31591\Final\Addendum 1 - Current\012300-REVISED Alternates.docx SECTION 012300 • C-226.1 Alternate Site Drainage Plan • C-231.1 Alternate Sports Field Drainage Plan • C-232.1 Alternate Sports Field Drainage Plan • C-250.1 Alternate Erosion and Sediment Control Phasing Plan • C-252.1 Alternate Erosion and Sediment Control Plan • C-253.1 Alternate Erosion and Sediment Control Plan • C-254.1 Alternate Erosion and Sediment Control Plan • C-255.1 Alternate Erosion and Sediment Control Plan • C-256.1 Alternate Erosion and Sediment Control Plan • C-502.1 Alternate Site Landscape Plan • C-503.1 Alternate Site Landscape Plan • C-504.1 Alternate Site Landscape Plan • C-551.1 Alternate Site Irrigation Plan • C-552.1 Alternate Site Irrigation Plan and the specifications, including: i. 2 full size synthetic turf fields baseball fields including dugouts, bullpens and fencing & gates; ii. Field irrigation, including capping of the irrigation system at the point of connection at the southwest corner of Field 1 for future connection to water main; iii. Entrance access road; iv. Gravel parking area and handicap parking; v. Concrete sidewalks; vi. Portion of the sanitary sewer main system from STA. B10+00 to STA. B15+00, including MHSA 1, 2, and 3, and capping of sewer for future extension; vii. Portion of the water main system from STA. A10+00 to A16+00, including capping of main for future extension, hydrant, valve assembly, water service, and drinking fountain; viii. Portions of the electrical design, including electrical service, transformer, electrical backboard and panels, parking lot/entrance lights, sidewalk lights, and all underground conduit and handholes required including conduit and handholes associated with electrical equipment covered under all add alternates; NOTE: include additional conduit for larger field layout option to include 60 l.f. of 3” conduit (see note 20), 40 l.f. of 2” conduit (see note 16), 60 l.f. of 1 ¼” conduit (see note 23), and 100 l.f. of 1” conduit, as noted on Drawing No. E-002; ix. Storm water drainage piping and structures; x. Erosion & sediment control; xi. Topsoil and seed; xii. Site restoration; and as shown on the drawings and specified herein except that is specifically included under other Alternates of the Contract. c. More specifically, the Alternate includes, but is not limited to: General Conditions, bonds and insurance, survey and stake out, construction photographs, record drawings, temporary facilities and services, temporary holding and protection of utility poles, safe operation sheet piling, and excavation protection systems. d. Supervision required to mobilize and de-mobilize the Contractor’s work forces as many times necessary. e. Site clearing, excavation, test pits, earthwork, dewatering, and stormwater management and erosion and sediment controls. f. Storage, staging areas, clean-up, Contractor’s field offices, locating public and private ALTERNATES PAGE 5 OF 6 CHA PROJECT NO. 31591 V:\ProjectSpecs\31591\Final\Addendum 1 - Current\012300-REVISED Alternates.docx SECTION 012300 utilities, public relations, complaint resolution, and meetings. g. Surface restorations, topsoil, seeding, and miscellaneous restoration of areas disturbed due to completion of work. h. Testing and all quality control. i. All other items necessary to complete the contract work but not specified to be paid under other Alternates. 2. Payment: a. This item shall be paid as a lump sum. The lump sum price shall be the DIFFERENCE in price from the BASE BID price to make the changes as shown on the Alternate Drawings. b. No direct or separate payment will be made for providing miscellaneous temporary or accessory works, plant, services, Contractor’s office, Engineer’s field office, layout surveys, job signs, public utility requirements, testing, safety devices, approval and record drawings, maintenance and protection of traffic, removal of remaining waste, watchman, bonds, insurance and all other items as required by the General Conditions, Supplementary Conditions, and the General Requirements. c. Compensation for all such services, materials, and related work is to be included in the prices stipulated for the Alternate as listed herein. d. No direct or separate payment will be made for any work required by the Specifications or Drawings unless it is defined in the Alternate Field Layout Option. H. ADD ALTERNATE 8: ALTERNATE WATER MAIN LAYOUT OPTION 1. Description: a. Includes all labor, materials, tools, equipment, supervision, and incidentals required to furnish, install, test and inspect all water main of the size, class depth, and materials shown on the drawings and specifications, and as shown on Drawing No. listed below: • C-300.1 Alternate Overall Site Utility Plan • C-301.1 Alternate Water Main Plan & Profile STA. A10+00 to A17+00 • C-302.1 Alternate Water Main Plan & Profile STA. A17+00 to A24+00 • C-303.1 Alternate Water Main Plan & Profile STA. 24+00 to A30+50 Specifically, from STA. A16+01 to STA. A30+50, including all valves, fittings, assemblies, hydrants, and appurtenances. Also, includes furnishing and installing the irrigation backflow prevention enclosure at STA. A25+51, and the drinking fountain and water service near STA. A30+50. b. More specifically, this Alternate includes but is not limited to: clearing, safe operation sheet piling, dewatering, excavation, excavation support systems, pipe zone bedding/backfill, suitable trench material, compaction, erosion and sediment controls, furnishing, installing, and testing of water mains and all appurtenances. c. Alternate shall include surface restorations and miscellaneous restoration of areas disturbed due to completion of work under this Alternate. 2. Payment: a. This item shall be paid as a lump sum. ALTERNATES PAGE 6 OF 6 CHA PROJECT NO. 31591 V:\ProjectSpecs\31591\Final\Addendum 1 - Current\012300-REVISED Alternates.docx SECTION 012300 I. ADD ALTERNATE 9: ALTERNATE SANITARY SEWER MAIN LAYOUT OPTION 1. Description: a. Includes all labor, materials, tools, equipment, supervision, and incidentals required to furnish, install, test and inspect all sanitary sewer main of the size, class depth, and materials shown on the drawings and specifications, and as shown on Drawing No. listed below: • C-300.1 Alternate Overall Site Utility Plan • C-351 Sanitary Sewer Main Plan & Profile STA. B10+00 to B18+00 • C-352.1 Alternate Sanitary Sewer Main Plan & Profile STA. B18+00 to B25+00 • C-353.1 Alternate Sanitary Sewer Main Plan & Profile STA. B25+00 to B31+20 Specifically, from STA. B15+01 to STA. B31+20, including all manholes, fittings, and appurtenances. b. More specifically, this Alternate includes but is not limited to: clearing, safe operation sheet piling, dewatering, excavation, excavation support systems, pipe zone bedding/backfill, suitable trench material, compaction, erosion and sediment controls, furnishing, installing, and testing of sanitary sewer mains and all appurtenances. c. Alternate shall include surface restorations and miscellaneous restoration of areas disturbed due to completion of work under this Alternate. 2. Payment: a. This item shall be paid as a lump sum. END OF SECTION