VIA OVERNIGHT DELIVERY

24
VIA OVERNIGHT DELIVERY January 4, 2019 Contract No. T201806901.01 Conversion Roads, South, 2018 Sussex County Ladies and Gentlemen: Enclosed is Addendum No. 3 for the referenced contract consisting of the following: 1. The Bid Proposal Cover, revised, to be substituted for the same page in the Proposal. 2. One (1) page, Table of Contents, page iv, revised, to be substituted for the same page in the Proposal. 3. Special Provision 401503 - Superpave, Type C, PG 64-22 (Carbonate Stone) - No Rap/ No Ras, has been added to the Proposal. 4. Six (6) pages, Plans, Project Notes, pages 13, 14, 15, 16, 17 and 18, revised, to be substituted for the same pages in the Proposal. Numbering of the paragraphs have been fixed. 5. The following Plan Sheets have been revised: 23, 24, 26, 28, 29, 35, 36, 37, 42, 43, 50 and 52. Item Number 501403 has been added to the Proposal. Item Number 401005 has been deleted from certain locations within the Plans, those locations are: 1, 2, 4, 6, 7, 11, 12, 14, 15 and 19. 6. Five (5) pages, Bid Proposal Forms, pages 1, 2, 3, 4 and 5, revised, to be substituted for the same pages in the Proposal. Item Number 401503 has been added and Item Number 401005 has a quantity change. Please note the revisions listed above and submit your bid based upon this information. Sincerely, ~signature on file~ Robert A. Kovacs Competitively Bid Contracts Coordinator Delaware Department of Transportation

Transcript of VIA OVERNIGHT DELIVERY

Page 1: VIA OVERNIGHT DELIVERY

VIA OVERNIGHT DELIVERY

January 4, 2019

Contract No. T201806901.01 Conversion Roads, South, 2018 Sussex County

Ladies and Gentlemen:

Enclosed is Addendum No. 3 for the referenced contract consisting of the following:

1. The Bid Proposal Cover, revised, to be substituted for the same page in the Proposal.

2. One (1) page, Table of Contents, page iv, revised, to be substituted for the same page in the Proposal.

3. Special Provision 401503 - Superpave, Type C, PG 64-22 (Carbonate Stone) - No Rap/ No Ras, has beenadded to the Proposal.

4. Six (6) pages, Plans, Project Notes, pages 13, 14, 15, 16, 17 and 18, revised, to be substituted for the same pages in the Proposal. Numbering of the paragraphs have been fixed.

5. The following Plan Sheets have been revised: 23, 24, 26, 28, 29, 35, 36, 37, 42, 43, 50 and 52.

Item Number 501403 has been added to the Proposal. Item Number 401005 has been deleted from certain locations within the Plans, those locations are:

1, 2, 4, 6, 7, 11, 12, 14, 15 and 19.

6. Five (5) pages, Bid Proposal Forms, pages 1, 2, 3, 4 and 5, revised, to be substituted for the same pages in the Proposal. Item Number 401503 has been added and Item Number 401005 has a quantity change.

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

Sincerely,

~signature on file~

Robert A. Kovacs Competitively Bid Contracts Coordinator Delaware Department of Transportation

Page 2: VIA OVERNIGHT DELIVERY

STATE OF DELAWARE

DEPARTMENT OF TRANSPORTATION

BID PROPOSAL

for

CONTRACT T201806901.01

Conversion Roads, South, 2018

Sussex County

ADVERTISEMENT DATE: November 26, 2018

COMPLETION TIME: 110 Calendar Days

SPECIFICATIONS FOR ROAD AND BRIDGE CONSTRUCTIONDELAWARE DEPARTMENT OF TRANSPORTATION

AUGUST 2016

Bids will be received in the Bidder's Room at the Delaware Department of Transportation's AdministrationBuilding, 800 Bay Road, Dover, Delaware prior to 2:00 P.M. local time January 8 15, 2019

Addendum No. 3 January 4, 2019

Page 3: VIA OVERNIGHT DELIVERY

Contract No. T201806901.01

TABLE OF CONTENTS

GENERAL DESCRIPTION . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . iLOCATION . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . iDESCRIPTION . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . iCOMPLETION TIME . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . iPROSPECTIVE BIDDERS NOTES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . iCONSTRUCTION ITEMS UNITS OF MEASURE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . iii

GENERAL NOTICES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1SPECIFICATIONS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1CLARIFICATIONS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1ATTESTING TO NON-COLLUSION . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1QUANTITIES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1PREFERENCE FOR DELAWARE LABOR . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1EQUALITY OF EMPLOYMENT OPPORTUNITY ON PUBLIC WORKS . . . . . . . . . . . . . . . . . . 1TAX CLEARANCE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2LICENSE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2DIFFERING SITE CONDITIONS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2RIGHT TO AUDIT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3

PREVAILING WAGES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4STATE WAGE RATES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5

SPECIAL PROVISIONS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 6401502 - ASPHALT CEMENT COST ADJUSTMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 7401503 - SUPERPAVE, TYPE C, PG 64-22 (CARBONATE STONE) - NO RAP/ NO RAS . . . . . 7A401696 – ENTRANCE, DRIVEWAY AND INTERSECTING STREET PAVING SURCHARGE

. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 8401699 - QUALITY CONTROL/QUALITY ASSURANCE OF BITUMINOUS CONCRETE . . . . 9801500 - MAINTENANCE OF TRAFFIC - ALL INCLUSIVE . . . . . . . . . . . . . . . . . . . . . . . . . . . 23

UTILITY STATEMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 28

RIGHT OF WAY CERTIFICATE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 32

ENVIRONMENTAL STATEMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 33

RAILROAD STATEMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 35

BID PROPOSAL FORMS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 36BREAKOUT SHEET . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 42

DRUG TESTING AFFIDAVIT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 47

CERTIFICATION . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 48

BID BOND . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 50

iv

Addendum No. 3January 4, 2019

Page 4: VIA OVERNIGHT DELIVERY

401503 - SUPERPAVE, TYPE C, PG 64-22 (CARBONATE STONE) - NO RAP/ NO RAS

Description:

Construct one or more courses of bituminous pavement on either a prepared foundation or an existingsurface course. Construct butt joints by saw cutting and removing the existing hot-laid bituminous concreteor Portland cement concrete pavement to provide an area to butt the new hot-laid bituminous concretepavement against the existing pavement.

Materials:

Provide Materials as specified in:

Asphalt Cement Section 1012

Asphalt Production Section 1014 - EXCEPTION - NO RAP AND NO RASALLOWED IN MATERIAL

Tack Coat* Section 1011* For Thin-Lift items: PG64-22

Release Agents Section 1010

Joint Sealant Section 1042

Construction:

Prior to paving, conduct a pre-paving meeting to discuss joint layout, Material delivery, stripinglayout, maintenance of traffic for paving, and Equipment. Include the Engineer, the Department's Materialsand Research Section, and any other pertinent parties.

A. Mix Design. Develop job-mix formula (JMF) in accordance with Section 1014 AsphaltProduction, WITH THE EXCEPTION OF RECYCLED ASPHALT PAVEMENT (RAP)OR RECYCLED ASPHALT SHINGLES (RAS). NO RAP NOR RAS WILL BEPERMITTED IN THIS MIX DESIGN. Submit test results for review a minimum of three(3) Days before application. Include aggregate type and gradation and percentages ofpolymer-modified emulsion, water, and cement by dry aggregate weight (mass).

B. Delivery of Mixture. Minimum of 100 tons per hour delivered to the Project site.

C. Hauling Equipment. Furnish trucks with tight, clean, smooth, metal beds which have beenthinly coated with an emulsified oil, soap solution, or other approved release agent to preventadherence of the bituminous mixture to the bed of the truck. Provide each truck with asecurely fastened cover of canvas or other suitable waterproof material that covers the bedfrom front to back and over the sides. Fasten the front of the tarp securely to the body orprotected by an air foil. Provide at least three straps to a side and two straps on the back toprevent the cover from ballooning up, to protect the mixture from the weather, and to preventheat loss. Do not remove any loads late in the day that spreading and compacting of themixture cannot be completed by sunset unless approval for nighttime paving has beengranted by the Engineer.

D. Paver. Self-propelled unit with automated screed or strike-off assembly that automaticallycontrols grade leveling and slope, heated, and capable of spreading and finishing bituminouspavement Materials in lane widths specified. Equip with an attachment that confines theMaterial at the end of the gate and extrudes the asphalt Material in such a way results in acompacted wedge shape pavement edge (safety edge) of 32 degrees (+/- 2 degrees). Stopping the paver unit so that the attachment can be adjusted at cross roads, driveways, andobstructions is not permitted.

7A

Addendum No. 3 January 4, 2019

Page 5: VIA OVERNIGHT DELIVERY

E. Rollers. Self-propelled, static and/or vibratory steel wheel type equipped with scrapers, orpneumatic-tire oscillating type, equipped with smooth tires of equal size and diameter witha system for moistening each wheel or roller. Use number and weight of rollers sufficientto compact the mixture to the required density without crushing aggregate or displacing themixture.

F. Weather Limitations. Place bituminous pavement Materials only when the surface is dry,unfrozen, and the weather is not foggy or rainy. Presence of frost particles in the roadbedor on the surface is sufficient evidence to prohibit placement.

Do not permit placement of subsequent lifts or release open to traffic until the mattemperature is below 140 degrees Fahrenheit.

Placement of bituminous concrete is not permitted when the ambient air temperature at thelocation of the paving operation is below the temperatures indicated in Table 401-A below:

Table 401-A. Minimum Ambient Air Temperature for Placement of Types of Bituminous Concrete

Material Type 1" Lift or Less 1.25 to 2" Lift Greater than 2.25 to 3"Lift

B 50 °F 40 °F 32 °F

C 50 °F 40 °F N/A

G. Preparing Base or Existing Surface. Clear surface of debris. Apply and cure tack coatbefore placing the mixture. Apply a tack coat on all curbs, gutters, manholes, or otherstructure surfaces that will be in contact with the mixture.

Repair damaged areas of the tacked surface, and restore the existing pavement or base to auniform grade and cross section before placing the mix.

H. Tack Coat. Apply on all dry and broom cleaned surfaces at a uniform rate of 0.05 gallonsper square yard to 0.15 gallons per square yard at a temperature of 70 degrees Fahrenheit to160 degrees Fahrenheit using pressurized distributing Equipment with a spray bar or otherapproved distribution system. Apply in advance of the asphalt paving operation, but nofurther than is anticipated for the current day's operation.

I. Placement. Place mixture in a continuous operation by paving machine methods ofspreading and screeding to the thickness shown in the Contract Documents and conform tothe grade and surface contour required. 1. Outside edges of pavement are to be in true alignment, parallel to the centerline of

the roadway with the longitudinal joint in the surface course at the lane line.

2. When paving multiple lifts or courses, offset individual successive lifts a minimumof 6 inches.

3. Place the base course with an approved paver or spreader in approximately equallayers of not less than 3 inches and not to exceed 6 inches in depth after compaction.Submit for approval requests, if any, to use Type B Superpave in lieu of BCBC. Ifapproved by the Engineer, the Type B Superpave may be placed in lifts of not lessthan 3 inches and not to exceed 6 inches in depth after compaction. The Type BSuperpave placed in lieu of BCBC will be paid at the Contract Unit Price for BCBCand the Asphalt Cement Cost Adjustment will be based on the virgin asphalt ofBCBC, not the Type B Superpave.

7B

Addendum No. 3 January 4, 2019

Page 6: VIA OVERNIGHT DELIVERY

After the bituminous concrete base course is placed, exposure is not permitted fora period longer than ten days. If, due to conditions of emergency, more than ten(10) Days elapse, uniformly spray a fog coat of CSS-l-h on the exposed base coursebefore placing the wearing course of bituminous concrete. In addition, theContractor shall plan the paving operation so that no bituminous base coursesremain unsurfaced after the "winter shut-down" unless authorized by the Engineer.

4. Carefully plan the placement of the surface course to ensure that the joints in thesurface course will correspond with the proposed traffic lanes and will not belocated in the wheel path of vehicles using the roadway. Locate longitudinal jointsat the lane line (center and edge). Longitudinal joints must also be parallel to thecenterline unless otherwise shown on the Plans. Place the longitudinal joint betweenthe travel way and shoulder on the shoulder side of the lane line. Establish andfollow reference lines or other approved markings to control the true alignment ofthe longitudinal joints.

Take immediate action to correct unsatisfactory Work should unevenness of texture,tearing, or shoving occur during the paving operation due to unsatisfactory Material,methods, or Equipment.

J. Compaction. Compact by rolling after the bituminous pavement mixture has been spread,struck off, and surface irregularities adjusted.

K. Compaction Testing. Perform Quality Control of pavement compaction by testing in-placepavement density. At the option of the Contractor, a single core on the first day of pavingand after the change of a JMF may be required for laboratory testing for gauge calibration. Repair all core holes in accordance with 401699 Appendix A.

Engineer will perform Quality Assurance testing per 401699.

L. Material production quality evaluated per item 401699 - Quality Control/Quality Assuranceof Bituminous Concrete .03 (a) Material Production - Tests and Evaluations.

Compaction quality evaluated per Item 401699 - Quality Assurance of Bituminous Concrete.03 (b) Pavement Construction - Tests and Evaluations.

M. Joints. Seal all newly created pavement joints that will not be overlaid, with the exceptionof those created from placement of newly laid adjacent passes, with an approved joint sealantMaterial of appropriate dimensions in accordance with the Contract Documents. Constructjoints to ensure surface and compaction requirements are met. Tack all vertical contactsurfaces before placing any new mixture against the joint. For joint openings exceeding 1/4inch width, the Engineer may require corrective action at no expense to the Department.

1. For butt joints, saw cut and construct in accordance with Section 762 of the ContractDocuments. Fill any saw cut beyond the limits shown on the Plans with approvedsealant. Dispose of all Material removed for construction of the butt joint inaccordance with Section 106.08.

N. Surface Tolerances. Maximum deviation both longitudinal and transverse is 1/4 inch in 10feet. Correct or remove areas exceeding these tolerances at no expense to the Department.

Method of Measurement:

The Engineer will measure the bituminous pavement Materials acceptably placed as specified inSection 109.01. The quantity of the safety edge will not be measured.

7C

Addendum No. 3 January 4, 2019

Page 7: VIA OVERNIGHT DELIVERY

Basis of Payment:

Payment will be for the accepted quantity of bituminous pavement Materials at the Contract UnitPrice per ton for furnishing, preparing, hauling, and placing all Materials, including tack coat and safety edge;for removing Material from around manholes, drainage inlets, valves, and similar features; for removing andreplacing excess asphalt cement; and for all labor, Equipment, tools, and incidentals required to complete theWork.

Adjustments to payment will be made in accordance with Special Provision 401699.

The quantity of the safety edge is incidental to the respective paving Item.

1/2/2019

7D

Addendum No. 3 January 4, 2019

Page 8: VIA OVERNIGHT DELIVERY

DELAWARE DEPARTMENT OF TRANSPORTATION

CONTRACT T201806901.01 PAGE 23 OF 53

SOUTH MAINTENANCE CONVERSION ROADS, SOUTH, 2018

LOCATION 1 233(REYNOLDS ROAD) FROM S16 (BROADKILL RD) TO S14 (COASTAL HWY) LENGTH 3160.7760 m 10370.0000 L.F. AADT 418 GENERAL IMPROVEMENTS

2.5" OVERLAY WITH PATCHING AND PIPE REPLACEMENT

COMMENTS:

MATERIAL ESTIMATE FOR LOCATION 1

211000 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 1.00 L.S.

211001 REMOVAL OF PORTLAND CEMENT CONCRETE PAVEMENT, CURB AND SIDEWALK 38.00 S.Y.

301003 GRADED AGGREGATE BASE COURSE, TYPE B 86.00 TON

401005 SUPERPAVE TYPE C, PG 64-22 (CARBONATE STONE) 4,019.00 TON

401030 SUPERPAVE TYPE B, PG 64-22, PATCHING 10.00 TON

401503 SUPERPAVE TYPE C, PG 64-22 (CARBONATE STONE) 4,019.00 TON

401696 ENTRANCE, DRIVEWAY, AND INTERSECTING STREET PAVING SURCHARGE 195.00 TON

402000 BITUMINOUS CONCRETE PATCHING 157.00 SY-IN

601031 REINFORCED CONCRETE PIPE, 12" CLASS IV 48.00 L.F.

762000 SAW CUTTING, BITUMINOUS CONCRETE 97.00 L.F.

762001 SAW CUTTING, CONCRETE, FULL DEPTH 68.00 L.F.

762004 BUTT JOINTS 935.00 S.Y.

808002 FURNISH AND MAINTAIN TRUCK MOUNTED ATTENUATOR, TYPE II 6.00 EA-DY

811003 FLAGGER, SUSSEX COUNTY, STATE 408.00 HOUR

811015 FLAGGER, SUSSEX COUNTY, STATE, OVERTIME 72.00 HOUR

817002 PERMANENT PAVEMENT STRIPING, SYMBOL/LEGEND, ALKYD-THERMOPLASTIC 48.00 S.F.

817003 TEMPORARY MARKINGS, PAINT, 4" 18,425.00 L.F.

817004 TEMPORARY MARKINGS, PAINT, SYMBOL/LEGEND 32.00 S.F.

817013 PERMANENT PAVEMENT STRIPING, EPOXY RESIN PAINT, WHITE/YELLOW, 5" 15,555.00 L.F.

908001 TOPSOIL 490.00 TON

908014 PERMANENT GRASS SEEDING, DRY GROUND 5,762.00 S.Y.

Addendum No. 3 January 4, 2019

Tim.Phillips
Cross-Out
Page 9: VIA OVERNIGHT DELIVERY

DELAWARE DEPARTMENT OF TRANSPORTATION

CONTRACT T201806901.01 PAGE 24 OF 53

SOUTH MAINTENANCE CONVERSION ROADS, SOUTH, 2018

LOCATION 2 234(DEEP BRANCH ROAD) FROM S14 (COASTAL HWY) TO S233 (REYNOLDS RD)

LENGTH 393.1920 m 1290.0000 L.F. AADT 669 GENERAL IMPROVEMENTS

2.5" OVERLAY WITH PATCHING

COMMENTS:

MATERIAL ESTIMATE FOR LOCATION 2

301003 GRADED AGGREGATE BASE COURSE, TYPE B 13.00 TON

401005 SUPERPAVE TYPE C, PG 64-22 (CARBONATE STONE) 490.00 TON

401030 SUPERPAVE TYPE B, PG 64-22, PATCHING 4.00 TON

401503 SUPERPAVE TYPE C, PG 64-22 (CARBONATE STONE) 490.00 TON

401696 ENTRANCE, DRIVEWAY, AND INTERSECTING STREET PAVING SURCHARGE 10.00 TON

402000 BITUMINOUS CONCRETE PATCHING 60.00 SY-IN

762000 SAW CUTTING, BITUMINOUS CONCRETE 42.00 L.F.

762004 BUTT JOINTS 284.00 S.Y.

808002 FURNISH AND MAINTAIN TRUCK MOUNTED ATTENUATOR, TYPE II 2.00 EA-DY

811003 FLAGGER, SUSSEX COUNTY, STATE 136.00 HOUR

811015 FLAGGER, SUSSEX COUNTY, STATE, OVERTIME 24.00 HOUR

817002 PERMANENT PAVEMENT STRIPING, SYMBOL/LEGEND, ALKYD-THERMOPLASTIC 16.00 S.F.

817013 PERMANENT PAVEMENT STRIPING, EPOXY RESIN PAINT, WHITE/YELLOW, 5" 645.00 L.F.

908001 TOPSOIL 61.00 TON

908014 PERMANENT GRASS SEEDING, DRY GROUND 717.00 S.Y.

Addendum No. 3 January 4, 2019

Tim.Phillips
Cross-Out
Page 10: VIA OVERNIGHT DELIVERY

DELAWARE DEPARTMENT OF TRANSPORTATION

CONTRACT T201806901.01 PAGE 26 OF 53

SOUTH MAINTENANCE CONVERSION ROADS, SOUTH, 2018

LOCATION 4 308(CORDREY ROAD) FROM S309 (WILLIAM STREET RD) TO S310 (STREETS RD)

LENGTH 1190.2440 m 3905.0000 L.F. AADT 673 GENERAL IMPROVEMENTS

2" OVERLAY WITH PATCHING

COMMENTS:

MATERIAL ESTIMATE FOR LOCATION 4

301003 GRADED AGGREGATE BASE COURSE, TYPE B 33.00 TON

401005 SUPERPAVE TYPE C, PG 64-22 (CARBONATE STONE) 1,175.00 TON

401030 SUPERPAVE TYPE B, PG 64-22, PATCHING 27.00 TON

401503 SUPERPAVE TYPE C, PG 64-22 (CARBONATE STONE) 1,175.00 TON

401696 ENTRANCE, DRIVEWAY, AND INTERSECTING STREET PAVING SURCHARGE 20.00 TON

402000 BITUMINOUS CONCRETE PATCHING 466.00 SY-IN

762000 SAW CUTTING, BITUMINOUS CONCRETE 294.00 L.F.

762004 BUTT JOINTS 434.00 S.Y.

808002 FURNISH AND MAINTAIN TRUCK MOUNTED ATTENUATOR, TYPE II 3.00 EA-DY

811003 FLAGGER, SUSSEX COUNTY, STATE 170.00 HOUR

811015 FLAGGER, SUSSEX COUNTY, STATE, OVERTIME 30.00 HOUR

817002 PERMANENT PAVEMENT STRIPING, SYMBOL/LEGEND, ALKYD-THERMOPLASTIC 16.00 S.F.

817013 PERMANENT PAVEMENT STRIPING, EPOXY RESIN PAINT, WHITE/YELLOW, 5" 5,858.00 L.F.

908001 TOPSOIL 120.00 TON

908014 PERMANENT GRASS SEEDING, DRY GROUND 1,736.00 S.Y.

Addendum No. 3 January 4, 2019

Tim.Phillips
Cross-Out
Page 11: VIA OVERNIGHT DELIVERY

DELAWARE DEPARTMENT OF TRANSPORTATION

CONTRACT T201806901.01 PAGE 28 OF 53

SOUTH MAINTENANCE CONVERSION ROADS, SOUTH, 2018

LOCATION 6 327(DOGWOOD ACRES ROAD) FROM S26 (VINES CREEK RD) TO S341 (FALLING POINT RD)

LENGTH 780.2880 m 2560.0000 L.F. AADT 731 GENERAL IMPROVEMENTS

2" OVERLAY WITH WEDGING

COMMENTS:

MATERIAL ESTIMATE FOR LOCATION 6

209010 BORROW, TYPE F 148.00 TON

301003 GRADED AGGREGATE BASE COURSE, TYPE B 7.00 TON

401005 SUPERPAVE TYPE C, PG 64-22 (CARBONATE STONE) 749.00 TON

401037 SUPERPAVE TYPE B, PG 64-22, WEDGE 583.00 TON

401503 SUPERPAVE TYPE C, PG 64-22 (CARBONATE STONE) 749.00 TON

762004 BUTT JOINTS 374.00 S.Y.

808002 FURNISH AND MAINTAIN TRUCK MOUNTED ATTENUATOR, TYPE II 3.00 EA-DY

811003 FLAGGER, SUSSEX COUNTY, STATE 170.00 HOUR

811015 FLAGGER, SUSSEX COUNTY, STATE, OVERTIME 30.00 HOUR

817002 PERMANENT PAVEMENT STRIPING, SYMBOL/LEGEND, ALKYD-THERMOPLASTIC 32.00 S.F.

817013 PERMANENT PAVEMENT STRIPING, EPOXY RESIN PAINT, WHITE/YELLOW, 5" 1,280.00 L.F.

908001 TOPSOIL 118.00 TON

908014 PERMANENT GRASS SEEDING, DRY GROUND 1,707.00 S.Y.

Addendum No. 3 January 4, 2019

Tim.Phillips
Cross-Out
Page 12: VIA OVERNIGHT DELIVERY

DELAWARE DEPARTMENT OF TRANSPORTATION

CONTRACT T201806901.01 PAGE 29 OF 53

SOUTH MAINTENANCE CONVERSION ROADS, SOUTH, 2018

LOCATION 7 346(HOLTS LANDING ROAD) FROM S347 (WHITES NECK RD) TO GATE AT DNREC PROPERTY

LENGTH 1508.7600 m 4950.0000 L.F. AADT 1683 GENERAL IMPROVEMENTS

2" OVERLAY WITH PATCHING

COMMENTS:

MATERIAL ESTIMATE FOR LOCATION 7

301003 GRADED AGGREGATE BASE COURSE, TYPE B 10.00 TON

401005 SUPERPAVE TYPE C, PG 64-22 (CARBONATE STONE) 1,254.00 TON

401030 SUPERPAVE TYPE B, PG 64-22, PATCHING 9.00 TON

401503 SUPERPAVE TYPE C, PG 64-22 (CARBONATE STONE) 1,254.00 TON

401696 ENTRANCE, DRIVEWAY, AND INTERSECTING STREET PAVING SURCHARGE 10.00 TON

402000 BITUMINOUS CONCRETE PATCHING 140.00 SY-IN

762000 SAW CUTTING, BITUMINOUS CONCRETE 81.00 L.F.

762004 BUTT JOINTS 239.00 S.Y.

808002 FURNISH AND MAINTAIN TRUCK MOUNTED ATTENUATOR, TYPE II 2.00 EA-DY

811003 FLAGGER, SUSSEX COUNTY, STATE 136.00 HOUR

811015 FLAGGER, SUSSEX COUNTY, STATE, OVERTIME 24.00 HOUR

817002 PERMANENT PAVEMENT STRIPING, SYMBOL/LEGEND, ALKYD-THERMOPLASTIC 16.00 S.F.

817003 TEMPORARY MARKINGS, PAINT, 4" 3,802.00 L.F.

817004 TEMPORARY MARKINGS, PAINT, SYMBOL/LEGEND 16.00 S.F.

817013 PERMANENT PAVEMENT STRIPING, EPOXY RESIN PAINT, WHITE/YELLOW, 5" 4,950.00 L.F.

908001 TOPSOIL 152.00 TON

908014 PERMANENT GRASS SEEDING, DRY GROUND 2,200.00 S.Y.

Addendum No. 3 January 4, 2019

Tim.Phillips
Cross-Out
Page 13: VIA OVERNIGHT DELIVERY

DELAWARE DEPARTMENT OF TRANSPORTATION

CONTRACT T201806901.01 PAGE 35 OF 53

SOUTH MAINTENANCE CONVERSION ROADS, SOUTH, 2018

LOCATION 11 380A(CLIFF ROAD) FROM S60 (CRPRESS RD) TO S380 (PARKER RD) LENGTH 266.7000 m 875.0000 L.F. AADT 386 GENERAL IMPROVEMENTS

2" OVERLAY

COMMENTS:

MATERIAL ESTIMATE FOR LOCATION 11

301003 GRADED AGGREGATE BASE COURSE, TYPE B 1.00 TON

401005 SUPERPAVE TYPE C, PG 64-22 (CARBONATE STONE) 270.00 TON

401503 SUPERPAVE TYPE C, PG 64-22 (CARBONATE STONE) 270.00 TON

401696 ENTRANCE, DRIVEWAY, AND INTERSECTING STREET PAVING SURCHARGE 30.00 TON

762004 BUTT JOINTS 127.00 S.Y.

808002 FURNISH AND MAINTAIN TRUCK MOUNTED ATTENUATOR, TYPE II 1.00 EA-DY

811003 FLAGGER, SUSSEX COUNTY, STATE 68.00 HOUR

811015 FLAGGER, SUSSEX COUNTY, STATE, OVERTIME 12.00 HOUR

817002 PERMANENT PAVEMENT STRIPING, SYMBOL/LEGEND, ALKYD-THERMOPLASTIC 16.00 S.F.

817013 PERMANENT PAVEMENT STRIPING, EPOXY RESIN PAINT, WHITE/YELLOW, 5" 1,750.00 L.F.

908001 TOPSOIL 27.00 TON

908014 PERMANENT GRASS SEEDING, DRY GROUND 389.00 S.Y.

Addendum No. 3 January 4, 2019

Tim.Phillips
Cross-Out
Page 14: VIA OVERNIGHT DELIVERY

DELAWARE DEPARTMENT OF TRANSPORTATION

CONTRACT T201806901.01 PAGE 36 OF 53

SOUTH MAINTENANCE CONVERSION ROADS, SOUTH, 2018

LOCATION 12 386(POLLY BRANCH ROAD) FROM S52 (LIGHTHOUSE RD) TO S376 (MAIN ST) LENGTH 3781.0440 m 12405.0000 L.F. AADT 912 GENERAL IMPROVEMENTS

2" OVERLAY WITH PARTIAL MILLING, WEDGING, PIPE REPLACEMENTS AND CURB RAMPS

COMMENTS: DETOUR REQUIRED FOR PIPE REPLACEMENT. SEE DETOUR PLAN IN CONTRACT PACKAGE.

MATERIAL ESTIMATE FOR LOCATION 12

209010 BORROW, TYPE F 165.00 TON

211000 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 1.00 L.S.

211001 REMOVAL OF PORTLAND CEMENT CONCRETE PAVEMENT, CURB AND SIDEWALK 17.00 S.Y.

301003 GRADED AGGREGATE BASE COURSE, TYPE B 220.00 TON

401005 SUPERPAVE TYPE C, PG 64-22 (CARBONATE STONE) 3,595.00 TON

401030 SUPERPAVE TYPE B, PG 64-22, PATCHING 90.00 TON

401037 SUPERPAVE TYPE B, PG 64-22, WEDGE 1,081.00 TON

401503 SUPERPAVE TYPE C, PG 64-22 (CARBONATE STONE) 3,595.00 TON

401696 ENTRANCE, DRIVEWAY, AND INTERSECTING STREET PAVING SURCHARGE 54.00 TON

402000 BITUMINOUS CONCRETE PATCHING 1,554.00 SY-IN

601032 REINFORCED CONCRETE PIPE, 15", CLASS IV 112.00 L.F.

601035 REINFORCED CONCRETE PIPE, 24", CLASS IV 122.00 L.F.

602130 ADJUSTING AND REPAIRING EXISTING DRAINAGE INLET 2.00 EACH

602132 ADJUSTING AND REPAIRING EXISTING MANHOLE 10.00 EACH

705007 SIDEWALK SURFACE DETECTABLE WARNING SYSTEM 20.00 S.F.

705008 PEDESTRIAN CONNECTION, TYPE 1 150.00 S.F.

710002 ADJUST WATER VALVE BOXES 3.00 EACH

760010 PAVEMENT MILLING, BITUMINOUS CONCRETE PAVEMENT 8,000.00 SY-IN

762000 SAW CUTTING, BITUMINOUS CONCRETE 725.00 L.F.

762001 SAW CUTTING, CONCRETE, FULL DEPTH 10.00 L.F.

762004 BUTT JOINTS 1,419.00 S.Y.

808002 FURNISH AND MAINTAIN TRUCK MOUNTED ATTENUATOR, TYPE II 12.00 EA-DY

811003 FLAGGER, SUSSEX COUNTY, STATE 680.00 HOUR

811015 FLAGGER, SUSSEX COUNTY, STATE, OVERTIME 120.00 HOUR

Addendum No. 3 January 4, 2019

Tim.Phillips
Cross-Out
Page 15: VIA OVERNIGHT DELIVERY

DELAWARE DEPARTMENT OF TRANSPORTATION CONTRACT T201806901.01 PAGE 37 OF 53 SOUTH MAINTENANCE CONVERSION ROADS, SOUTH, 2018

LOCATION 12 386(POLLY BRANCH ROAD) FROM S52 (LIGHTHOUSE RD) TO S376 (MAIN ST) LENGTH 3781.0440 m 12405.0000 L.F. AADT 912 GENERAL IMPROVEMENTS 2" OVERLAY WITH PARTIAL MILLING, WEDGING, PIPE REPLACEMENTS AND CURB RAMPS

COMMENTS: DETOUR REQUIRED FOR PIPE REPLACEMENT. SEE DETOUR PLAN IN CONTRACT PACKAGE.

MATERIAL ESTIMATE FOR LOCATION 12

 

817002 PERMANENT PAVEMENT STRIPING, SYMBOL/LEGEND, ALKYD-THERMOPLASTIC 134.00 S.F.

817003 TEMPORARY MARKINGS, PAINT, 4" 13,200.00 L.F.

817004 TEMPORARY MARKINGS, PAINT, SYMBOL/LEGEND 64.00 S.F.

817013 PERMANENT PAVEMENT STRIPING, EPOXY RESIN PAINT, WHITE/YELLOW, 5" 21,708.00 L.F.

908001 TOPSOIL 424.00 TON

908014 PERMANENT GRASS SEEDING, DRY GROUND 6,147.00 S.Y.

Addendum No. 3 January 4, 2019

Page 16: VIA OVERNIGHT DELIVERY

DELAWARE DEPARTMENT OF TRANSPORTATION

CONTRACT T201806901.01 PAGE 42 OF 53

SOUTH MAINTENANCE CONVERSION ROADS, SOUTH, 2018

LOCATION 14 447(JOHNSON ROAD) FROM S62 (E TRAP POND RD) TO S446 (BEAVER DAM BRANCH RD)

LENGTH 4288.5360 m 14070.0000 L.F. AADT 706 GENERAL IMPROVEMENTS

2" OVERLAY WITH WEDGING AND PATCHING

COMMENTS:

MATERIAL ESTIMATE FOR LOCATION 14

209010 BORROW, TYPE F 460.00 TON

301003 GRADED AGGREGATE BASE COURSE, TYPE B 60.00 TON

401005 SUPERPAVE TYPE C, PG 64-22 (CARBONATE STONE) 3,875.00 TON

401030 SUPERPAVE TYPE B, PG 64-22, PATCHING 10.00 TON

401037 SUPERPAVE TYPE B, PG 64-22, WEDGE 1,810.00 TON

401503 SUPERPAVE TYPE C, PG 64-22 (CARBONATE STONE) 3,875.00 TON

401696 ENTRANCE, DRIVEWAY, AND INTERSECTING STREET PAVING SURCHARGE 75.00 TON

402000 BITUMINOUS CONCRETE PATCHING 170.00 SY-IN

762000 SAW CUTTING, BITUMINOUS CONCRETE 90.00 L.F.

762004 BUTT JOINTS 1,284.00 S.Y.

808002 FURNISH AND MAINTAIN TRUCK MOUNTED ATTENUATOR, TYPE II 8.00 EA-DY

811003 FLAGGER, SUSSEX COUNTY, STATE 544.00 HOUR

811015 FLAGGER, SUSSEX COUNTY, STATE, OVERTIME 96.00 HOUR

817002 PERMANENT PAVEMENT STRIPING, SYMBOL/LEGEND, ALKYD-THERMOPLASTIC 64.00 S.F.

817004 TEMPORARY MARKINGS, PAINT, SYMBOL/LEGEND 64.00 S.F.

817013 PERMANENT PAVEMENT STRIPING, EPOXY RESIN PAINT, WHITE/YELLOW, 5" 24,625.00 L.F.

908001 TOPSOIL 552.00 TON

908014 PERMANENT GRASS SEEDING, DRY GROUND 8,020.00 S.Y.

Addendum No. 3 January 4, 2019

Tim.Phillips
Cross-Out
Page 17: VIA OVERNIGHT DELIVERY

DELAWARE DEPARTMENT OF TRANSPORTATION

CONTRACT T201806901.01 PAGE 43 OF 53

SOUTH MAINTENANCE CONVERSION ROADS, SOUTH, 2018

LOCATION 15 467(TAYLOR MILL ROAD) FROM S468 (DISCOUNT LAND RD) TO S479 (FIRE TOWER RD)

LENGTH 1421.8920 m 4665.0000 L.F. AADT 737 GENERAL IMPROVEMENTS

2" OVERLAY WITH WEDGING, PATCHING, AND PIPE REPLACEMENTS

COMMENTS: DETOUR REQUIRED FOR PIPE REPLACEMENT. SEE DETOUR PLAN IN CONTRACT PACKAGE.

MATERIAL ESTIMATE FOR LOCATION 15

209010 BORROW, TYPE F 202.00 TON

211000 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 1.00 L.S.

211001 REMOVAL OF PORTLAND CEMENT CONCRETE PAVEMENT, CURB AND SIDEWALK 9.00 S.Y.

301003 GRADED AGGREGATE BASE COURSE, TYPE B 37.00 TON

401005 SUPERPAVE TYPE C, PG 64-22 (CARBONATE STONE) 1,287.00 TON

401030 SUPERPAVE TYPE B, PG 64-22, PATCHING 4.00 TON

401037 SUPERPAVE TYPE B, PG 64-22, WEDGE 795.00 TON

401503 SUPERPAVE TYPE C, PG 64-22 (CARBONATE STONE) 1,287.00 TON

401696 ENTRANCE, DRIVEWAY, AND INTERSECTING STREET PAVING SURCHARGE 20.00 TON

402000 BITUMINOUS CONCRETE PATCHING 64.00 SY-IN

601032 REINFORCED CONCRETE PIPE, 15", CLASS IV 36.00 L.F.

762000 SAW CUTTING, BITUMINOUS CONCRETE 48.00 L.F.

762001 SAW CUTTING, CONCRETE, FULL DEPTH 26.00 L.F.

762004 BUTT JOINTS 402.00 S.Y.

808002 FURNISH AND MAINTAIN TRUCK MOUNTED ATTENUATOR, TYPE II 3.00 EA-DY

811003 FLAGGER, SUSSEX COUNTY, STATE 238.00 HOUR

811015 FLAGGER, SUSSEX COUNTY, STATE, OVERTIME 42.00 HOUR

817002 PERMANENT PAVEMENT STRIPING, SYMBOL/LEGEND, ALKYD-THERMOPLASTIC 64.00 S.F.

817013 PERMANENT PAVEMENT STRIPING, EPOXY RESIN PAINT, WHITE/YELLOW, 5" 4,665.00 L.F.

908001 TOPSOIL 197.00 TON

908014 PERMANENT GRASS SEEDING, DRY GROUND 2,849.00 S.Y.

Addendum No. 3 January 4, 2019

Tim.Phillips
Cross-Out
Page 18: VIA OVERNIGHT DELIVERY

DELAWARE DEPARTMENT OF TRANSPORTATION

CONTRACT T201806901.01 PAGE 50 OF 53

SOUTH MAINTENANCE CONVERSION ROADS, SOUTH, 2018

LOCATION 19 612(WOODYARD ROAD) FROM S4 (SUSSEX HWY) TO KENT COUNTY LINE LENGTH 1758.6960 m 5770.0000 L.F. AADT 707 GENERAL IMPROVEMENTS

2" OVERLAY WITH WEDGING AND GUARDRAIL

COMMENTS: SEE GUARDRAIL DETAIL IN CONTRACT PACKAGE.

MATERIAL ESTIMATE FOR LOCATION 19

209010 BORROW, TYPE F 158.00 TON

211000 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 1.00 L.S.

211001 REMOVAL OF PORTLAND CEMENT CONCRETE PAVEMENT, CURB AND SIDEWALK 16.00 S.Y.

301003 GRADED AGGREGATE BASE COURSE, TYPE B 30.00 TON

401005 SUPERPAVE TYPE C, PG 64-22 (CARBONATE STONE) 1,679.00 TON

401037 SUPERPAVE TYPE B, PG 64-22, WEDGE 622.00 TON

401503 SUPERPAVE TYPE C, PG 64-22 (CARBONATE STONE) 1,679.00 TON

401696 ENTRANCE, DRIVEWAY, AND INTERSECTING STREET PAVING SURCHARGE 40.00 TON

720026 GUARDRAIL OVER CULVERTS, TYPE 3-31 2.00 EACH

720028 CURVED GUARDRAIL SECTION 37.50 L.F.

721001 GUARDRAIL END TREATMENT, TYPE 1-31, TEST LEVEL 3 2.00 EACH

721007 ENTRANCE SPECIAL END ANCHORAGE 2.00 EACH

762001 SAW CUTTING, CONCRETE, FULL DEPTH 48.00 L.F.

762004 BUTT JOINTS 332.00 S.Y.

808002 FURNISH AND MAINTAIN TRUCK MOUNTED ATTENUATOR, TYPE II 4.00 EA-DY

811003 FLAGGER, SUSSEX COUNTY, STATE 238.00 HOUR

811015 FLAGGER, SUSSEX COUNTY, STATE, OVERTIME 42.00 HOUR

817002 PERMANENT PAVEMENT STRIPING, SYMBOL/LEGEND, ALKYD-THERMOPLASTIC 32.00 S.F.

817003 TEMPORARY MARKINGS, PAINT, 4" 4,357.00 L.F.

817013 PERMANENT PAVEMENT STRIPING, EPOXY RESIN PAINT, WHITE/YELLOW, 5" 8,655.00 L.F.

908001 TOPSOIL 219.00 TON

908014 PERMANENT GRASS SEEDING, DRY GROUND 3,172.00 S.Y.

Addendum No. 3 January 4, 2019

Tim.Phillips
Cross-Out
Page 19: VIA OVERNIGHT DELIVERY

DELAWARE DEPARTMENT OF TRANSPORTATION

CONTRACT T201806901.01 PAGE 52 OF 53

SOUTH MAINTENANCE CONVERSION ROADS, SOUTH, 2018

CONTRACT QUANTITIES SUMMARY SHEET

209010 BORROW, TYPE F 1,547.00 TON

211000 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 1.00 L.S.

211001 REMOVAL OF PORTLAND CEMENT CONCRETE PAVEMENT, CURB AND SIDEWALK 126.00 S.Y.

301003 GRADED AGGREGATE BASE COURSE, TYPE B 907.00 TON

302005 DELAWARE NO. 57 STONE 280.00 TON

401005 SUPERPAVE TYPE C, PG 64-22 (CARBONATE STONE) 18,309.00 36,702.00 TON

401030 SUPERPAVE TYPE B, PG 64-22, PATCHING 316.00 TON

401037 SUPERPAVE TYPE B, PG 64-22, WEDGE 6,515.00 TON

401503 SUPERPAVE TYPE C, PG 64-22 (CARBONATE STONE) 18,393.00 TON

401696 ENTRANCE, DRIVEWAY, AND INTERSECTING STREET PAVING SURCHARGE 798.00 TON

402000 BITUMINOUS CONCRETE PATCHING 5,379.00 SY-IN

601031 REINFORCED CONCRETE PIPE, 12" CLASS IV 48.00 L.F.

601032 REINFORCED CONCRETE PIPE, 15", CLASS IV 358.00 L.F.

601033 REINFORCED CONCRETE PIPE, 18", CLASS IV 46.00 L.F.

601035 REINFORCED CONCRETE PIPE, 24", CLASS IV 167.00 L.F.

601037 REINFORCED CONCRETE PIPE, 30", CLASS IV 192.00 L.F.

601040 REINFORCED CONCRETE PIPE, 42", CLASS IV 50.00 L.F.

602130 ADJUSTING AND REPAIRING EXISTING DRAINAGE INLET 2.00 EACH

602132 ADJUSTING AND REPAIRING EXISTING MANHOLE 10.00 EACH

705007 SIDEWALK SURFACE DETECTABLE WARNING SYSTEM 20.00 S.F.

705008 PEDESTRIAN CONNECTION, TYPE 1 150.00 S.F.

710002 ADJUST WATER VALVE BOXES 3.00 EACH

720021 GALVANIZED STEEL BEAM GUARDRAIL, TYPE 1-31 100.00 L.F.

720026 GUARDRAIL OVER CULVERTS, TYPE 3-31 2.00 EACH

720028 CURVED GUARDRAIL SECTION 56.25 L.F.

720034 GALVANIZED STEEL BEAM GUARDRAIL, TYPE 1-27 37.50 L.F.

721001 GUARDRAIL END TREATMENT, TYPE 1-31, TEST LEVEL 3 5.00 EACH

721002 GUARDRAIL END TREATMENT, TYPE 2-31, TEST LEVEL 2 1.00 EACH

721005 GUARDRAIL END TREATMENT, TYPE 4-27 1.00 EACH

Addendum No. 3 January 4, 2019

Tim.Phillips
Cross-Out
Page 20: VIA OVERNIGHT DELIVERY

DELAWARE DEPARTMENT OF TRANSPORTATION PAGE: 1 SCHEDULE OF ITEMS DATE:

CONTRACT ID: T201806901.01 PROJECT(S): T201806901

All figures must be typewritten. CONTRACTOR :________________________________________________________________ ------------------------------------------------------------------------------- LINE| ITEM | APPROX. | UNIT PRICE | BID AMOUNT NO | DESCRIPTION | QUANTITY |----------------|-------------- | | AND UNITS | DOLLARS | CTS | DOLLARS |CTS -------------------------------------------------------------------------------

SECTION 0001 Category 0001

------------------------------------------------------------------------------- |209010 BORROW, TYPE F | | | 0010| | 1547.000| | | |TON | | ------------------------------------------------------------------------------- |211000 REMOVAL OF | | | 0020|STRUCTURES AND |LUMP |LUMP | |OBSTRUCTIONS | | | ------------------------------------------------------------------------------- |211001 REMOVAL OF | | | 0030|PORTLAND CEMENT CONCRETE | 126.000| | |PAVEMENT, CURB AND |SY | | |SIDEWALK | | | ------------------------------------------------------------------------------- |301003 GRADED AGGREGATE | | | 0040|BASE COURSE, TYPE B | 907.000| | | |TON | | ------------------------------------------------------------------------------- |302005 DELAWARE NO. 57 | | | 0050|STONE | 280.000| | | |TON | | ------------------------------------------------------------------------------- |401005 SUPERPAVE TYPE C, | | | 0060|PG 64-22 (CARBONATE | 18309.000| | |STONE) |TON | | ------------------------------------------------------------------------------- |401030 SUPERPAVE TYPE B, | | | 0070|PG 64-22, PATCHING | 316.000| | | |TON | | ------------------------------------------------------------------------------- |401037 SUPERPAVE TYPE B, | | | 0080|PG 64-22, WEDGE | 6515.000| | | |TON | | ------------------------------------------------------------------------------- |401503 SUPERPAVE TYPE C, | | | 0090|PG 64-22 (CARBONATE | 18393.000| | |STONE) |TON | | -------------------------------------------------------------------------------

Addendum No. 3 January 4, 2019

Page 21: VIA OVERNIGHT DELIVERY

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

CONTRACT ID: T201806901.01 PROJECT(S): T201806901

All figures must be typewritten. CONTRACTOR :________________________________________________________________ ------------------------------------------------------------------------------- LINE| ITEM | APPROX. | UNIT PRICE | BID AMOUNT NO | DESCRIPTION | QUANTITY |----------------|-------------- | | AND UNITS | DOLLARS | CTS | DOLLARS |CTS ------------------------------------------------------------------------------- |401696 ENTRANCE, | | | 0100|DRIVEWAY, AND | 798.000| | |INTERSECTING STREET |TON | | |PAVING SURCHARGE | | | ------------------------------------------------------------------------------- |402000 BITUMINOUS | | | 0110|CONCRETE PATCHING | 5379.000| | | |SYIN | | ------------------------------------------------------------------------------- |601031 REINFORCED | | | 0120|CONCRETE PIPE, 12" CLASS | 48.000| | |IV |LF | | ------------------------------------------------------------------------------- |601032 REINFORCED | | | 0130|CONCRETE PIPE, 15", | 358.000| | |CLASS IV |LF | | ------------------------------------------------------------------------------- |601033 REINFORCED | | | 0140|CONCRETE PIPE, 18", | 46.000| | |CLASS IV |LF | | ------------------------------------------------------------------------------- |601035 REINFORCED | | | 0150|CONCRETE PIPE, 24", | 167.000| | |CLASS IV |LF | | ------------------------------------------------------------------------------- |601037 REINFORCED | | | 0160|CONCRETE PIPE, 30", | 192.000| | |CLASS IV |LF | | ------------------------------------------------------------------------------- |601040 REINFORCED | | | 0170|CONCRETE PIPE, 42", | 50.000| | |CLASS IV |LF | | ------------------------------------------------------------------------------- |602130 ADJUSTING AND | | | 0180|REPAIRING EXISTING | 2.000| | |DRAINAGE INLET |EACH | | ------------------------------------------------------------------------------- |602132 ADJUSTING AND | | | 0190|REPAIRING EXISTING | 10.000| | |MANHOLE |EACH | | -------------------------------------------------------------------------------

Addendum No. 3 January 4, 2019

Page 22: VIA OVERNIGHT DELIVERY

DELAWARE DEPARTMENT OF TRANSPORTATION PAGE: 3 SCHEDULE OF ITEMS DATE:

CONTRACT ID: T201806901.01 PROJECT(S): T201806901

All figures must be typewritten. CONTRACTOR :________________________________________________________________ ------------------------------------------------------------------------------- LINE| ITEM | APPROX. | UNIT PRICE | BID AMOUNT NO | DESCRIPTION | QUANTITY |----------------|-------------- | | AND UNITS | DOLLARS | CTS | DOLLARS |CTS ------------------------------------------------------------------------------- |705007 SIDEWALK SURFACE | | | 0200|DETECTABLE WARNING | 20.000| | |SYSTEM |SF | | ------------------------------------------------------------------------------- |705008 PEDESTRIAN | | | 0210|CONNECTION, TYPE 1 | 150.000| | | |SF | | ------------------------------------------------------------------------------- |710002 ADJUST WATER | | | 0220|VALVE BOXES | 3.000| | | |EACH | | ------------------------------------------------------------------------------- |720021 GALVANIZED STEEL | | | 0230|BEAM GUARDRAIL, TYPE | 100.000| | |1-31 |LF | | ------------------------------------------------------------------------------- |720026 GUARDRAIL OVER | | | 0240|CULVERTS, TYPE 3-31 | 2.000| | | |EACH | | ------------------------------------------------------------------------------- |720028 CURVED GUARDRAIL | | | 0250|SECTION | 56.250| | | |LF | | ------------------------------------------------------------------------------- |720034 GALVANIZED STEEL | | | 0260|BEAM GUARDRAIL, TYPE | 37.500| | |1-27 |LF | | ------------------------------------------------------------------------------- |721001 GUARDRAIL END | | | 0270|TREATMENT, TYPE 1-31, | 5.000| | |TEST LEVEL 3 |EACH | | ------------------------------------------------------------------------------- |721002 GUARDRAIL END | | | 0280|TREATMENT, TYPE 2-31, | 1.000| | |TEST LEVEL 2 |EACH | | ------------------------------------------------------------------------------- |721005 GUARDRAIL END | | | 0290|TREATMENT, TYPE 4-27 | 1.000| | | |EACH | | -------------------------------------------------------------------------------

Addendum No. 3 January 4, 2019

Page 23: VIA OVERNIGHT DELIVERY

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

CONTRACT ID: T201806901.01 PROJECT(S): T201806901

All figures must be typewritten. CONTRACTOR :________________________________________________________________ ------------------------------------------------------------------------------- LINE| ITEM | APPROX. | UNIT PRICE | BID AMOUNT NO | DESCRIPTION | QUANTITY |----------------|-------------- | | AND UNITS | DOLLARS | CTS | DOLLARS |CTS ------------------------------------------------------------------------------- |721007 ENTRANCE SPECIAL | | | 0300|END ANCHORAGE | 3.000| | | |EACH | | ------------------------------------------------------------------------------- |721014 GUARDRAIL TO | | | 0310|BARRIER CONNECTION, | 1.000| | |APPROACH TYPE 1-27 |EACH | | ------------------------------------------------------------------------------- |760010 PAVEMENT MILLING, | | | 0320|BITUMINOUS CONCRETE | 8000.000| | |PAVEMENT |SYIN | | ------------------------------------------------------------------------------- |762000 SAW CUTTING, | | | 0330|BITUMINOUS CONCRETE | 2969.000| | | |LF | | ------------------------------------------------------------------------------- |762001 SAW CUTTING, | | | 0340|CONCRETE, FULL DEPTH | 220.000| | | |LF | | ------------------------------------------------------------------------------- |762004 BUTT JOINTS | | | 0350| | 10257.000| | | |SY | | ------------------------------------------------------------------------------- |763000 INITIAL | | | 0360|EXPENSE/DE-MOBILIZATION |LUMP |LUMP | | | | | ------------------------------------------------------------------------------- |801500 MAINTENANCE OF | | | 0370|TRAFFIC, ALL INCLUSIVE |LUMP |LUMP | | | | | ------------------------------------------------------------------------------- |808002 FURNISH AND | | | 0380|MAINTAIN TRUCK MOUNTED | 93.000| | |ATTENUATOR, TYPE II |EADY | | ------------------------------------------------------------------------------- |811003 FLAGGER, SUSSEX | | | 0390|COUNTY, STATE | 5508.000| | | |HOUR | | -------------------------------------------------------------------------------

Addendum No. 3 January 4, 2019

Page 24: VIA OVERNIGHT DELIVERY

DELAWARE DEPARTMENT OF TRANSPORTATION PAGE: 5 SCHEDULE OF ITEMS DATE:

CONTRACT ID: T201806901.01 PROJECT(S): T201806901

All figures must be typewritten. CONTRACTOR :________________________________________________________________ ------------------------------------------------------------------------------- LINE| ITEM | APPROX. | UNIT PRICE | BID AMOUNT NO | DESCRIPTION | QUANTITY |----------------|-------------- | | AND UNITS | DOLLARS | CTS | DOLLARS |CTS ------------------------------------------------------------------------------- |811015 FLAGGER, SUSSEX | | | 0400|COUNTY, STATE, OVERTIME | 972.000| | | |HOUR | | ------------------------------------------------------------------------------- |817002 PERMANENT | | | 0410|PAVEMENT STRIPING, | 758.000| | |SYMBOL/LEGEND, |SF | | |ALKYD-THERMOPLASTIC | | | ------------------------------------------------------------------------------- |817003 TEMPORARY | | | 0420|MARKINGS, PAINT, 4" | 42221.000| | | |LF | | ------------------------------------------------------------------------------- |817004 TEMPORARY | | | 0430|MARKINGS, PAINT, | 304.000| | |SYMBOL/LEGEND |SF | | ------------------------------------------------------------------------------- |817013 PERMANENT | | | 0440|PAVEMENT STRIPING, EPOXY | 143544.000| | |RESIN PAINT, |LF | | |WHITE/YELLOW, 5" | | | ------------------------------------------------------------------------------- |908001 TOPSOIL | | | 0450| | 4565.000| | | |TON | | ------------------------------------------------------------------------------- |908014 PERMANENT GRASS | | | 0460|SEEDING, DRY GROUND | 62119.000| | | |SY | | ------------------------------------------------------------------------------- | | | SECTION 0001 TOTAL | ------------------------------------------------------------------------------- | | | TOTAL BID | -------------------------------------------------------------------------------

Addendum No. 3 January 4, 2019