Renewable Water Resources Greenville, South Carolina. CONTRACT DOCUMENTS Reedy River Basin Sewer Tunnel ADDENDUM III - CONTRACT REVISIONS.

Similar documents
Renewable Water Resources Greenville, South Carolina. CONTRACT DOCUMENTS Reedy River Basin Sewer Tunnel ADDENDUM IV - CONTRACT REVISIONS.

Section Meetings Section Material and Equipment. None Required

10930 W. Sam Houston Parkway N., Suite 900

CHARLES COUNTY GOVERNMENT ITB NO ST. MARK S PUMP STATION UPGRADE

Answer: Qualification statement should be provided with the bid.

ADDENDUM NO. 3 PROJECT: COURTLAND PUMP STATION CONTRACT: IFB NO COM.00030

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT FORMAL INVITATION FOR BIDS ANNUAL CONTRACT FOR WELL MAINTENANCE SERVICES ADDENDUM NO.

PORT OF ST. HELENS SCAPPOOSE INDUSTRIAL AIRPARK PARALLEL TAXIWAY B RELOCATON AIP PROJECT ADDENDUM NO. 1

November 16, 2017 BOARD OF COUNTY COMMISSIONERS ORANGE COUNTY, FLORIDA. Y CH / Addendum #6 SHERRY DRIVE BRIDGE REPLACEMENT

SECTION SUBMITTAL PROCEDURES

SECTION 2 GENERAL REQUIREMENTS

CITY OF MORRO BAY / CAYUCOS SANITARY DISTRICT

SANITARY SEWER SYSTEM ADMINISTRATIVE STANDARDS A.1 SANITARY SEWER SYSTEM PLAN SUBMITTAL PROCEDURES AND GENERAL REQUIREMENTS

Immediately following the Committee of the Whole meeting Mukwonago Municipal Building/Board Room, 440 River Crest Court

City of Waltham Purchasing Department Waltham, Massachusetts ADDENDUM NO. 2

SECTION ADMINISTRATIVE REQUIREMENTS SECTION ADMINISTRATIVE REQUIREMENTS

Town of Skowhegan Application For Development Review

A. This section specifies procedural requirements for Shop Drawings, product data, samples, and other miscellaneous Work-related submittals.

JEFFERSON LAB TECHNICAL ENGINEERING & DEVELOPMENT FACILITY (TEDF ONE) Newport News, Virginia

SECTION CONTRACTOR SUBMITTALS. A. All submittals by the CONTRACTOR shall be submitted to the ENGINEER.

SECTION SUBMITTAL PROCEDURES PART 1 - GENERAL 1.1 RELATED DOCUMENTS

Taylor County July 2011 SECTION SHOP DRAWINGS, WORKING DRAWINGS AND SAMPLES

Proposal PROJECT MANUAL P R O P E R T Y M A N A G E M E N T F A L L O N C O U N T Y. Baker, MT P.O. Box 846

SAN FRANCISCO UNIFIED SCHOOL DISTRICT 2011 PROPOSITION A BOND PROGRAM Miraloma ES & Sunnyside ES Green Schoolyard ADDENDUM NO. 1

SECTION STRUCTURAL STEEL. A. PART A and DIVISION 1 of PART B are hereby made a part of this SECTION.

SECTION SCHEDULE OF VALUES PART 1 - GENERAL 1.1 THE REQUIREMENT A. This Section defines the process whereby the Schedule of Values (Lump Sum

SECTION SHOP DRAWINGS, PRODUCT DATA, AND SAMPLES

A. Action Submittals: Written and graphic information that requires Engineer's responsive action.

SECTION SUBMITTALS. A. PART A and DIVISION 1 of PART B are hereby made a part of this SECTION.

BID TABULATION SUMMARY Project: CONTRACT 3 SANITARY SEWER REPLACEMENTS Bid Date: Wednesday, January 10, :00 PM

September 6, 2018 CITY OF BERKELEY SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO C ADDENDUM NO.

A. Action Submittals: Written and graphic information that requires Architect's responsive action.

REGIONAL TRANSIT AUTHORITY PUBLIC NOTICE. IFB Rail Expansion (Streetcar) Rampart Street. Addendum IV

INDEX OF SPECIFICATIONS SECTION F SPECIAL CONDITIONS DIVISION 1 - GENERAL REQUIREMENTS:

SITE PLAN Application Packet (Required For All Non-Residential Development Projects)

Anticipated schedule, Page 2. Change the Contract Term from 635 Days to be 1,127 Days.

SECTION SUBMITTAL PROCEDURES

State College Area School District

List of Figures. List of Forms

Addendum #1 - Bid Package #

CITY OF LOMPOC DEVELOPMENT ASSISTANCE BROCHURE ENCROACHMENT PERMITS AND PUBLIC IMPROVEMENT PLANS

ADDENDUM No. 1. ITB No Northside Interceptor Condition Assessment. Due: February 1, 2018 at 10:00 A.M. (Local Time)

Guidelines and Checklist For SAWS Sanitary Sewer. Developmental Engineering Division

1. Land survey Work. 2. Civil and Structural engineering services.

Valley Road Main Replacement

East Central College

Architectural Design Process

REQUEST FOR PROPOSALS

Standard Specifications

RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY P.O. Box East Shore Road Jamestown, Rhode Island Invitation to Bid Request for Proposals

SECTION A. RFI: Request from Contractor seeking interpretation, information, or clarification of the Contract Documents.

SECTION PROJECT MANAGEMENT AND COORDINATION

December 31, 2015 A. THE BID OPENING DATE IS UNCHANGED. B. Questions, Additions, and Deletions

ADDENDUM NO. 1 TO THE CONTRACT DOCUMENTS AND SPECIFICATIONS DATED JULY 2017 FLORIDA GOVERNMENTAL UTILITY AUTHORITY PROJECT NO.

GRICE-TRIVERS JOINT VENTURE ARCHITECTS PAGE 1 PROJECT NO

PROJECT TITLE PROJECT NO: CONTRACT TITLE UNIVERSITY OF CALIFORNIA, DAVIS CITY, CALIFORNIA

SECTION SUBMITTALS PART 1 - GENERAL 1.01 RELATED DOCUMENTS

UCCS University Hall Fire Sprinkler System Upgrade March 1, 2011 RTA SECTION SUBMITTAL PROCEDURES PART 1 - GENERAL

A. Section includes administrative provisions for coordinating construction operations on Project including, but not limited to, the following:

SAUSALITO-MARIN CITY SANITARY DISTRICT MISCELLANEOUS UPGRADES PROJECT. Addendum No. 2

CITY OF BEVERLY HILLS Department of Public Works and Transportation Civil Engineering Division STORM DRAIN IMPROVEMENT PLAN REVIEW CHECKLIST

INVITATION TO BID. * EA Mounted) 24 Detector Card (NEMA TS-2) * EA 25 Concrete Curb Ramp *848 5 EA

CONVEYANCE PIPELINE AND PUMP STATION

CITY OF LA MARQUE CHAPTER GRAPHIC REQUIREMENTS CONSTRUCTION PLAN AND MISCELLANEOUS REQUIREMENTS

MISSISSIPPI STATE UNIVERSITY Office of Planning Design and Construction Administration

June 10, 2014 BOARD OF COUNTY COMMISSIONERS ORANGE COUNTY, FLORIDA

CHAPTER 11 PRELIMINARY SITE PLAN APPROVAL PROCESS

.1 Applicability: These criteria shall be applied as follows:

Working Drawing Manual

Product Guide Verizon Delaware LLC. Section 31 Delaware LLC Original Sheet 1. Connection With Certain Facilities of Others

ADDENDUM # 01. Date: March 16, District- Wide Grease Trap Pumping Services. RFQ Number:

SECTION ADMINISTRATIVE REQUIREMENTS

HUSSEY GAY BELL SAVANNAH, GEORGIA

SECTION 58 PRECAST CONCRETE BOX CULVERT. This work consists of furnishing and installing Pre-cast Concrete Box Culverts.

SECTION CONSTRUCTION PHOTOGRAPHS AND VIDEO RECORDING

SECTION SUBMITTAL PROCEDURES

SECTION 100 PRELIMINARY CONSIDERATIONS & INSTRUCTIONS

JUNE 27, 2016 ADDENDUM NO. 1 TO THE CONTRACT DOCUMENTS SYRACUSE HANCOCK INTERNATIONAL AIRPORT CULVERT REPLACEMENT FOR RUNWAY 28 APPROACH ACCESS ROAD

MEDICINE LICENSE TO PUBLISH

Technology transactions and outsourcing deals: a practitioner s perspective. Michel Jaccard

TCC/SHORE TRANSIT BUS MAINTENANCE FACILITY - PHASE II

B422 - PRECAST REINFORCED CONCRETE BOX CULVERTS AND BOX SEWERS - OPSS 422

SECTION SUBMITTAL PROCEDURES

NORTHWESTERN UNIVERSITY PROJECT NAME JOB # ISSUED: 03/29/2017

COMMERCIAL / INDUSTRIAL APPLICATION FOR PLAN EXAMINATION AND BUILDING PERMIT

PROCEDURE FOR PROCESSING WORKING DRAWINGS

SPECIFICATIONS FOR THE INSTALLATION OF CONDUIT SYSTEMS IN RESIDENTIAL SUBDIVISIONS. Notification of Completed Conduit Sections

2016 CDM Smith All Rights Reserved July 2016 SECTION PROJECT MEETINGS

STATE OF OHIO DEPARTMENT OF TRANSPORTATION SUPPLEMENT 1073 PRECAST CONCRETE CERTIFICATION PROGRAM JULY 20, 2018

SECTION SHOP DRAWINGS, PRODUCT DATA, AND SAMPLES

CITY OF BAYTOWN CENTRAL DISTRICT WASTEWATER TREATMENT PLANT GRIT, SECURITY, AND SCADA IMPROVEMENTS SCOPE OF SERVICES

KINGS COUNTY JAIL EXPANSION PHASE III COUNTY OF KINGS

2. What are the estimated volumes for the Residuum Harvesting See response to Question 1

SUBMITTAL PROCEDURES

835 Gil Harbin Industrial Blvd Valdosta, GA 31601

StormTrap Guide Specification. StormTrap SingleTrap on Pad Foundation Groundwater BELOW Invert Revised 11/21/18

StormTrap Guide Specification. StormTrap 2 SingleTrap on Aggregate Foundation Groundwater BELOW Invert Revised 11/30/17

ACWWA DRAWING SUBMITTAL INFORMATION - UTILITY DRAWING REQUIREMENTS

ADDENDUM NO. 2. Furnace Bridge - Installation. Essex County, NY. July 29, 2015

MTJ Outdoor Baggage Claim

Transcription:

Renewable Water Resources Greenville, South Carolina CONTRACT DOCUMENTS ADDENDUM III - CONTRACT REVISIONS Prepared by Black & Veatch Corporation Greenville, South Carolina B&V Project No. 192263 September 22, 2017

Renewable Water Resources CONTRACT DOCUMENTS ADDENDUM III - CONTRACT REVISIONS A. SCOPE. This is an attachment to the Addendum III Reedy River Basin Sewer Tunnel RFB and consists of pages ADIII-1 through ADIII- 5. This Addendum III covers the following additions and changes to the Project Manual and Drawings and also consists of the following attachments: Specification Section 00400 BID FORM (9 pages) (Pages ADIII-6 through ADIII-14). Revised Drawings Y02, Y03, Y04, Y06, C11, C13, C14, C15, C17, C20, S02, S06, S07, S13. B. PROJECT MANUAL. 1. Section 00020 INVITATION TO BID. Page 1. Paragraph 1. Delete October 5, 2017 and replace with October 17, 2017. Page 3. Paragraph 4. To clarify proper corporate names, please delete the bulleted list below this Paragraph in its entirety and replace with the following list. There are no changes to the list of prequalified bidders. Guy F. Atkinson Construction, LLC Jay Dee Contractors, Inc. McNally Tunneling Corporation Michels Corporation SAK Construction, LLC Super Excavators/CMCRA, A Joint Venture Traylor/Bradshaw, Joint Venture Triad McNally Joint Venture Renewable Water Resources ADIII-1 B&V Project No. 192263

2. Section 00100 INSTRUCTION TO BIDDERS. Page 10. Paragraph 12.04. Delete bullet point h that begins with Full description of tunnel excavation methods for all in its entirety. Delete bullet point i that begins with Full description of tunnel excavation methods, support in its entirety. 3. Section 00400 BID FORM. Delete this Section in its entirety and insert the attached revised Section 00400 BID FORM. 4. Section 00800 SUPPLEMENTARY CONDITIONS. Page 16. Article SC-6.03. Contractors Insurance. Add the following to the end of the list of additional insureds: Windsor/Aughtry Company, Inc. (Tax Map No. 0058000300800) 301 River Street, Greenville, SC 29601 District West Apartments (Tax Map No. 0057000200500) 101 Reedy View Drive, Greenville, SC 29601 McBee Station Greenville, LLC (Tax Map No. 0062000200203) 27 Station Court, Greenville, SC 29601 Page 23. Delete Add the following paragraphs after Paragraph 6.09C. and replace with Add the following paragraphs after Paragraph 7.10.C. Page 26. Paragraph F. Work in Confined Spaces. Delete Paragraph 7.10.F. that begins Work in Confined Spaces in its entirety. 5. Section 01025 PROGRESS PAYMENT PROCEDURES. Page 4. Replace Paragraph 4.11. Drop Shaft Welded Wire Fabric., with the following: 4.11. Drop Shaft Welded Wire Fabric. Payment for the Drop Shaft welded wire fabric shall be made on the basis of the square foot unit price established in the Bid. Measurement for payment for pattern rock dowels required to attach the welded wire fabric will be made under the Renewable Water Resources ADIII-2 B&V Project No. 192263

appropriate Bid item. The unit price for welded wire fabric includes all other costs associated with furnishing and installing this rock support. Page 5. Replace Paragraph 4.19. Access Shaft Welded Wire Fabric, with the following: 4.19. Access Shaft Welded Wire Fabric. Payment for the Access Shaft welded wire fabric shall be made on the basis of the square foot unit price established in the Bid. Measurement for payment for pattern rock dowels required to attach the welded wire fabric will be made under the appropriate Bid item. The unit price for welded wire fabric includes all other costs associated with furnishing and installing this rock support. 6. Section 02050 DEMOLITION. Page 2. Paragraph 3-1.01. Structure Demolition. In the first subparagraph, delete the sentence, See Paragraph 3-2.02, brick façade shall be salvaged. 7. Section 02120 GEOTECHNICAL INSTRUMENTATION. Page 1. Paragraph 1-2. RELATED SECTIONS. Delete the last sentence of this Section that begins with Geotechnical instrumentation in its entirety. 8. Section 04200 MASONRY. Page 3. Paragraph 1-6. BRICK ALLOWANCE. In the first sentence, delete District West Apartments and replace with Sarkis Studio. C. PROJECT DRAWINGS. 1. Drawing Y02 Demolition Plan, Drop Shaft and Upstream Connections. Delete Drawing Y02 in its entirety and replace with the attached Drawing Y02 to reflect revisions to the alignment of the 42-inch piping at Hudson Street. 2. Drawing Y03 Site Plan, Access Shaft and Downstream Connections. Delete Drawing Y03 in its entirety and replace with the attached Drawing Y03 to reflect grade lines adjacent to the Access Shaft Site. 3. Drawing Y04 Site Plan, Drop Shaft and Upstream Connections. Delete Drawing Y04 in its entirety and replace with the attached Drawing Y04 to reflect revisions to the alignment of the 42-inch piping at Hudson Street. Renewable Water Resources ADIII-3 B&V Project No. 192263

4. Drawing Y06 Restoration Plan, Drop Shaft and Upstream Connections. Delete Drawing Y06 in its entirety and replace with the attached Drawing Y06 to reflect revisions to the alignment of the 42-inch piping at Hudson Street. 5. Drawing C11 Plan and Profile, Drop Shaft and Upstream Connections. Delete Drawing C11 in its entirety and replace with the attached Drawing C11 to reflect revisions to the alignment of the 42-inch piping at Hudson Street. 6. Drawing C13 MH 590A - Junction Box, Plan and Sections. Delete Drawing C13 in its entirety and replace with the attached Drawing C13 to reflect revisions to the Junction Box base slab. 7. Drawing C14 MH 400C-219B - Diversion and Screening Structure, Plan and Sections. Delete Drawing C14 in its entirety and replace with the attached Drawing C14 to reflect revisions to the Diversion Structure base slab. 8. Drawing C15 MH 400C-219B - Diversion and Screening Structure, Sections and Details. Delete Drawing C15 in its entirety and replace with the attached Drawing C15 to reflect revisions to the Diversion Structure base slab. 9. Drawing C17 Miscellaneous Details (2 of 4). Delete Drawing C17 in its entirety and replace with the attached Drawing C17 to reflect revisions to the Doghouse Vault base slab. 10. Drawing C19 Miscellaneous Details (4 of 4). Detail A/C19. Rename callout bubble for RIP RAP from A/- to D/-. Rename callout for STONE RIP-RAP DETAIL from A to D. Add the following detail as new Detail C : Renewable Water Resources ADIII-4 B&V Project No. 192263

11. Drawing C20 Diversion and Screening Structure - 3D Views and Renderings. Delete Drawing C20 in its entirety and replace with the attached Drawing C20 to reflect revisions to the Diversion Structure base slab. 12. Drawing S02 Shaft Design, Access Shaft Connection (1 of 2). Delete Drawing S02 in its entirety and replace with the attached Drawing S02 to reflect revisions to the Access Shaft base slab. 13. Drawing S06 MH 590A - Junction Box, Plans and Sections. Delete Drawing S06 in its entirety and replace with the attached Drawing S06 to reflect revisions to the Junction Box base slab. 14. Drawing S13 Doghouse Vault Manhole Plans and Sections. Delete Drawing S13 in its entirety and replace with the attached Drawing S13 to reflect revisions to the Doghouse Vault base slab. D. ACKNOWLEDGMENT BY BIDDER. Each Bidder is required to acknowledge receipt of this Addendum No. 3 in the space provided in the Bid. Renewable Water Resources ADIII-5 B&V Project No. 192263

Section 00400 BID FORM PROJECT IDENTIFICATION: ARTICLE 1 BID RECIPIENT 1.01. This Bid is submitted to: Renewable Water Resources 561 Mauldin Road Greenville, South Carolina 29607 1.02 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an agreement with Owner in the form included in the Bidding Documents to perform all Work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents. ARTICLE 2 BIDDER S ACKNOWLEDGEMENTS 2.01. Bidder accepts all of the terms and conditions of the Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. This Bid will remain subject to acceptance for 90 days after the day of Bid opening, or for such longer period of time that Bidder may agree to in writing upon request of Owner. Bidder will sign and submit the Agreement with the bonds and other documents required by the Bidding Documents to Owner within 15 days after the date of Owner's Notice of Award. ARTICLE 3 BIDDER S REPRESENTATIONS 3.01. In submitting this Bid, Bidder represents that: A. Bidder has examined and carefully studied the Bidding Documents, and any data and reference items identified in the Bidding Documents, and hereby acknowledges receipt of the following Addenda: No. Dated ADIII-6

No. No. No. No. Dated Dated Dated Dated B. Bidder has visited the Site, conducted a thorough, alert visual examination of the Site and adjacent areas, and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. Bidder is familiar with and satisfied itself as to all Laws and Regulations that may affect cost, progress, and performance of the Work. D. Bidder is aware that the Geotechnical Baseline Report, Volume 2 of 3, and the Geotechnical Data Report, Volume 3 of 3, are Contract Documents. The Geotechnical Baseline Report constitutes a geotechnical baseline definition of subsurface conditions and behaviors during construction which are expected to be encountered on the tunnels and shafts portion of this Project. E. Bidder has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or adjacent to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site that have been identified in Section 00800 - Supplementary Conditions, especially with respect to Technical Data in such reports and drawings, and (2) reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site that have been identified in Section 00800 - Supplementary Conditions, especially with respect to Technical Data in such reports and drawings. F. Bidder has considered the information known to Bidder itself; information commonly known to contractors doing business in the locality of the Site; information and observations obtained from visits to the Site; the Bidding Documents; and any Site-related reports and drawings identified in the Bidding Documents, with respect to the effect of such information, observations, and documents on (1) the cost, progress, and performance of the Work; (2) the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder; and (3) Bidder s safety precautions and programs. G. Bidder agrees, based on the information and observations referred to in the preceding paragraph, that no further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of ADIII-7

this Bid or performance of the Work at the price bid and within the times required, and in accordance with the other terms and conditions of the Bidding Documents. H. Bidder is aware of the general nature of work to be performed by Owner and others at the Site that relates to the Work as indicated in the Bidding Documents. I. Bidder has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents, and confirms that the written resolution thereof by Engineer is acceptable to Bidder. J. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance and furnishing of the Work. K. The submission of this Bid constitutes an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article, and that without exception the Bid and all prices in the Bid are premised upon performing and furnishing the Work required by the Bidding Documents. ARTICLE 4 BIDDER S CERTIFICATION 4.01. Bidder certifies that: A. This Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation; B. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; C. Bidder has not solicited or induced any individual or entity to refrain from bidding; and D. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph 4.01.D: 1. corrupt practice means the offering, giving, receiving, or soliciting of anything of value likely to influence the action of a public official in the bidding process; ADIII-8

2. fraudulent practice means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of Owner, (b) to establish bid prices at artificial non-competitive levels, or (c) to deprive Owner of the benefits of free and open competition; 3. collusive practice means a scheme or arrangement between two or more Bidders, with or without the knowledge of Owner, a purpose of which is to establish bid prices at artificial, noncompetitive levels; and 4. coercive practice means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. E. Bidder has attended the Pre-Bid conference. F. The Bidder understands that Renewable Water Resources reserves the right to reject any and all Bids and to waive informalities in the bidding. ARTICLE 5 BASIS OF BID 5.01. Bidder will complete the unit price Work for the unit prices noted below, computed in accordance with Paragraph 13.03 of Section 00700 Standard General Conditions of the Construction Contract. Bidder acknowledges that estimated quantities are not guaranteed and are solely for the purpose of comparison of Bids, and that final payment for all Unit Price Bid items will be based on actual quantities provided, determined as provided in the Contract Documents. The Bidder agrees to perform all work described in the Contract Documents for the following Lump Sum and Unit Prices including all labor, materials, equipment sales, and other applicable taxes and fees. ADIII-9

Item Description Est. Quantity Unit Unit Cost Total Cost Allowances 1 Disputes Review Board Allowance 1 LS $120,000 2 Owner's Contingency Allowance 1 LS $2,000,000 3 Landscaping Allowance 1 LS $150,000 3a Contaminated Material Disposal Allowance 1 LS $100,000 4 Mobilization (4% of Base Bid) 1 LS 5 Tunnel Boring Machine Mobilization (4% of Base Bid) 1 LS ALLOWANCES (Sum of Items 1-5) Shafts and Tunnel 6 Geotechnical Instrumentation 1 LS 7 Drop Shaft Site Demolition and Cleanup 7a WED Property/Chorbadjian 1 LS 7b City of Greenville Stormwater Annex 1 LS 8 Drop Shaft Overburden Excavation and Initial Support 18 VF 9 Drop Shaft Excavation Rock 90 VF 10 Drop Shaft Pattern Rock Doweling 90 VF 11 Drop Shaft Welded Wire Fabric 6800 SF 12 Drop Shaft Concrete Lining 1 LS 13 Drop Shaft Corrosion Protective Lining 1 LS 14 IPEX Vortex & Installation 1 LS 15 Access Shaft Site Preparation 1 LS 16 Access Shaft Overburden Excavation and Initial Support 17 VF 17 Access Shaft Excavation Rock 20 VF 18 Access Shaft Pattern Rock Doweling 20 VF 19 Access Shaft Welded Wire Fabric 600 SF 20 Access Shaft Concrete Lining 1 LS 21 Access Shaft Corrosion Protective Lining 1 LS 22 Tunnel Excavation and Initial Support Class I 4641 LF 23 Tunnel Excavation and Initial Support Class II 1309 LF 24 Tunnel Spot Rock Doweling 120 EA ADIII-10

25 Tunnel Welded Wire Fabric 3100 SF 26 Tunnel Steel Channel Support 300 LF 27 Tunnel Carrier Pipe Installation 5950 LF 28 Tunnel Grouting 5950 LF Near Surface Connections and Diversions 29 Diversion/Screening Structure 1 LS 30 Junction Box (MH 400A-590A) 1 LS 31 Cast-in-Place Doghouse Manholes 2 EA 32 Pre-Cast Manholes and Bases 32a 10-foot Diameter Manhole 1 EA 32b 6-foot Diameter Manhole 3 EA 32c 5-foot Diameter Manhole 3 EA 33 Connection to Existing Manhole 1 LS 34 Not Used. 35 42-inch Sewer Installation 1150 LF 36 60-inch Sewer Installation 345 LF 37 Richland Creek Crossing 1 LS 38 Rock Excavation for Sewer Installation 2000 CY 39 Undercutting Unsuitable Material 700 CY 40 Select Fill to Replace Undercutting Unsuitable Material 350 CY 41 Crushed Rock to Replace Undercutting Unsuitable Material 350 CY Other Work 42 Odor Control System 1 LS 43 Odor Control Screening Area 1 LS 44 Drop Shaft Site Restoration 1 LS 45 Riley Street Realignment and Extension 1550 SY 46 Access Shaft Site Restoration 1 LS 47 Mill and Resurface Roadways 13000 SY 48 Storm Drain and New Catch Basins 1 LS BASE BID (Sum Items 6-48) TOTAL BASE BID (Sum of all ALLOWANCES and BASE BID) $ ADIII-11

Bid Alternative No. 1 Nighttime Work A1a Noise Wall (Additive) 1 LS A1b Nighttime Work Cost Savings [Deduct] 1 LS ( ) ( ) SUBTOTAL: Sum A1 Items ARTICLE 6 TIME OF COMPLETION 6.01. Bidder agrees that the Work will be substantially complete within 814 calendar days after the date when the Contract Times commence to run as provided in Paragraph 4.01 of the General Conditions, and will be completed and ready for final payment in accordance with Paragraph 15.06 of Section 00700 Standard General Conditions of the Construction Contract within 844 calendar days after the date when the Contract Times commence to run. Greenville Zoo Milestone: Completion of Access Shaft, Downstream Connections, Downstream Site Restoration, and full return of Parking Lot back to the Greenville Zoo Substantial Completion Final Completion within 760 calendar days from Notice to Proceed within 814 calendar days from Notice to Proceed within 844 calendar days from Notice to Proceed 6.02. 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 table above. ARTICLE 7 ATTACHMENTS TO THIS BID 7.01. Bidder hereby acknowledges that the following completed documents are included with its bid [Bidder to acknowledge by placing a checkmark next to each item]: 00400 Bid Form 00411 Notice and Claim Procedures Acknowledgement Form 00412 South Carolina Illegal Immigration Reform Act 00413 Statement of Compliance with SC Code 12-8-550 00414 Compliance with State Revolving Fund Requirements 00430 Bid Bond 00440 List of Subcontractors 00450 Equipment Questionnaire ADIII-12

00480 Non-Collusion Affidavit 00482 Non-Segregated Facilities Affidavit -- Work Plan. General description of means and methods, as well as a general description of the following: a. Excavation and initial support for each access/retrieval shaft and all tunnel drives. b. Groundwater removal for access/retrieval shafts and all tunnel drives. c. Muck handling for access/retrieval shafts and all tunnel drives. 00800 App A d. Ventilation for access/retrieval shafts and all tunnel drives. e. Final lining methods for each access/retrieval shaft. f. Carrier pipe and grouting methods for all tunnel drives. g. General assembly drawings and technical data for the tunnel boring machine(s)/mechanized tunnel machine(s) as outlined in the technical specifications. State Revolving Fund Forms SCDHEC Form 3590 State of South Carolina State Revolving Fund (SRF) Program Certification Regarding Debarment, Suspension, and Other Responsibility Matters ARTICLE 8 DEFINED TERMS 8.01. The terms used in this Bid have the meanings stated in Section 00100 - Instructions to Bidders, Section 00700 - Standard General Conditions of the Construction Contract, and Section 00800 - Supplementary Conditions. ADIII-13

ARTICLE 9 BID SUBMITTAL BIDDER: _ (Correct name of bidding entity) By: _ (Signature) (If Bidder is a corporation, a limited liability company, a partnership, or a joint venture, attach evidence of authority to sign.) (Printed name) Attest: (Signature) (Printed name) (Title) Submittal Date: _ Address for giving notices: Telephone Number: () _ Fax Number: () Contact Name and e-mail address: South Carolina General Contractor's License Number: License Expiration Date : End of Section ADIII-14