HomeMy WebLinkAboutDDW-2024-009117July 15, 2024 ADDENDUM NO. 2
178.24.200 Page 00 91 13.2 - 1
SECTION 00 91 13.2
ADDENDUM NO. 2
to
BIDDING DOCUMENTS FOR
HOLE-IN-THE-ROCK #2 WELL HOUSE
BID FILING DEADLINE: July 18, 2024 @ 4:00PM
July 15, 2024
The Bidding Requirements, Contract Conditions, Technical Specifications and Drawings are
hereby revised to include the following changes. Contractors bidding the project shall conform to
these revisions and acknowledge receipt of this Addendum on the Bid Form.
A.BIDDING REQUIREMENTS
1. Section 00 30 00 BID FORM:
i. Replace “Section 00 30 00 – BID FORM – Addendum 1” in its entirety
with “Section 00 30 00 – BID FORM – Addendum 2.”
ii. Replaced Bid Item 15 (referencing a soft start) with a Bid Item for
“Potholing.”
B.CONTRACT FORMS
1. None.
C.CONTRACT CONDITIONS
1. None.
D.TECHNICAL SPECIFICATIONS
1. Section 01 22 00 – Measurement and Payment:
i. Replace “Section 01 22 00 – Measurement and Payment – Addendum 1”
in its entirety with “Section 01 22 00 – Measurement and Payment –
Addendum 2.”
1. Revise Bid Item 15 description to remove reference to soft start and
replace it with a Bid Item and description for potholing.
E.GENERAL CLARIFICATIONS
1. At the request of the client, the pre-bid was made optional to allow prospective
bidders that did not receive the bid documents, but would have attended the
original pre-bid if they knew about it, to be allowed to submit a bid. The requirement
to visit the site and all other deadlines for questions and bids due have not changed
since Addendum 1. The list of invited bidders has not been expanded. The
qualified bidders are: Nelson Brothers Construction, FX Construction, and Condie
Construction.
F.DRAWINGS
1. Sheet A-2: Updated room finish schedule.
July 15, 2024 ADDENDUM NO. 2
178.24.200 Page 00 91 13.2 - 2
G.QUESTIONS
1. Q: Getting a small load of ready mix for the thrust blocks is going to cost a fortune.
Can mega-lugs be used in place of kickers?
A: Yes.
2. Q: Can you provide an engineer's estimate?
A: No engineer’s estimate will be provided.
3. Q: Other than the NOI and the Building Permit (reimbursed by the owner), are
there any other permits/fees we need to obtain? If so, what will be the cost?
A: No other permits are expected to be required. If something is needed it will be
paid for by OWNER.
4. Q: Is there a location we can obtain construction water? If so, what will be the cost
per MG?
A: Water from a typical hose tap can be obtained from the existing HITR 1 well
house. For a more significant volume, construction water can be obtained from a
hydrant near the BLM gate up to the well site or from the blowoff to be installed
with the connection to the existing tank outlet pipeline. The hydrant meter deposit
is $1,000.00 and construction water will be charged $4.80 per 1,000 gallons.
5. Q: Will we be expected to provide daily fuel for the generator for up to 90 days until
the utility power has been completed?
A: No, OWNER will run, operate and provide fuel for the backup generator. Bidder
does not need to provide fuel for the generator.
6. Q: Does the BLM have any requirements of the contractor to drive through that
property each day? If so, will you please provide?
A: For reference, the easement was provided in the bid documents in the
Appendix. ENGINEER is not providing legal interpretation of the easement
language.
July 15, 2024 ADDENDUM NO. 2
178.24.200 Page 00 91 13.2 - 3
THIS ADDENDUM IS HEREBY ATTACHED TO AND MADE A PART OF THE CONTRACT
DOCUMENTS, AND EACH BIDDER SHALL ACKNOWLEDGE RECEIPT OF THIS
ADDENDUM WITH THE BID.
HANSEN, ALLEN & LUCE, INC.
Jacob K. Nielsen, M.S., P.E.
Design Lead
Attachments:
•Revised specifications
•Revised drawing
07/15/2024
7/2024 BID FORM – ADDENDUM 2
178.24.200 00 30 00-1
SECTION 00 30 00
BID FORM – ADDENDUM 2
Project Identification:
SADDLEBACK PARTNERS, L.C. – HOLE IN THE ROCK #2 WELL HOUSE
Contract Identification and Number:
ARTICLE 1 - BID RECIPIENT
1.01 This Bid Is Submitted To: SADDLEBACK PARTNERS, L.C.
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 the Bid and in accordance with the other terms and conditions of the Bidding
Documents.
ARTICLE 2 - BIDDER’S ACKNOWLEDGMENTS
2.01 Bidder accepts all of the terms and conditions of the Advertisement and Instructions to
Bidders, including without limitations those dealing with the dispositions of Bid security.
The Bid will remain subject to acceptance for 30 days after the Bid opening, or for such
longer period of time that Bidder may agree to in writing upon request of Owner.
ARTICLE 3 - BIDDER’S REPRESENTATIONS
3.01 In submitting this Bid, Bidder represents that:
A. Bidder has examined and carefully studied the Bidding Documents, the other related
data identified in the Bidding Documents, and the following Addenda, receipt of which
is hereby acknowledged:
Addendum No. Addendum 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, and performance 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, and performance of the Work.
D. Bidder has carefully studied all: (1) 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 SC-4.02, and (2) reports and
drawings of Hazard Environmental Conditions, if any, at the Site that have been
identified in SC-4.06 as containing reliable “technical data.”
7/2024 BID FORM – ADDENDUM 2
178.24.200 00 30 00-2
E. Bidder has considered the information known to Bidder; 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 the 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, including applying the specific means, methods,
techniques, sequences, and procedures of construction expressly required by the
Bidding Documents; and (3) Bidder’s safety precautions and programs.
F. Based on the information and observations referred to in Paragraph 3.01.E above,
Bidder does not consider that any further examinations, investigations, explorations,
tests, studies, or data are necessary for the determination of this Bid for performance
of the Work at the price(s) bid and within the times and in accordance with the other
terms and conditions of the Bidding Documents.
G. Bidder is aware of the general nature of the Work to be performed by Owner and
others at the Site that relates to the Work as indicated in the Bidding Documents.
H. Bidder has given Engineer written notice of all conflicts, errors, ambiguities, or
discrepancies that Bidder has discovered in the Bidding Documents, and the written
resolution thereof by Engineer is acceptable to Bidder.
I. The Bidding Documents are generally sufficient to indicate and convey understanding
of all terms and conditions for the performance of the Work for which this Bid is
submitted.
J. Bidder will submit written evidence of its authority to do business in the State or other
jurisdiction where the Project is located not later than the date of its execution of the
Agreement.
K. Bidder understands that OWNER has pre-ordered the diesel generator for this project.
Procurement contract is included in Appendix A. Bidder has included the cost of this
pre-ordered equipment in the Bid, and has included all appropriate shipping and
handling and sales tax. Bidder understands that when a Notice of Award is issued to
Bidder (CONTRACTOR), the procurement contracts OWNER has entered into with the
vendor will be assigned to CONTRACTOR, and CONTRACTOR from that date
forward accepts full liability for the final purchase, delivery, installation, start-up, and
warrantee of this equipment. Assignment of procurement contract relieves OWNER of
all liability associated with the procurement contract.
ARTICLE 4 - BIDDER’S CERTIFICATION
4.01 Bidder further represents that:
A. This Bid is genuine and not made in the interest of or on the behalf of any undisclosed
individual or entity and is not submitted in conformity with any 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;
7/2024 BID FORM – ADDENDUM 2
178.24.200 00 30 00-3
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 any thing of
value likely to influence the action of a public official in the bidding process;
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, non-competitive 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.
ARTICLE 5 - BASIS OF BID
5.01 Bidder will complete the Work in accordance with the Contract Documents for the
following price(s):
BID SCHEDULE
Bid Item Description Qty Unit Unit Bid
Amount
Total Bid
Amount
1 Mobilization/Demobilization 1 LS $
2 Construction Surveying 1 LS $
3 Storm Water Control 1 LS $
4 Materials Testing 1 LS $
5 Clearing, Grubbing, and Stripping 1 LS $
6 RMP Utility Connection 1 LS $
7 Retaining Wall for Transformer 1 LS $
8 Well House Structure 1 LS $
9 Prefabricated Stairs 1 LS $
10 Site Grading, Slope Backfill, and Compaction 1 LS $
11 Furnish and Install Pump and Motor Assembly Complete 1 LS $
12 Well House Internal Piping Complete 1 LS $
13 Chlorination System Complete 1 LS $
14 Electrical System Complete 1 LS $
15 Potholing 6 EA $
16 HVAC System Complete 1 LS $
17 10-Inch Discharge Pipeline, Valves, and Fittings Complete 150 LF $
18 12-Inch Discharge Pipeline, Valves, and Fittings Complete 52 LF $
19 8-Inch Pump-to-Waste Pipeline and Fittings Complete 88 LF $
20 6-Inch Floor Drain Pipeline and Fittings Complete 100 LF $
21 Re-construct Entrance Road 2,000 SF $
22 Construct Trails to Tank and Discharge Pipe 435 LF $
23 Testing and Commissioning 1 LS $
24 Excavation, Backfill, and Compaction Under Well House 370 CY $
BID SCHEDULE TOTAL $
7/2024 BID FORM – ADDENDUM 2
178.24.200 00 30 00-4
Unit Prices have been computed in accordance with paragraph 11.03.B of the General
Conditions.
Bidder acknowledges that estimated quantities are not guaranteed, and are solely for the
purpose of comparison of Bids, and final payment for all Unit Price Bid items will be based
on actual quantities, determined as provided in the contract Documents.
ARTICLE 6 - TIME OF COMPLETION
6.01 Bidder agrees that the Work will be substantially complete and will be completed and
ready for final payment in accordance with paragraph 15.06 of the General Conditions on
or before the dates or within the number of calendar days indicated in the Agreement.
6.02 Bidder accepts the provisions of the Agreement as to liquidated damage.
ARTICLE 7 - ATTACHMENTS TO THIS BID
7.01 The following documents are attached to and made a condition of the Bid:
A. Document 00 45 00 - List of Subcontractors;
B. Evidence of authority to do business in the state or jurisdiction of the Project; or a
written covenant to obtain such license within the time frame for acceptance of Bids.
ARTICLE 8 - DEFINED TERMS
8.01 The terms used in this Bid with the initial capital letters have the meanings indicated in the
Instructions to Bidders, the General Conditions, and the Supplementary Conditions.
7/2024 BID FORM – ADDENDUM 2
178.24.200 00 30 00-5
ARTICLE 9 - BID SUBMITTAL
9.01 This Bid is submitted by:
If Bidder is:
An Individual
Name (typed or printed): ____________________________________________________
By: _____________________________________________________________________
(Individual’s signature)
Doing business as:
_______________________________________________________________
A Partnership
Partnership Name: _________________________________________________________
By: _____________________________________________________________________
(Signature of general partner -- attach evidence of authority to sign)
Name (typed or printed):
__________________________________________________________
A Corporation
Corporation Name:
_______________________________________________________________
State or Jurisdiction of Incorporation: ______________________________
Type (General Business, Profession, Service, Limited Liability):
___________________________
By: ___________________________________________________________________
(Signature -- attach evidence of authority to sign)
Name (typed or printed):
___________________________________________________________
Title: ____________________________________________
Attest ____________________________________________________________
(Signature of Corporate Secretary)
Date of Qualification to do business in ____________ [State or other jurisdiction where
Project is located] is ___/___/______
SEAL,
if required
by State
SEAL,
if required
by State
CORPORATE
SEAL,
if required by State
7/2024 BID FORM – ADDENDUM 2
178.24.200 00 30 00-6
A Joint Venture
Name of Joint Venture:
________________________________________________________
First Joint Venture Name: ____________________________________________________
By: ____________________________________________________________________
(Signature of joint venture partner -- attach evidence of authority to sign)
Name (typed or printed):
____________________________________________________________
Title: ____________________________________________
Second Joint Venture Name:
____________________________________________________
By: ____________________________________________________________________
(Signature of joint venture partner -- attach evidence of authority to sign)
Name (typed or printed):
____________________________________________________________
Title: ____________________________________________
(Each joint venturer must sign. The manner of signing for each individual, partnership, and
corporation that is party to the venture should be in the manner indicated above.)
Bidder’s Business address: __________________________________________________
________________________________________________________________________
Business Phone No. (_____)______________
Business FAX No. (_____)_____________
Business E-Mail Address
_______________________________________________________________________
State Contractor License No. ____________________________________. (If applicable)
Employer’s Tax ID No. _______________________________________
Phone and FAX Numbers, and Address for receipt of official communications, if different
from Business contact information:
_________________________________________________________________________
_________________________________________________________________
9.02 Bid submitted on ______________________________, 20___.
SEAL,
if required
by State
SEAL,
if required
by State
07/2024 MEASUREMENT AND PAYMENT – ADDENDUM 2
178.24.200 PAGE 01 22 00 - 1
SECTION 01 22 00
MEASUREMENT AND PAYMENT – ADDENDUM 2
PART 1 GENERAL
A. All work completed under this contract shall be in accordance with the Contract
Drawings and Specifications and will be measured by ENGINEER/OWNER. The
quantities appearing on the Bid Schedule are approximate only and are prepared for the
comparison of bids. Payment to CONTRACTOR on bid items with unit prices other than
"Lump Sum" will be made for actual quantities of work performed and accepted, or
material furnished in accordance with the Contract. The scheduled quantities of work to
be done and materials to be furnished may be increased or decreased in accordance
with the General Conditions.
B. The term "Lump Sum" when used as an item of payment will mean complete payment
for the work described in the contract. When a complete structure, portion of work, or
unit is specified "Lump Sum" as the unit of measurement, the unit will include fittings,
accessories, and all work necessary to complete the work as shown on the Drawings
and as specified.
C. When the accepted quantities of work vary from the quantities in the Bid Schedule,
CONTRACTOR shall accept as payment in full, so far as contract items are concerned,
payment at the original contract unit prices for the work done. OWNER reserves the
right to add to or delete from quantities listed in the bid schedule in order to match the
total bid with the budgeted money available.
1.2 BASE BID SCHEDULE
A.BID ITEM NO. 1 – “MOBILIZATION/DEMOBILIZATION”
1.GENERAL This bid item is provided to cover CONTRACTOR's cost for general and
miscellaneous responsibilities and operations not normally attributed to any other
single bid item within this schedule. This shall include, but is not limited to, work
described or enumerated in Section 01 71 13 - Mobilization.
2.METHOD OF MEASUREMENT Mobilization shall not be measured but shall be paid
for on a lump sum basis for the completion of the work as required in Section 01 71
13 - Mobilization.
3.BASIS OF PAYMENT Payment will be made at the contract lump sum bid price.
Payments will be made in accordance with the following schedule:
a. When 10% of the original contract amount is earned, 25% of the amount bid for
mobilization will be paid.
b. When 25% of the original contract amount is earned, an additional 25% for a total
of 50% of the amount bid for mobilization will be paid.
c. When 50% of the original contract amount is earned, an additional 25% for a total
of 75% of the amount bid for mobilization will be paid.
d. When 75% of the original contract amount is earned, an additional 25% for a total
of 100% of the amount bid for mobilization will be paid.
07/2024 MEASUREMENT AND PAYMENT – ADDENDUM 2
178.24.200 PAGE 01 22 00 - 2
B.BID ITEM NO. 2 – “CONSTRUCTION SURVEYING”
1.GENERAL “Construction Surveying” is provided to cover the CONTRACTOR's cost
for general and miscellaneous responsibilities and operations associated with
Construction Surveying. Construction Surveying shall be performed by a registered
professional land surveyor in the State of Utah.
2.METHOD OF MEASUREMENT “Construction Surveying” shall be measured based
on the percentage of work completed for the project according to the amount defined
in the Bid Schedule.
3.BASIS OF PAYMENT Payment for “Construction Surveying” will be made at the
contract lump sum bid price as shown and accepted by OWNER and ENGINEER in
the Bid Schedule. Payments will be made in accordance with the following schedule:
a. When 5% of the original contract amount is earned, 75% of the amount bid for
construction surveying will be paid.
b. When 50% of the original contract amount is earned, an additional 25% for a total
of 100% of the amount bid for construction surveying will be paid.
C.BID ITEM NO. 3 – “STORM WATER CONTROL”
1.METHOD OF MEASUREMENT Preparation and Implementation of SWPPP (Storm
Water Pollution Prevention Plan) is not required. “Storm Water Control” shall be paid
for on a lump sum basis for the prevention of discharge of mud from the Owner’s site
as completed by CONTRACTOR.
1.BASIS OF PAYMENT “Storm Water Control” shall be paid for at the lump sum bid
price as a percentage of work completed. Payment shall be considered full
compensation for prevention of the discharge of mud from the Owner’s site. The
implementation shall include installing and maintaining silt fences, rock or sand filled
bags, straw bales or wattles for inlet protection, construction entrance, and other best
management practices (BMP), and monitoring, as required by the judgment of the
CONTRACTOR. Payment shall be made as follows:
a. When 10% of the original contract amount is earned, 25% of the amount bid for
implementation of the Storm Water Pollution Prevention Plan will be paid.
b. When 25% of the original contract amount is earned, an additional 25% for a total
of 50% of the amount bid for implementation of the Storm Water Pollution
Prevention Plan will be paid.
c. When 50% of the original contract amount is earned, an additional 25% for a total
of 75% of the amount bid for implementation of the Storm Water Pollution
Prevention Plan will be paid.
d. When 75% of the original contract amount is earned, an additional 25% for a total
of 100% of the amount bid for implementation of the Storm Water Pollution
Prevention Plan will be paid.
07/2024 MEASUREMENT AND PAYMENT – ADDENDUM 2
178.24.200 PAGE 01 22 00 - 3
D.BID ITEM NO. 4 – “MATERIALS TESTING”
1.GENERAL “Materials Testing” is provided to cover the CONTRACTOR’S cost for
general and miscellaneous responsibilities and operations associated with Materials
Testing. This item shall include, but is not limited to, work described or enumerated
in Section 01 45 23 - Testing Agency Services.
2.METHOD OF MEASUREMENT “Materials Testing” shall be measured based on the
percentage of work completed for the project according to the amount defined in the
Bid Schedule.
3.Basis of Payment Payment for “Materials Testing” will be made at the contract lump
sum bid price as shown and accepted by OWNER and ENGINEER in the Bid
Schedule. Payments will be made in accordance with the following schedule:
a. When 10% of the original contract amount is earned, 25% of the amount bid for
material testing will be paid.
b. When 25% of the original contract amount is earned, an additional 25% for a total
of 50% of the amount bid for material testing will be paid.
c. When 50% of the original contract amount is earned, an additional 25% for a total
of 75% of the amount bid for material testing will be paid.
d. When 75% of the original contract amount is earned, an additional 25% for a total
of 100% of the amount bid for material testing will be paid.
E.BID ITEM NO. 5 – “CLEARING, GRUBBING, AND STRIPPING”
1.GENERAL This bid item is intended to cover the CONTRACTOR’s cost for general
and miscellaneous responsibilities and operations associated with Clearing,
Grubbing and Stripping. This shall include, but is not limited to work described or
enumerated in 31 11 00 – Clearing, Grubbing, and Stripping.
2.METHOD OF MEASUREMENT “Clearing, Grubbing, and Stripping” shall not be
measured, but shall be paid for on a lump sum basis for the cost of the Clearing,
Grubbing, and Stripping necessary for the preparation of the construction site for the
well house as shown on the Contract Drawings.
3.BASIS OF PAYMENT Payment for “Clearing, Grubbing, and Stripping” shall be
made at the contract lump sum bid price for the completion of all Clearing, Grubbing,
and Stripping required to prepare the site for the construction of the well house as
shown on the Contract Drawings.
F.BID ITEM NO. 6 – “RMP UTILTY CONNECTION AND TRANSFORMER SETUP”
1.METHOD OF MEASUREMENT “RMP Utility Connection” shall not be measured but
shall be paid for on a lump sum basis for all work required to connect the site to
Rocky Mountain Power service and set up the required transformer as shown on the
Contract Drawings.
2.BASIS OF PAYMENT Payment for “RMP Utility Connection” including the Ground
Sleeve Vault and Transformer Setup shall be made at the contract lump sum bid
price for all work required to connect the site to Rocky Mountain Power Service and
as specified herein. Payment shall include, but not be limited to, all labor, materials,
07/2024 MEASUREMENT AND PAYMENT – ADDENDUM 2
178.24.200 PAGE 01 22 00 - 4
and equipment necessary to connect the site to Rocky Mountain Power service and
set up the required transformer as required in the Contract Drawings and
Specifications.
G.BID ITEM NO. 7 – “RETAINING WALLS FOR TRANSFORMER”
1.METHOD OF MEASUREMENT “Retaining Walls for Transformer” shall not be
measured but shall be paid for on a lump sum basis for furnishing and installing the
retaining walls according to the amount defined in the Bid Schedule and as
completed by CONTRACTOR.
2.BASIS OF PAYMENT Payment for “Reinforced Concrete Retaining Walls” shall be
made at the contract lump sum bid price for completion of the structure as shown on
the contract drawings and specified herein. Payment shall include, but not be limited
to, all labor, materials, and equipment necessary for constructing the retaining walls
us pre-fabricated blocks, excavation, dewatering, on-site disposal of excess
excavated material, importing and compaction of structural fill and drain rock,
perforated drain pipe, furnishing and installing all reinforcement, forms, and backfill
for foundations, walls, miscellaneous items to complete the concrete retaining walls
as recommended by manufacture of the pre-fabricated blocks and other related
items not paid elsewhere for a complete retaining wall.
H.BID ITEM NO. 8 – “WELL HOUSE STRUCTURE”
1.METHOD OF MEASUREMENT “Well House Structure” shall not be measured, but
shall be paid for on a lump sum basis for furnishing and constructing the concrete
structure for the well house as required in the Contract Drawings and Specifications.
2.BASIS OF PAYMENT Payment for “Well House Structure” shall be made at the
contract unit lump sum bid price for completion of the structure as shown on the
Contract Drawings and specified herein. Payment shall include, but not be limited to,
all labor, materials, and equipment necessary for constructing the reinforced
concrete structure, dewatering, perforated drain pipe, furnishing and installing all
steel reinforcement, forms, waterstop, and concrete for foundations, walls, and slabs,
pump access hatch, man doors, coating; concrete equipment pads, pump room and
chlorine room concrete pump pedestals; trench drain grating; and miscellaneous
items to complete the structure of the well house as shown on the Contract Drawings
and specified herein and other related items not paid elsewhere for a complete
reinforced concrete structure. Excavation, on-site disposal of excess excavated
material, importing and compaction of structural fill and drain rock shall be paid for
elsewhere.
I.BID ITEM NO. 9 - “PRE-FABRICATED METAL STAIRS”
1.METHOD OF MEASUREMENT “Pre-Fabricated Metal Stairs” shall not be measured
but shall be paid for on a lump sum basis according to the amount defined in the Bid
Schedule and as completed by CONTRACTOR.
2.BASIS OF PAYMENT Payment for “Pre-Fabricated Metal Stairs” shall be considered
full compensation for all work completed under this bid item and shall be paid for at
the contract lump sum price. Payment shall include, but not be limited to, all labor,
materials, and equipment required for supply and installation of pre-fabricated metal
07/2024 MEASUREMENT AND PAYMENT – ADDENDUM 2
178.24.200 PAGE 01 22 00 - 5
concrete stairs, excavation, dewatering, construction of concrete landing pads at the
top and bottom of the stairs, on-site disposal of excess excavated material, importing
and compaction of structural fill, furnishing and installing of the stairs, backfill and
compaction; and miscellaneous items to complete the pre-fabricated metal stairs as
shown on the Contract Drawings and specified herein and other related items not
paid elsewhere.
J.BID ITEM NO. 10 – “SITE GRADING, SLOPE BACKFILL, AND COMPACTION”
1.METHOD OF MEASUREMENT “Site Grading, Slope Backfill, and Compaction” shall
not be measured but shall be paid for on a lump sum basis and shall include
furnishing, installing, grading, and compacting the slope to the west of the new well
house.
2.BASIS OF PAYMENT Payment for “Site Grading, Slope Backfill, and Compaction”
shall be made at the contract lump sum bid price and shall be considered full
compensation for all work completed under this bid item. Payment shall include, but
not be limited to, all labor, material, and equipment necessary for furnishing, placing,
and compacting approved site fill material on the slope to the west of the new well
house, general grading cleanup for all slopes, and all other incidentals not
specifically paid for in other bid items but which are shown or otherwise required to
complete the installation as herein described and as shown on the Contract
Drawings and Specifications.
K.BID ITEM NO. 11 – “FURNISH AND INSTALL PUMP AND MOTOR ASSEMBLY
COMPLETE”
1.METHOD OF MEASUREMENT “Furnish and Install Pump and Motor Assembly
Complete” shall not be measured, but shall be paid for on a lump sum basis for
furnishing and installing the complete pump assembly according to the amount
defined in the Bid Schedule and as completed by CONTRACTOR.
2.BASIS OF PAYMENT Payment for “Furnish and Install Pump and Motor Assembly
Complete” shall be made at the contract lump sum price for complete installation of
an acceptable pump assembly. Payment shall include, but not be limited to, all labor,
materials, and equipment necessary for furnishing, installing, and testing the pump
assembly as shown on the Contract Drawings and as specified herein. Payment
shall include, furnishing and installing the modifications to the existing surface
conductor and casing pipes, air vent; sleeves and washers; pump bowls, shafting,
pump column, level sensor and sounding tubes, oil reservoir, discharge head,
coatings and linings, motor, testing, and all other related items not paid elsewhere
(Electrical gear and connections paid under Bid Item 16).
L.BID ITEM NO. 12 – “WELL HOUSE INTERNAL PIPING COMPLETE”
1.METHOD OF MEASUREMENT “Well House Internal Piping Complete” shall not be
measured but shall be paid for on a lump sum basis according to the amount defined
in the bid schedule.
BASIS OF PAYMENT Payment for “Well House Internal Piping Complete” shall be
paid for at the contract bid price and shall be considered complete compensation for
all labor, equipment, and materials necessary, for piping, valves, flowmeter, buried
07/2024 MEASUREMENT AND PAYMENT – ADDENDUM 2
178.24.200 PAGE 01 22 00 - 6
couplings, floor drains, from the well head to the buried couplings outside of the well
house, including backfilling, compaction, removal and on-site disposal of excess
excavated material, flushing, disinfection and testing; and all other operation and
materials required to complete the work as herein described and as shown on the
Contract Drawings.
M.BID ITEM NO. 13 – “CHLORINATION SYSTEM COMPLETE”
1.METHOD OF MEASUREMENT “Chlorination System Complete” shall not be
measured but shall be paid for on a lump sum basis for furnishing and installing the
gas chlorination system according to the amount defined in the Bid Schedule and as
completed by CONTRACTOR.
2.BASIS OF PAYMENT Payment for “Chlorination System Complete” shall be made at
the contract lump sum bid price for completion of all pipes, valves, fittings, and
equipment necessary to construct a safe and fully functional gas chlorination system
as shown on the Contract Drawings and as specified herein. Payment shall include,
but not be limited to, all labor, materials, and equipment for furnishing and installing
the water circulation pump; piping and tubing; necessary valves, fittings, and
pressure gauges; chlorine gas ejector box; scales and safety rack; rotameter and
other dosing equipment; injection quill and saddle; system testing and training, and
all other appurtenances and other related items not paid elsewhere for a complete
and operable gas chlorination system.
N.BID ITEM NO. 14 – “ELECTRICAL SYSTEM COMPLETE”
1.METHOD OF MEASUREMENT “Electrical System Complete” shall not be measured
but shall be made at the contract lump sum bid for furnishing and installing all
electrical equipment not paid for elsewhere according to the amount defined in the
Bid Schedule and as completed by CONTRACTOR.
2.BASIS OF PAYMENT Payment for “Electrical System Complete” shall be made at
the contract lump sum bid price for completion of all electrical work as shown on the
Contract Drawings and specified herein. Payment shall include, but not be limited to,
all labor, materials, and equipment for furnishing and installing all electrical at the
well pump house, panelboards, VFD, transformers, lighting, service outlets, pressure
switches, pressure transducers, intrusion switches, flood switch, buried conduits,
electrical service connection, wiring for equipment controls and signals, grounding,
antenna, pump motor terminators (motor is furnished and installed under Bid Item
10), lighting protection system, connections to water quality monitoring equipment,
chlorine dosing equipment, HVAC, installing conductors into PLC panel; and all other
items as shown on the Contract Drawings required for a complete and operable
electrical system excluding all work done under Bid Item 6 and work by others. The
PLC panel will be supplied and installed by SKM who will land (terminate) the
conductors.
O.BID ITEM NO. 15 – “POTHOLING”
1.METHOD OF MEASUREMENT “Potholing” shall be measured per each major utility
crossing or connection potholed, as shown on the Contract Drawings.
07/2024 MEASUREMENT AND PAYMENT – ADDENDUM 2
178.24.200 PAGE 01 22 00 - 7
2.BASIS OF PAYMENT Payment for “Potholing” shall be made at the contract unit bid
price per each acceptable utility potholed to locate points where pipelines, or other
utilities, tie into existing infrastructure, or to avoid damage to or conflicts with existing
infrastructure. Payment shall be considered complete compensation for all labor,
equipment and materials including, but not limited to, excavation to locate buried
utilities, backfill, compaction, and restoration of original surface, and all other items
required to complete this item as shown on the Contract Drawings and specified
herein. Measure the depth from the ground to the top of pipe and provide the depth
to ENGINEER for each utility potholed.
P.BID ITEM NO. 16 – “HVAC SYSTEM COMPLETE”
1.METHOD OF MEASUREMENT “Furnish and Install HVAC Systems Complete” shall
not be measured but shall be paid for on a lump sum basis for furnishing and
installing the HVAC system according to the amount defined in the Bid Schedule and
as completed by CONTRACTOR.
2.BASIS OF PAYMENT Payment for “Furnish and Install HVAC Systems Complete”
shall be made at the contract lump sum bid price for HVAC work as shown on the
Contract Drawings and specified herein. Payment shall include, but not be limited to
all labor, materials, and equipment for furnishing and installing all HVAC equipment,
including but not limited to, wire and conduit per Division 26, instrumentation, split
system heat pumps with exterior mounted condensing units, electric unit heaters,
ductwork, exhaust fans, supports; filters, louvers; and all other related items as
shown on the Contract Drawings not paid elsewhere.
Q.BID ITEM NO. 17 – “10-INCH DISCHARGE PIPELINE AND FITTINGS COMPLETE”
1.METHOD OF MEASUREMENT “10-Inch Discharge Pipeline and Fittings Complete”
shall be measured by the Lineal Foot starting after the flexible coupling (Sta. 7+23.6)
to the connection point at the existing 12” tank fill pipeline (roughly Sta. 8+71.2) and
shall include furnishing and installing all discharge pipelines, valves and connections
as shown on the Contract Drawings. Payment shall be made according to the
amount defined in the Bid Schedule and as completed by CONTRACTOR.
2.BASIS OF PAYMENT Payment for “Discharge Piping” shall be made at the contract
unit bid price and shall be considered complete compensation for furnishing and
installing all discharge piping and connections as shown on the Contract Drawings
and as specified herein. Payment shall include, but not be limited to, all labor,
equipment, materials necessary for furnishing and installing all discharge pipes,
connections and valves; excavation and dewatering; installing piping and fittings;
imported sand pipe zone material, bedding, backfilling with select or native material,
compaction, removal and on-site disposal of excess excavated material, flushing,
disinfection and testing; protection of buried utilities, potholing as needed, looping
and rerouting any of the existing utilities; restoration of all surface improvements; and
all other operations and materials required to complete the work as herein described
and as shown on the Contract Drawings.
R.BID ITEM NO. 18 – “12-INCH DISCHARGE PIPELINE AND FITTINGS COMPLETE”
1.METHOD OF MEASUREMENT “12-Inch Discharge Pipeline and Fittings Complete”
shall be measured by the Lineal Foot starting at the existing 12-inch tank fill pipeline
07/2024 MEASUREMENT AND PAYMENT – ADDENDUM 2
178.24.200 PAGE 01 22 00 - 8
(Sta. 10+00) to the connection point at the existing 16” tank discharge pipe (roughly
Sta. 10+51.5) and shall include furnishing and installing all discharge pipelines,
valves and connections as shown on the Contract Drawings. Payment shall be made
according to the amount defined in the Bid Schedule and as completed by
CONTRACTOR.
2.BASIS OF PAYMENT Payment for “12-Inch Discharge Piping” shall be made at the
contract unit bid price and shall be considered complete compensation for furnishing
and installing all discharge piping and connections as shown on the Contract
Drawings and as specified herein. Payment shall include, but not be limited to, all
labor, equipment, materials necessary for furnishing and installing all discharge
pipes, connections and valves; excavation and dewatering; installing piping and
fittings; imported sand pipe zone material, bedding, backfilling with select or native
material, compaction, removal and on-site disposal of excess excavated material,
flushing, disinfection and testing; protection of buried utilities, potholing as needed,
looping and rerouting any of the existing utilities; restoration of all surface
improvements; and all other operations and materials required to complete the work
as herein described and as shown on the Contract Drawings.
S.BID ITEM NO. 19 – “8-INCH PUMP-TO-WASTE PIPELINE AND FITTINGS
COMPLETE”
1.METHOD OF MEASUREMENT “8-Inch Pump to Waste Pipeline and Fittings
Complete” shall be measured by the Lineal Foot starting at the existing pump to
waste discharge pipeline (roughly Sta 3+00) to the flexible coupling (roughly Sta
3+88.0) and shall include furnishing and installing all pump-to-waste pipeline, fittings,
and connections as shown on the Contract Drawings. Payment shall be made
according to the amount defined in the Bid Schedule and as completed by
CONTRACTOR.
2.BASIS OF PAYMENT Payment for “8-Inch Pump to Waste Pipeline and Fittings
Complete” shall be made at the contract unit bid price and shall be considered
complete compensation for furnishing and installing all pump-to-waste piping and
connections as shown on the Contract Drawings and as specified herein. Payment
shall include, but not be limited to, all labor, equipment, materials necessary for
furnishing and installing all pump-to-waste pipes, connections and valves; excavation
and dewatering; installing piping and fittings, imported sand pipe zone material,
bedding, backfilling with select or native material, compaction, removal and on-site
disposal of excess excavated material, testing; protection of buried utilities, potholing
as needed, looping and rerouting any of the existing utilities; restoration of all surface
improvements; and all other operations and materials required to complete the work
as herein described and as shown on the Contract Drawings.
T.BID ITEM NO. 20 – “6-INCH FLOOR DRAIN PIPELINE AND FITTINGS COMPLETE”
1.METHOD OF MEASUREMENT “6-Inch Floor Drain Pipeline and Fittings Complete”
shall be measured by the Lineal Foot starting at a connection to the existing 6-inch
floor drain pipeline (roughly Sta 1+00) to the flexible coupling (roughly Sta 1+83.5)
and also a second pipeline from the connection to the new drain pipeline to the
flexible coupling (roughly 16.4 feet in length) and shall include furnishing and
installing all floor drain pipeline, fittings and connections as shown on the Contract
07/2024 MEASUREMENT AND PAYMENT – ADDENDUM 2
178.24.200 PAGE 01 22 00 - 9
Drawings. Payment shall be made according to the amount defined in the Bid
Schedule and as completed by CONTRACTOR.
2.BASIS OF PAYMENT Payment for “6-Inch Floor Drain Pipeline and Fittings
Complete” shall be made at the contract unit bid price and shall be considered
complete compensation for furnishing and installing all floor drain piping and
connections as shown on the Contract Drawings and as specified herein. Payment
shall include, but not be limited to, all labor, equipment, materials necessary for
excavation, dewatering; installing piping and fittings; imported floor drain gravel (or
sand, bedding, backfilling with select or native material, compaction, removal and on-
site disposal of excess excavated material, testing; protection of buried utilities,
potholing as needed; looping and rerouting any of the existing utilities; restoration of
all surface improvements; and all other operations and materials required to
complete the work as herein described and as shown on the Contract Drawings.
U.BID ITEM NO. 21 – “RE-CONSTRUCT ENTRANCE ROAD”
1.METHOD OF MEASUREMENT “Re-Construct Entrance Road” shall be measured
by the Square Foot for re-construction of the existing entrance road as shown on the
Contract Drawings. Payment shall be made according to the amount defined in the
Bid Schedule and as completed by CONTRACTOR.
2.BASIS OF PAYMENT Payment for “Re-Construct Entrance Road” shall be made at
the contract unit bid price and shall be considered complete compensation for
furnishing and constructing a 4-inch thick road base road as shown on the Contract
Drawings and as specified herein. Payment shall include, but not be limited to, all
labor, equipment, materials necessary for excavation, imported road base,
compaction, removal and on-site disposal of excess excavated material, testing;
restoration of all surface improvements; and all other operations and materials
required to complete the work as herein described and as shown on the Contract
Drawings.
V.BID ITEM NO. 22 – “CONSTRUCT TRAILS TO TANK AND DISCHARGE PIPE”
1.METHOD OF MEASUREMENT “Construct Trails to Tank and Discharge Pipe” shall
be measured by the Lineal Foot for a three feet wide trail to be constructed starting
at the parking area ending at the top of the existing tank and starting at the driveway
access to the existing well ending at the discharge pipe, as shown on the Contract
Drawings. Payment shall be made according to the amount defined in the Bid
Schedule and as completed by CONTRACTOR.
2.BASIS OF PAYMENT Payment for “Construct Trails to Tank and Discharge Pipe”
shall be made at the contract unit bid price and shall be considered complete
compensation for furnishing and installing all required imported road base and for
installing OWNER provided well cuttings on the project site. Payment shall include,
but not be limited to, all labor, equipment, materials necessary for excavation,
backfilling with road base compaction, backfilling with well cuttings, removal and on-
site disposal of excess excavated material, testing; restoration of all surface
improvements; and all other operations and materials required to complete the work
as herein described and as shown on the Contract Drawings.
07/2024 MEASUREMENT AND PAYMENT – ADDENDUM 2
178.24.200 PAGE 01 22 00 - 10
W.BID ITEM NO. 23 – “TESTING AND COMMISSIONING”
1.METHOD OF MEASUREMENT “Testing and Commissioning” shall not be measured
but shall be paid for on a lump sum basis according to the amount defined in the Bid
Schedule.
2.BASIS OF PAYMENT Payment for “Testing and Commissioning” shall be made at
the contract lump sum price for all work required for testing the completed well house
and the components therein. Payment shall include, but not be limited to, all labor,
equipment, and materials required for all work performed. Testing shall include, but
not be limited to, verifying all components are working in accordance with the
Contract Drawings and Specifications, verifying all subsystems are in working
condition, verifying that the pump motor is wired in the correct direction, and verifying
all circuits and panels are wired correctly.
X.BID ITEM NO. 24 – “EXCAVATION, BACKFILL, AND COMPACTION UNDER WELL
HOUSE”
1.METHOD OF MEASUREMENT “Excavation, Backfill, and Compaction Under Well
House” shall be measured by the cubic yard of soil REMOVED from underneath the
well house. Some of the soils underneath the well house are spoils from construction
of the adjacent water storage tank and must be removed to provide a solid
foundation for the new building. The location of the required excavation is shown on
the drawings. To count the volume of soil excavated from underneath the well house,
CONTRACTOR shall submit a method and procedure for approval from OWNER
and ENGINEER.
BASIS OF PAYMENT Payment for “Excavation, Backfill, and Compaction Under
Well House” shall be made at the contract unit bid price and shall be considered
complete compensation for all excavation underneath the footprint of the well house,
and required side slopes as well as the necessary backfill and compaction within this
same area. Payment shall include, but not be limited to, all labor, equipment,
materials necessary for excavation, transport, and disposal at the designated
location on the project site, furnishing and installing approved backfill material, and
compaction of specified structural material as herein described and as shown on the
Contract Drawings. All other excavation, backfill and compaction for this project shall
be paid for elsewhere.
PART 2 PRODUCTS (Not Used)
PART 3 EXECUTION (Not Used)
- END OF SECTION -
NIG SREENE
JACOB K.
NIELSEN
No. 11762590-2202
S
T
A
TE O F U T A H
PROF E S S I O N AL ENGI
N
E
E
R