Loading...
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