staunton state park davis no.1, no. 2, no. 3, and buick ... · pdf fileaddendum 1-1 addendum...

26
Addendum 1-1 ADDENDUM NO. 1 June 27, 2013 Staunton State Park Davis No.1, No. 2, No. 3, and Buick Dam Modifications BID NUMBER The Plans and Specifications for the Staunton State Park Davis Dam No.1, No. 2, No. 3 & Buick Dam Modifications Project shall be changed as stated hereafter and the bidder shall reflect these changes in their bid. No additional payment above the proposal price will be made for these changes. The Contractor shall make these changes: BID DOCUMENTS 1. Replace the Bid Schedule with the attached Revised Bid Schedule. An Excel Spreadsheet is posted on the bidding web site for the Contractor’s use. It is the Contractors responsibility to fill out the Excel Spreadsheet properly and check all formulas to ensure the bid is correct. 1. Replace the Measurement and Payment Section with the attached Revised Measurement and Payment. 3. In Special Provisions, add subsection W as follows: “W. DISPOSAL OF WASTE The Contractor shall disposal of all vegetation to be removed (trees, logs, stumps, roots, brush, trimmings, wood and etc.) from the Park site and dispose in a CDPHE approved manner and location. This supersedes the requirements in the specifications.” SPECIFICATIONS 1. In Section 02271 – Riprap, Subsection 2.B.11, add the following after the Class 12 riprap table: Class and Nominal Thickness Stone Size Percent of Total Weight Smaller than the Given Size Class 18 d 50 18” 30" 100 24" 50-70 18" 30-50 6" 2-10 2. In Section 05998 – Prefabricated Bridges, Subsection 5.2 – Decking, change Paragraph A as follows: “A. The bridge shall be provided with galvanized steel decking.”

Upload: nguyennguyet

Post on 18-Mar-2018

214 views

Category:

Documents


1 download

TRANSCRIPT

Page 1: Staunton State Park Davis No.1, No. 2, No. 3, and Buick ... · PDF fileAddendum 1-1 ADDENDUM NO. 1 June 27, 2013 Staunton State Park Davis No.1, No. 2, No. 3, and Buick Dam Modifications

Addendum 1-1

ADDENDUM NO. 1

June 27, 2013

Staunton State Park Davis No.1, No. 2, No. 3, and Buick Dam Modifications

BID NUMBER The Plans and Specifications for the Staunton State Park Davis Dam No.1, No. 2, No. 3 & Buick Dam Modifications Project shall be changed as stated hereafter and the bidder shall reflect these changes in their bid. No additional payment above the proposal price will be made for these changes. The Contractor shall make these changes: BID DOCUMENTS

1. Replace the Bid Schedule with the attached Revised Bid Schedule. An Excel Spreadsheet is posted on the bidding web site for the Contractor’s use. It is the Contractors responsibility to fill out the Excel Spreadsheet properly and check all formulas to ensure the bid is correct.

1. Replace the Measurement and Payment Section with the attached Revised Measurement and

Payment.

3. In Special Provisions, add subsection W as follows: “W. DISPOSAL OF WASTE The Contractor shall disposal of all vegetation to be removed (trees, logs, stumps, roots, brush, trimmings, wood and etc.) from the Park site and dispose in a CDPHE approved manner and location. This supersedes the requirements in the specifications.”

SPECIFICATIONS

1. In Section 02271 – Riprap, Subsection 2.B.11, add the following after the Class 12 riprap table:

Class and Nominal Thickness

Stone Size Percent of Total Weight Smaller than the Given Size

Class 18 d50 ≈ 18”

30" 100 24" 50-70 18" 30-50 6" 2-10

2. In Section 05998 – Prefabricated Bridges, Subsection 5.2 – Decking, change Paragraph A as

follows:

“A. The bridge shall be provided with galvanized steel decking.”

Page 2: Staunton State Park Davis No.1, No. 2, No. 3, and Buick ... · PDF fileAddendum 1-1 ADDENDUM NO. 1 June 27, 2013 Staunton State Park Davis No.1, No. 2, No. 3, and Buick Dam Modifications

Addendum 1-2

DRAWINGS

1. Davis No. 3 Dam Modifications, Sheet 18, add the following to the Notes on the bottom left side of the sheet:

“4. The aluminum hatch will be a Bilco Aluminum Single Leaf Access Door, Type K, model K-3. 5. The 4” Palmer Bowlus Flume will be provided by the Owner.”

QUESTIONS AND COMMENTS

1. Will you be draining the lakes before construction starts? Yes, we will have Davis No. 2 and Davis No. 3 drained by mid-July. Davis No. 1 will stay full to protect the upstream wetlands. When the Contractor is completed with the upstream dike, the lake can be drained.

2. Can we access the site from the subdivision road?

No, access to site will only be from the County Road south of the dams.

3. Can you please clarify if the trees that are being removed can be buried on site?

No, all the trees and shrubs to be removed will be disposed off of the Park. See Special Provisions above.

4. The specifications for the bridges refer to Hardwood Deck, but the drawings state it is bar grating. Which one is correct?

The bar grating is correct, see Specifications above.

5. Do you have an LA requirement that the Owner provided boulders will have to meet?

No, the Owner provided boulders will be acceptable as they currently exist. The boulders will only be used in the mitigation area above Davis Dam No. 2.

6. Can we substitute our boulders provided out of our gravel pit?

No, you will need to use the Owner provided boulders.

7. Is there a color restriction on the rock being provided?

Yes, all the riprap rock will need to be the same color.

8. Do you have an Excel spreadsheet of the bid schedule?

Page 3: Staunton State Park Davis No.1, No. 2, No. 3, and Buick ... · PDF fileAddendum 1-1 ADDENDUM NO. 1 June 27, 2013 Staunton State Park Davis No.1, No. 2, No. 3, and Buick Dam Modifications

Addendum 1-3

Yes, see above.

9. Do you have copy of the pre-bid attendees? Yes, it has been posted on the bid web site (www.bidscolorado.com).

10. Do you find a source of water for construction? No, the Contractor will have to provide water for their construction needs. Water in the lakes and the stream cannot be used for construction.

11. Can we get a copy of the AutoCadd Drawings?

No, the Drawings are not available during bidding. They will be provided to the lowest bidder.

12. There is a conflict between the Specifications and Special Provisions on several items. Which one is correct?

Special Provision supersedes the specifications.

End of Addendum #1

Page 4: Staunton State Park Davis No.1, No. 2, No. 3, and Buick ... · PDF fileAddendum 1-1 ADDENDUM NO. 1 June 27, 2013 Staunton State Park Davis No.1, No. 2, No. 3, and Buick Dam Modifications

BID SCHEDULEDIVISION OF PARKS AND OUTDOOR RECREATION

DEPARTMENT OF NATURAL RESOURCESSTATE OF COLORADO

ITEM DESCRIPTION QUANTITY UNIT UNIT COST TOTAL1 Mobilization 1 LS2 Insurance, Bonds & Permits 1 LS3 Surveying 1 LS4 Traffic Control 1 LS5 Erosion & Sediment 1 LS6 Dewatering 1 LS

DAVIS DAMS NO. 1 AND NO. 2 COMBINED ITEMS7 Silt Fence 910 LF8 Erosion Control Bales 10 EACH9 Clearing, Stripping & Grubbing 1 LS10 Salvage & Stockpiling Topsoil 1 LS

DAVIS DAMS NO. 111 Removal of Davis Dam No. 1 1 LS12 Dam No. 1 Drainage Swale (Wetland Mitigation Area)

a. Earthwork 1 LS b. Class 18 Riprap 750 TON c. Class 12 Riprap 800 TON d. Riprap Bedding 150 TON e. Turf Reinforcement Mat 23,000 SF f. Landscape Boulders 33 EACH

13 Replacing Topsoil 1 LS14 Seeding 1.5 ACRE

DAVIS DAM NO. 215 Breach Excavation and Demolition 1 LS16 Embankment Construction

a. Key Trench Excavation (Plan Quantity) 6,500 CY b. Zone 1 Fill 1 LS c. Zone 2 Fill-Clay Import (Plan Quantity) 7,155 CY d. Class 12 Riprap 2,000 TON e. Class 6 Riprap 80 TON f. Riprap Bedding 575 TON

17 Outlet Works a. Concrete Structures and Manhole 1 LS b. Outlet Pipe (Concrete Bedding) 140 LF c. Gates & Operators 1 LS d. Sand Dollar w/Drain 1 LS

18 Toe Drain a. 6" PVC Pipe 128 LF b. Manhole 1 EACH

________________________________________ proposes to furnish all labor, equipment, materials and incidentals needed to complete the Staunton State Park Davis No. 1, No. 2, No. 3 and Buick Dam Modifications for the listed prices, and shall complete the project in 150 calendar days from the date of notice to proceed. We have read and made: the Instructions to Bidders, Special Provisions, General Requirements and Covenants for Capitol Construction , "The Written Specifications," and "The Constructions Drawings" part of this bid.

Page 5: Staunton State Park Davis No.1, No. 2, No. 3, and Buick ... · PDF fileAddendum 1-1 ADDENDUM NO. 1 June 27, 2013 Staunton State Park Davis No.1, No. 2, No. 3, and Buick Dam Modifications

ITEM DESCRIPTION QUANTITY UNIT UNIT COST TOTAL

c. Cleanout 1 EACH19 Concrete Spillway

a. Earthwork 1 LS b. Concrete Spillway 1 LS c. Underdrain System 1 LS d. Chain Link Fencing 230 LF

20 Downstream Gravel Drain a. Class 12 Riprap 600 TON b. Riprap Bedding 200 TON c. Zone 4 Fill 1 LS

21 Prefabricated Bridge 1 LS22 Dam Crest Roadbase 415 TON23 Replacing Topsoil 1 LS24 Seeding 1.75 ACRE

DAVIS DAMS NO. 325 Silt Fence 1,285 LF26 Erosion Control Bales 15 EACH27 Clearing, Stripping & Grubbing 1 LS28 Salvage & Stockpiling Topsoil 1 LS29 Breach Excavation & Demolition 1 LS30 Embankment Construction

a. Key Trench Excavation (Plan Quantity) 5,400 CY b. Zone 1 Fill 1 LS c. Zone 2 Fill-Clay Import (Plan Quantity) 6,125 CY d. Class 12 Riprap 1,900 TON e. Class 6 Riprap 125 TON f. Riprap Bedding 575 TON

31 Outlet Works a. Concrete Structures & Manhole 1 LS b. Outlet Pipe (Concrete Bedding) 150 LF c. Gates and Operators 1 LS d. Sand Collar w/Drain 1 LS

32 Toe Drain a. 6" PVC Pipe 317 LF b. Manholes 3 EACH c. Cleanout 1 EACH d. Meauring Weir 1 LS

33 Concrete Spillway a. Excavation, Grading & Backfill 1 LS b. Concrete Spillway 1 LS c. Underdrain System 1 LS d. Chain Link Fencing 250 LF

34 Prefabricated Bridge 1 LS35 Dam Crest Roadbase 225 TON36 Downstream Waterline

a. Four-Inch (4”) DIP Water Line 43 LF b. Six-Inch (6”) DIP Water Line 8 LFWaterline 45 LF d. Twelve-Inch (12”) DIP (Typical Bedding) Waterline 135 LF

Page 6: Staunton State Park Davis No.1, No. 2, No. 3, and Buick ... · PDF fileAddendum 1-1 ADDENDUM NO. 1 June 27, 2013 Staunton State Park Davis No.1, No. 2, No. 3, and Buick Dam Modifications

ITEM DESCRIPTION QUANTITY UNIT UNIT COST TOTALe. Twelve-Inch (12”) DIP Tee (In Manhole) Fittings

Waterline 1 EACH

f. Twelve-Inch (12”) 45º DIP Bend Fitting 2 EACHFitting 1 EACH h. Six-Inch (6”) by Four-Inch (4”) Tee DIP Fitting 1 EACH i. Waterline Valves 4” 1 EACH k. Waterline Valve 6” 1 EACH l. Waterline Valve 12” (In Manhole) 1 EACH m. Fire Hydrant Assembly 1 EACH

37 Rock Excavation (Trench) 600 CY38 Grading & Access Road

a. Earthwork 1 LS b. CDOT Class 5 Aggregate Base Course 150 TON

39 Flume Vault & Building 1 LS40 Replacing Topsoil 1 LS41 Seeding 3.4 ACRE

BUICK DAM42 Silt Fence 335 LF43 Erosion Control Bales 5 EACH44 Clearing, Stripping & Grubbing & Spoiling 1 LS45 Salvage & Stockpiling Topsoil 1 LS46 Excavate, Remove Embankment, Regrade Downstream 1 LS47 Removal & Salvage Existing Items 1 LS48 CAR Demolition 1 LS49 Class 12 Riprap 870 TON50 Riprap Bedding 280 TON51 Replacing Topsoil 1 LS52 Seeding 1 ACRE

MISCELLANEOUS-ALL53 Excavator 60 HOUR54 Loader 60 HOUR54 Bulldozer 60 HOUR55 Motor Grader 60 HOUR

TOTAL(PLEASE WRITE OUT TOTAL BID)

___________________________________________________________________________________________________

____________________________________________________________________________________(Dollars).

The above prices include any costs associated with addendum numbers .

This proposal is valid for 30 days after the opening of the bids. Attach herewith a 5 percent bid guarantee.

Page 7: Staunton State Park Davis No.1, No. 2, No. 3, and Buick ... · PDF fileAddendum 1-1 ADDENDUM NO. 1 June 27, 2013 Staunton State Park Davis No.1, No. 2, No. 3, and Buick Dam Modifications

*Strike out where inapplicable.

(Corporate Signature Block)

Company Name

____________________________________________________________Corporation

Date: ________________, 2013 E.I.N.# _________________________

By: ______________________________________________________ President

Printed Name: __________________________________________________

Attested to by: _____________________________________________ Secretary

(A Partnership Signature Block)

A limited partnership of , general partner;

doing business as (dba)

____________________________________________________________________Company Name

E.I.N. OR S.S. # by _______________________________ General Partner

Printed Name ____________________________________

Minority Business Statement: The undersigned bidder certifies that the corporation*, partnership*, or proprietorship* is* is not* 50 percent (50%) or more owned and operated by a socially or economically disadvantaged group per the Small Business Administration.

Page 8: Staunton State Park Davis No.1, No. 2, No. 3, and Buick ... · PDF fileAddendum 1-1 ADDENDUM NO. 1 June 27, 2013 Staunton State Park Davis No.1, No. 2, No. 3, and Buick Dam Modifications

(A Sole Proprietorship Signature Block)

S.S. # _________________________ by: ________________________________________

Printed Name ___________________________________

A Sole Proprietorship of ____________________________________________________

(dba) _______________________________________________________

Page 9: Staunton State Park Davis No.1, No. 2, No. 3, and Buick ... · PDF fileAddendum 1-1 ADDENDUM NO. 1 June 27, 2013 Staunton State Park Davis No.1, No. 2, No. 3, and Buick Dam Modifications

07-059.40 1 6/27/13

MEASUREMENT AND PAYMENT

PART 1 – GENERAL 1.01 REQUIREMENTS INCLUDED

A. This section provides the measurement and payment method for items of work under this Contract.

1.02 UNIT PRICES

A. The work performed under this Agreement shall be paid for on a unit price basis at the rates for the respective items on the Bid Schedule. The quantities provided on the Bid Schedule are only estimates of the actual quantities of the work to be performed, and are only included for purposes of making the award. OWNER reserves the right to alter and/or eliminate any item of work. Modifications, if any, will be made by Change Order.

B. The total unit or lump sum prices for the Contract cover all work required by the Contract

Documents including the furnishing of all materials and equipment required to be incorporated in and form a permanent part of the Work; tools, equipment, supplies, transportation, facilities, labor, superintendence, and services required to perform the Work; bonds, insurance, and submittals; and the assumption of all obligations, duties, and responsibilities necessary to the successful completion of the Contract, except as provided for otherwise in this section of the Specifications or elsewhere in the Contract Documents.

C. All work not specifically set forth as a pay item in the Bid Schedule shall be considered a

subsidiary obligation of Contractor and all costs in connection therewith shall be included in the bid prices.

1.03 BID SCHEDULE

The following is a summary of the measurement and payment method used for items of work listed in the bid schedule.

GENERAL–FOR ALL DAMS BID ITEM 1 - MOBILIZATION

This pay item includes the cost of moving all materials, equipment, labor onto the job site, set up, tear down, and moving all trash, materials, equipment, labor off the job site, leaving the job site and area clean, and cleaning equipment per the requirements in the Drawings. The price for this item shall include all costs incorporated in performing the work described here. Payment will be made in two installments: the first sixty percent (60%) will be paid on the first month’s pay estimate; the remaining forty percent (40%) after final cleanup has been completed.

Page 10: Staunton State Park Davis No.1, No. 2, No. 3, and Buick ... · PDF fileAddendum 1-1 ADDENDUM NO. 1 June 27, 2013 Staunton State Park Davis No.1, No. 2, No. 3, and Buick Dam Modifications

07-059.40 2 6/27/13

BID ITEM 2 - INSURANCE, BONDS, PERMITS

This pay item includes the Contractor’s cost of insurance, bonds, and permits required for the project. Payment will be made in two installments: the first eighty percent (80%) will be paid on the first month’s pay estimate; the remaining twenty percent (20%) will be paid on the second month’s pay estimate.

BID ITEM 3 - SURVEYING

This item shall include all surveying and staking as required for the Contractor to layout and perform his work as indicated on the Drawings. The Contractor is responsible for all surveying to layout and measure the work and shall provide red-lined, as-constructed drawings to the Engineer at the completion of the project showing any changes from the plans and specifications. Payment for this item shall be made on a lump sum basis with progress payments made based on percent of total work completed.

BID ITEM 4 - TRAFFIC CONTROL

a. This item shall include furnishing, placement, use, and removal of all traffic control devices.

b. Work for this item shall include, but not be limited to, signs, striping, barricades,

warning lights, flaggers, cones, barriers, and any other traffic control-related items.

c. The Contractor shall maintain Elk Creek Road at all times. The Contractor shall provide all of the necessary traffic control devices and if required, flagmen.

d. Payment for Traffic Control shall be at the lump sum price bid for providing traffic

control in accordance with current Jefferson County requirements, Colorado Department of Transportation requirements, and the Contract Documents.

e. Contractor is responsible for providing and maintaining adequate traffic control

throughout the project, including proper traffic control devices and/or personnel as required.

f. A traffic control plan is required and is subject to Colorado State Park and Jefferson

County review prior to commencing work on this project. A copy of the approved traffic control plan must be available on site during work. Traffic control to be in accordance with Manual on Uniform Traffic Control Devices, Section 6.

g. Access on Elk Creek Road shall be maintained at all times during construction.

BID ITEM 5 - EROSION AND SEDIMENT CONTROL

This pay item shall include, but not be limited to, all work required by the Contractor to care for water on the site in accordance with the drawings and specifications. This shall include control of groundwater and seepage at individual excavations as required throughout construction and control of all surface water runoff to prevent sedimentation and/or degradation of all streams and tributaries. This item shall include, but not be limited to, all costs for vehicle tracking pad, temporary dikes, culverts, pumping systems, electricity or fuel, casings, well points, and all other such items, and shall

Page 11: Staunton State Park Davis No.1, No. 2, No. 3, and Buick ... · PDF fileAddendum 1-1 ADDENDUM NO. 1 June 27, 2013 Staunton State Park Davis No.1, No. 2, No. 3, and Buick Dam Modifications

07-059.40 3 6/27/13

include all permitting, management, and supervision required by the specifications or government regulations. This item also includes the obtaining and maintaining of all permits required by State and Federal water quality control regulations. This item also includes obtaining and complying with a Stormwater Discharges Associated with Construction Activity Discharge Permit from the Colorado Department of Health and Environment and a Jefferson County Grading Permit.

BID ITEM 6 - DEWATERING

a. The Lump Sum Price bid for dewatering shall include all costs for such Work. This item shall include all equipment, time, materials, man-hours, temporary power, and energy costs required to dewater trenches and excavations throughout the Project.

b. Dewatering shall include all labor and equipment required to maintain an

unsaturated, stable excavation or trench surface for construction of the road and placement of pipes shown on the Drawings. Payment for dewatering shall be at the lump sum bid for the dewatering of the complete project as shown on the Drawings and discussed in the Specifications.

c. Contractor shall assume that the groundwater levels vary with the seasons.

d. Payment for all dewatering work, shall be made on a lump sum basis. Progress

payments shall be made on a monthly pro-rated basis from the start of the project until Substantial Completion.

e. This item includes obtaining and complying with Dewatering Permit from the Colorado Department of Health and Environment

DAVIS NO. 2 MODIFICATIONS PLANS AND SPECIFICATIONS COMMON ITEMS BID ITEM 7 - SILT FENCE

Measurement and payment for silt fence shall be paid by the linear foot and shall include all materials and Workmanship required to install and maintain silt fence as required.

BID ITEM 8 - EROSION CONTROL BALES Measurement and payment for straw bale barriers shall be by each barrier installed. The unit price shall include the materials and workmanship required to install and maintain each barrier as described in the Drawings.

BID ITEM 9 - CLEARING, STRIPPING and GRUBBING

Page 12: Staunton State Park Davis No.1, No. 2, No. 3, and Buick ... · PDF fileAddendum 1-1 ADDENDUM NO. 1 June 27, 2013 Staunton State Park Davis No.1, No. 2, No. 3, and Buick Dam Modifications

07-059.40 4 6/27/13

This pay item shall include clearing, stripping, and grubbing all construction areas including the removal of any trees in the required construction areas. The cost shall include spoiling waste materials in designated areas as outlined in the specifications. Payment for this item shall be made on a lump sum basis with progress payments made based on percentage of total work completed.

BID ITEM 10 - SALVAGING AND STOCKPILING TOPSOIL After construction areas have been cleared and grubbed, the top soil (one foot (1’-0”) in

depth) shall be removed from the construction area(s) and stockpiled. The purpose of stockpiling the topsoil is so that it may be placed back for seeding. This pay item includes all costs for providing all equipment, labor, including all associated costs (excavation, hauling, compaction, grading activities, etc.) to excavate, haul, and stockpile on site. Measurement and payment will be determined by a lump sum basis.

DAVIS NO. 1 DAM BID ITEM 11 - REMOVAL of DAM No.1

This pay item of work shall include all general earth excavation and demolition associated with the removal of Dam No.1. Costs shall include all excavation, demolition, spoiling debris, and stockpiling or transporting materials for use in other required fill areas. Payment for this item shall be made on a lump sum basis with progress payments made based on percent of total work completed.

BID ITEM 12 - DAM No.1 DRAINAGE SWALE (WETLAND MITIGATION AREA)

This item shall include all work required to construct the drainage swale at the location where Dam No.1 was removed. The work shall include grading, excavation, and placement of erosion control measures to the lines and grades shown on the drawings.

a. Earthwork. This work shall include all excavation and grading for construction of

the swale to the lines and grades shown on the drawings and shall include the stockpiling or transporting of excess materials for use in other required fill areas. Payment for this item shall be made on a lump sum basis with progress payments made based on percent of total work completed.

b. Class 18 Riprap. This pay item shall include furnishing and placement of riprap obtained from off-site sources and delivered to the Project site. Measurement and payment for Riprap shall be determined by the ton of riprap placed to the lines, grades, and thickness shown on the Drawings and described in the Contract Documents. Daily load tickets shall be provided to the Owner’s representative on a daily basis.

c. Class 12 Riprap. This pay item shall include furnishing and placement of riprap obtained from off-site sources and delivered to the Project site. Measurement and payment for Riprap shall be determined by the ton of riprap placed to the lines, grades, and thickness shown on the Drawings and described in the Contract Documents. Daily load tickets shall be provided to the Owner’s representative on a daily basis.

d. Riprap Bedding. This pay item shall include furnishing and placement of riprap

Page 13: Staunton State Park Davis No.1, No. 2, No. 3, and Buick ... · PDF fileAddendum 1-1 ADDENDUM NO. 1 June 27, 2013 Staunton State Park Davis No.1, No. 2, No. 3, and Buick Dam Modifications

07-059.40 5 6/27/13

bedding obtained from off-site sources and delivered to the Project site. Measurement and payment for Riprap Bedding shall be determined by the ton of riprap bedding placed to the lines, grades, and thickness shown on the Drawings and described in the Contract Documents. Daily load tickets shall be provided to the Owner’s representative on a daily basis.

e. Turf Reinforcement Mat (TRM). This pay item shall include furnishing and

placement of TRM at all locations as shown on the drawings. This pay item includes preparing the subgrade and installation per manufacturer’s recommendations. Payment for this item shall be made on a lump sum basis with progress payments made based on percent of total work completed.

f. Landscape Boulders. This pay item shall include furnishing and placement of

landscape boulders at all locations as shown on the drawings. Payment for this item shall be made per boulder retrieved from the existing stockpile near the Water Treatment Building, hauled to the dam area, and placed with progress payments made based on number of boulders placed. Minimum size of the boulders shall be three-foot (3’) by three-foot (3’) by two-foot (2’) and the maximum size shall be five-foot (5’) by five-foot (5’) by three-foot (3’).

BID ITEM 13 - REPLACING TOPSOIL Once construction is complete in areas where the topsoil was removed and stockpiled,

place the topsoil back unless a road or riprap was installed where the topsoil was removed. The excess topsoil shall be spread evenly over the construction areas. The topsoil shall be free from aggregate three-quarters of an inch (3/4”) and larger. This pay item includes all costs for providing all equipment, labor, including all associated costs (excavation, hauling, grading activities, etc.) to excavate the material from the stockpile, haul, and install the material per preconstruction conditions and elevation. Measurement and payment will be a lump sum basis.

BID ITEM 14 - SEEDING

Seeding shall be measured and paid for by the acre. The price shall include all material, labor, and incidental costs required for obtaining, planting, and maintaining seed mixes as indicated in the drawings and specifications. Contractor shall not be compensated for areas outside of the reasonable areas of disturbance of the project area. The seed mix in the specifications shall be used for the entire project area.

DAVIS NO. 2 DAM PLANS AND SPECIFICATIONS BID ITEM 15 - BREACH EXCAVATION and DEMOLITION

This pay item of work shall include all general earth excavation and demolition associated with breaching the dam, removing the existing outlet works, including all piping, concrete structures, and control systems. Costs shall include all excavation, demolition and spoil of debris, and stockpiling materials for later use in backfilling the breach. Payment for this item shall be made on a lump sum basis with progress payments made based on percent of total work completed.

BID ITEM 16 - EMBANKMENT CONSTRUCTION

Page 14: Staunton State Park Davis No.1, No. 2, No. 3, and Buick ... · PDF fileAddendum 1-1 ADDENDUM NO. 1 June 27, 2013 Staunton State Park Davis No.1, No. 2, No. 3, and Buick Dam Modifications

07-059.40 6 6/27/13

a. Key Trench Excavation. This pay item of work shall include all work to excavate the upstream key trench to the lines and grades shown on the drawings. Payment for this item shall be made on a cubic yard basis with progress payments made based on percent of total work completed. The quantity reflects the plan quantity. If conditions meet Drawings, plan quantity shall be paid, if additional or less depth, width, or length is required, then quantity adjustment shall be made. Additional payment shall not be made for additional material excavated, if Contractor excavates beyond Drawings when not required.

b. Zone 1 Fill. This pay item of work shall include all general grading, cut, and fill operations associated with placing the Zone 1 Fill to the lines and grades shown on the drawings. This shall include all cost to borrow and place the Zone 1 fill and shall include excavating, loading, hauling, moisture conditioning, placement and compaction, and final grading of the dam embankment. Payment for this item shall be made on a lump sum basis with progress payments made based on percent of total work completed.

c. Zone 2 Fill. This pay item of work shall include all general grading and fill

operations associated with supplying and placing the Zone 2 fill materials. This shall include all cost to supply Zone 2 clay materials from offsite sources and placing to the lines and grades shown on the Drawings. Costs shall include supplying, loading, hauling, moisture conditioning, placement and compaction, and final grading of the dam embankment. Payment for this item shall be made on a cubic yard basis with progress payments made based on percent of total work completed. If conditions meet Drawings, plan quantity shall be paid, if additional or less depth, width, or length is required, then quantity adjustment shall be made. Additional payment shall not be made for additional material placed, if Contractor excavates beyond Drawings when not required. Measurement shall be made on a per haul truck basis. Each haul truck shall be legally loaded, and a tandem axle truck shall haul twelve (12) cubic yards per load.

d. Class 12 Riprap. This pay item shall include furnishing and placement of riprap

obtained from off-site sources and delivered to the Project site. Measurement and payment for Riprap shall be determined by the ton of riprap placed to the lines, grades, and thickness shown on the Drawings and described in the Contract Documents. Daily load tickets shall be provided to the Owner’s representative on a daily basis.

e. Class 6 Riprap. This pay item shall include furnishing and placement of riprap

obtained from off-site sources and delivered to the Project site. Measurement and payment for Riprap shall be determined by the ton of riprap placed to the lines, grades, and thickness shown on the Drawings and described in the Contract Documents. Daily load tickets shall be provided to the Owner’s representative on a daily basis.

f. Riprap Bedding. This pay item shall include furnishing and placement of riprap

bedding obtained from off-site sources and delivered to the Project site. Measurement and payment for riprap bedding shall be determined by the ton of riprap bedding placed to the lines, grades, and thickness shown on the Drawings and described in the Contract Documents. Daily load tickets shall be provided to the Owner’s representative on a daily basis.

BID ITEM 17 - OUTLET WORKS

a. Concrete Structures and Manhole. The pay item shall include all materials, concrete, reinforcing steel, formwork, embedments and accessories, labor, and

Page 15: Staunton State Park Davis No.1, No. 2, No. 3, and Buick ... · PDF fileAddendum 1-1 ADDENDUM NO. 1 June 27, 2013 Staunton State Park Davis No.1, No. 2, No. 3, and Buick Dam Modifications

07-059.40 7 6/27/13

fine excavation and grading to construct the concrete outlet structure as shown on the Drawings. This shall include the Outlet Structure, the Manhole, and the Energy Dissipator. Payment for this item shall be made on a lump sum basis with progress payments made based on percent of total work completed.

b. Outlet Pipe. The pay item shall include the supply and installation of the 12-inch

ductile iron outlet pipe as shown on the Drawings. This shall include all specials, fittings, concrete bedding, reinforcing steel, forming and equipment and labor for the complete installation of the outlet pipeline to the lines and grades as shown on the Drawings. Payment for this item shall be made on a per foot basis with progress payments made based on percent of total work completed.

c. Gates and Operators. This pay item shall include the installation of all gates,

valves, operators, stems, thimbles, embedments, bolts, vent piping, concrete support grade beam, concrete operator support, and other miscellaneous components for the complete installation of the control gate and valve and operators as shown on the Drawings. Payment for this item shall be made on a lump sum basis with progress payments made based on percent of total work completed.

d. Sand Collar w/Drain. This pay item shall include materials and installation of the

sand collar with the associated PVC pipe drain as shown on the drawings and required by the specifications. The payment will be made on a lumps sum basis with progress payments made based on percent of total work completed. All associated work materials, labor, equipment and etc. shall be included.

BID ITEM 18 - TOE DRAIN

a. 6” PVC Pipe. The Contractor shall supply and install all piping, fittings and Zone 4 materials for the toe drain and measuring weir as shown on the Drawings. Excavation, backfill and any sheeting, shoring, or stabilization of the excavation required shall be included in the cost. Payment shall be made on a per foot basis with progress payments made based on percentage of total work completed.

b. Manhole. The pay item includes providing precast concrete manhole and

accessories, excavation, backfill, equipment and labor to construct a toe drain manhole as shown on the Drawings. Payment for this item shall be made by each one completed.

c. Cleanout. The pay item includes providing materials, excavation, backfill,

equipment and labor to construct a toe drain cleanout as shown on the Drawings. Payment for this item shall be made by each one completed.

BID ITEM 19 - CONCRETE SPILLWAY

a. Earthwork. This pay item of work shall include all general excavation, grading, and backfill required to construct the concrete spillway to the lines and grades shown on the drawings. Payment for this item shall be made on a lump sum basis with progress payments made based on percent of total work completed.

Page 16: Staunton State Park Davis No.1, No. 2, No. 3, and Buick ... · PDF fileAddendum 1-1 ADDENDUM NO. 1 June 27, 2013 Staunton State Park Davis No.1, No. 2, No. 3, and Buick Dam Modifications

07-059.40 8 6/27/13

b. Concrete Spillway. The pay item includes providing all materials, concrete, reinforcing steel, formwork, embedments and accessories, and labor to construct the concrete spillway as shown on the Drawings. Payment for this item shall be made on a lump sum basis with progress payments made based on percent of total work completed.

c. Underdrain System. The Contractor shall supply all piping, fittings, excavation,

Zone 4 materials, backfill and placement of the pipe and Zone 4 filter material to install the slab underdrain as shown on the Drawings. Payment shall be made on a lump sum basis with progress payments made based on percentage of total work completed.

d. Chain Link Fencing. The Contractor shall provide all materials and labor to

install the fencing as shown on the Drawings, with the exception of the barbed wire on top of the chain link fence. Barbed wire shall not be used. Payment for this item shall be made on a per linear foot basis with progress payments made based on percent of total work completed. Height of the chain link fence shall be six-foot (6’).

BID ITEM 20 - DOWNSTREAM GRAVEL DRAIN

a. Class 12 Riprap. This pay item shall include furnishing and placement of riprap

obtained from off-site sources and delivered to the Project site. Measurement and payment for Riprap shall be determined by the ton of riprap placed to the lines, grades, and thickness shown on the Drawings and described in the Contract Documents. Daily load tickets shall be provided to the Owner’s representative on a daily basis.

b. Riprap Bedding. This pay item shall include furnishing and placement of riprap

bedding obtained from off-site sources and delivered to the Project site. Measurement and payment for riprap bedding shall be determined by the ton of riprap bedding placed to the lines, grades, and thickness shown on the Drawings and described in the Contract Documents. Daily load tickets shall be provided to the Owner’s representative on a daily basis.

c. Zone 4 Fill. This pay item shall include furnishing and placement of Zone 4 fill

obtained from off-site sources and delivered to the Project site. Costs shall include supplying, loading, hauling, moisture conditioning, placement, and compaction and final grading. Payment for this item shall be made on a lump sum basis with progress payments made based on percent of total work completed.

BID ITEM 21 - PREFABRICATED BRIDGE

This pay item includes providing and installing a prefabricated bridge designed in accordance with the project Specifications. All labor, materials, and equipment and installation costs shall be included to provide a complete installation. Payment for this item shall be made on a lump sum basis with progress payments made based on percent of total work completed.

BID ITEM 22 - DAM CREST ROADBASE

This pay item includes supplying, hauling, placing, moisture conditioning, and compacting roadbase gravel on the dam crest roadway and other access roads as

Page 17: Staunton State Park Davis No.1, No. 2, No. 3, and Buick ... · PDF fileAddendum 1-1 ADDENDUM NO. 1 June 27, 2013 Staunton State Park Davis No.1, No. 2, No. 3, and Buick Dam Modifications

07-059.40 9 6/27/13

indicated on the Drawings. Measurement and payment for roadbase shall be determined by the ton placed to the lines, grades, and thickness shown on the Drawings and described in the Contract Documents. Daily load tickets shall be provided to the Owner’s representative on a daily basis.

BID ITEM 23 - REPLACING TOPSOIL Once construction is complete in areas where the topsoil was removed and stockpiled,

place the topsoil back unless a road or riprap was installed where the topsoil was removed. The excess topsoil shall be spread evenly over the construction areas. The topsoil shall be free from aggregate three-quarters of an inch (3/4”) and larger. This pay item includes all costs for providing all equipment, labor, including all associated costs (excavation, hauling, grading activities, etc.) to excavate the material from the stockpile, haul, and install the material per preconstruction conditions and elevation. Measurement and payment will be a lump sum basis.

BID ITEM 24 - SEEDING

Seeding shall be measured and paid for by the acre. The price shall include all material, labor, and incidental costs required for obtaining, planting, and maintaining seed mixes as indicated in the drawings and specifications. Contractor shall not be compensated for areas outside of the reasonable areas of disturbance of the project area. The seed mix in the specifications shall be used for the entire project area.

DAVIS NO. 3 DAM PLANS AND SPECIFICATIONS BID ITEM 25- SILT FENCE

Measurement and payment for silt fence shall be paid by the linear foot and shall include all materials and workmanship required to install and maintain silt fence as required.

BID ITEM 26 - EROSION CONTROL BALES Measurement and payment for straw bale barriers shall be by each barrier installed. The unit price shall include the materials and workmanship required to install and maintain each barrier as described in the Drawings.

BID ITEM 27 - CLEARING, STRIPPING and GRUBBING

This pay item shall include clearing, stripping, and grubbing all construction areas including the removal of any trees in the required construction areas. The cost shall include spoiling waste materials in designated areas as outlined in the specifications. Payment for this item shall be made on a lump sum basis with progress payments made based on percentage of total work completed.

BID ITEM 28 - SALVAGING AND STOCKPILING TOPSOIL After construction areas have been cleared and grubbed, the top soil (one foot (1’-0”) in

depth) shall be removed from the construction area(s) and stockpiled. The purpose of

Page 18: Staunton State Park Davis No.1, No. 2, No. 3, and Buick ... · PDF fileAddendum 1-1 ADDENDUM NO. 1 June 27, 2013 Staunton State Park Davis No.1, No. 2, No. 3, and Buick Dam Modifications

07-059.40 10 6/27/13

stockpiling the topsoil is so that it may be placed back for seeding. This pay item includes all costs for providing all equipment, labor, including all associated costs (excavation, hauling, compaction, grading activities, etc.) to excavate, haul, and stockpile on site. Measurement and payment will be determined by a lump sum basis.

BID ITEM 29 - BREACH EXCAVATION and DEMOLITION

This pay item of work shall include all general earth excavation and demolition associated with breaching the dam, removing the existing outlet works, including all piping, concrete structures, and control systems. Costs shall include all excavation, demolition and spoil of debris, and stockpiling materials for later use in backfilling the breach. Payment for this item shall be made on a lump sum basis with progress payments made based on percent of total work completed.

BID ITEM 30 - EMBANKMENT CONSTRUCTION

a. Key Trench Excavation. This pay item of work shall include all work to excavate the upstream key trench to the lines and grades shown on the drawings. Payment for this item shall be made on a cubic yard basis with progress payments made based on percent of total work completed. The quantity reflects the plan quantity. If conditions meet Drawings, plan quantity shall be paid, if additional or less depth, width, or length is required, then quantity adjustment shall be made. Additional payment shall not be made for additional material excavated, if Contractor excavates beyond Drawings when not required.

b. Zone 1 Fill. This pay item of work shall include all general grading, cut, and fill

operations associated with placing the Zone 1 Fill to the lines and grades shown on the drawings. This shall include all cost to borrow and place the Zone 1 fill and shall include excavating, loading, hauling, moisture conditioning, placement and compaction, and final grading of the dam embankment. Payment for this item shall be made on a lump sum basis with progress payments made based on percent of total work completed.

c. Zone 2 Fill. This pay item of work shall include all general grading and fill operations

associated with supplying and placing the Zone 2 fill materials. This shall include all cost to supply Zone 2 clay materials from offsite sources and placing to the lines and grades shown on the Drawings. Costs shall include supplying, loading, hauling, moisture conditioning, placement and compaction, and final grading of the dam embankment. Payment for this item shall be made on a cubic yard basis with progress payments made based on percent of total work completed. If conditions meet Drawings, plan quantity shall be paid, if additional or less depth, width, or length is required, then quantity adjustment shall be made. Additional payment shall not be made for additional material placed, if Contractor excavates beyond Drawings when not required. Measurement shall be made on a per haul truck basis. Each haul truck shall be legally loaded, and a tandem axle truck shall haul twelve (12) cubic yards per load.

d. Class 12 Riprap. This pay item shall include furnishing and placement of riprap

obtained from off-site sources and delivered to the Project site. Measurement and payment for Riprap shall be determined by the ton of riprap placed to the lines, grades, and thickness shown on the Drawings and described in the Contract Documents. Daily load tickets shall be provided to the Owner’s representative on a daily basis.

e. Class 6 Riprap. This pay item shall include furnishing and placement of riprap

Page 19: Staunton State Park Davis No.1, No. 2, No. 3, and Buick ... · PDF fileAddendum 1-1 ADDENDUM NO. 1 June 27, 2013 Staunton State Park Davis No.1, No. 2, No. 3, and Buick Dam Modifications

07-059.40 11 6/27/13

obtained from off-site sources and delivered to the Project site. Measurement and payment for Riprap shall be determined by the ton of riprap placed to the lines, grades, and thickness shown on the Drawings and described in the Contract Documents. Daily load tickets shall be provided to the Owner’s representative on a daily basis.

f. Riprap Bedding. This pay item shall include furnishing and placement of riprap

bedding obtained from off-site sources and delivered to the Project site. Measurement and payment for riprap bedding shall be determined by the ton of riprap bedding placed to the lines, grades, and thickness shown on the Drawings and described in the Contract Documents. Daily load tickets shall be provided to the Owner’s representative on a daily basis.

BID ITEM 31 - OUTLET WORKS a. Concrete Structures and Manhole. The pay item shall include all materials, concrete,

reinforcing steel, formwork, embedments and accessories, labor, and fine excavation and grading to construct the concrete outlet structure as shown on the Drawings. This shall include the Outlet Structure, the Manhole, and the Energy Dissipator. Payment for this item shall be made on a lump sum basis with progress payments made based on percent of total work completed.

b. Outlet Pipe. The pay item shall include the supply and installation of the 12-inch

ductile iron outlet pipe as shown on the Drawings. This shall include all specials, fittings, concrete bedding, reinforcing steel, forming and equipment and labor for the complete installation of the outlet pipeline to the lines and grades as shown on the Drawings. Payment for this item shall be made on a per foot basis with progress payments made based on percent of total work completed.

c. Gates and Operators. This pay item shall include the installation of all gates, valves,

operators, stems, thimbles, embedments, bolts, vent piping, concrete support grade beam, concrete operator support, and other miscellaneous components for the complete installation of the control gate and valve and operators as shown on the Drawings. Payment for this item shall be made on a lump sum basis with progress payments made based on percent of total work completed.

d. Sand Collar w/Drain. This pay item shall include materials and installation of the sand

collar with the associated PVC pipe drain as shown on the drawings and required by the specifications. The payment will be made on a lumps sum basis with progress payments made based on percent of total work completed. All associated work materials, labor, equipment and etc. shall be included.

BID ITEM 32 - TOE DRAIN

a. 6” PVC Pipe. The Contractor shall supply and install all piping, fittings and Zone 4 materials for the toe drain and measuring weir as shown on the Drawings. Excavation, backfill and any sheeting, shoring, or stabilization of the excavation required shall be included in the cost. Payment shall be made on a per foot basis with progress payments made based on percentage of total work completed.

b. Manhole. The pay item includes providing precast concrete manhole and

accessories, excavation, backfill, equipment and labor to construct a toe drain manhole as shown on the Drawings. Payment for this item shall be made by each one completed.

Page 20: Staunton State Park Davis No.1, No. 2, No. 3, and Buick ... · PDF fileAddendum 1-1 ADDENDUM NO. 1 June 27, 2013 Staunton State Park Davis No.1, No. 2, No. 3, and Buick Dam Modifications

07-059.40 12 6/27/13

c. Cleanout. The pay item includes providing materials, excavation, backfill, equipment and labor to construct a toe drain cleanout as shown on the Drawings. Payment for this item shall be made by each one completed.

d. Measuring Weir. The pay item includes constructing a concrete weir and

accessories, excavation, backfill, equipment and labor to construct a toe drain weir as shown on the Drawings. Payment for this item shall be made on a lump sum basis with progress payments made based on percent of total work completed.

BID ITEM 33 - CONCRETE SPILLWAY

a. Earthwork. This pay item of work shall include all general excavation, grading, and backfill required to construct the concrete spillway to the lines and grades shown on the drawings. Payment for this item shall be made on a lump sum basis with progress payments made based on percent of total work completed.

b. Concrete Spillway. The pay item includes providing all materials, concrete, reinforcing steel, formwork, embedments and accessories, and labor to construct the concrete spillway as shown on the Drawings. Payment for this item shall be made on a lump sum basis with progress payments made based on percent of total work completed.

c. Underdrain System. The Contractor shall supply all piping, fittings, excavation,

Zone 4 materials, backfill and placement of the pipe and Zone 4 filter material to install the slab underdrain as shown on the Drawings. Payment shall be made on a lump sum basis with progress payments made based on percentage of total work completed.

d. Chain Link Fencing. The Contractor shall provide all materials and labor to

install the fencing as shown on the Drawings, with the exception of the barbed wire on top of the chain link fence. Barbed wire shall not be used. Payment for this item shall be made on a per linear foot basis with progress payments made based on percent of total work completed. Height of the chain link fence shall be six-foot (6’).

BID ITEM 34 - PREFABRICATED BRIDGE

This pay item includes providing and installing a prefabricated bridge designed in accordance with the project Specifications. All labor, materials, and equipment and installation costs shall be included to provide a complete installation. Payment for this item shall be made on a lump sum basis with progress payments made based on percent of total work completed.

BID ITEM 35 - DAM CREST ROADBASE

This pay item includes supplying, hauling, placing, moisture conditioning, and compacting roadbase gravel on the dam crest roadway and other access roads as indicated on the Drawings. Measurement and payment for roadbase shall be determined by the ton placed to the lines, grades, and thickness shown on the Drawings and described in the Contract Documents. Daily load tickets shall be provided to the Owner’s representative on a daily basis.

BID ITEM 36 – DOWNSTREAM WATERLINE

Page 21: Staunton State Park Davis No.1, No. 2, No. 3, and Buick ... · PDF fileAddendum 1-1 ADDENDUM NO. 1 June 27, 2013 Staunton State Park Davis No.1, No. 2, No. 3, and Buick Dam Modifications

07-059.40 13 6/27/13

Waterlines Bid Items a-d:

1. Waterlines are to be paid for by the linear foot and shall be measured for payment on a horizontal plane after installation of pipe.

2. Where lines are laid to conform to stationed profiles, payment shall be made on

linear quantities based on the pipeline stationing. 3. Measurement of each line of pipe shall include the full laying lengths of all

fittings and valves installed between the ends of each line; except that the laying lengths of reducers and increasers will be divided equally between the connected pipe sizes.

4. Work for this item shall include, but not be limited to, all clearing, grubbing,

surface preparation, trenching, excavation, concrete blocking, backfilling, compaction, bedding, potholing for utilities, pipe embedment, tracer wire installation, polyethylene wrap, and all other incidental costs and Work necessary to install the pipe, valves, fittings, and appurtenances which are not otherwise stipulated to be paid for separately.

5. Mechanically restrained waterline portions shall be included in this pay item. No

additional payment will be made for the restrained portions of the waterline. 6. Tracer wire testing shall be included in the pay item.

Waterline Fittings Bid Items e-h:

1. This Work shall include additional costs associated with furnishing and installing tees, bends, and crosses over and above that of an equivalent length of water pipe.

2. Work for this item shall include, but not be limited to, excavation and backfill

not included under Waterline Installation, fitting installation, polyethylene wrap, appurtenances, restraints, concrete thrust blocking, and all other incidental costs and Work not included with other pay items.

3. Measurement and payment shall be paid by each one installed.

Waterline Valves i-l:

1. Valves in water mains will be measured and paid for each valve installed. The Unit Price shall include all costs incurred in completing the valve installation over and above the amount paid for piping in place. The Unit Price shall include furnishing and installing the sectionalizing valve, valve box, appurtenances, excavation and backfill not included under piping, potholing for utilities, concrete blocking, and all other costs not included under other bid items.

2. No separate payment will be made for fire hydrant auxiliary valves, or blow-off

hydrants or for tapping valves. 3. Contractor to supply the Owner a key (wrench) at the end of the project and

paint the valve nut fluorescent orange.

m. Fire Hydrant:

Page 22: Staunton State Park Davis No.1, No. 2, No. 3, and Buick ... · PDF fileAddendum 1-1 ADDENDUM NO. 1 June 27, 2013 Staunton State Park Davis No.1, No. 2, No. 3, and Buick Dam Modifications

07-059.40 14 6/27/13

1. Fire hydrants will be measured and paid for by each one installed. The Unit

Price named for each fire hydrant installation shall include all costs incurred in furnishing and installing the fire hydrant, auxiliary gate valve, lateral, tee, accessories, tracer wire and tracer wire test stations, and appurtenances, concrete blocking behind and under the fire hydrant, drainage facilities, and all other costs not included under other bid items.

2. Fire hydrants will be paid for at the Unit Price Bid. The Unit Price named for

each fire hydrant installation shall include all costs incurred in all excavation and backfilling not paid for as trenching for water pipe, granular material, furnishing and installing the fire hydrant, mainline anchoring tee (swivel tee), auxiliary gate valve, valve boxes, accessories and appurtenances, concrete blocking behind and under the fire hydrant, pipe, polyethylene wrap, drainage facilities, and all other costs not included under other bid items.

BID ITEM 37 - ROCK EXCAVATION FOR WATERLINE INSTALLATION

Rock shall be as defined in the technical specifications and as field verified in all field locations by the Field Representative. 1. The Unit Price bid for each item of rock excavation shall include the excess

cost only of the removal and subsequent handling of such rock, over and above that of earth excavation, because the Contract Price for each item of Work involving excavation shall be based on and include earth excavation throughout. Rock excavation shall be measured within and to pay limits as follows, and direct payments made at the applicable unit price.

2. Below the top rock surface, as determined by surveys or other measurements made after stripping and before casting, or, when pre-shooting is permitted, as determined and agreed to by CONTRACTOR and ENGINEER after pre-shooting and stripping.

3. Above the bottom surface of the rock, where such surface is above the specified bottom pay limits.

4. Above trench bottoms as shown on trench details and parallel to the bottom of the pipe.

5. Above authorized structure subgrades. 6. Between vertical planes separated by horizontal distance equal to the minimum

trench width permitted for the size and type of pipe being installed. 7. To vertical surfaces twelve inches (12”) outside of the outer faces masonry

manholes, two feet (2’-0”) outside of the outer faces of structures poured against forms, and to the pay limits for concrete on concrete items poured directly against the excavation faces.

8. All rock excavation pay quantities shall be based on the volume of the excavated material in its original and undisturbed condition. All rock excavation quantities shall be verified by OWNER prior to backfill installation.

BID ITEM 38 - GRADING AND ACCESS ROAD

Page 23: Staunton State Park Davis No.1, No. 2, No. 3, and Buick ... · PDF fileAddendum 1-1 ADDENDUM NO. 1 June 27, 2013 Staunton State Park Davis No.1, No. 2, No. 3, and Buick Dam Modifications

07-059.40 15 6/27/13

a. Earthwork. This work shall include all excavation and grading for construction of the road and turn-around area to the lines and grades shown on the drawings and shall include the stockpiling or transporting of excess materials for use in other required fill areas. Payment for this item shall be made on a lump sum basis with progress payments made based on percent of total work completed.

b. CDOT Class 5 Aggregate Base Course. This pay item includes all labor,

materials, and equipment, and installation costs for the placement and compaction of the specified aggregate as indicated on the Drawings. This pay item relates to the Class 5 Roadbase to be placed on road and turn-around area as shown on the Drawings. Measurement and payment will be determined by the ton. Daily load tickets will be provided to the Owner’s representative on a daily basis. All associated costs (excavation, backfill, compaction, sterilizing agent placement, etc.) shall be included.

BID ITEM 39 - FLUME, VAULT, AND BUILDING

The Lump Sum Price Bid for Flume, Vault, and Building shall include all costs for furnishing all materials, equipment, and supplies; all construction equipment, tools, and plans; the performance of all necessary labor, supervision and services; and the installation of the complete system in conformance with the drawings, specifications, and other contract documents. The Work shall include excavation and backfill; concrete, vault, connecting piping; flume, hatch, furnishing, and installation of the building; electrical work, underground electrical conduit, and all other appurtenant work.

BID ITEM 40 - REPLACING TOPSOIL Once construction is complete in areas where the topsoil was removed and stockpiled,

place the topsoil back unless a road or riprap was installed where the topsoil was removed. The excess topsoil shall be spread evenly over the construction areas. The topsoil shall be free from aggregate three-quarters of an inch (3/4”) and larger. This pay item includes all costs for providing all equipment, labor, including all associated costs (excavation, hauling, grading activities, etc.) to excavate the material from the stockpile, haul, and install the material per preconstruction conditions and elevation. Measurement and payment will be a lump sum basis.

BID ITEM 41 - SEEDING

Seeding shall be measured and paid for by the acre. The price shall include all material, labor, and incidental costs required for obtaining, planting, and maintaining seed mixes as indicated in the drawings and specifications. Contractor shall not be compensated for areas outside of the reasonable areas of disturbance of the project area. The seed mix in the specifications shall be used for the entire project area.

BUICK DAM PLANS AND SPECIFICATIONS BID ITEM 42- SILT FENCE

Page 24: Staunton State Park Davis No.1, No. 2, No. 3, and Buick ... · PDF fileAddendum 1-1 ADDENDUM NO. 1 June 27, 2013 Staunton State Park Davis No.1, No. 2, No. 3, and Buick Dam Modifications

07-059.40 16 6/27/13

Measurement and payment for silt fence shall be paid by the linear foot and shall include all materials and workmanship required to install and maintain silt fence as required.

BID ITEM 43 - EROSION CONTROL BALES Measurement and payment for straw bale barriers shall be by each barrier installed. The unit price shall include the materials and workmanship required to install and maintain each barrier as described in the Drawings.

BID ITEM 44 - CLEARING, STRIPPING and GRUBBING

This pay item shall include clearing, stripping, and grubbing all construction areas including the removal of any trees in the required construction areas. The cost shall include spoiling waste materials in designated areas as outlined in the specifications. Payment for this item shall be made on a lump sum basis with progress payments made based on percentage of total work completed.

BID ITEM 45 - SALVAGING AND STOCKPILING TOPSOIL After construction areas have been cleared and grubbed, the top soil (one foot (1’-0”) in

depth) shall be removed from the construction area(s) and stockpiled. The purpose of stockpiling the topsoil is so that it may be placed back for seeding. This pay item includes all costs for providing all equipment, labor, including all associated costs (excavation, hauling, compaction, grading activities, etc.) to excavate, haul, and stockpile on site. Measurement and payment will be determined by a lump sum basis.

BID ITEM 46 - EXCAVATE, REMOVE EMBANKMENT, RE-GRADE DOWNSTREAM

This pay item of work shall include all general earth excavation and grading to remove the existing dam to the lines and grades as shown on the drawings. Costs shall include all excavation and spoiling of excess material. Payment for this item shall be made on a lump sum basis with progress payments made based on percent of total work completed.

BID ITEM 47 - REMOVAL and SALVAGE OF EXISTING ITEMS

This pay item of work shall include all general earth excavation and removal and salvage of the existing features shown on the Drawings located in the dam. The salvaged items shall be delivered to a location on the site as directed by Engineer. Payment for this item shall be made on a lump sum basis with progress payments made based on percent of total work completed.

BID ITEM 48 - CAR DEMOLITION

This pay item of work shall include all general earth excavation, demolition, removal and disposal of CAR and appurtenances. Disposal includes any actions needed to handle petroleum products that may remain. Payment for this item shall be made on a

Page 25: Staunton State Park Davis No.1, No. 2, No. 3, and Buick ... · PDF fileAddendum 1-1 ADDENDUM NO. 1 June 27, 2013 Staunton State Park Davis No.1, No. 2, No. 3, and Buick Dam Modifications

07-059.40 17 6/27/13

lump sum basis with progress payments made based on percent of total work completed.

BID ITEM 49 - CLASS 12 RIPRAP

This pay item shall include furnishing and placement of riprap obtained from off-site sources and delivered to the Project site. Measurement and payment for Riprap shall be determined by the ton of riprap placed to the lines, grades, and thickness shown on the Drawings and described in the Contract Documents. Daily load tickets shall be provided to the Owner’s representative on a daily basis.

BID ITEM 50 – RIPRAP BEDDING

This pay item shall include furnishing and placement of riprap bedding obtained from off-site sources and delivered to the Project site. Measurement and payment for riprap bedding shall be determined by the ton of riprap bedding placed to the lines, grades, and thickness shown on the Drawings and described in the Contract Documents. Daily load tickets shall be provided to the Owner’s representative on a daily basis.

BID ITEM 51 - REPLACING TOPSOIL Once construction is complete in areas where the topsoil was removed and stockpiled,

place the topsoil back unless a road or riprap was installed where the topsoil was removed. The excess topsoil shall be spread evenly over the construction areas. The topsoil shall be free from aggregate three-quarters of an inch (3/4”) and larger. This pay item includes all costs for providing all equipment, labor, including all associated costs (excavation, hauling, grading activities, etc.) to excavate the material from the stockpile, haul, and install the material per preconstruction conditions and elevation. Measurement and payment will be a lump sum basis.

BID ITEM 52 - SEEDING

Seeding shall be measured and paid for by the acre. The price shall include all material, labor, and incidental costs required for obtaining, planting, and maintaining seed mixes as indicated in the drawings and specifications. Contractor shall not be compensated for areas outside of the reasonable areas of disturbance of the project area. The seed mix in the specifications shall be used for the entire project area.

MISCELLANEOUS – ALL BID ITEM 53 - EXCAVATOR

Measurement and payment will be determined by the hour for the excavator and shall reflect all costs for the equipment including equipment costs, operation costs, operator, foreman, fuel, and maintenance costs. Excavator must be a Kamatsu PC200 or equivalent. The hours listed for this pay item are not guaranteed. This pay item will be used when miscellaneous work is required and not included in a separate pay item.

BID ITEM 54 - LOADER

Page 26: Staunton State Park Davis No.1, No. 2, No. 3, and Buick ... · PDF fileAddendum 1-1 ADDENDUM NO. 1 June 27, 2013 Staunton State Park Davis No.1, No. 2, No. 3, and Buick Dam Modifications

07-059.40 18 6/27/13

Measurement and payment will be determined by the hour for the loader and shall reflect all costs for the equipment including equipment costs, operation costs, operator, foreman, fuel, and maintenance costs. Loader must be a CAT 960F or equivalent. The hours listed for this pay item are not guaranteed. This pay item will be used when miscellaneous work is required and not included in a separate pay item.

BID ITEM 55 - BULLDOZER

Measurement and payment will be determined by the hour for the bulldozer and shall reflect all costs for the equipment including equipment costs, operation costs, operator, foreman, fuel, and maintenance costs. Bulldozer must be a CAT D6 or equivalent. The hours listed for this pay item are not guaranteed. This pay item will be used when miscellaneous work is required and not included in a separate pay item.

BID ITEM 56 - MOTOR GRADER

Measurement and payment will be determined by the hour for the motor grader and shall reflect all costs for the equipment including equipment costs, operation costs, operator, foreman, fuel, and maintenance costs. Motor grader must be a CAT 140H or equivalent. This work is for miscellaneous grading as directed by Owner. The hours listed for this pay item are not guaranteed. This pay item will be used when miscellaneous work is required and not included in a separate pay item.

1.05 CONCLUSION

This concludes the pay items listed in the Bid Schedule. Please be aware that the only payments made under this Contract are for the pay items listed in the Bid Schedule and no other payments or additional payments will be made to the Contractor for work specified and shown in these documents. If any discrepancies exist, the Contractor should notify the Project Manager in writing, requesting clarification as soon as practical.

END OF SECTION