Full Text
56 Inverness Drive East, Ste. 112 • Englewood, Colorado 80112 • [PHONE REDACTED] • Forsgren.com ADDENDUM NO. 3 TO CONTRACT DOCUMENTS Project: 2.0 MG Water Storage Tank Pipeline Owner: Town of Monument Date: June 3, 2022 Project No. 04-20-0153 To All Bidders: Contractors submitting proposals for the above project shall take note of the following changes, additions, deletions, clarifications, etc. in the Contract Documents, which shall become a part of and have precedence over anything contrarily shown or described in the Contract Documents, and all such shall be taken into consideration and be included in the Contractor’s Bid Proposal. ---PAGE BREAK--- Monument 2.0 MG Water Tank Pipeline– Add. No. 3 Page 2 of 2 Project No. 04-20-0153 Town of Monument 2.0 MG Water Tank Pipeline Project Number 04-20-0153 ADDENDUM NO. 3 SPECIFICATIONS Section 00 41 13 – Bid Form Replace this section in its entirety with the attached section of the same name. Note that all additions are bolded and deletions are crossed out. Section 01 22 00 – Measurement and Payment Replace this section in its entirety with the attached section of the same name. Note that all additions are bolded and deletions are crossed out. APPENDICES Appendix A – Bid Drawings Replace Sheet C-21 “Plan and Profile – Sta 140+00 to Sta 147+00” with the attached drawing of the same name. Replace Sheet C-31 “Plan and Profile – Sta 242+00 to Sta 255+00” with the attached drawing of the same name that includes the check valve detail. CLARIFICATIONS All questions that have been submitted by bidders following Addendum No. 2 have been answered in the attached “Clarifications for Addendum No. 3” document. A document stating the Contractor’s conditions for work within the private property easement is attached as “Easement Agreement Conditions.” ATTACHMENTS Specification Section “00 41 13 – Bid Form” Specification Section “01 22 00 – Measurement and Payment” Sheet C-21 “Plan and Profile – Sta 140+00 to Sta 147+00” Sheet C-31 “Plan and Profile – Sta 242+00 to Sta 255+00” Easement Agreement Conditions Clarifications for Addendum No. 3 END OF ADDENDUM ---PAGE BREAK--- 00 41 13- 1 Project No. 04-20-0153 MONUMENT 2 MG WATER TANK PIPELINE SECTION 00 41 13 BID FORM NOTE TO BIDDER: Use BLACK ink for completing this BID FORM. To: Town of Monument Address: 645 Beacon Lite Rd, Monument, CO 80132 Project Identification: 2 MG Water Tank Pipeline Contract Identification No.: 04-20-0153 1. BIDDER’S DECLARATION AND UNDERSTANDING. 1.1 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 the Bidder may agree to in writing upon request of the Owner. 1.2 BIDDER acknowledges that no special interpretation for inference of intent is to be given to different formats of different Specifications sections. 1.3 In submitting this Bid, Bidder acknowledges and accepts CONTRACTOR’s representations as more fully set forth in the Agreement. 1.4 Bidder understands and agrees that if a contract is awarded, OWNER may elect to modify the scope of Work as best serves the interests of OWNER. 1.5 In addition to this Bid Form, the Bidder agrees that the following shall form part of this Bid: Attachment No. 1: Proposed Subcontractors Attachment No. 2: Bid Bond (or cashier’s check in lieu of Bid Bond) 2. CONTRACT EXECUTION AND BONDS. 2.1 The undersigned BIDDER agrees, if this Bid is accepted, to enter into an Agreement with OWNER on the form included in the Bidding Documents to perform and furnish Work as specified or indicated in the Bidding documents for the Contract Price derived from the Bid and within the Contract Times indicated in the Agreement and in accordance with the other terms and conditions of the Bidding Documents. 2.2 BIDDER accepts the terms and conditions of the Bidding Documents. 3. ADDENDA. 3.1 BIDDER hereby acknowledges that it has received Addenda No’s.: , , , , , (BIDDER shall insert number of each Addendum received) and agrees that Addenda issued are hereby made part of the Contract Documents, and Bidder further agrees that this Bid includes impacts resulting from said Addenda. 4. BID SCHEDULES 4.1 In the event of a discrepancy, amount in words shall prevail. 4.2 The BIDDER hereby acknowledges that the bid prices are based solely on the BIDDER’s own estimates of costs and includes all applicable taxes, overheads, and profit. ---PAGE BREAK--- SECTION 00 41 13 BID FORM 00 41 13- 2 Project No. 04-20-0153 MONUMENT 2 MG WATER TANK PIPELINE PART 1 - BASE BID BID ITEMIZATION Bidder will complete the Work in accordance with the Contract Documents for the following price(s). If the OWNER awards the contract, the OWNER will award based on funding and best interest of the OWNER: Bid Category A – General NO. ITEM UNIT QUANTITY UNIT PRICE TOTAL PRICE A1 MOBILIZATION & DEMOBILIZATION LS 1 A2 GRADING & EROSION CONTROL LS 1 A3 TRAFFIC CONTROL LS 1 A4 POTHOLING – PHASE 1 EA 35 A5 POTHOLING – PHASE 2 EA 20 A6 TESTING & DISINFECTION LS 1 Bid Category B – Station 0+00 - 87+00 (Parallel Pipes from Tank) - Phase 1 NO. ITEM UNIT QUANTITY UNIT PRICE TOTAL PRICE B1 12” C900 PVC PIPE & DI FITTINGS – PARALLEL PIPES LF 8,640 B2 SUPPLY/RETURN INTERCONNECT ISOLATION VALVE ASSEMBLY EA 9 B3 COMBINATION AIR RELEASE VALVE ASSEMBLY EA 7 B4 FIRE HYDRANT ASSEMBLY EA 8 B5 REINFORCED CONCRETE ENCASEMENT LF 120 B6 2” MILL & OVERLAY SY 2,030 B7 CONCRETE DRIVEWAY REPAIR SY 205 B8 MONUMENT CREEK CROSSING TRENCHLESS INSTALL W/ 24” STEEL CASING PIPE LF 60 B9 MONUMENT CREEK CROSSING TRENCHLESS INSTALL 12” PVC CARRIER PIPE LF 60 B10 LANDSCAPE RESTORATION LS 1 B11 ASPHALT REPAIR – RED ROCK RANCH DRIVE SY-IN 1,500 B12 ASPHALT REPAIR – ALL OTHER ROADWAYS SY-IN 460 B13 HWY 105 POTHOLING EA 3 ---PAGE BREAK--- SECTION 00 41 13 BID FORM 00 41 13- 3 Project No. 04-20-0153 MONUMENT 2 MG WATER TANK PIPELINE Bid Category C – Station 200+00 - 244+77, 300+00 - 308+14 (Supply Line to WTP) - Phase 1 NO. ITEM UNIT QUANTITY UNIT PRICE TOTAL PRICE C1 12” C900 PVC PIPE & DI FITTINGS – SINGLE PIPE LF 5,300 C2 12” GATE VALVE ASSEMBLY EA 9 C3 COMBINATION AIR RELEASE VALVE ASSEMBLY EA 1 C4 12” CHECK VALVE EA 1 C5 FIRE HYDRANT ASSEMBLY EA 8 C6 REINFORCED CONCRETE ENCASEMENT LF 100 C7 2” MILL & OVERLAY SY 2,360 C8 CONNECTION TO EXIST WATERLINE AT WTP LS 1 C9 CONNECTION TO EXIST WATERLINE AT RASPBERRY LANE LS 1 C10 LANDSCAPE RESTORATION LS 1 C11 ASPHALT REPAIR – ALL ROADWAYS SY-IN 3,042 Bid Category D – Station 87+00 - 167+68 (Return Line to Beacon Lite Rd) - Phase 2 NO. ITEM UNIT QUANTITY UNIT PRICE TOTAL PRICE D1 12” C900 PVC PIPE & DI FITTINGS – SINGLE PIPE LF 7,860 D2 12” GATE VALVE ASSEMBLY EA 14 D3 8” GATE VALVE ASSEMBLY EA 4 D4 6”X8”X8”X8” CROSS EA 1 D5 COMBINATION AIR RELEASE VALVE ASSEMBLY EA 11 D6 12” CHECK VALVE EA 1 D7 FIRE HYDRANT ASSEMBLY EA 10 D8 RELOCATE EXISTING HYDRANT EA 1 D9 REINFORCED CONCRETE ENCASEMENT LF 40 D10 RAILROAD CROSSING TRENCHLESS INSTALL W/ 24” STEEL CASING PIPE LF 114 D11 RAILROAD CROSSING TRENCHLESS INSTALL 12” PVC CARRIER PIPE LF 114 D12 CREEK CROSSING RAMMING/HAMMER W/ 24” STEEL CASING PIPE LF 112 D13 CREEK CROSSING 12” PVC CARRIER PIPE LF 112 ---PAGE BREAK--- SECTION 00 41 13 BID FORM 00 41 13- 4 Project No. 04-20-0153 MONUMENT 2 MG WATER TANK PIPELINE D14 CONNECTION TO EXIST WATERLINE AT BEACON LITE RD LS 1 D15 LANDSCAPE RESTORATION LS 1 D16 ASPHALT REPAIR – ALL ROADWAYS SY-IN 2,946 D17 HWY 105 POTHOLING EA 35 The BASE BID shall consist of all civil, structural, architectural, mechanical, electrical and instrumentation work required for the entire project specified in and indicated on the Contract Documents. TOTAL BID PRICE for All Unit Prices: Dollars (in words) (in numerals) BIDDER acknowledges that quantities are not guaranteed and final payment will be based on actual quantities determined as provided in the Contract Documents. PART 2 - BID ALTERNATES ALTERNATE NO. 1 Alternate No. 1 shall consist of the Town of Palmer Lake Emergency Connection (Station 65+10). NO. ITEM UNIT QUANTITY UNIT PRICE TOTAL PRICE A1-1 CONNECTION TO TANK SUPPLY LINE LS 1 A1-2 12” MJ TEE W/ THRUST BLOCK & FOSTER ADAPTER EA 1 A1-3 12” ANCHOR TEE EA 1 A1-4 12” GATE VALVE & MJ PLUG W/ THRUST BLOCK EA 1 If accepted, BIDDER agrees to pay the following amount for Alternate No. 1: Dollars (in words) (in numerals) ---PAGE BREAK--- SECTION 00 41 13 BID FORM 00 41 13- 5 Project No. 04-20-0153 MONUMENT 2 MG WATER TANK PIPELINE ALTERNATE NO. 2 Alternate No. 2 shall consist of the Pioneer Lookout Water District Emergency Connection (Station 129+00). NO. ITEM UNIT QUANTITY UNIT PRICE TOTAL PRICE A2-1 6” C900 PVC PIPE LF 150 A2-2 CONNECTION TO TANK RETURN LINE LS 1 A2-3 12”X12”X6” TEE EA 1 A2-4 6” GATE VALVE EA 1 A2-5 6” PRESSURE ACTUATED AUTOMATIC CONTROL VALVE EA 1 A2-6 WATER METER EA 1 A2-7 CONCRETE VAULT EA 1 A2-8 6” MJ PLUG W/ THRUST BLOCK EA 1 If accepted, BIDDER agrees to pay the following amount for Alternate No. 2: Dollars (in words) (in numerals) ALTERNATE NO. 3 Alternate No. 3 shall consist of the Fire Station Future Connection (Station 134+00). NO. ITEM UNIT QUANTITY UNIT PRICE TOTAL PRICE A3-1 POTHOLING LS 1 A3-2 PERMITTING LS 1 A3-3 18” STEEL CASING PIPE – TRENCHLESS INSTALL UNDER HWY 105 LF 50 A3-4 8” C900 PVC PIPE – TRENCHLESS INSTALL UNDER HWY 105 LF 50 A3-5 CONNECTION TO TANK RETURN LINE LS 1 A3-6 12”X12”X8” MJ DI TEE EA 1 A3-7 8”X8”X8”X6” CROSS EA 1 A3-8 8” GATE VALVE W/ MJ PLUG & THRUST BLOCK EA 4 A3-9 6” C900 PVC PIPE LF A3- 10 6” GATE VALVE W/ MJ PLUG EA 1 ---PAGE BREAK--- SECTION 00 41 13 BID FORM 00 41 13- 6 Project No. 04-20-0153 MONUMENT 2 MG WATER TANK PIPELINE If accepted, BIDDER agrees to pay the following amount for Alternate No. 3: Dollars (in words) (in numerals) ALTERNATE NO. 4 Alternate No. 4 shall consist of substituting 12” Class 350 ductile iron pipe for the 12” C900 PVC pipe in Bid Items B1, C1, and D1. NO. ITEM UNIT QUANTITY UNIT PRICE TOTAL PRICE A4-1 12” DI PIPE & DI FITTINGS – PARALLEL PIPES (STA 0+00 - 87+00) LF 8,640 A4-2 12” DI PIPE & DI FITTINGS – SINGLE PIPE (STA 200+00 - 244+77, 300+00 - 308+14) LF 5,300 A4-3 12” DI PIPE & DI FITTINGS – SINGLE PIPE (STA 87+00 - 167+68) LF 7,860 If accepted, BIDDER agrees to pay the following amount for Alternate No. 4: Dollars (in words) (in numerals) ALTERNATE NO. 5 Alternate No. 5 shall consist of the Forest View Acres Water District Emergency Connection (Station 24+94). NO. ITEM UNIT QUANTITY UNIT PRICE TOTAL PRICE A5-1 CONNECTION TO TANK SUPPLY LINE LS 1 A5-2 12”X8” MJ TEE W/ THRUST BLOCK & FOSTER ADAPTER EA 1 A5-3 12” ANCHOR TEE EA 1 A5-4 8” GATE VALVE & MJ PLUG W/ THRUST BLOCK EA 1 ---PAGE BREAK--- SECTION 00 41 13 BID FORM 00 41 13- 7 Project No. 04-20-0153 MONUMENT 2 MG WATER TANK PIPELINE If accepted, BIDDER agrees to pay the following amount for Alternate No. 5: Dollars (in words) (in numerals) 5. SURETY. If BIDDER is awarded a construction contract from this Bid, the surety who will provide the Performance and Payment Bond(s) is: whose address is Street City State Zip 6. BIDDER. By (Business Name) (Type of Bidder: Individual, Partnership, Corporation, Joint Venture) (State of Incorporation) By (Name and Signature of Person Authorized to Sign) (For a Joint Venture, Each Joint Venture Must Sign) (Title) (Corporate Seal) Name, Phone Number, and Address for receipt of official communications and for additional information on this Bid: SUBMITTED ON , END OF SECTION ---PAGE BREAK--- 01 22 00- 1 Project No. 04-20-0153 MONUMENT 2 MG WATER TANK PIPELINE SECTION 01 22 00 MEASUREMENT AND PAYMENT PART 1 - GENERAL 1.1 SECTION INCLUDES 1. Measurement and payment criteria applicable to portions of the Work performed under a unit price payment method. 2. Defect assessment and non-payment for rejected work. 1.2. AUTHORITY A. The Engineer will take all measurements and compute quantities accordingly. B. Contractor shall assist by providing additional or specialized equipment, workers, and survey personnel as required. 1.3 UNIT QUANTITIES SPECIFIED A. Quantities and measurements indicated in the Contract Documents are for bidding and contract purposes only. Quantities and measurements supplied or placed in the Work and verified by the Engineer shall determine payment. B. If the actual Work requires more or fewer quantities than those quantities indicated, provide the required quantities at the unit sum/prices contracted. 1.4 MEASUREMENT OF QUANTITIES A. Measurement Devices: 1. Weigh Scales: Inspected, tested and certified by the applicable state Weights and Measures department within the past year. 2. Platform Scales: Of sufficient size and capacity to accommodate the conveying vehicle. 3. Metering Devices: Inspected, tested and certified by the applicable State department within the past year. B. Measurement by Weight: Concrete reinforcing steel, rolled or formed steel or other metal shapes will be measured by handbook weights. Welded assemblies will be measured by handbook or scale weight. C. Measurement by Volume: Measured by cubic dimension using mean length, width and height or thickness. D. Measurement by Area: Measured by square dimension using mean length and width or radius. E. Linear Measurement: Measured by linear dimension, at the item centerline or mean chord. F. Stipulated Sum/Price Measurement: Items measured by weight, volume, area, or linear means or combination, as appropriate, as a completed item or unit of the Work. 1.5 PAYMENT 1. Payment Includes: Full compensation for all required labor, Products, tools, equipment, plant, transportation, services and incidentals; erection, application or installation of an item of the Work; overhead and profit. 2. Final payment for Work governed by unit prices will be made on the basis of the actual measurements and quantities accepted by the Engineer multiplied by the unit sum/price for Work which is incorporated in or made necessary by the Work. 1.6 DESCRIPTION OF BID ITEMS 1. Bid items that appear in the Bid Form are further defined and described as follows: ---PAGE BREAK--- SECTION 01 22 00 MEASUREMENT AND PAYMENT 01 22 00- 2 Project No. 04-20-0153 MONUMENT 2 MG WATER TANK PIPELINE Bid Category A – General Items Bid Item A1 – Mobilization and Demobilization max) – (LS) Measurement and payment for this item will be lump sum (LS) for all work necessary to mobilize equipment and materials to the site, establish staging and laydown areas including temporary fencing and providing full time supervision of construction activities. This item includes de-mobilization, cleanup and restoration of any staging and laydown areas to original or better condition. This item shall include all costs for bonds, Contractor's safety program, insurance, permits, moving equipment and temporary facilities to, from and around the site, securing of permits, preparation of submittals, public correspondence & relations, project sign, phasing of construction and all other work required by the Drawings and Specifications which is not specifically set forth in the Bid Form as a pay item. Progress payments for this item shall be subject to retainage. The price shall not exceed 5 percent of the project total bid price. Progress payments for this item will be made as follows: a. Following complete mobilization and receipt and acceptance of Construction schedule, submittal schedule, and schedule of planned payments, 75 percent of the amount bid for this item will be allowed. b. Following receipt and acceptance of as-built drawing mark-ups, the final 25 percent of the amount bid for this item will be allowed. Bid Item A2 – Erosion Control (LS) Measurement and payment for this item will be lump sum. Contractor shall develop an adequate plan for erosion and stormwater quality control that adheres to the El Paso County Stormwater Quality Policies, Procedures and Best Management Practices manual. Prior to erosion and stormwater quality control implementation, plan shall be approved by ENGINEER. Bid Item A3 – Traffic Control (LS) Measurement and partial payment for this item will be lump sum. This item includes all traffic control necessary to comply with MUTCD standards, temporary barricades, flagging, traffic and personnel safety, temporary construction signage installation and removal, as required to provide a safe working area for the public. Contractor shall submit a traffic control plan for Town approval prior to construction. Traffic Control price should not exceed 5% of the total cost for this Bid. Traffic Control fees will be paid on a prorated schedule based on the project schedule. Bid Item A4 – Potholing - Phase 1 (EA) All work required to obtain the horizontal and vertical location of utility locations shall be horizontally and vertically located and referenced by two prominent surface features so they can be surveyed upon completion of all potholing. Additional potholing may be considered by the Town as a change order. No payment for potholing exceeding the quantity shown in the bid form shall be paid, unless approved in writing by the Town. Payment shall include the following: a. All work required by the Town and CDOT as necessary to control and manage traffic flow in work areas within roadway rights-of-way and shall include all costs incurred for completing the traffic control work and permitting including providing, implementation and maintenance of all traffic control devices, signage, barricades, flaggers, temporary roads, detours and all other traffic control related procedures required during the progress of the work, including all work by traffic control supervisor. b. All work required to locate existing utilities using the 811 Utility Notification Center of Colorado and all labor, materials and equipment associated with acquisition of desired potholing information. c. Providing adequate notification to, and time for, Town personnel to reference potholes to two prominent surface features. d. All work required to restore existing surfaces to a safe condition by 1) filling all vacuum potholes within existing roadways with Class 6 roadbase or, filling all vacuum potholes outside existing roadways with excavated materials and 2) grading to restore pothole sites to pre-construction conditions. Temporary asphalt patching is not required. Bid Item A5 – Potholing - Phase 2 (EA) All work required to obtain the horizontal and vertical location of utility locations shall be horizontally and vertically ---PAGE BREAK--- SECTION 01 22 00 MEASUREMENT AND PAYMENT 01 22 00- 3 Project No. 04-20-0153 MONUMENT 2 MG WATER TANK PIPELINE located and referenced by two prominent surface features so they can be surveyed upon completion of all potholing. Additional potholing may be considered by the Town as a change order. No payment for potholing exceeding the quantity shown in the bid form shall be paid, unless approved in writing by the Town. Payment shall include the following: a. All work required by the Town and CDOT as necessary to control and manage traffic flow in work areas within roadway rights-of-way and shall include all costs incurred for completing the traffic control work and permitting including providing, implementation and maintenance of all traffic control devices, signage, barricades, flaggers, temporary roads, detours and all other traffic control related procedures required during the progress of the work, including all work by traffic control supervisor. b. All work required to locate existing utilities using the 811 Utility Notification Center of Colorado and all labor, materials and equipment associated with acquisition of desired potholing information. c. Providing adequate notification to, and time for, Town personnel to reference potholes to two prominent surface features. d. All work required to restore existing surfaces to a safe condition by 1) filling all vacuum potholes within existing roadways with Class 6 roadbase or, filling all vacuum potholes outside existing roadways with excavated materials and 2) grading to restore pothole sites to pre-construction conditions. Temporary asphalt patching is not required. Bid Item A6 – Testing & Disinfection (LS) Measurement and payment for this item will be lump sum. Payment includes pressure testing and disinfection and all other necessary work required to perform pressure testing and disinfection in accordance with Specification Section 33 03 07 – “Piping-Flushing, Leakage Testing, and Disinfection.” ---PAGE BREAK--- SECTION 01 22 00 MEASUREMENT AND PAYMENT 01 22 00- 4 Project No. 04-20-0153 MONUMENT 2 MG WATER TANK PIPELINE Bid Category B – Station 0+00 - 87+00 (Parallel Pipes from Tank) - Phase 1 Bid Item B1 – 12” C900 DR 14 PVC Pipe & Ductile Iron Fittings – Parallel Pipes in Common Trench (LF) Measurement and payment for this item will be by the linear foot of actual parallel 12” C900 DR 14 PVC pipe in a common trench, including ductile iron fittings, installed and accepted in-place of the size and type called for. Payment includes furnishing and installing concrete thrust blocks, and all equipment, labor, excavation, asphalt removal, clearing and grubbing, tree removal, backfill, pipe bedding, trench dewatering, compaction, compaction testing, disposal of excess excavation, temporary road surfacing, cleanup, and all other necessary materials required for installation and incidentals. Bid Item B2 – Supply/Return Interconnect Isolation Valve Assembly (EA) Measurement and payment for these items will be for each supply/return interconnect isolation valve assembly installed and accepted in-place. Payment includes furnishing and installing three 12” gate valves and foster adapters, furnishing and installing 12” X 12” tees, furnishing and installing valve box, furnishing and installing PVC sleeve, and installation of concrete ring. Payment also includes all equipment, labor, excavation, backfill, compaction, compaction testing, disposal of excess excavation, cleanup, and all other necessary materials required for installation and incidentals. Bid Item B3 – Combination Air Release Valve Assembly (EA) Measurement and payment for this item will be for each combination air valve vault and all appurtenances installed and accepted in-place. Payment includes furnishing and installing precast concrete vault, furnishing and installing 12- inch mechanical joint tee with mechanical joint plug, furnishing and installing 2-inch air release and vacuum valve, furnishing and installing all valves, fittings and piping to connect main waterline to air release and vacuum valve, furnishing and installing vent piping and screens, furnishing and installing reinforced concrete base, and furnishing and installing pipe interior pipe supports. In addition, payment includes all equipment, concrete, materials, structural excavation, structural backfill, excavation dewatering, compaction, compaction testing, disposal of excess excavation, cleanup, and all other necessary materials required for installation and incidentals. Bid Item B4 – Fire Hydrant Assembly (EA) Measurement and payment for this item will be each fire hydrant installed and accepted in-place as shown on the Construction Drawings. Payment includes furnishing and installing fire hydrant body, 6-inch C900 DR 14 PVC pipe, 6-inch gate valve with valve box, 8-inch x 6-inch swivel tee, 6-inch anchor coupling, hydrant base and drainage rock, concrete thrust block, all equipment, labor, delivery, materials, excavation, backfill, trench dewatering, compaction, compaction testing, disposal of excess excavation, cleanup, and all other necessary materials required for installation and incidentals. All fire hydrants shall be American AVK. See Specification Section 33 04 08. Bid Item B5 – Reinforced Concrete Encasement (LF) Measurement and payment for this item will be by the linear foot of reinforced concrete encasement installed and accepted in-place of the size and type called for on the proposed water main. Payment includes furnishing and installing reinforced concrete encasement, equipment, labor, and all other necessary materials required for installation and incidentals. Bid Item B6 – 2” Mill & Overlay (SY) Measurement and payment for this item will be by actual square yard of mill and overlay at areas shown on the Construction Drawings. No direct payment shall be made for placement at locations not on the Drawings. This item includes equipment, labor, milling to a 2” depth, bituminous surface course, tack, placement, compaction, compaction testing, and all other incidentals needed for a complete and lasting pavement repair in accordance with the El Paso County standards. Payment includes resetting surface features to finish grade including, but not limited to valve boxes and utility vaults and manholes; disposal of removed asphalt, cleanup, and all other necessary materials required for removal of existing asphalt and installation of new asphalt. Bid Item B7 – Concrete Driveway Repair (SY) Measurement and payment for this item will be per square yard for concrete replacement installed and accepted in- place of the size and type called for. During construction, all concrete within driveway sections of the adjacent properties to the site area shall be removed and replaced to facilitate installation of the new waterline. Payment includes all costs associated with demolition, removal and disposal of waste material, subgrade preparation, formwork, ---PAGE BREAK--- SECTION 01 22 00 MEASUREMENT AND PAYMENT 01 22 00- 5 Project No. 04-20-0153 MONUMENT 2 MG WATER TANK PIPELINE concrete, reinforcing, curing, finish grading, repairing/restoring as required to facilitate construction, and all other work or materials required to complete the work. Bid Item B8 – Monument Creek Crossing Trenchless Install w/ 24” Steel Casing Pipe (LF) Measurement and payment for this item will be by the linear foot of actual parallel 24” steel casing pipe installed via jack and bore, installed and accepted in-place. The work also includes furnishing and installing 24” pipe casing and casing spacers, furnishing and installing casing end seals, all materials, equipment, labor, excavation and dewatering of receiving pit, excavation and dewatering of launch pit, disposal of excess excavation, cleanup, cathodic protection, and all other necessary materials and equipment required for horizontal boring underneath the Monument Creek culverts utilizing the jack and bore method. Bid Item B9 – Monument Creek Crossing Trenchless Install 12” PVC Carrier Pipe (LF) Measurement and payment for this item will be by the linear foot of actual parallel 12” C900 DR 14 PVC pipe installed inside the Monument Creek Crossing 24” steel casing pipe, including ductile iron fittings, installed and accepted in- place of the size and type called for. Payment includes all material, equipment, labor, and all other necessary materials required for installation and incidentals. Bid Item B10 – Landscape Restoration (LS) Payment for this item will be lump sum and shall include restoration of any of landscaping damaged during construction as direct result of work to be completed. Payment includes replacement of trees and shrubs damaged within the work area and reseeding grass areas to meet pre-work conditions. Bid Item B11 – Asphalt Repair – Red Rock Ranch Drive (SY-IN) Payment for this item will be per square yard-inch and includes asphalt placement with hot mix asphalt (HMA) Mat matching the existing asphalt thickness. The locations and extent of placement shall be limited to the locations indicated on the Drawings or as directed by the Owner’s designated agent. This work consists of constructing one or more courses of HMA on a prepared base in accordance with the specifications, and in conformity with the lines, grades, thicknesses, and typical cross sections shown on the plans or established. No direct payment shall be made for placement at locations not on the Drawings unless written direction is provided by the Owner’s designated agent. Payment includes re-striping damaged or removed striping resulting from pipeline construction as necessary. Payment includes all costs associated with resetting surface features to finish grade including, but not limited to valve boxes and utility vaults and manholes; and all other work or materials required to complete the work. Bid Item B12 – Asphalt Repair – All Other Roadways (SY-IN) Payment for this item will be per square yard-inch and includes asphalt placement with hot mix asphalt (HMA) Mat matching the existing asphalt thickness. The locations and extent of placement shall be limited to the locations indicated on the Drawings or as directed by the Owner’s designated agent. This work consists of constructing one or more courses of HMA on a prepared base in accordance with the specifications, and in conformity with the lines, grades, thicknesses, and typical cross sections shown on the plans or established. No direct payment shall be made for placement at locations not on the Drawings unless written direction is provided by the Owner’s designated agent. Payment includes re-striping damaged or removed striping resulting from pipeline construction as necessary. Payment includes all costs associated with resetting surface features to finish grade including, but not limited to valve boxes and utility vaults and manholes; and all other work or materials required to complete the work. Bid Item B13 – Highway 105 Potholing (EA) All work required to obtain the horizontal and vertical location of utility locations shall be horizontally and vertically located and referenced by two prominent surface features so they can be surveyed upon completion of all potholing. Additional potholing may be considered by the Town as a change order. No payment for potholing exceeding the quantity shown in the bid form shall be paid, unless approved in writing by the Town. Payment shall include the following: a. All work required by the Town and CDOT as necessary to control and manage traffic flow in work areas within roadway rights-of-way and shall include all costs incurred for completing the traffic control work and permitting including providing, implementation and maintenance of all traffic control devices, signage, barricades, flaggers, temporary roads, detours and all other traffic control related procedures required during ---PAGE BREAK--- SECTION 01 22 00 MEASUREMENT AND PAYMENT 01 22 00- 6 Project No. 04-20-0153 MONUMENT 2 MG WATER TANK PIPELINE the progress of the work, including all work by traffic control supervisor. b. All work required to locate existing utilities using the 811 Utility Notification Center of Colorado and all labor, materials and equipment associated with acquisition of desired potholing information. c. Providing adequate notification to, and time for, Town personnel to reference potholes to two prominent surface features. d. All work required to restore existing surfaces to a safe condition by 1) filling all vacuum potholes within existing roadways with Class 6 roadbase or, filling all vacuum potholes outside existing roadways with excavated materials and 2) grading to restore pothole sites to pre-construction conditions. Temporary asphalt patching is not required. ---PAGE BREAK--- SECTION 01 22 00 MEASUREMENT AND PAYMENT 01 22 00- 7 Project No. 04-20-0153 MONUMENT 2 MG WATER TANK PIPELINE Bid Category C – Station 200+00 - 244+77, 300+00 - 308+14 (Supply Line to WTP) - Phase 1 Bid Item C1 – 12” C900 DR 14 PVC Pipe & Ductile Iron Fittings – Single Pipe (LF) Measurement and payment for this item will be by the linear foot of actual 12” C900 DR 14 PVC pipe, including ductile iron fittings, installed and accepted in-place of the size and type called for. Payment includes furnishing and installing concrete thrust blocks, and all equipment, labor, excavation, asphalt removal, clearing and grubbing, tree removal, backfill, pipe bedding, trench dewatering, compaction, compaction testing, disposal of excess excavation, temporary road surfacing, cleanup, and all other necessary materials required for installation and incidentals. Bid Item C2 – 12” Gate Valve Assembly (EA) Measurement and payment for these items will be for each gate valve installed and accepted in-place. Payment includes furnishing and installing 12” gate valves, furnishing and installing valve box, furnishing and installing PVC sleeve, and installation of concrete ring. Payment also includes all equipment, labor, excavation, backfill, compaction, compaction testing, disposal of excess excavation, cleanup, and all other necessary materials required for installation and incidentals. Bid Item C3 – Combination Air Release Valve Assembly (EA) Measurement and payment for this item will be for each combination air valve vault and all appurtenances installed and accepted in-place. Payment includes furnishing and installing precast concrete vault, furnishing and installing 12- inch mechanical joint tee with mechanical joint plug, furnishing and installing 2-inch air release and vacuum valve, furnishing and installing all valves, fittings and piping to connect main waterline to air release and vacuum valve, furnishing and installing vent piping and screens, furnishing and installing reinforced concrete base, and furnishing and installing pipe interior pipe supports. In addition, payment includes all equipment, concrete, materials, structural excavation, structural backfill, excavation dewatering, compaction, compaction testing, disposal of excess excavation, cleanup, and all other necessary materials required for installation and incidentals. Bid Item C4 – 12” Check Valve (EA) Measurement and payment for these items will be for each check valve installed and accepted in-place. Payment includes furnishing and installing 12” Waterflex WF-3 Check Valve by Tideflex, a 12” bypass line, 12”x12” tees for the bypass, and 12” gate valves, furnishing and installing valve box, furnishing and installing PVC sleeve, and installation of concrete ring. Payment also includes all equipment, labor, excavation, backfill, compaction, compaction testing, disposal of excess excavation, cleanup, and all other necessary materials required for installation and incidentals. Bid Item C5 – Fire Hydrant Assembly (EA) Measurement and payment for this item will be each fire hydrant installed and accepted in-place as shown on the Construction Drawings. Payment includes furnishing and installing fire hydrant body, 6-inch C900 DR 14 PVC pipe, 6- inch gate valve with valve box, 8-inch x 6-inch swivel tee, 6-inch anchor coupling, hydrant base and drainage rock, concrete thrust block, all equipment, labor, delivery, materials, excavation, backfill, trench dewatering, compaction, compaction testing, disposal of excess excavation, cleanup, and all other necessary materials required for installation and incidentals. All fire hydrants shall be American AVK. See Specification Section 33 04 08. Bid Item C6 – Reinforced Concrete Encasement (LF) Measurement and payment for this item will be by the linear foot of reinforced concrete encasement installed and accepted in-place of the size and type called for on the proposed water main. Payment includes furnishing and installing reinforced concrete encasement, equipment, labor, and all other necessary materials required for installation and incidentals. Bid Item C7 – 2” Mill & Overlay (SY) Measurement and payment for this item will be by actual square yard of mill and overlay at areas shown on the Construction Drawings. No direct payment shall be made for placement at locations not on the Drawings. This item includes equipment, labor, milling to a 2” depth, bituminous surface course, tack, placement, compaction, compaction testing, and all other incidentals needed for a complete and lasting pavement repair in accordance with the El Paso County standards. Payment includes resetting surface features to finish grade including, but not limited to valve boxes and utility vaults and manholes; disposal of removed asphalt, cleanup, and all other necessary materials required for removal of existing asphalt and installation of new asphalt. ---PAGE BREAK--- SECTION 01 22 00 MEASUREMENT AND PAYMENT 01 22 00- 8 Project No. 04-20-0153 MONUMENT 2 MG WATER TANK PIPELINE Bid Item C8 – Connection to Existing Waterline at WTP (LS) Measurement and payment for this item will be lump sum and includes furnishing and installing all labor, materials and equipment associated with installation, connecting to existing pipe up to 8-foot depth including, but not limited to, connection couplings, excavation, wet-tap, bedding and backfill above the cost for the line pipe. Bid Item C9 – Connection to Existing Waterline at Raspberry Lane (LS) Measurement and payment for this item will be lump sum and includes furnishing and installing all labor, materials and equipment associated with installation, connecting to existing pipe up to 8-foot depth including, but not limited to, connection couplings, excavation, wet-tap, bedding and backfill above the cost for the line pipe. Bid Item C10 – Landscape Restoration (LS) Payment for this item will be lump sum and shall include restoration of any of landscaping damaged during construction as direct result of work to be completed. Payment includes replacement of trees and shrubs damaged within the work area and reseeding grass areas to meet pre-work conditions. Bid Item C11 – Asphalt Repair – All Roadways (SY-IN) Payment for this item will be per square yard-inch and includes asphalt placement with hot mix asphalt (HMA) Mat matching the existing asphalt thickness. The locations and extent of placement shall be limited to the locations indicated on the Drawings or as directed by the Owner’s designated agent. This work consists of constructing one or more courses of HMA on a prepared base in accordance with the specifications, and in conformity with the lines, grades, thicknesses, and typical cross sections shown on the plans or established. No direct payment shall be made for placement at locations not on the Drawings unless written direction is provided by the Owner’s designated agent. Payment includes re-striping damaged or removed striping resulting from pipeline construction as necessary. Payment includes all costs associated with resetting surface features to finish grade including, but not limited to valve boxes and utility vaults and manholes; and all other work or materials required to complete the work. ---PAGE BREAK--- SECTION 01 22 00 MEASUREMENT AND PAYMENT 01 22 00- 9 Project No. 04-20-0153 MONUMENT 2 MG WATER TANK PIPELINE Bid Category D – Station 87+00 - 167+68 (Return Line to Beacon Lite Rd) - Phase 2 Bid Item D1 – 12” C900 DR 14 PVC Pipe & Ductile Iron Fittings – Single Pipe (LF) Measurement and payment for this item will be by the linear foot of actual 12” C900 DR 14 PVC pipe, including ductile iron fittings, installed and accepted in-place of the size and type called for. Payment includes furnishing and installing concrete thrust blocks, and all equipment, labor, excavation, asphalt removal, clearing and grubbing, tree removal, backfill, pipe bedding, trench dewatering, compaction, compaction testing, disposal of excess excavation, temporary road surfacing, cleanup, and all other necessary materials required for installation and incidentals. Bid Item D2 – 12” Gate Valve Assembly (EA) Measurement and payment for these items will be for each gate valve installed and accepted in-place. Payment includes furnishing and installing 12” gate valves, furnishing and installing valve box, furnishing and installing PVC sleeve, and installation of concrete ring. Payment also includes all equipment, labor, excavation, backfill, compaction, compaction testing, disposal of excess excavation, cleanup, and all other necessary materials required for installation and incidentals. Bid Item D3 – 8” Gate Valve Assembly (EA) Measurement and payment for these items will be for each gate valve installed and accepted in-place. Payment includes furnishing and installing 8” gate valves, furnishing and installing valve box, furnishing and installing PVC sleeve, and installation of concrete ring. Payment also includes all equipment, labor, excavation, backfill, compaction, compaction testing, disposal of excess excavation, cleanup, and all other necessary materials required for installation and incidentals. Bid Item D4 – 6”X8”X8”X8” Cross (EA) Measurement and payment for these items will be for each 6”X8”X8”X8” cross installed and accepted in-place of the size and type called for. Payment also includes all equipment, labor, excavation, corrosion protection, backfill, compaction, compaction testing, disposal of excess excavation, cleanup, and all other necessary materials required for installation and incidentals. Bid Item D5 – Combination Air Release Valve Assembly (EA) Measurement and payment for this item will be for each combination air valve vault and all appurtenances installed and accepted in-place. Payment includes furnishing and installing precast concrete vault, furnishing and installing 12- inch mechanical joint tee with mechanical joint plug, furnishing and installing 2-inch air release and vacuum valve, furnishing and installing all valves, fittings and piping to connect main waterline to air release and vacuum valve, furnishing and installing vent piping and screens, furnishing and installing reinforced concrete base, and furnishing and installing pipe interior pipe supports. In addition, payment includes all equipment, concrete, materials, structural excavation, structural backfill, excavation dewatering, compaction, compaction testing, disposal of excess excavation, cleanup, and all other necessary materials required for installation and incidentals. Bid Item D6 – 12” Check Valve (EA) Measurement and payment for these items will be for each gate valve installed and accepted in-place. Payment includes furnishing and installing 12” Waterflex WF-3 Check Valve by Tideflex, a 12” bypass line, 12”x12” tees for the bypass, and 12” gate valves,, furnishing and installing valve box, furnishing and installing PVC sleeve, and installation of concrete ring. Payment also includes all equipment, labor, excavation, backfill, compaction, compaction testing, disposal of excess excavation, cleanup, and all other necessary materials required for installation and incidentals. Bid Item D7 – Fire Hydrant Assembly (EA) Measurement and payment for this item will be each fire hydrant installed and accepted in-place as shown on the Construction Drawings. Payment includes furnishing and installing fire hydrant body, 6-inch C900 DR 14 PVC pipe, 6-inch gate valve with valve box, 8-inch x 6-inch swivel tee, 6-inch anchor coupling, hydrant base and drainage rock, concrete thrust block, all equipment, labor, delivery, materials, excavation, backfill, trench dewatering, compaction, compaction testing, disposal of excess excavation, cleanup, and all other necessary materials required for installation and incidentals. All fire hydrants shall be American AVK. See Specification Section 33 04 08. Bid Item D8 – Relocate Existing Hydrant (EA) ---PAGE BREAK--- SECTION 01 22 00 MEASUREMENT AND PAYMENT 01 22 00- 10 Project No. 04-20-0153 MONUMENT 2 MG WATER TANK PIPELINE Measurement and payment for this item will be for the relocation of an existing fire hydrant as shown on the Construction Drawings. Payment includes removal of existing fire hydrant assembly from existing location and relocating to the new location. This includes all equipment, labor, delivery, materials, excavation, backfill, trench dewatering, compaction, compaction testing, disposal of excess excavation, cleanup, and all other necessary materials required for installation and incidentals. Bid Item D9 – Reinforced Concrete Encasement (LF) Measurement and payment for this item will be by the linear foot of reinforced concrete encasement installed and accepted in-place of the size and type called for on the proposed water main. Payment includes furnishing and installing reinforced concrete encasement, equipment, labor, and all other necessary materials required for installation and incidentals. Bid Item D10 – Railroad Crossing Trenchless Install w/24” Steel Casing Pipe (LF) Measurement and payment for this item will be by the linear foot of actual 24” steel casing pipe installed via jack and bore, installed and accepted in-place. The work also includes furnishing and installing 24” pipe casing and casing spacers, furnishing and installing casing end seals, all materials, equipment, labor, excavation and dewatering of receiving pit, excavation and dewatering of launch pit, disposal of excess excavation, cleanup, cathodic protection, and all other necessary materials and equipment required for horizontal boring underneath the railroad utilizing the jack and bore method. Work shall include track and ground monitoring per Union Pacific Railroad Guidelines for Track & Ground Monitoring. Cost shall include observation by RailPros as specified by UPRR. Work for this item shall be done in accordance with UPRR requirements and guidelines, and include all work, materials, and equipment necessary to meet said requirements. Bid Item D11 - Railroad Crossing Trenchless Install 12” PVC Carrier Pipe (LF) Measurement and payment for this item will be by the linear foot of actual parallel 12” C900 DR 14 PVC pipe installed inside the Railroad Crossing 24” steel casing pipe, including ductile iron fittings, installed and accepted in-place of the size and type called for. Payment includes all material, equipment, labor, and all other necessary materials required for installation and incidentals. Bid Item D12 – Creek Crossing Trenchless Install w/24” Steel Casing Pipe (LF) Measurement and payment for this item will be by the linear foot of actual 24” steel casing pipe installed via jack and bore, installed and accepted in-place. The work also includes furnishing and installing 24” pipe casing and casing spacers, furnishing and installing casing end seals, all materials, equipment, labor, excavation and dewatering of receiving pit, excavation and dewatering of launch pit, disposal of excess excavation, cleanup, cathodic protection, and all other necessary materials and equipment required for horizontal boring underneath the Creek crossing utilizing the jack and bore method. Bid Item D13 – Creek Crossing 12” PVC Carrier Pipe (LF) Measurement and payment for this item will be by the linear foot of actual parallel 12” C900 DR 14 PVC pipe installed inside the Creek Crossing 24” steel casing pipe, including ductile iron fittings, installed and accepted in-place of the size and type called for. Payment includes all material, equipment, labor, and all other necessary materials required for installation and incidentals. Bid Item D14 – Connection to Existing Waterline at Beacon Lite Road (LS) Measurement and payment for this item will be lump sum and includes furnishing and installing all labor, materials and equipment associated with installation, connecting to existing pipe including up to 8-foot depth, but not limited to, connection couplings, excavation, wet-tap, bedding and backfill above the cost for the line pipe. Bid Item D15 – Landscape Restoration (LS) Payment for this item will be lump sum and shall include restoration of any of landscaping damaged during construction as direct result of work to be completed. Payment includes replacement of trees and shrubs damaged within the work area and reseeding grass areas to meet pre-work conditions. Bid Item D16 – Asphalt Repair – All Roadways (SY-IN) Payment for this item will be per square yard-inch and includes asphalt placement with hot mix asphalt (HMA) Mat matching the existing asphalt thickness. The locations and extent of placement shall be limited to the locations indicated on the Drawings or as directed by the Owner’s designated agent. This work consists of constructing one ---PAGE BREAK--- SECTION 01 22 00 MEASUREMENT AND PAYMENT 01 22 00- 11 Project No. 04-20-0153 MONUMENT 2 MG WATER TANK PIPELINE or more courses of HMA on a prepared base in accordance with the specifications, and in conformity with the lines, grades, thicknesses, and typical cross sections shown on the plans or established. No direct payment shall be made for placement at locations not on the Drawings unless written direction is provided by the Owner’s designated agent. Payment includes re-striping damaged or removed striping resulting from pipeline construction as necessary. Payment includes all costs associated with resetting surface features to finish grade including, but not limited to valve boxes and utility vaults and manholes; and all other work or materials required to complete the work. Bid Item B13 – Highway 105 Potholing (EA) All work required to obtain the horizontal and vertical location of utility locations shall be horizontally and vertically located and referenced by two prominent surface features so they can be surveyed upon completion of all potholing. Additional potholing may be considered by the Town as a change order. No payment for potholing exceeding the quantity shown in the bid form shall be paid, unless approved in writing by the Town. Payment shall include the following: a. All work required by the Town and CDOT as necessary to control and manage traffic flow in work areas within roadway rights-of-way and shall include all costs incurred for completing the traffic control work and permitting including providing, implementation and maintenance of all traffic control devices, signage, barricades, flaggers, temporary roads, detours and all other traffic control related procedures required during the progress of the work, including all work by traffic control supervisor. b. All work required to locate existing utilities using the 811 Utility Notification Center of Colorado and all labor, materials and equipment associated with acquisition of desired potholing information. c. Providing adequate notification to, and time for, Town personnel to reference potholes to two prominent surface features. d. All work required to restore existing surfaces to a safe condition by 1) filling all vacuum potholes within existing roadways with Class 6 roadbase or, filling all vacuum potholes outside existing roadways with excavated materials and 2) grading to restore pothole sites to pre-construction conditions. Temporary asphalt patching is not required. ---PAGE BREAK--- SECTION 01 22 00 MEASUREMENT AND PAYMENT 01 22 00- 12 Project No. 04-20-0153 MONUMENT 2 MG WATER TANK PIPELINE Bid Alternate No. 1 – Town of Palmer Lake Emergency Connection (Station 65+10) Bid Alternate Item A1-1 – Connection to Tank Supply Line (LS) Measurement and payment for this item will be lump sum and includes furnishing and installing all labor, materials and equipment associated with installation, connecting to existing pipe including, but not limited to, connection couplings, excavation, wet-tap, bedding and backfill above the cost for the line pipe. Bid Alternate Item A1-2 – 12” MJ Tee with Thrust Block & Foster Adapter (EA) Measurement and payment for these items will be for each 12” mechanical joint tee with thrust block and foster adapter installed and accepted in-place of the size and type called for. Payment also includes all equipment, labor, excavation, corrosion protection, backfill, compaction, compaction testing, disposal of excess excavation, cleanup, and all other necessary materials required for installation and incidentals. Bid Alternate Item A1-3 – 12” Anchor Tee (EA) Measurement and payment for these items will be for each 12” anchor tee installed and accepted in-place of the size and type called for. Payment also includes all equipment, labor, excavation, corrosion protection, backfill, compaction, compaction testing, disposal of excess excavation, cleanup, and all other necessary materials required for installation and incidentals. Bid Alternate Item A1-4 – 12” Gate Valve & MJ Plug with Thrust Block (EA) Measurement and payment for these items will be for each gate valve and mechanical joint plug with thrust block installed and accepted in-place. Payment includes furnishing and installing 12” gate valves with mechanical joint plug and thrust block, furnishing and installing valve box, furnishing and installing PVC sleeve, and installation of concrete ring. Payment also includes all equipment, labor, excavation, backfill, compaction, compaction testing, disposal of excess excavation, cleanup, and all other necessary materials required for installation and incidentals. ---PAGE BREAK--- SECTION 01 22 00 MEASUREMENT AND PAYMENT 01 22 00- 13 Project No. 04-20-0153 MONUMENT 2 MG WATER TANK PIPELINE Bid Alternate No. 2 – Pioneer Lookout Water District Emergency Connection (Station 129+00) Bid Alternate Item A2-1 – 6” C900 DR 14 PVC Pipe (LF) Measurement and payment for this item will be by the linear foot of actual 6” C900 DR 14 PVC pipe, including ductile iron fittings, installed and accepted in-place of the size and type called for. Payment includes furnishing and installing concrete thrust blocks, and all equipment, labor, excavation, asphalt removal, clearing and grubbing, tree removal, backfill, pipe bedding, trench dewatering, compaction, compaction testing, disposal of excess excavation, temporary road surfacing, cleanup, and all other necessary materials required for installation and incidentals. Bid Alternate Item A2-2 – Connection to Tank Return Line (LS) Measurement and payment for this item will be lump sum and includes furnishing and installing all labor, materials and equipment associated with installation, connecting to existing pipe including, but not limited to, connection couplings, excavation, wet-tap, bedding and backfill above the cost for the line pipe. Bid Alternate Item A2-3 – 12”x12”x6” Tee (EA) Measurement and payment for these items will be for each 12”x12”x6” tee installed and accepted in-place of the size and type called for. Payment also includes all equipment, labor, excavation, corrosion protection, backfill, compaction, compaction testing, disposal of excess excavation, cleanup, and all other necessary materials required for installation and incidentals. Bid Alternate Item A2-4 – 6” Gate Valve (EA) Measurement and payment for these items will be for each 6” gate valve installed and accepted in-place. Payment includes furnishing and installing 6” gate valves, furnishing and installing valve box, furnishing and installing PVC sleeve, and installation of concrete ring. Payment also includes all equipment, labor, excavation, backfill, compaction, compaction testing, disposal of excess excavation, cleanup, and all other necessary materials required for installation and incidentals. Bid Alternate Item A2-5 – 6” Pressure Actuated Automatic Control Valve (EA) Measurement and payment for these items will be for each 6” pressure actuated automatic control valve installed and accepted in-place. Payment also includes all equipment, labor, testing, cleanup, and all other necessary materials required for installation and incidentals. Bid Alternate Item A2-6 – Water Meter (EA) Measurement and payment for these items will be for each 6” water meter installed and accepted in-place. Payment also includes all equipment, labor, testing, cleanup, and all other necessary materials required for installation and incidentals. Water meter shall be Badger Meter Recordall Compound Series Meter. Bid Alternate Item A2-7 – Concrete Vault (EA) Measurement and payment for these items will be for each precast concrete vault installed and accepted in-place, where in the size called for in the Drawings. Payment also includes all equipment, labor, excavation, backfill, compaction, compaction testing, disposal of excess excavation, cleanup, and all other necessary materials required for installation and incidentals. Bid Alternate Item A2-8 – 6” MJ Plug with Thrust Block (EA) Measurement and payment for these items will be for each mechanical joint plug with thrust block installed and accepted in-place. Payment also includes all equipment, labor, excavation, backfill, compaction, compaction testing, disposal of excess excavation, cleanup, and all other necessary materials required for installation and incidentals. ---PAGE BREAK--- SECTION 01 22 00 MEASUREMENT AND PAYMENT 01 22 00- 14 Project No. 04-20-0153 MONUMENT 2 MG WATER TANK PIPELINE Bid Alternate No. 3 – Fire Station Connection (Station 134+00) Bid Alternate Item A3-1 – Potholing (LS) All work required to obtain the horizontal and vertical location of utility locations shall be horizontally and vertically located and referenced by two prominent surface features so they can be surveyed upon completion of all potholing. Additional potholing may be considered by the Town as a change order. No payment for potholing exceeding the quantity shown in the bid form shall be paid, unless approved in writing by the Town. Payment shall include the following: a. All work required by the Town and CDOT as necessary to control and manage traffic flow in work areas within roadway rights-of-way and shall include all costs incurred for completing the traffic control work and permitting including providing, implementation and maintenance of all traffic control devices, signage, barricades, flaggers, temporary roads, detours and all other traffic control related procedures required during the progress of the work, including all work by traffic control supervisor. b. All work required to locate existing utilities using the 811 Utility Notification Center of Colorado and all labor, materials and equipment associated with acquisition of desired potholing information. c. Providing adequate notification to, and time for, Town personnel to reference potholes to two prominent surface features. d. All work required to restore existing surfaces to a safe condition by 1) filling all vacuum potholes within existing roadways with Class 6 roadbase or, filling all vacuum potholes outside existing roadways with excavated materials and 2) grading to restore pothole sites to pre-construction conditions. Temporary asphalt patching is not required. Bid Alternate Item A3-2 – Permitting (LS) All work to obtain a CDOT Utility/Special Use Permit for construction approval of work within the CO Highway 105 right-of-way shall be included in this bid item. This includes submittal of construction drawings, administration work, meetings, and resubmittals required to obtain the permit. Bid Alternate Item A3-3 – 18” Steel Casing Pipe – Trenchless Install Under Highway 105 (LF) Measurement and payment for this item will be by the linear foot of actual 18” steel casing pipe installed via jack and bore, installed and accepted in-place. The work also includes furnishing and installing 218 pipe casing and casing spacers, furnishing and installing casing end seals, all materials, equipment, labor, excavation and dewatering of receiving pit, excavation and dewatering of boring pit, disposal of excess excavation, cleanup, cathodic protection, and all other necessary materials and equipment required for horizontal boring underneath Highway 105 utilizing the jack and bore method. Bid Alternate Item A3-4 – 8” C900 PVC Pipe – Trenchless Install Under Highway 105 (LF) Measurement and payment for this item will be by the linear foot of actual parallel 8” C900 DR 14 PVC pipe installed inside the 18” steel casing pipe, including ductile iron fittings, installed and accepted in-place of the size and type called for. Payment includes all material, equipment, labor, and all other necessary materials required for installation and incidentals. Bid Alternate Item A3-5 – Connection to Tank Return Line (LS) Measurement and payment for this item will be lump sum and includes furnishing and installing all labor, materials and equipment associated with installation, connecting to existing pipe including, but not limited to, connection couplings, excavation, wet-tap, bedding and backfill above the cost for the line pipe. Bid Alternate Item A3-6 – 12”x12”x8” MJ DI Tee (EA) Measurement and payment for these items will be for each 12”x12”x8” tee installed and accepted in-place of the size and type called for. Payment also includes all equipment, labor, excavation, corrosion protection, backfill, compaction, compaction testing, disposal of excess excavation, cleanup, and all other necessary materials required for installation and incidentals. Bid Alternate Item A3-7 – 8”x8”x8”x6” Cross (EA) Measurement and payment for these items will be for each 8”x8”x8”x6” cross installed and accepted in-place of the size and type called for. Payment also includes all equipment, labor, excavation, corrosion protection, backfill, ---PAGE BREAK--- SECTION 01 22 00 MEASUREMENT AND PAYMENT 01 22 00- 15 Project No. 04-20-0153 MONUMENT 2 MG WATER TANK PIPELINE compaction, compaction testing, disposal of excess excavation, cleanup, and all other necessary materials required for installation and incidentals. Bid Alternate Item A3-8 – 8” Gate Valve with MJ Plug & Thrust Block (EA) Measurement and payment for these items will be for each gate valve and mechanical joint plug with thrust block installed and accepted in-place. Payment includes furnishing and installing 8” gate valves with mechanical joint plug and thrust block, furnishing and installing valve box, furnishing and installing PVC sleeve, and installation of concrete ring. Payment also includes all equipment, labor, excavation, backfill, compaction, compaction testing, disposal of excess excavation, cleanup, and all other necessary materials required for installation and incidentals. Bid Alternate Item A3-9 – 6” C900 DR 14 PVC Pipe (LF) Measurement and payment for this item will be by the linear foot of actual 6” C900 DR 14 PVC pipe, including ductile iron fittings, installed and accepted in-place of the size and type called for. Payment includes furnishing and installing concrete thrust blocks, and all equipment, labor, excavation, backfill, pipe bedding, trench dewatering, compaction, compaction testing, disposal of excess excavation, temporary road surfacing, cleanup, and all other necessary materials required for installation and incidentals. Bid Alternate Item A3-10 – 6” Gate Valve with MJ Plug (EA) Measurement and payment for these items will be for each gate valve and mechanical joint plug installed and accepted in-place. Payment includes furnishing and installing 6” gate valves with mechanical joint plug, furnishing and installing valve box, furnishing and installing PVC sleeve, and installation of concrete ring. Payment also includes all equipment, labor, excavation, backfill, compaction, compaction testing, disposal of excess excavation, cleanup, and all other necessary materials required for installation and incidentals. ---PAGE BREAK--- SECTION 01 22 00 MEASUREMENT AND PAYMENT 01 22 00- 16 Project No. 04-20-0153 MONUMENT 2 MG WATER TANK PIPELINE Bid Alternate No. 4 – Ductile Iron Pipe Bid Item A4-1 – 12” Ductile Iron Pipe & Ductile Iron Fittings – Parallel Pipes in Common Trench (LF) Measurement and payment for this item will be by the linear foot of actual parallel 12” Class 350 ductile iron pipe in a common trench, including ductile iron fittings, installed and accepted in-place of the size and type called for. Payment includes furnishing and installing concrete thrust blocks, furnishing and installing pipe corrosion and cathodic protection, and all equipment, labor, excavation, asphalt removal, clearing and grubbing, tree removal, backfill, pipe bedding, trench dewatering, compaction, compaction testing, disposal of excess excavation, temporary road surfacing, cleanup, and all other necessary materials required for installation and incidentals. Bid Item A4-2 – 12” Ductile Iron Pipe & Ductile Iron Fittings – Single Pipe (LF) Measurement and payment for this item will be by the linear foot of actual 12” Class 350 ductile iron pipe, including ductile iron fittings, installed and accepted in-place of the size and type called for. Payment includes furnishing and installing concrete thrust blocks, furnishing and installing pipe corrosion and cathodic protection, and all equipment, labor, excavation, asphalt removal, clearing and grubbing, tree removal, backfill, pipe bedding, trench dewatering, compaction, compaction testing, disposal of excess excavation, temporary road surfacing, cleanup, and all other necessary materials required for installation and incidentals. Bid Item A4-2 – 12” Ductile Iron Pipe & Ductile Iron Fittings – Single Pipe (LF) Measurement and payment for this item will be by the linear foot of actual 12” Class 350 ductile iron pipe, including ductile iron fittings, installed and accepted in-place of the size and type called for. Payment includes furnishing and installing concrete thrust blocks, furnishing and installing pipe corrosion and cathodic protection, and all equipment, labor, excavation, asphalt removal, clearing and grubbing, tree removal, backfill, pipe bedding, trench dewatering, compaction, compaction testing, disposal of excess excavation, temporary road surfacing, cleanup, and all other necessary materials required for installation and incidentals. ---PAGE BREAK--- SECTION 01 22 00 MEASUREMENT AND PAYMENT 01 22 00- 17 Project No. 04-20-0153 MONUMENT 2 MG WATER TANK PIPELINE Bid Alternate No. 5 – Forest View Acres Water District Emergency Connection (Station 24+94) Bid Alternate Item A5-1 – Connection to Tank Supply Line (LS) Measurement and payment for this item will be lump sum and includes furnishing and installing all labor, materials and equipment associated with installation, connecting to existing pipe including, but not limited to, connection couplings, excavation, wet-tap, bedding and backfill above the cost for the line pipe. Bid Alternate Item A5-2 – 12”x8” MJ Tee with Thrust Block & Foster Adapter (EA) Measurement and payment for these items will be for each 12”x8” mechanical joint tee with thrust block and foster adapter installed and accepted in-place of the size and type called for. Payment also includes all equipment, labor, excavation, corrosion protection, backfill, compaction, compaction testing, disposal of excess excavation, cleanup, and all other necessary materials required for installation and incidentals. Bid Alternate Item A5-3 – 12” Anchor Tee (EA) Measurement and payment for these items will be for each 12” anchor tee installed and accepted in-place of the size and type called for. Payment also includes all equipment, labor, excavation, corrosion protection, backfill, compaction, compaction testing, disposal of excess excavation, cleanup, and all other necessary materials required for installation and incidentals. Bid Alternate Item A5-4 – 8” Gate Valve & MJ Plug with Thrust Block (EA) Measurement and payment for these items will be for each gate valve and mechanical joint plug with thrust block installed and accepted in-place. Payment includes furnishing and installing 8” gate valves with mechanical joint plug and thrust block, furnishing and installing valve box, furnishing and installing PVC sleeve, and installation of concrete ring. Payment also includes all equipment, labor, excavation, backfill, compaction, compaction testing, disposal of excess excavation, cleanup, and all other necessary materials required for installation and incidentals. PART 2 - PRODUCTS – NOT USED PART 3 - EXECUTION – NOT USED END OF SECTION ---PAGE BREAK--- 6960 6965 6970 6975 6980 6985 6990 6995 7000 7005 6960 6965 6970 6975 6980 6985 6990 6995 7000 7005 140+00 141+00 142+00 143+00 144+00 145+00 146+00 147+00 140+00 141+00 142+00 143+00 144+00 145+00 146+00 147+00 12 INCH C900 PVC PIPE EXISTING GROUND CREEK CROSSING INSTALLED VIA PIPE RAMMING (SEE SHEET C-37) GB=140+00.25 ELEV=6972.50 GB=141+28.82 ELEV=6973.98 GB=141+52.32 ELEV=6970.47 GB=142+68.13 ELEV=6975.59 GB=143+23.74 ELEV=6968.70 GB=143+32.32 ELEV=6968.70 1.15% -100.45% 0.00% 100.20% 2.54% -12.39% 0.00% 3.00% RAILROAD CROSSING INSTALLED VIA JACK AND BORE (SEE SHEET C-36) RECEIVING PIT LAUNCH PIT LAUNCH PIT RAILROAD 11.75% GB=146+73.46 ELEV=6975.87 CREEK CENTERLINE 24-INCH STEEL CASING 24-INCH STEEL CASING RR CL 60-INCH DIA. CONCRETE VAULT W/(1) AIR RELEASE VALVES (SEE DETAIL 33, SHEET D-02) STA=142+68.13 ELEV=6975.59 24" Ø STORM DRAIN TELEPHONE TELEPHONE TELEPHONE COMMUNCATIONS FENCE FIBER OPTIC FIBER OPTIC TELEPHONE 60-INCH DIA. CONCRETE VAULT W/(1) AIR RELEASE VALVES (SEE DETAIL 33, SHEET D-02) STA=144+46.77 ELEV=6979.06 12" GATE VALVE STA=144+53.68 ELEV=6971.11 VAULT WITH CHECK VALVE (SEE DETAIL A, SHEET C-31) STA=146+55.00 ELEV=6974.55 12" GATE VALVE 8.88% -2.97% GB=145+72.53 ELEV=6966.92 12" GATE VALVE WATER LINE LOWERING PER TOWN OF MONUMENT WATER UTILITY POLICIES AND STANDARDS DETAIL 30 (SEE SHEET D-03) INSTALL 11.25° DI VERT BEND 6970 6975 6975 6975 6975 6980 6980 6980 6980 6980 6980 6985 6985 6985 6985 6985 6985 6990 6990 6990 6990 6990 6990 6995 6995 6995 6995 6995 6995 7000 7000 7000 7000 PIPE CENTERLINE ALIGNMENT (SEE DETAIL 1, SHEET D-01) 12 INCH C900 PVC PIPE CREEK CROSSING INSTALLED VIA PIPE RAMMING (SEE SHEET C-37) RAILROAD CROSSING INSTALLED VIA JACK AND BORE (SEE SHEET C-36) 140+00 141+00 142+00 143+00 144+00 145+00 146+00 147+00 STA AHEAD=145+85.53 STA BACK=145+85.80 RAILROAD ROW LAUNCH PIT RECEIVING PIT PRIVATE PROPERTY EASEMENT 12" GATE VALVE N:1461558.90 E:3179118.33 LAUNCH PIT UP RAILROAD CATHODIC PROTECTION ANODE CATHODIC PROTECTION ANODE 60-INCH DIA. CONCRETE VAULT W/(1) AIR RELEASE VALVES (SEE DETAIL 33, SHEET D-02) STA. = 142+68.13 ELEV. = 6975.59 N:1461616.30 E:3179113.32 RETURN LINE (SEE NOTE 1) FIRE HYDRANT (SEE DETAIL 7, SHEET D-01) N:1461625.32 E:3178847.37 STA=140+00.29 OFF=28.00'RT D D FENCE TELEPHONE TELEPHONE COMMUNCATIONS TELEPHONE FIBER OPTIC FIBER OPTIC TELEPHONE 12" GATE VALVE N:1461551.03 E:3179242.25 60-INCH DIA. CONCRETE VAULT W/(1) AIR RELEASE VALVES (SEE DETAIL 33, SHEET D-02) STA. = 144+46.77 ELEV. = 6979.06 N:1461551.32 E:3179235.34 VAULT WITH CHECK VALVE (SEE DETAIL A, SHEET C-31) 12" GATE VALVE N:2953835.84 E:1875777.66 CATHODIC PROTECTION ANODE CATHODIC PROTECTION ANODE C-19 C-20 C-21 C-22 C-23 C-24 12" GATE VALVE N:1461558.90 E:3179118.33 D D D PAGE NO: DATE: QA NO. REVISIONS DESIGNED DRAWN DATE BY SHEET NO: PROJECT NO: This document or any part thereof in detail or design concept is the property of Forsgren Associates Inc. and shall not be copied without the written authorization of Forsgren Associates Inc. (IF NOT SCALE ACCORDINGLY) AT FULL SIZE LINE IS 2 INCHES ATTENTION APPROVED ISSUED FOR BID 56 INVERNESS DRIVE EAST #112, ENGLEWOOD, CO 80112 PH: [PHONE REDACTED] N N P:\Clients\Monument\04-20-0153 Waterline & Storage Tank\CAD\Sheets\Civil\C-21 PLAN AND PROFILE - 21.dwg - - 6/3/2022 2:28 PM 06/22 JA ADDENDUM 2 1 QA BY APPROVED BY DESIGNED BY S. CALE 26 OF 45 MAY, 2022 C-21 04-20-0153 PLAN AND PROFILE - STA 140+00 TO STA 147+00 MONUMENT WATERLINE & STORAGE TANK 1. CONTRACTOR SHALL RE-VEGETATE AREAS DISTURBED BY CONSTRUCTION. USE NATIVE GRASSES AS SELECTED BY ENGINEER AND OWNER. 2. CONTRACTOR SHALL FIELD VERIFY ALL UTILITIES WITHIN WORK AREA PRIOR TO COMMENCEMENT OF WORK. 3. CONTRACTOR SHALL OBTAIN ALL REQUIRED STORMWATER MANAGEMENT AND EROSION CONTROL PERMITS AND APPROVALS. 4. CONTRACTOR SHALL ADJUST ALL MANHOLES, VALVE BOXES, AND UTILITY VAULTS TO FINISHED GRADE AS NECESSARY. 5. CONTRACTOR SHALL MAINTAIN ACCESS TO ALL RESIDENCES. 6. CONTRACTOR SHALL MINIMIZE DISTURBANCE TO EXISTING LANDSCAPING AND IRRIGATION SYSTEMS. CONTRACTOR SHALL RESTORE/REPAIR LANDSCAPING WHERE NECESSARY. 7. CONTRACTOR SHALL POLYWRAP ALL FITTINGS. 8. CONTRACTOR RESPONSIBLE FOR REPAIR OF ASPHALT AND/OR CONCRETE DAMAGED DURING CONSTRUCTION TO ACCOMMODATE WATERLINE INSTALLATION. 9. ALL VERTICAL DEFLECTIONS SHALL BE DONE VIA JOINT DEFLECTION WITHIN RECOMMENDED MANUFACTURERS SPECIFICATIONS, UNLESS OTHERWISE NOTED. 10.PVC PIPING SHALL BE C900 DR-14 UNLESS OTHERWISE NOTED. GENERAL CONSTRUCTION NOTES: MATCHLINE STA 140+00 SEE DWG C-20 MATCHLINE STA 133+00 SEE DWG C-20 MATCHLINE STA 147+00 SEE DWG C-22 MATCHLINE STA 147+00 SEE DWG C-22 0' 12' 6' Vertical Scale: 1"=6' 0' 15' 30' 60' 90' Scale: 1"=30' GRAPHIC SCALE 12" X 6" SWIVEL TEE W/ GATE VALVE 1 2 CHECK VALVE VAULT ADDED CPB 06/22 2 2 ---PAGE BREAK--- 6915 6920 6925 6930 6935 6940 6945 6950 6955 6915 6920 6925 6930 6935 6940 6945 6950 6955 242+00 243+00 244+00 245+00 242+00 243+00 244+00 245+00 12 INCH C900 PVC PIPE EXISTING GROUND GAS LINE FIBER OPTIC CABLE TV 5'-6" MIN EXIST 12" CMP 12" GATE VALVE STA=242+00.00 ELEV=6929.99 12" GATE VALVE STA=244+77.41 ELEV=6927.86 WATER LINE LOWERING PER TOWN OF MONUMENT WATER UTILITY POLICIES AND STANDARDS DETAIL 30 (SEE SHEET D-03) VAULT WITH CHECK VALVE (SEE DETAIL A SHEET C-31) STA=244+10.00 ELEV=6928.95 244+77 242+00 243+00 244+00 PIPELINE CENTERLINE ALIGNMENT (SEE DETAIL 1, SHEET D-01) (1)12 INCH C900 PVC PIPE GAS LINE FIBER OPTIC CABLE TV STA 243+22 ANGLE=11.25° BEND N=1460818.14 E=3176168.44 STA 243+64 ANGLE=11.25° BEND N=1460798.35 E=3176206.22 STA 244+24 12" MJ TEE N=1460781.40 E=3176263.79 STA 242+67 ANGLE=11.25° BEND N=1460850.83 E=3176124.91 12" GATE VALVE N:1460906.98 E:3176087.92 6935 6935 6940 6945 6950 6955 12" GATE VALVE N:1460730.49 E:3176248.80 SUPPLY LINE (SEE NOTE 1) FIRE HYDRANT (SEE DETAIL 7, SHEET D-01) N:1460804.14 E:3176205.94 STA=243+61.39 OFF=5.00'LT VAULT WITH CHECK VALVE (SEE DETAIL A, SHEET C-31) C-14 C-13 C-15 C-16 C-1 C- C-25 C-26 C-27 C-28 C-29 C-30 C-31 C-32 STANDARD PRECAST CONCRETE VAULT PER STANDARD DETAIL 34 SHEET D-03 12" DI TEE W/ MJ RESTRAINTS 12" DI TEE W/ MJ RESTRAINTS 12" DI 90° BEND W/ MJ RESTRAINTS 12" DI 90° BEND W/ MJ RESTRAINTS 12" PVC PIPE, TYP PIPE PENETRATION W/ LINKSEAL, OR APPROVED EQUAL, TYP 12" FLG X FLG GATE VALVE 12" FLG X FLG GATE VALVE 12" PVC PIPE, TYP 12" FLG X FLG GATE VALVE 12" WATERFLEX WF-3 CHECK VALVE BY TIDEFLEX 9'-10"' PAGE NO: DATE: QA NO. REVISIONS DESIGNED DRAWN DATE BY SHEET NO: PROJECT NO: This document or any part thereof in detail or design concept is the property of Forsgren Associates Inc. and shall not be copied without the written authorization of Forsgren Associates Inc. (IF NOT SCALE ACCORDINGLY) AT FULL SIZE LINE IS 2 INCHES ATTENTION APPROVED ISSUED FOR BID 56 INVERNESS DRIVE EAST #112, ENGLEWOOD, CO 80112 PH: [PHONE REDACTED] N N MATCHLINE STA 242+00 SEE DWG C-30 MATCHLINE STA 242+00 SEE DWG C-30 0' 12' 6' Vertical Scale: 1"=6' 0' 15' 30' 60' 90' Scale: 1"=30' GRAPHIC SCALE P:\Clients\Monument\04-20-0153 Waterline & Storage Tank\CAD\Sheets\Civil\C-31 PLAN AND PROFILE - 31.dwg - - 6/3/2022 2:32 PM QA BY APPROVED BY DESIGNED BY S. CALE 36 OF 45 MAY, 2022 C-31 04-20-0153 PLAN AND PROFILE - STA 242+00 TO STA 255+00 MONUMENT WATERLINE & STORAGE TANK 1. CONTRACTOR SHALL RE-VEGETATE AREAS DISTURBED BY CONSTRUCTION. USE NATIVE GRASSES AS SELECTED BY ENGINEER AND OWNER. 2. CONTRACTOR SHALL FIELD VERIFY ALL UTILITIES WITHIN WORK AREA PRIOR TO COMMENCEMENT OF WORK. 3. CONTRACTOR SHALL OBTAIN ALL REQUIRED STORMWATER MANAGEMENT AND EROSION CONTROL PERMITS AND APPROVALS. 4. CONTRACTOR SHALL ADJUST ALL MANHOLES, VALVE BOXES, AND UTILITY VAULTS TO FINISHED GRADE AS NECESSARY. 5. CONTRACTOR SHALL MAINTAIN ACCESS TO ALL RESIDENCES. 6. CONTRACTOR SHALL MINIMIZE DISTURBANCE TO EXISTING LANDSCAPING AND IRRIGATION SYSTEMS. CONTRACTOR SHALL RESTORE/REPAIR LANDSCAPING WHERE NECESSARY. 7. CONTRACTOR SHALL POLYWRAP ALL FITTINGS. 8. CONTRACTOR RESPONSIBLE FOR REPAIR OF ASPHALT AND/OR CONCRETE DAMAGED DURING CONSTRUCTION TO ACCOMMODATE WATERLINE INSTALLATION. 9. ALL VERTICAL DEFLECTIONS SHALL BE DONE VIA JOINT DEFLECTION WITHIN RECOMMENDED MANUFACTURERS SPECIFICATIONS, UNLESS OTHERWISE NOTED. 10.PVC PIPING SHALL BE C900 DR-14 UNLESS OTHERWISE NOTED. GENERAL CONSTRUCTION NOTES: SANITARY MANHOLE RIM=6934.49 FL IN 12" PVC (NW)=6926.84 FL OUT 12" PVC (SE)=6926.74 12"X6" SWIVEL TEE W/ GATE VALVE A CHECK VALVE VAULT SCALE: N.T.S. 2 2 2 CHECK VALVE VAULT ADDED CPB 06/22 2 ---PAGE BREAK--- 56 Inverness Drive East, Ste. 112 • Englewood, Colorado 80112 • [PHONE REDACTED] • Forsgren.com Town of Monument 2.0 MG Water Tank Pipeline Project Number 04-20-0153 EASEMENT AGREEMENT CONDITIONS A portion of the Project included in Phase 2 is to be constructed on private property within the limits of the permanent easement shown in attached Exhibits A and B. The Contractor will not be able to work on the property until the Town takes possession of the easement which is expected no later than November 15, 2022. The Contractor will also then be able to use a temporary construction easement within the limits shown in attached Exhibits C and D but is asked to use only as much of the temporary easement as necessary for safe and efficient installation of the Project. Contractor shall adhere to the following conditions as set forth in the agreement titled “EASEMENT AGREEMENT HUISMANN/TOWN OF MONUMENT”. Agreement Conditions: 1. The Temporary Construction Easement Start Date shall be no later than June 30, 2023, and the term of this Easement shall not exceed twelve (12) months, commencing on the date the Contractor first enters the Property with workers and equipment and begins construction of the Project Improvements. 2. Contractor shall coordinate with the Town and give notice to the property owner at least seven days prior to the Temporary Construction Easement Start Date. 3. The Contractor shall install and maintain control measures meeting stormwater best management practices, and comply with all applicable code, statute, rules and regulations concerning the discharge of materials or pollutants into waterways, wetlands, and pastures which may exist on the Property, including to prevent erosion from the Permanent Easement and Temporary Construction Easement areas onto other areas of the Property. The Contractor shall prevent the movement of soil or other natural debris from the Permanent and Temporary Construction Easement areas to other portions of the Property. 4. If the Contractor operations causes significant erosion to occur, the Contractor shall restore the Property to a condition that is reasonably comparable to its pre-construction condition, specifically including but not limited to provision of clean fill dirt, topsoil replacement and reclamation, and re-seeding and revegetation of any disturbed areas both within the Temporary Construction Easement and the Permanent Easement areas, to the property owner’s reasonable satisfaction. 5. The Contractor shall remove the erosion protection measures from the Permanent Easement and Temporary Construction Easement upon the conclusion of the twelve-month (12) month term of the Temporary Construction Easement, or sooner upon the agreement of the property owner and upon completion of all Town/Contractor activities within the Temporary Construction Easement. ---PAGE BREAK--- Easement Agreement Conditions Monument 2.0 MG Water Tank Pipeline Page 2 of 2 Project No. 04-20-0153 6. The Contractor shall prohibit smoking on the Property during the use of the Temporary Construction Easement and within the Permanent Easement during any ongoing maintenance of the Project Improvements. 7. The Contractor shall install and maintain temporary fencing along the boundaries of the temporary construction easement (or portion of that area to be used by the Contractor). Any temporary or permanent fencing installed must be of similar quality and kind as the existing fencing on the Property. 8. The Contractor shall remove the temporary fencing upon completion of construction activities or at the expiration of the term of the Temporary Construction Easement and replace any sections of the original fence removed during construction with similar quality and kind as original fence. 9. The Contractor shall assume liability for any injury to any of the property owner’s horses or other livestock that may result from the Contractor’s failure to properly design, install or maintain fencing and/or gate closures during the term of use of the Temporary Construction Easement or while active construction is on-going. 10. The Contractor shall restore the Permanent Easement and Temporary Construction Easement to a condition that is reasonably comparable to that which existed prior to construction. 11. One hundred and eighty (180) days after the expiration of the term of the Temporary Construction easement or as seasonally adjusted for plantings, the Contractor shall take all reasonable steps to restore the Permanent Easement and Temporary Construction Easement areas to a condition relatively comparable to that which existed prior to construction. 12. Within three hundred and sixty-five (365) days after the expiration of the Temporary Construction Easement, the Contractor shall have completed all steps to restore the Permanent Easement and Temporary Construction Easement areas to a condition reasonably comparable to that which existed prior to construction. If after that 365-day term the restoration does not meet requirements, the Contractor shall coordinate with the Town and schedule with the property owner to perform additional restorative measures. ATTACHMENTS Easement Exhibit A&B Easement Exhibit C&D ---PAGE BREAK--- 03/23/2022 ---PAGE BREAK--- 03/23/2022 ---PAGE BREAK--- 04/12/2022 ---PAGE BREAK--- 04/12/2022 ---PAGE BREAK--- Monument 2.0 MG Water Storage Tank – Clarifications for Add. No. 3 Page 1 of 2 Project No. 04-20-0153 Town of Monument 2.0 MG Water Storage Tank Pipeline Project Number 04-20-0153 CLARIFICATIONS FOR ADDENDUM NO. 3 1. Question: I have a question on the casing pipe (Section 33 05 00) for the trenchless crossings: Can the coal tar coating and lining be replaced with a thicker wall pipe to provide a corrosion allowance? Response: Alternatives that provide cost and/or constructability advantages will be considered on a case-by-case basis. If an alternative is proposed, please provide information on pipe thickness and corrosion allowance factor. 2. Question: Sta. 150+50 and 153+50 – What material is the existing water line crossings? AC, DIP,PVC, Etc. Response: Pipe material has not been definitively confirmed. 3. Question: On quick review I did not see any drawing or spec on instrumentation and monitoring of the trenchless crossings other than mention during dewatering and excavation. Response: Instrumentation and monitoring for the railroad crossing shall be done in accordance with railroad standards and guidance. 4. Question: All Phase 1 bid items appear to list total quantities for one of the two parallel pipes from tank, which would actually be half of the quantities actually needed; please clarify. Response: The line item is a common trench length containing two parallel pipes. 5. Question: Are we to assume the tie-ins to the Storage Tank stubs on Sheet C-01 are to be with solid sleeves, and can you clarify which bid item these are to be included with? Response: Connection shall be coordinated with the tank contractor. 6. Question: Alternate No. 1 is very vague, with Item A1-1 in Measurement & Payment calling for a wet tap, no size included nor shown on plans; please clarify with a detail. In looking at the other Alternates, they all seem to follow this same path. Response: These line items have been removed in a previous addendum. 7. Question: Alternate No. 5 is very confusing. The Stations don’t match up, 23+75 on Alternate No.5 bid form, and 24+94 on plan sheet C-04. Also the parts callouts don’t match between plan sheet and bid form. Like Alternate No.1, please provide a detail for clarification. Response: See revised bid form. 8. Question: Item No. A5-1 in M&P calls for a wet tap which is not found on plans; please provide clarification. Response: This line item has been removed in a previous addendum. 9. Question: Bid Item B8- the scaled length between the two bottom 45’s in lowering ---PAGE BREAK--- Monument 2.0 MG Water Storage Tank – Clarifications for Add. No. 3 Page 2 of 2 Project No. 04-20-0153 measures at roughly 52’, while bid quantity is 60’. Casing shown is roughly 47’ long; is the 60’ on Bid Form for both lines total, or 60’ each. This info is needed to properly quote casing pipe, spacers and restraints. Could we get clarification? Response: It is not clear where these measurements are being taken from. Please note the profile contains vertical exaggeration and more accurate dimensions can be obtained from the plan views and detail. 10. Question: Which bid item are the 12” gate valves within lowering on Sheet C-08 to go with? (these valve are shown in the lowered portion of the lowering, which will not work). Response: See Phase 1 gate valve line item. 11. Question: Per M&P, are we to assume all swivel tees and 6” gate valves for hydrant assemblies are existing and to be reused, thus leaving only pipe, restraints and hydrants to be included in bid? Response: These are new hydrants with new fittings appurtenances. Please see revised M&P.