← Back to Monument

Document Monument_doc_c207b89d65

Full Text

56 Inverness Drive East, Ste. 112 • Englewood, Colorado 80112 • [PHONE REDACTED] • Forsgren.com ADDENDUM NO. 2 TO CONTRACT DOCUMENTS Project: 2.0 MG Water Storage Tank Pipeline Owner: Town of Monument Date: June 1, 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. 2 Page 2 of 3 Project No. 04-20-0153 Town of Monument 2.0 MG Water Tank Pipeline Project Number 04-20-0153 ADDENDUM NO. 2 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  In Appendix A – “Bid Drawings,” replace Sheet C-21 and Sheet C-34 with the attached drawings of the same name.  Replace Appendix F – “Tri-Lakes Monument Fire Highway 105 Trenchless Crossing Geotechnical Report” in its entirety with the attached appendix of the same name. CLARIFICATIONS  Appendix F – “Tri-Lakes Monument Fire Highway 105 Trenchless Crossing Geotechnical Report” issued as part of Addendum No. 1 mistakenly stated pipe ramming as the preferred method of installation. A revised report has been issued as part of Addendum No. 2, however, the underlying data, recommendations, and conclusions have not changed. Furthermore, the contractor is free to propose alternative methods of installation they believe provide constructability and/or cost advantages.  For the trenchless installation locations, the contractor is free to bid/propose whatever installation method is believed to be the best as far as constructability and/or is the most economical given the geotechnical data and circumstances for each location. Methods proposed in the drawings and bid documents were based on information available at the time and should not be taken as a mandated installation approach.  All questions that have been submitted by bidders have been answered in the attached “Clarifications for Addendum No. 2” document. ---PAGE BREAK--- Monument 2.0 MG Water Tank Pipeline– Add. No. 2 Page 3 of 3 Project No. 04-20-0153 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-34 – “Pioneer Lookout Water District Connection”  Appendix F – “Tri-Lakes Monument Fire Highway 105 Trenchless Crossing Geotechnical Report”  Clarifications for Addendum No. 2 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 9 B4 FIRE HYDRANT ASSEMBLY EA 7 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 1500 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 3042 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 2946 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 23+75). NO. ITEM UNIT QUANTITY UNIT PRICE TOTAL PRICE A5-1 CONNECTION TO TANK SUPPLY LINE LS 1 A5-2 12” MJ TEE W/ THRUST BLOCK & FOSTER ADAPTER EA 1 A5-3 12” ANCHOR TEE EA 1 A5-4 12” 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 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 as shown on the Construction Drawings. Payment includes furnishing and installing 6-inch C900 PVC with solid sleeves as required at existing swivel tee location, installing existing tee at new location, installing existing gate valve and valve box at new location, installing new fire hydrant, furnishing and installing new 6-inch C900 DR 14 PVC pipe for fire hydrant connection, furnishing and installing 6-inch anchor coupling, furnishing and installing hydrant base and drainage rock, furnishing and installing 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 ---PAGE BREAK--- SECTION 01 22 00 MEASUREMENT AND PAYMENT 01 22 00- 5 Project No. 04-20-0153 MONUMENT 2 MG WATER TANK PIPELINE includes all costs associated with demolition, removal and disposal of waste material, subgrade preparation, formwork, 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 ---PAGE BREAK--- SECTION 01 22 00 MEASUREMENT AND PAYMENT 01 22 00- 6 Project No. 04-20-0153 MONUMENT 2 MG WATER TANK PIPELINE 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- 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” Tideflex Series 39 inline check valve or approved equal, 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. Bid Item C8 – Connection to Existing Waterline at WTP (LS) ---PAGE BREAK--- SECTION 01 22 00 MEASUREMENT AND PAYMENT 01 22 00- 8 Project No. 04-20-0153 MONUMENT 2 MG WATER TANK PIPELINE 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” Tideflex Series 39 inline check valve or approved equal, 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 as shown on the Construction Drawings. Payment includes furnishing and installing 6-inch C900 PVC with solid sleeves as required at existing swivel tee location, installing existing tee at new location, installing existing gate valve and valve box at new location, installing new fire hydrant, furnishing and installing new 6-inch C900 DR 14 PVC pipe for fire hydrant connection, furnishing and installing 6-inch anchor coupling, furnishing and installing hydrant base and drainage rock, furnishing and installing 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 ---PAGE BREAK--- SECTION 01 22 00 MEASUREMENT AND PAYMENT 01 22 00- 11 Project No. 04-20-0153 MONUMENT 2 MG WATER TANK PIPELINE 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 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 StationConnection (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 23+75) 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” 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 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 – 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. 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 PRESSURE ACTUATED CONTROL VALVE (SEE DETAIL 34, SHEET D-03) 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 PRESSURE ACTUATED CONTROL VALVE (SEE DETAIL 34, SHEET D-03) 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 - - 6/1/2022 4:22 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 ---PAGE BREAK--- 129+00 0+00 1+00 1+66 6"x12"x12" MJ TEE W/ 12" GATE VALVES 6" C900 PVC PIPE CONCRETE VAULT W/ PRESSURE ACTUATED AUTOMATIC CONTROL VALVE AND FLOW METER PER DETAIL 34, SHEET D-03 MJ PLUG W/ THRUST BLOCK 6990 MCSHANE DRIVE COMMUNICATIONS 6" GATE VALVE N:1462187.06 E:3177895.72 6960 6965 6970 6975 6980 6985 6990 6995 7000 6960 6965 6970 6975 6980 6985 6990 6995 7000 0+00 0+50 1+00 1+50 1+66 0+00 0+50 1+00 1+50 1+66 5'-6" MIN 6" C900 PVC PIPE MJ PLUG W/ THRUST BLOCK CONCRETE VAULT W/ PRESSURE ACTUATED AUTOMATIC CONTROL VALVE AND FLOW METER PER DETAIL 34, SHEET D-03 EXISTING GROUND COMMUNICATIONS 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 P:\Clients\Monument\04-20-0153 Waterline & Storage Tank\CAD\Sheets\Civil\C-X PIONEER LOOKOUT WATER DISTRIC CONNECTION.dwg - - 6/1/2022 4:37 PM 06/22 JA ADDENDUM 2 1 QA BY APPROVED BY DESIGNED BY S. CALE 39 OF 45 MAY, 2022 C-34 04-20-0153 PIONEER LOOKOUT WATER DISTRICT CONNECTION MONUMENT WATERLINE & STORAGE TANK GRAPHIC SCALE Scale: 1"=10' 30' 20' 10' 5' 0' 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 IRRIGATIONS 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: 1 1 ---PAGE BREAK--- Supplemental Geotechnical Evaluation Monument Water Pipeline CO-105 Trenchless Crossing CO-105 and Davidson Street, Monument, Colorado Forsgren Associates Inc. 56 Inverness Drive East, Suite 112 I Englewood, Colorado 80112 May 31, 2022 I Project No. 502071003 Geotechnical I Environmental I Construction Inspection & Testing I Forensic Engineering & Expert Witness Geophysics I Engineering Geology I Laboratory Testing I Industrial Hygiene I Occupational Safety I Air Quality I GIS ---PAGE BREAK--- Abbas Al Eyoon, PhD, PE Senior Project Engineer Serkan Sengul , PE, D.GE Principal Engineer Supplemental Geotechnical Evaluation Monument Water Pipeline CO-105 Trenchless Crossing CO-105 and Davidson Street, Monument, Colorado Mr. James Adams, PE Forsgren Associates Inc. 56 Inverness Drive East, Suite 112 I Englewood, Colorado 80112 May 31, 2022 I Project No. 502071003 AAA/SS/lm Distribution: Addressee (via e-mail) 6001 South Willow Drive, Suite 195 I Greenwood Village, Colorado 80111 I p. [PHONE REDACTED] I www.ninyoandmoore.com 05/31/2022 ---PAGE BREAK--- Ninyo & Moore I Monument Water Pipeline, CO-105 Trenchless Crossing, Monument, Colorado I 502071003 R I May 31, 2022 i CONTENTS 1 INTRODUCTION 1 2 SCOPE OF SERVICES 1 3 SITE DESCRIPTION AND PROPOSED CONSTRUCTION 1 4 FIELD EXPLORATION AND LABORATORY TESTING 2 5 GEOLOGY AND SUBSURFACE CONDITIONS 2 5.1 Geologic Setting 2 5.2 Subsurface Conditions 3 5.2.1 Alluvium 3 5.2.2 Dawson Formation 3 5.3 Groundwater 4 6 CONCLUSIONS 4 7 RECOMMENDATIONS 5 7.1 Earthwork 5 7.1.1 Excavations 5 7.1.2 Temporary Excavations 6 7.1.3 Re-Use of Site Soils 7 7.1.4 Imported Soil 7 7.1.5 Fill Placement 8 7.1.6 Controlled Low Strength Material 8 7.1.7 Pipe Jacking 9 7.1.8 Utility Installation 9 7.2 Construction in Cold or Wet Weather 10 7.3 Construction Observation and Testing 11 8 LIMITATIONS 11 9 REFERENCES 13 ---PAGE BREAK--- Ninyo & Moore I Monument Water Pipeline, CO-105 Trenchless Crossing, Monument, Colorado I 502071003 R I May 31, 2022 ii FIGURES 1 – Site Location 2 – Boring Locations and Profile APPENDICES A – Boring Logs B – Laboratory Testing ---PAGE BREAK--- Ninyo & Moore I Monument Water Pipeline, CO-105 Trenchless Crossing, Monument, Colorado I 502071003 R I May 31, 2022 1 1 INTRODUCTION In accordance with your authorization and our proposal dated March 9, 2022, we have performed a supplemental geotechnical evaluation for the proposed Monument water pipeline trenchless crossing under CO-105 located to the southeast of CO-105 and Davidson Street intersection in Monument, Colorado. The approximate location of the site is depicted on Figure 1. The purpose of our study was to evaluate the subsurface conditions and to provide design and construction recommendations regarding geotechnical aspects of the proposed project. This report presents the findings of our subsurface exploration, results of our laboratory testing, conclusions regarding the subsurface conditions at the site, and geotechnical recommendations for design and construction of this project. 2 SCOPE OF SERVICES The scope of our services for the project generally included: • Review of referenced background information, including aerial photographs, published geologic and soil maps, previous geotechnical evaluations, in-house geotechnical data, and available topographical information pertaining to the project site and vicinity. • Notification of Utility Notification Center of Colorado of the boring locations prior to drilling. • Drilling, logging, and sampling of two exploratory borings with a conventional track-mounted drill rigs within the project site equipped with continuous flight solid stem augers. Drilling one borings with in the vicinity of each of the launch and receiving pits. The borings depth ranged between approximately 14.3 and 14.5 feet bgs. The boring logs are presented in Appendix A. Approximate boring locations and profile are presented on Figure 2. • Performance of laboratory tests on selected samples obtained from the borings to evaluate engineering properties including in-situ moisture content and dry density, Atterberg limits, gradation, and unconfined compressive strength. The results of the laboratory testing are presented on the boring logs and in Appendix B. • Compilation and analysis of the data obtained. • Preparation of this report presenting our findings, conclusions, and geotechnical recommendations regarding design and construction of the project. 3 SITE DESCRIPTION AND PROPOSED CONSTRUCTION The project site is located east and west of CO-105 Highway, approximately 70 feet southeast of CO-105 and Davidson Street intersection. The approximate location of the site is depicted on Figure 1. We understand that 70-foot portion trenchless pipeline will be extended laterally from the Monument water pipeline to feed the Tri-Lakes Monument Fire Rescue station, using standard jack and auger bore method at depths of approximately 12 feet below the ground surface (bgs), ---PAGE BREAK--- Ninyo & Moore I Monument Water Pipeline, CO-105 Trenchless Crossing, Monument, Colorado I 502071003 R I May 31, 2022 2 where the pipe will be located at approximately 8 and 11 feet below the ground surface at the receiving and launch pits, respectively. The launch pit will be located to the east of CO-105, where the surficial soil was covered with native grasses and weeds. The receiving pit will be located to the west of CO-105 highway and is bounded by a private property fence from the west. Surficial soil was covered with native grasses, and a high profile fiber cable was marked between the property fence and highway shoulder. 4 FIELD EXPLORATION AND LABORATORY TESTING On April 22, 2022, Ninyo & Moore conducted a subsurface exploration at the site to evaluate the existing subsurface conditions and to collect soil samples for laboratory testing. Our evaluation consisted of the drilling, logging, and sampling of two small-diameter borings referred to as Boring B-19 and B-20. Approximate boring locations are presented on Figure 2. Boring B-19 was drilled west of the CO-105 west-bound shoulder and within the vicinity of receiving pit with solid-stem augers to a depth of approximately 14.3 feet. Boring B-20 was drilled east of the CO-105 east-bound shoulder and within the vicinity of launch pit to an approximate of 14.5 feet bgs. Relatively undisturbed soil samples were collected at selected intervals. Descriptions of the soils encountered are presented in Appendix A. The soil samples collected from our subsurface exploration were transported to the Ninyo & Moore laboratory for geotechnical laboratory analysis. Selected samples were analyzed to evaluate the in-situ moisture content and dry density, Atterberg limits, gradation, and unconfined compressive strength. The results of the in-situ moisture and dry density tests are presented on the boring log in Appendix A. A description of each laboratory test method and results are presented in Appendix B. 5 GEOLOGY AND SUBSURFACE CONDITIONS 5.1 Geologic Setting The site is located within the Town of Monument approximately 2.5 miles east of the Rocky Mountains, within the Colorado Piedmont section of the Great Plains Physiographic Province. The Laramide Orogeny uplifted the Rocky Mountains during the late Cretaceous and early Tertiary Periods. Subsequent erosion deposited sediments east of the Rocky Mountains, including the Dawson Formation in the area. As a result of the regional uplift, approximately 5 to 10 million years ago, streams down-cut and excavated into the Great Plains forming the Colorado Piedmont ---PAGE BREAK--- Ninyo & Moore I Monument Water Pipeline, CO-105 Trenchless Crossing, Monument, Colorado I 502071003 R I May 31, 2022 3 section (Trimble, 1980). Thorson and Madole (2003) describe the surficial deposits as middle alluvial-slope deposits (middle Pleistocene) consist of thin beds of brown poorly sorted sand and sandy pebble gravel. Bedrock mapped as Dawson Formation was mapped underlying the alluvial deposits. The site and vicinity was mapped by Hart (1973-1974) as having low to moderate swell potential. 5.2 Subsurface Conditions Our understanding of the subsurface conditions at the project site is based on our field exploration and laboratory testing, review of published geologic maps, historic aerial photographs, and our experience with the general geology of the area. The following sections provide a generalized description of the subsurface materials encountered. Approximate borings locations are presented on Figure 2. More detailed descriptions are presented on Figure 2 (boring profile) and boring logs in Appendix A. 5.2.1 Alluvium Alluvium was encountered below approximately 1-inch thick topsoil in Boring B-19 and extended to a depth of approximately 6 feet bgs. Alluvium encountered consisted of gray, loose, moist to wet, silty sand with blow counts (i.e. the number of times a 140-pound hammer was dropped from 30 inches to drive the soil sampler 1-foot into the ground) varying from 13 blows per foot (bpf) to 15 bpf. Alluvium was also encountered in Boring B-20 below approximately 1-inch thick topsoil and extended to a depth of approximately 6 feet bgs. Alluvium encountered in Boring B-20 consisted of gray and black, loose to medium dense, moist, clayey sand. The alluvium encountered exhibited blow counts ranging from 14 to 34 bpf. Based on the results of the laboratory testing, selected samples of the alluvial deposits had in-place moisture contents between approximately 11.5 and 19.4 percent and dry densities between approximately 102.1 and 121.6 pounds per cubic feet (pcf). 5.2.2 Dawson Formation Bedrock mapped as Dawson Formation (Thorson and Madole, 2003) was encountered below the alluvial deposits in each boring, and extended to the borings termination depths of approximately 14.3 to 14.5 feet bgs. The top of bedrock was approximately 6 feet bgs in both borings. ---PAGE BREAK--- Ninyo & Moore I Monument Water Pipeline, CO-105 Trenchless Crossing, Monument, Colorado I 502071003 R I May 31, 2022 4 The bedrock encountered generally consisted of various shades of gray, orange and red, moist to wet, moderately to strongly cemented clayey sandstone. Based on the results of the laboratory testing, selected samples of the Dawson Formation bedrock had in-place moisture contents between approximately 8.2 and 14.4 percent and dry densities between approximately 115.4 and 119.7 pcf. 5.3 Groundwater An attempt to measure groundwater levels was performed during drilling operations. At that time, shallow groundwater was encountered at 2 feet bgs in Boring B-19 and 8 feet bgs in Boring B-20. Groundwater levels will fluctuate due to seasonal variations in the amount of rainfall, runoff, water level of nearby creeks, groundwater withdrawal from adjacent sites, and other factors. The possibility of groundwater level fluctuations and perched water should be considered when developing the design and construction plans for the project. 6 CONCLUSIONS Based on the results of the subsurface evaluation, laboratory testing, and data analyses, it is our opinion that the proposed project is feasible from a geotechnical standpoint but will be complicated due to the presence of variable subsurface conditions and shallow groundwater encountered at the launch and receiving pits. Geotechnical design and construction considerations for the proposed project include the following: • Alluvium was encountered below approximately 1-inch thick topsoil in Boring B-19 and extended to a depth of approximately 6 feet bgs. Alluvium encountered consisted of a gray, loose, moist to wet, silty sand with blow counts varying from 13 to 15 bpf. • Alluvium was also encountered in Boring B-20 below approximately 1-inch topsoil and extended to a depth of approximately 6 feet bgs. Alluvium encountered in Boring B-20 consisted of gray and black, loose to medium dense, moist, clayey sand. The alluvium encountered exhibited low blow counts ranging from 14 to 34 bpf. • Bedrock mapped as Dawson Formation (Thorson and Madole, 2003) was encountered below the alluvial deposits in each boring, and extended to the borings termination depths of approximately 14.3 to 14.5 feet bgs. The top of bedrock was approximately 6 feet bgs in both borings. • An attempt to measure groundwater levels was performed during drilling operations. At that time, shallow groundwater was encountered at 2 feet bgs in Boring B-19 and 8 feet bgs in Boring B-20. Groundwater levels will fluctuate due to seasonal variations in the amount of rainfall, runoff, water level of nearby creeks, groundwater withdrawal from adjacent sites, and other factors. The possibility of groundwater level fluctuations and perched water should be considered when developing the design and construction plans for the project. • Based on our understanding of the subsurface conditions and review of the project ---PAGE BREAK--- Ninyo & Moore I Monument Water Pipeline, CO-105 Trenchless Crossing, Monument, Colorado I 502071003 R I May 31, 2022 5 documents, pipe-jacking operations may be complicated by the presence of shallow bedrock (strongly cemented, sandstone bedrock) at the launch and receiving pit locations and may be further complicated by the presence of shallow groundwater. • The on-site soils should generally be excavatable with moderate to heavy-duty earthmoving or excavating equipment in good operating condition. It should be noted that the alluvial deposits at this site may contain cobbles, boulders, which could complicate excavations and increase wear and tear. • Site soils generated from on-site excavation activities consisting of alluvium that are free of deleterious materials, and do not contain particles larger than 3 inches in diameter, can generally be used as engineered fill during site grading provided they are moisture- conditioned and compacted as recommended in this report. Environmental factors that may restrict the re-use of on-site material was not studied in this report and should be discussed with the project environmental consultant. 7 RECOMMENDATIONS Based on our understanding of the project, the following sections present our geotechnical recommendations for design and construction of the proposed site improvements. If the proposed site improvements differ from the plans provided, it is important that Ninyo & Moore be notified and given an opportunity to reevaluate our recommendations prior to bidding the project for construction. Project specific structural plans were not available at the time of this report. 7.1 Earthwork The following sections provide our earthwork recommendations for this project. In general, the Town of Monument and El Paso County and/or project specific earthwork specifications are expected to apply, unless noted. 7.1.1 Excavations Our evaluation of the excavation characteristics of the on-site materials is based on the results of our subsurface exploration, our site observations, and our experience with similar materials. The on-site soils should generally be excavatable using medium- to heavy-duty earthmoving or excavating equipment in good operating condition. Although not encountered, the alluvial deposits at this site may contain cobbles and/or boulders, which could further complicate excavations and increase equipment wear and tear. Excavations within the Dawson Formation bedrock will be slow and will result in increased wear and tear on the equipment used. The excavations will be complicated by the presence of strongly cemented sandstone layers/lenses and groundwater. ---PAGE BREAK--- Ninyo & Moore I Monument Water Pipeline, CO-105 Trenchless Crossing, Monument, Colorado I 502071003 R I May 31, 2022 6 The bedrock will be hard and brittle, and may break off in large sections. Equipment and procedures that do not cause significant disturbance to the excavation bottoms should be used. Excavators and backhoes with buckets having large claws to loosen the subgrade material should be avoided when excavating the bottom 6 to 12 inches of excavations as such equipment may disturb the excavation bases. 7.1.2 Temporary Excavations In our opinion, temporary slopes in the near-surface soils should be stable at a slope ratio of approximately 1:1 (horizontal[H]:vertical[V]); however, excavations into the clayey alluvium, particularly where groundwater is encountered, could result in significant sloughing. Temporary slopes should be evaluated in the field by a competent person in accordance with Occupational Safety & Health Administration (OSHA) guidelines. The near-surface site soils and Dawson Formation bedrock should be considered to be Type C and Type B soils, respectively, as evaluated by OSHA. Temporary excavations should conform with OSHA regulations. The contractor should provide safely sloped excavations or an adequately constructed and braced shoring system, in compliance with OSHA regulations, for employees working in excavations that may expose them to the danger of moving ground. Reducing the inclination of the sidewalls of the excavations, where feasible, may increase the stability of the excavations. If construction or earth material is stored, or equipment is operated near an excavation, flatter slope geometry or shoring should be used during construction. Due to the observed groundwater levels, wet or saturated conditions will be encountered at or near the excavation bases. The bedrock exposed at the bottom of the excavation may soften under the action of construction equipment. As a result, yielding, pumping, or rutting under construction equipment loads should be anticipated. Based on the presence of shallow (2 to 8 feet bgs) groundwater conditions encountered, construction dewatering will be needed when establishing the jacking and receiving pits. The dewatering design should account for variations in subsurface soil permeability and transmissivity, as well as the variability and depth to groundwater. The actual design, construction, and implementation of construction dewatering are the responsibility of the contractor, and should be performed by a qualified expert. Construction dewatering should be performed with care and so as not to cause harmful settlement of nearby foundations, utilities, or pavements. We recommend that adjacent improvements such as existing utilities or structures, be monitored prior to and during the dewatering process. ---PAGE BREAK--- Ninyo & Moore I Monument Water Pipeline, CO-105 Trenchless Crossing, Monument, Colorado I 502071003 R I May 31, 2022 7 Discharge of water from the excavations to storm water collection system will require a Construction Dewatering Permit. The Colorado Department of Public Health and Environment Division of Water Quality requires the preparation of a combined application COG07000/COG315000/COG316000 45 days or more prior to discharge of construction dewatering to the public storm sewer system. 7.1.3 Re-Use of Site Soils Site soils generated from on-site excavation activities of alluvial deposits that are free of deleterious materials and organic matter, and do not contain particles larger than 3 inches in nominal diameter, can generally be used as engineered fill. Fragments of rock, cobbles, and inert construction debris concrete or asphalt) larger than 3 inches in diameter may be incorporated into the project fills in non-structural areas and below the anticipated utility installation depths. A Geotechnical Engineer should be consulted regarding appropriate recommendations for usage of such materials on a case-by- case basis when such materials have been observed during earthwork. Care should be taken to avoid nesting of oversized materials during placement. Recommendations provided in Section 203 of the current the Colorado Department of Transportation (CDOT) Standard Specifications for Road and Bridge Construction should be followed during the placement of oversized material. Excavated Dawson Formation claystone bedrock should not be incorporated into engineered fill. Additional evaluation and laboratory testing should be performed during earthwork activities to better evaluate the suitability of the on-site soils for re-use as engineered fill at this site. An evaluation of the potential for contamination by hazardous materials was beyond the scope of this study and the possibility of restrictions on full material importation and re-use due to environmental factors was not studied. 7.1.4 Imported Soil Imported soil for use as engineered fill should meet the requirements CDOT Class 1 structure backfill as presented in Section 703.08 of the 2021 CDOT Construction Specifications for Road and Bridge Construction. Imported soil should not contain organic matter, clay lumps, bedrock (claystone, sandstone, etc.) fragments, debris, other deleterious matter, or rocks or hard chunks larger than approximately 3 inches’ nominal diameter. ---PAGE BREAK--- Ninyo & Moore I Monument Water Pipeline, CO-105 Trenchless Crossing, Monument, Colorado I 502071003 R I May 31, 2022 8 Imported soil for use as engineered fill should exhibit low corrosion potential. Imported soil placed in contact with ferrous materials should have a saturated soil resistivity of 2,000 ohm- cm or more and a chloride content of 25 parts per million or less. Soils in contact with concrete should exhibit a soluble sulfate content less than 0.1 percent. We further recommend that proposed import material be evaluated by the project’s geotechnical consultant at the borrow source for its suitability prior to importation to the project site. 7.1.5 Fill Placement On-site soils that classify as SC and SM or import soils used as engineered fill should be moisture-conditioned to moisture contents within 2 percent of optimum moisture content. Engineered fill should be placed in uniform horizontal lifts. Engineered fill should be compacted to a relative compaction of 95 percent, or more, as evaluated by American Society for Testing and Materials (ASTM) D698. Lift thickness for fill will be dependent upon the type of compaction equipment utilized, but should generally be placed in lifts not exceeding 8 inches in loose thickness. Fill materials should not be placed, worked, rolled while they are frozen, thawing, or during poor/inclement weather conditions. Compaction areas should be kept separate, and no lift should be covered by another until relative compaction and moisture content within the recommended ranges are obtained. 7.1.6 Controlled Low Strength Material Use of CLSM should be considered in lieu of compacted fill for areas with low tolerances for surface settlements, for excavations that extend below the groundwater table and in areas with difficult access for compaction equipment. CLSM consists of a fluid, workable mixture of aggregate, Portland cement, and water. CLSM should be placed in lifts of 5 feet or less with a 24-hour or more curing period between each lift. The use of CLSM has several advantages: • A narrower excavation can be used where shoring is present, thereby minimizing the quantity of soil to be excavated and possibly reducing disturbance to the near-by traffic; • Compaction requirements do not apply; • There is less risk of damage to improvements, since little compaction is needed to place CLSM; ---PAGE BREAK--- Ninyo & Moore I Monument Water Pipeline, CO-105 Trenchless Crossing, Monument, Colorado I 502071003 R I May 31, 2022 9 • CLSM can be batched to flow into irregularities in excavation bottoms and walls; and • The number of workers needed inside the trench excavation is reduced. The CLSM mix design should be submitted for review prior to placement. The 28-day strength of the material should be no less than 50 pounds per square inch (psi) and no more than 150 psi. CLSM should be observed and tested by the geotechnical consultant. 7.1.7 Pipe Jacking We understand that conventional jack and bore method will be used as the trenchless method at CO-105 Crossing. In the conventional Jack and bore trenchless method, a casing or pipe is pushed or jacked in to prevent ground from collapse while drilling horizontally using a rotary auger. The sides of the launch and receiving pits shall be supported in such a manner as to prevent any movement or slippage of the earth during the jacking operations. The Contractor shall plan to use a casing lubricant, such as bentonite, in the event excessive frictional forces jeopardize the successful completion of the casing installation. Based on our understanding of the subsurface conditions and review of the project documents, pipe-jacking operations may be complicated by the presence of shallow bedrock (strongly cemented, sandstone bedrock) at the launch and receiving pit locations and may be further complicated by the presence of shallow groundwater. Figure 2 presents the subsurface conditions encountered on the site profile view to assist with the evaluation of the subsurface conditions encountered in relationship to the proposed pipe jacking operations. 7.1.8 Utility Installation The contractor should take care to achieve and maintain adequate compaction of the backfill soils around manholes, valve risers and other vertical pipeline elements where settlements commonly are observed. Use of CLSM should be considered in lieu of compacted soil backfill for areas with low tolerances for surface settlements. This would also reduce the permeability of the utility trenches. Pipe bedding materials, placement and compaction should meet the specifications of the pipe manufacturer and applicable municipal standards. Materials proposed for use as pipe bedding should be tested for suitability prior to use. ---PAGE BREAK--- Ninyo & Moore I Monument Water Pipeline, CO-105 Trenchless Crossing, Monument, Colorado I 502071003 R I May 31, 2022 10 Special care should be exercised to avoid damaging the pipe or other structures during the compaction of the backfill. In addition, the underside (or haunches) of the buried pipe should be supported on bedding material that is compacted as described above. This may need to be performed with placement by hand or small-scale compaction equipment. Development of site grading plans should consider the subsurface transfer of water in utility trenches and the pipe bedding. Sandy pipe bedding materials can function as efficient conduits for re-distribution of natural and applied waters in the subsurface. Cut-off walls in utility trenches or other water-stopping measures should be implemented to reduce the rates and volumes of water transmitted along utility alignments and toward buildings, pavements and other structures where excessive wetting of the underlying soils will be damaging. Incorporation of water cut-offs and/or outlet mechanisms for saturated bedding materials into development plans could be beneficial to the project. These measures also will reduce the risk of loss of fine-grained backfill soils into the bedding material with resultant surface settlement. 7.2 Construction in Cold or Wet Weather During construction, the site should be graded such that surface water can drain readily away from the building areas. Given the soil conditions, it is important to avoid ponding of water in or near excavations. Water that accumulates in excavations should be pumped out or otherwise removed and these areas should be allowed to dry out before resuming construction. Berms, ditches, and similar means should be used to decrease stormwater entering the work area and to efficiently convey it off site. Earthwork activities undertaken during the cold weather season may be difficult and should be done by an experienced contractor. Fill should not be placed on top of frozen soils. The frozen soils should be removed prior to the placement of fill or other construction material. Frozen soil should not be used as engineered fill or backfill. The frozen soil may be reused (provided it meets the selection criteria) once it has thawed completely. In addition, compaction of the soils may be more difficult due to the viscosity change in water at lower temperatures. If construction proceeds during cold weather, foundations, slabs, or other concrete elements should not be placed on frozen subgrade soil. Frozen soil should either be removed from beneath concrete elements, or thawed and recompacted. To limit the potential for soil freezing, the time passing between excavation and construction should be minimized. Blankets, straw, soil cover, or heating may be used to discourage the soil from freezing. ---PAGE BREAK--- Ninyo & Moore I Monument Water Pipeline, CO-105 Trenchless Crossing, Monument, Colorado I 502071003 R I May 31, 2022 11 7.3 Construction Observation and Testing A qualified geotechnical consultant should perform appropriate observation and testing services during grading and construction operations. These services should include observation of any soft, loose, or otherwise unsuitable soils, evaluation of subgrade conditions where soil removals are performed, evaluation of the suitability of proposed borrow materials for use as fill, evaluation of the stability of open temporary excavations, evaluation of the results of any subgrade stabilization or dewatering activities, and performance of observation and testing services during placement and compaction of engineered fill and backfill soils. The geotechnical consultant should also perform observation and testing services during placement of concrete, mortar, grout, asphalt concrete, and steel reinforcement. If another geotechnical consultant is selected to perform observation and testing services for the project, we request that the selected consultant provide a letter to the owner, with a copy to Ninyo & Moore, indicating that they fully understand our recommendations and they are in full agreement with the recommendations contained in this report. Qualified subcontractors utilizing appropriate techniques and construction materials should perform construction of the proposed improvements. 8 LIMITATIONS The field evaluation, laboratory testing, and geotechnical analyses presented in this geotechnical report have been conducted in general accordance with current practice and the standard of care exercised by geotechnical consultants performing similar tasks in the project area. No warranty, expressed or implied, is made regarding the conclusions, recommendations, and opinions presented in this report. There is no evaluation detailed enough to reveal every subsurface condition. Variations may exist and conditions not observed or described in this report may be encountered during construction. Uncertainties relative to subsurface conditions can be reduced through additional subsurface exploration. Additional subsurface evaluation will be performed upon request. Please also note that our evaluation was limited to assessment of the geotechnical aspects of the project, and did not include evaluation of structural issues, environmental concerns, or the presence of hazardous materials. This document is intended to be used only in its entirety. No portion of the document, by itself, is designed to completely represent any aspect of the project described herein. Ninyo & Moore should be contacted if the reader requires additional information or has questions regarding the content, interpretations presented, or completeness of this document. ---PAGE BREAK--- Ninyo & Moore I Monument Water Pipeline, CO-105 Trenchless Crossing, Monument, Colorado I 502071003 R I May 31, 2022 12 This report is intended for design purposes only. It does not provide sufficient data to prepare an accurate bid by contractors. It is suggested that the bidders and their geotechnical consultant perform an independent evaluation of the subsurface conditions in the project areas. The independent evaluations may include, but not be limited to, review of other geotechnical reports prepared for the adjacent areas, site reconnaissance, and additional exploration and laboratory testing. Our conclusions, recommendations, and opinions are based on an analysis of the observed site conditions. If geotechnical conditions different from those described in this report are encountered, our office should be notified and additional recommendations, if warranted, will be provided upon request. It should be understood that the conditions of a site could change with time as a result of natural processes or the activities of man at the subject site or nearby sites. In addition, changes to the applicable laws, regulations, codes, and standards of practice may occur due to government action or the broadening of knowledge. The findings of this report may, therefore, be invalidated over time, in part or in whole, by changes over which Ninyo & Moore has no control. This report is intended exclusively for use by the client. Any use or reuse of the findings, conclusions, and/or recommendations of this report by parties other than the client is undertaken at said parties’ sole risk. ---PAGE BREAK--- Ninyo & Moore I Monument Water Pipeline, CO-105 Trenchless Crossing, Monument, Colorado I 502071003 R I May 31, 2022 13 9 REFERENCES American Society for Testing and Materials (ASTM), 2019 Annual Book of ASTM Standards. Colorado Department of Transportation (CDOT), 2019, Standard Specifications for Road and Bridge Construction. Hart, Stephen 1973-4, Potentially Swelling Soil and Rock in the Front Range Urban Corridor, Colorado: Colorado Geological Survey. Ninyo & Moore, In-house proprietary information. Occupational Safety and Health Administration (OSHA), 2005, OSHA Standards for the Construction Industry, 29 CFR Part 1926: dated June. Thorson, John, and Madole, Richard, 2003, Geologic Map of the Monument Quadrangle, El Paso County, Colorado. Trimble, Donald 1980, The Geologic Story of the Great Plains, Geological Survey Bulletin 1493. ---PAGE BREAK--- Ninyo & Moore I Monument Water Pipeline, CO-105 Trenchless Crossing, Monument, Colorado I 502071003 R I May 31, 2022 Appendix A Photographic Documentation FIGURES ---PAGE BREAK--- │ & PO ^ _ 5 n _ 5 n _ 5 n _ 5 n _ 5 n F 7100 7000 7200 6900 7100 7300 KNOLLWOOD DR JEFFERSON ST SPRING VALLEY RD BEACON LITE RD L A K E W O O D M O O R D R BL UE BE RR Y HI LL S R WHITE MARBLE M E R E D R JACKSON CREEK P KWY DOEWOO D DR 25 M IT C H E L L A V E OLD DENVER RD W A G O N G A P T R L ARIES DR PA RK TR AI L DR 2ND ST WOODMOOR DR AVE ADAMS ST WAKOND A WAY FRONT ST MONUMENT HILL RD BOW STRI N ME A D O WL 25 3R D S T LOWER LAKE RD F A W N W O O D R D Cr ys tal Cr Dirty Wom an C Monument Cem Palmer Lake E ' • │ í │ • í ! F ! F F 7000 7000 7200 7200 7000 7200 7000 I- A F i t n e s s T rl DRACO D R O X B R I D G E R D MEADOW LN C I R C L E R D FOREST VIEW WAY MO UN T H ER MA N R D L A K E M E A D O W D R 321 3 2 1 B 3 2 0 F DRACO C IR N MONUMENT LAKE RD I R PEAKVIEW BLVD SU N B U R S T D R FOREST VIEW RD E L R A N C H O W A Y C L O V E N H O O F R D VA N D E N B E R G AV E LAK E AV E RO CK BR OO K R D RE D RO CK RA NC H DR 105 321 321 320 WE ST WA RD LN CAP ELL A D R VINCENT AVE SHILOH PINES DR C r y st a l C r Monument Lake Mon ume nt C r M o n u m e n t C r Crest Palmer Lake Elephant Rock Arch Monument Rock FIGURE 1 elt file no: 2071vmap0522 502071003 I 5/22 MONUMENT WATER PIPELINE CO-105 TRENCHLESS CROSSING, CO-105 AND DAVIDSON STREET MONUMENT, COLORADO SITE LOCATION NOTE: DIMENSIONS, DIRECTIONS AND LOCATIONS ARE APPROXIMATE. Source: US Geological Survey 7.5-minute topographic map, Monument and Palmer Lake, Colorado, 2022. 0 2000 FEET N SITE ---PAGE BREAK--- bsm file no: 2071pro0522 FIGURE 2 502071003 I 5/22 CO-105 TRENCHLESS CROSSING, CO-105 AND DAVIDSON STREET MONUMENT, COLORADO MONUMENT WATER PIPELINE PROFILE SOURCE: FORSGREN ASSOCIATES, INC., 02/22. NOTE: DIMENSIONS, DIRECTIONS AND LOCATIONS ARE APPROXIMATE. 0 15 FEET N Geotechnical & Environmental Sciences Consultants B-19 B- B-119 Qa (SM) Qa (SM) Kd (SS) Kd (SS) B- B-20 Qa (SC) Qa (SC) Kd (SS) Kd (SS) LEGEND Boring Location Groundwater Alluvium Dawson Formation USCS Classification B-2 ( ) Kd Qa B-20 ---PAGE BREAK--- Ninyo & Moore I Monument Water Pipeline, CO-105 Trenchless Crossing, Monument, Colorado I 502071003 R I May 31, 2022 APPENDIX A Boring Logs ---PAGE BREAK--- Ninyo & Moore I Monument Water Pipeline, CO-105 Trenchless Crossing, Monument, Colorado I 502071003 R I May 31, 2022 APPENDIX A BORING LOGS Field Procedure for the Collection of Disturbed Samples Disturbed soil samples were obtained in the field using the following method. Bulk Samples Bulk samples of representative earth materials were obtained from the exploratory borings. The samples were bagged and transported to the laboratory for testing. The Standard Penetration Test (SPT) Sampler Disturbed drive samples of earth materials were obtained by means of a Standard Penetration Test sampler. The sampler is composed of a split barrel with an external diameter of 2 inches and an unlined internal diameter of 1-3/8 inches. The sampler was driven into the ground 12 to 18 inches with a 140-pound hammer falling freely from a height of 30 inches in general accordance with ASTM D 1586. The blow counts were recorded for every 6 inches of penetration; the blow counts reported on the logs are those for the last 12 inches of penetration. Soil samples were observed and removed from the sampler, bagged, sealed and transported to the laboratory for testing. Field Procedure for the Collection of Relatively Undisturbed Samples Relatively undisturbed soil samples were obtained in the field using the following method. The Modified California Split-Barrel Drive Sampler The sampler, with an external diameter of 3.0 inches, was lined with thin brass rings with inside diameters of approximately 2.4 inches. The sample barrel was driven into the ground with the weight of a hammer in general accordance with ASTM D3550. The driving weight was permitted to fall freely. The approximate length of the fall, the weight of the hammer or bar, and the number of blows per foot of driving are presented on the boring logs as an index to the relative resistance of the materials sampled. The samples were removed from the sample barrel in the brass rings, sealed, and transported to the laboratory for testing. The California Drive Sampler The sampler, with an external diameter of 2.4 inches, was lined with four, 4-inch long, thin brass rings with inside diameters of approximately 1.9 inches. The sample barrel was driven into the ground with the weight of a hammer in general accordance with ASTM D3550. The driving weight was permitted to fall freely. The approximate length of the fall, the weight of the hammer, and the number of blows per foot of driving are presented on the boring logs as an index to the relative resistance of the materials sampled. The samples were removed from the sample barrel in the brass liners, sealed, and transported to the laboratory for testing. ---PAGE BREAK--- SOIL CLASSIFICATION CHART PER ASTM D 2488 PRIMARY DIVISIONS SECONDARY DIVISIONS GROUP SYMBOL GROUP NAME COARSE- GRAINED SOILS more than 50% retained on No. 200 sieve GRAVEL more than 50% of coarse fraction retained on No. 4 sieve CLEAN GRAVEL less than 5% fines GW well-graded GRAVEL GP poorly graded GRAVEL GRAVEL with DUAL CLASSIFICATIONS 5% to 12% fines GW-GM well-graded GRAVEL with silt GP-GM poorly graded GRAVEL with silt GW-GC well-graded GRAVEL with clay GP-GC poorly graded GRAVEL with clay GRAVEL with FINES more than 12% fines GM silty GRAVEL GC clayey GRAVEL GC-GM silty, clayey GRAVEL SAND 50% or more of coarse fraction passes No. 4 sieve CLEAN SAND less than 5% fines SW well-graded SAND SP poorly graded SAND SAND with DUAL CLASSIFICATIONS 5% to 12% fines SW-SM well-graded SAND with silt SP-SM poorly graded SAND with silt SW-SC well-graded SAND with clay SP-SC poorly graded SAND with clay SAND with FINES more than 12% fines SM silty SAND SC clayey SAND SC-SM silty, clayey SAND FINE- GRAINED SOILS 50% or more passes No. 200 sieve SILT and CLAY liquid limit less than 50% INORGANIC CL lean CLAY ML SILT CL-ML silty CLAY ORGANIC OL (PI > 4) organic CLAY OL (PI < 4) organic SILT SILT and CLAY liquid limit 50% or more INORGANIC CH fat CLAY MH elastic SILT ORGANIC OH (plots on or above “A”-line) organic CLAY OH (plots below “A”-line) organic SILT Highly Organic Soils PT Peat USCS METHOD OF SOIL CLASSIFICATION Explanation of USCS Method of Soil Classification PROJECT NO. DATE FIGURE APPARENT DENSITY - COARSE-GRAINED SOIL APPARENT DENSITY SPOOLING CABLE OR CATHEAD AUTOMATIC TRIP HAMMER SPT (blows/foot) MODIFIED SPLIT BARREL (blows/foot) SPT (blows/foot) MODIFIED SPLIT BARREL (blows/foot) Very Loose < 4 < 8 < 3 < 5 Loose 5 - 10 9 - 21 4 - 7 6 - 14 Medium Dense 11 - 30 22 - 63 8 - 20 15 - 42 Dense 31 - 50 64 - 105 21 - 33 43 - 70 Very Dense > 50 > 105 > 33 > 70 CONSISTENCY - FINE-GRAINED SOIL CONSIS­ TENCY SPOOLING CABLE OR CATHEAD AUTOMATIC TRIP HAMMER SPT (blows/foot) MODIFIED SPLIT BARREL (blows/foot) SPT (blows/foot) MODIFIED SPLIT BARREL (blows/foot) Very Soft < 2 < 3 < 1 < 2 Soft 2 - 4 3 - 5 1 - 3 2 - 3 Firm 5 - 8 6 - 10 4 - 5 4 - 6 Stiff 9 - 15 11 - 20 6 - 10 7 - 13 Very Stiff 16 - 30 21 - 39 11 - 20 14 - 26 Hard > 30 > 39 > 20 > 26 LIQUID LIMIT (LL), % PLASTICITY INDEX (PI), % 0 10 10 7 4 20 30 40 50 60 70 0 20 30 40 50 60 70 80 90 100 MH or OH ML or OL CL - ML PLASTICITY CHART GRAIN SIZE DESCRIPTION SIEVE SIZE GRAIN SIZE APPROXIMATE SIZE Boulders > 12” > 12” Larger than basketball-sized Cobbles 3 - 12” 3 - 12” Fist-sized to basketball-sized Gravel Coarse 3/4 - 3” 3/4 - 3” Thumb-sized to fist-sized Fine #4 - 3/4” 0.19 - 0.75” Pea-sized to thumb-sized Sand Coarse #10 - #4 0.079 - 0.19” Rock-salt-sized to pea-sized Medium #40 - #10 0.017 - 0.079” Sugar-sized to rock-salt-sized Fine #200 - #40 0.0029 - 0.017” Flour-sized to sugar-sized Fines Passing #200 < 0.0029” Flour-sized and smaller CH or OH CL or OL ---PAGE BREAK--- BORING LOG EXPLANATION SHEET 0 5 XX/XX 10 15 Bulk sample. Modified split-barrel drive sampler. 2-inch inner diameter split-barrel drive sampler. No recovery with modified split-barrel drive sampler, or 2-inch inner diameter split-barrel drive sampler. Sample retained by others. Standard Penetration Test (SPT). No recovery with a SPT. Shelby tube sample. Distance pushed in inches/length of sample recovered in inches. No recovery with Shelby tube sampler. Continuous Push Sample. Seepage. Groundwater encountered during drilling. Groundwater measured after drilling. SM MAJOR MATERIAL TYPE (SOIL): Solid line denotes unit change. CL Dashed line denotes material change. Attitudes: Strike/Dip b: Bedding c: Contact j: Joint f: Fracture F: Fault cs: Clay Seam s: Shear bss: Basal Slide Surface sf: Shear Fracture sz: Shear Zone sbs: Shear Bedding Surface The total depth line is a solid line that is drawn at the bottom of the boring. 20 BORING LOG Explanation of Boring Log Symbols PROJECT NO. DATE FIGURE DEPTH (feet) BLOWS/FOOT MOISTURE DRY DENSITY (PCF) CLASSIFICATION U.S.C.S. 6<0%2/ %XON 'ULYHQ 6$03/(6 ---PAGE BREAK--- 0 10 20 30 40 13 15 50/6" 50/8" 50/4" 11.5 16.9 13.2 8.2 14.4 121.6 102.1 118.4 125.5 118.6 SM TOPSOIL: Approximately 1 inch thick. ALLUVIUM: Gray, wet, loose, silty SAND. Groundwater encountered during drilling. DAWSON FORMATION: Gray, wet, strongly cemented, clayey SANDSTONE. Gray and orange; moderately cemented. Total Depth: 14.3 feet. Groundwater was encountered during drilling at approximately 2 feet. Backfilled with on-site soil after drilling on 4/20/2022. Notes: Groundwater may rise to a level higher than that measured in borehole due to seasonal variations in precipitation and several other factors as discussed in the report. The ground elevation shown above is an estimation only. It is based on our interpretations of published maps and other documents reviewed for the purposes of this evaluation. It is not sufficiently accurate for preparing construction bids and design documents. FIGURE A- 1 CO-105 TRENCHLESS CROSSING CO-105 AND DAVIDSON STREET, MONUMENT, COLORADO 502071003 I 5/22 DEPTH (feet) Bulk SAMPLES Driven BLOWS/FOOT MOISTURE DRY DENSITY (PCF) SYMBOL CLASSIFICATION U.S.C.S. DESCRIPTION/INTERPRETATION DATE DRILLED 4/20/2022 BORING NO. B-19 GROUND ELEVATION 6,973'± SHEET 1 OF METHOD OF DRILLING Track Rig (Dakota Drilling) DRIVE WEIGHT 140 lbs. Spooling Cathead) DROP 30" SAMPLED BY ACL LOGGED BY ACL REVIEWED BY BFG 1 ---PAGE BREAK--- 0 10 20 30 40 14 34 50/5" 50/4" 50/6" 19.4 12.8 12.7 13.7 12.2 103.7 105.5 117.8 114.8 120.5 SC TOPSOIL: Approximately 1 inch thick. ALLUVIUM: Gray and black, moist, loose, clayey SAND with rootlets. Medium dense. DAWSON FORMATION: Gray and red, moist, strongly cemented, clayey SANDSTONE. Groundwater encountered during drilling. Gray to light gray; wet. Total Depth: 14.5 feet. Groundwater was encountered during drilling at approximately 8 feet. Backfilled with on-site soil after drilling 4/20/2022. Notes: Groundwater may rise to a level higher than that measured in borehole due to seasonal variations in precipitation and several other factors as discussed in the report. The ground elevation shown above is an estimation only. It is based on our interpretations of published maps and other documents reviewed for the purposes of this evaluation. It is not sufficiently accurate for preparing construction bids and design documents. FIGURE A- 2 CO-105 TRENCHLESS CROSSING CO-105 AND DAVIDSON STREET, MONUMENT, COLORADO 502071003 I 5/22 DEPTH (feet) Bulk SAMPLES Driven BLOWS/FOOT MOISTURE DRY DENSITY (PCF) SYMBOL CLASSIFICATION U.S.C.S. DESCRIPTION/INTERPRETATION DATE DRILLED 4/20/2022 BORING NO. B-20 GROUND ELEVATION 6,977'± SHEET 1 OF METHOD OF DRILLING Track Rig (Dakota Drilling) DRIVE WEIGHT 140 lbs. (Spooling Cathead) DROP 30" SAMPLED BY ACL LOGGED BY ACL REVIEWED BY BFG 1 ---PAGE BREAK--- Ninyo & Moore I Monument Water Pipeline, CO-105 Trenchless Crossing, Monument, Colorado I 502071003 R I May 31, 2022 APPENDIX B Laboratory Testing ---PAGE BREAK--- Ninyo & Moore I Monument Water Pipeline, CO-105 Trenchless Crossing, Monument, Colorado I 502071003 R I May 31, 2022 APPENDIX B LABORATORY TESTING Classification Soils were visually and texturally classified in accordance with the Unified Soil Classification System (USCS) in general accordance with ASTM D 2488. Soil classifications are indicated on the logs of the exploratory borings in Appendix A. In-Place Moisture and Density Tests The moisture content and dry density of relatively undisturbed samples obtained from the exploratory excavations were evaluated in general accordance with ASTM D 2937. The test results are presented on the logs of the exploratory excavations in Appendix A. Atterberg Limits Tests were performed on selected representative soil samples to evaluate the liquid limit, plastic limit, and plasticity index in general accordance with ASTM D 4318. These test results were utilized to evaluate the soil classification in accordance with the USCS. The test results are incorporated in the logs in Appendix A, and are summarized on Figure B-1. Gradation Analysis Gradation analysis tests were performed on selected representative soil samples in general accordance with ASTM D 422. The test results were utilized in evaluating the soil classifications in accordance with the USCS. The grain-size distribution curves are shown on Figures B-2 through B-4. Unconfined Compression Strength The Unconfined Compression strength of selected representative soil samples were evaluated in general accordance with ASTM D 2166. The results of these tests are summarized on Figure B- 5. ---PAGE BREAK---  NP - INDICATES NON-PLASTIC PERFORMED IN GENERAL ACCORDANCE WITH ASTM D 4318 4.0-5.0 19 CL 14 8 CL NP 2.0-3.0 NP NP SC SM SC NP EQUIVALENT USCS No. 40 Sieve) SYMBOL LOCATION DEPTH (ft) LIQUID LIMIT USCS (Fraction Finer Than PLASTICITY INDEX CLASSIFICATION B-19 PLASTIC LIMIT 17 9.0-9.3 33 25 B-20 B-20 MONUMENT, CO MONUMENT WATER PIPELINE CO-105 TRENCHLESS CROSSING 502071003 5/22 CH or OH CL or OL MH or OH ML or OL CL - ML 0 10 20 30 40 50 60 0 10 20 30 40 50 60 70 80 90 100 110 120 PLASTICITY INDEX, PI LIQUID LIMIT, LL FIGURE B-1 ATTERBERG LIMITS TEST RESULTS ---PAGE BREAK--- Coarse Fine Coarse Medium SILT CLAY 3" 2" 1-1/2" 1" 3/4" 3/8" 4 10 30 50 PERFORMED IN GENERAL ACCORDANCE WITH ASTM D 6913 NP - INDICATES NON-PLASTIC NP NP MONUMENT WATER PIPELINE CO-105 TRENCHLESS CROSSING MONUMENT, CO 5/22 502071003 GRAVEL SAND FINES Symbol Plasticity Index Plastic Limit Liquid Limit Depth (ft) D30 Fine Sample Location 100 D10 16 200 D60 Cu Equivalent USCS SM 20 Passing No. 200 (percent) Cc NP B-19 2.0-3.0 0.0 10.0 20.0 30.0 40.0 50.0 60.0 70.0 80.0 90.0 100.0 0.0001 0.001 0.01 0.1 1 10 100 PERCENT FINER BY WEIGHT GRAIN SIZE IN MILLIMETERS U.S. STANDARD SIEVE NUMBERS HYDROMETER GRADATION TEST RESULTS FIGURE B-2 ---PAGE BREAK--- Coarse Fine Coarse Medium SILT CLAY 3" 2" 1-1/2" 1" 3/4" 3/8" 4 10 30 50 PERFORMED IN GENERAL ACCORDANCE WITH ASTM D 6913 33 19 MONUMENT WATER PIPELINE CO-105 TRENCHLESS CROSSING MONUMENT, CO 5/22 502071003 GRAVEL SAND FINES Symbol Plasticity Index Plastic Limit Liquid Limit Depth (ft) D30 Fine Sample Location 100 D10 16 200 D60 Cu Equivalent USCS SC 46 Passing No. 200 (percent) Cc 14 B-20 4.0-5.0 0.0 10.0 20.0 30.0 40.0 50.0 60.0 70.0 80.0 90.0 100.0 0.0001 0.001 0.01 0.1 1 10 100 PERCENT FINER BY WEIGHT GRAIN SIZE IN MILLIMETERS U.S. STANDARD SIEVE NUMBERS HYDROMETER GRADATION TEST RESULTS FIGURE B-3 ---PAGE BREAK--- Coarse Fine Coarse Medium SILT CLAY 3" 2" 1-1/2" 1" 3/4" 3/8" 4 10 30 50 PERFORMED IN GENERAL ACCORDANCE WITH ASTM D 6913 25 17 MONUMENT WATER PIPELINE CO-105 TRENCHLESS CROSSING MONUMENT, CO 5/22 502071003 GRAVEL SAND FINES Symbol Plasticity Index Plastic Limit Liquid Limit Depth (ft) D30 Fine Sample Location 100 D10 16 200 D60 Cu Equivalent USCS SC 19 Passing No. 200 (percent) Cc 8 B-20 9.0-9.3 0.0 10.0 20.0 30.0 40.0 50.0 60.0 70.0 80.0 90.0 100.0 0.0001 0.001 0.01 0.1 1 10 100 PERCENT FINER BY WEIGHT GRAIN SIZE IN MILLIMETERS U.S. STANDARD SIEVE NUMBERS HYDROMETER GRADATION TEST RESULTS FIGURE B-4 ---PAGE BREAK--- PERFORMED IN GENERAL ACCORDANCE WITH ASTM D 2166 5/22 1.1 Symbol Description Red to Gray SANDSTONE Gray SANDSTONE Strain Rate (%/min) Shear Strength Su (ksf) Soil Type Sample Number SC 4.8 B-20 120.5 7.0-7.4 12.2 12.7 1.3 Sample Depth (feet) Moisture Content w Dry Density γd (pcf) B-20 14.0-15.0 117.8 2.2 SC 502071003 MONUMENT, CO MONUMENT WATER PIPELINE CO-105 TRENCHLESS CROSSING 0 2 4 6 8 10 12 14 16 18 20 0 3 6 9 12 15 18 AXIAL STRESS (KSF) AXIAL STRAIN UNCONFINED COMPRESSION FIGURE B-5 ---PAGE BREAK--- Ninyo & Moore I Monument Water Pipeline, CO-105 Trenchless Crossing, Monument, Colorado I 502071003 R I May 31, 2022 6001 S. Willow Drive, Suite 195 I Greenwood Village, Colorado 80111 I p. [PHONE REDACTED] ARIZONA I CALIFORNIA I COLORADO I NEVADA I TEXAS I UTAH ninyoandmoore.com APPENDIX C Photographs ---PAGE BREAK--- Monument 2.0 MG Water Storage Tank – Clarifications for Add. No. 2 Page 1 of 5 Project No. 04-20-0153 Town of Monument 2.0 MG Water Storage Tank Pipeline Project Number 04-20-0153 CLARIFICATIONS FOR ADDENDUM NO. 2 1. Question: DIP looks to have a significant lead time that would make the DIP option on this project unfeasible. Are we required to submit pricing for Alternate 4? Response: If material delivery times do not meet the schedule, then no need to provide pricing for this bid alternative. 2. Question: Does the CDOT permit for the work adjacent to Hwy 105 require any CLSM backfill? Response: To our knowledge, this has not been required by CDOT. It is the contractor’s responsibility to ensure work within CDOT ROW is done in accordance with CDOT requirements and guidelines. 3. Question: Does the Town of Monument have a location for the spoils generated by the bedding zone? Response: Removal and disposal of excess materials shall be the responsibility of the contractor. 4. Question: Would the town be open to quantifying the asphalt required for trench patching (tons or square yard inches)? Response: Quantities of asphalt required for trench repair was intended to be incidental to water line construction and is included with the pipeline line item. However, for further transparency and clarity of bid pricing, additional line items have been added to the bid form for trench repair asphalt. Line item and quantity is presented in square yard-inch assuming a 5-inch asphalt depth for trench repair. Payment will be for actual quantities installed. 5. Question: Has the railroad permit been paid for by the Town of Monument? If not, do you know what that cost is? Response: The railroad permit has not been paid for. Permit fees can be charged to the Town as a pass through. 6. Question: Do any of the trees or brush need to be replaced that fall within a reasonable distance of the alignment? Response: We have not received any comments from permitting agencies indicating that trees and/or shrubs within the ROW need to be replaced. 7. Question: Where is the 12-Inch Check Valves? We can’t find them on the plans. The Measurement and Payment calls for a 12” Tideflex Valve which is used in a tank overflow piping scenario, I believe. Should it be some other valve? Response: They are located on sheet C-21, and C-31. We will follow up with the manufacturer and determine if an alternative valve type is more appropriate. ---PAGE BREAK--- Monument 2.0 MG Water Storage Tank – Clarifications for Add. No. 2 Page 2 of 5 Project No. 04-20-0153 8. Question: Town of Monument wants to issue the Notice to Proceed (NTP) on July 11, 2022. If we place an order on June 20, 2022, when will the pipe and materials be delivered? This is important information for everyone involved. Response: It is the contractor’s responsibility to procure construction materials. The contractor shall keep the Engineer and Town informed on material delivery timelines and any potential delays associated with material delivery. 9. 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: Will be answered in Addendum No. 3. 10. Question: Can 12” DR18 be used instead of DR14? Pressure seems low enough and going to DR18 will save the Town of Monument a lot of money? Response: This substitution will not be allowed at this time. Please provide pricing for DR14 pipe. 11. Question: Sta 145+00 – Is it a pipe ram or Jack and Bore? Plan view says Pipe Ram and Profiles says Jack and Bore. Response: The assumed method of installation for the Creek trenchless installation is pipe ramming, the profile view is not labeled correctly. However, the contractor is free to propose alternative methods they believe provide constructability and/or cost advantages. 12. Question: Sta. 150+50 and 153+50 – What material is the existing water line crossings? AC, DIP,PVC, Etc. Response: Will be answered in Addendum No. 3. 13. Question: Can you provide the utilities you intend to pothole as outlined on the Bid Tab? There are more than you are proposing. Response: It is the contractor’s responsibility to verify utility locations prior to construction. Contractor shall locate existing utilities by means of potholing as needed to facilitate pipeline construction. All proposed pothole locations shall be marked on the plans and included on the final as-built plans with pothole depths noted. 14. Question: Are the vertical bends left up to the contractor to determine where they are needed? Response: Vertical bend and/or fittings are shown on the plans. Contractor may adjust vertical bends to accommodate field conditions as needed. All pipe joint deflections shall be in accordance with the specifications and manufacturer's recommendations. 15. Question: Sheet C-34 – Should be a 6” Gate valve not a 12”. Response: Correct, this should be a 6” gate valve not a 12”. ---PAGE BREAK--- Monument 2.0 MG Water Storage Tank – Clarifications for Add. No. 2 Page 3 of 5 Project No. 04-20-0153 16. Question: Sheet C-36/C-37 – Is the Air/Vac a 72” or 60”? One sheet calls it 72” and the other 60”? Response: The standard monument detail calls for a 72” vault. However, the design, as currently proposed, calls for use of a 72” vault only in locations of parallel double pipelines. Single pipeline locations shall use the same vault configuration with a 60”diameter. 17. Question: Does Monument have a location of spoils? Response: Removal and disposal of excess materials shall be the responsibility of the contractor. 18. Question: Does Monument have a place for staging? Response: The Town has limited space for staging. Depending on equipment and materials to be staged, this space may be available to the contractor for use. 19. Question: Documents say the Owner is responsible to pay for Geotechnical Testing but at the Pre-bid it was stated it is on the contractor and there is a bid item. There is no Bid Item Response: The Town will contract with a third party for Quality Assurance testing and materials testing. However, it is the contractor’s responsibility to obtain source material test reports from all suppliers in accordance with the specifications to ensure all materials used meet minimum specification requirements. 20. Question: Can you provide Cad Files for the Surveying? Response: CAD files can be provided after the contract is awarded. Contractor will be required to sign an electronic release form. 21. Question: Is construction water covered by Monument or only for the testing like the documents state? Does the contract need a water meter or is it only available at the bulk water location? Response: The bulk fill station is located next to the Arby’s in Monument and a construction meter can be provided. Water will be available at the bulk fill station and it is not anticipated that the contractor will be able to secure water from other sources or water districts. 22. Question: What is El Paso County going to allow for traffic control? Response: For work in county roads, it is the responsibility of the contractor to obtain a work in the ROW permit from El Paso County. Additionally, it is the responsibility of the contractor to develop and submit a traffic control plan for work in the ROW as part of the permit. Review and approval of the traffic control plan is at the sole discretion of the County. 23. Question: Is Monument going to secure the EPC permit, so the fees are waived? Response: Permit fees paid by the contractor can be charged to the Town as a pass through. ---PAGE BREAK--- Monument 2.0 MG Water Storage Tank – Clarifications for Add. No. 2 Page 4 of 5 Project No. 04-20-0153 24. Question: Is dewatering filtration going to be required? If so, is it going to handled as a change order? Response: It is the contractor’s responsibility implement dewatering operations in accordance with County and Town guidelines. 25. Question: Is the SWMP required to be Engineered by the contractor as required by EPC? You have the SWMP, but no methods are on the drawings. Is it the contractor’s responsibility? Response: No structural BMPs have been specified for pipeline trenching and installation. However, it is the contractor’s responsibility to review the Storm Water Management Plan (SWMP) and implement both structural and non-structural BMP’s in accordance with the SWMP requirements when construction activities, and methodologies dictate. Including but not limited stockpile management, inlet protection, sediment control, stabilization of exposed slopes and good housekeeping measures. 26. Question: Can you have a Force account for the SWMP that way all contractors are bidding the same amount because everyone is going to have different items? Response: No structural BMPs have been specified for pipeline trenching and installation. However, it is the contractor’s responsibility to review the Storm Water Management Plan (SWMP) and implement both structural and non-structural BMP’s in accordance with the SWMP requirements when construction activities, and methodologies dictate. Including but not limited stockpile management, inlet protection, sediment control, stabilization of exposed slopes and good housekeeping measures. 27. Question: There is a pond on the west side of the road at Sta. 48+00 to 54+00. How are we supposed to lay the pipe in the pond? Response: It is our understanding that this pond no longer impounds water as it has historically. However, the Engineer and Town will consider all pipeline layout modifications proposed by the contractor that have demonstrable constructability and/or cost advantages over the current layout. 28. Question: Is tree removal incidental to the pipeline construction. If so, its not in the measurement and payment? Response: Yes, the line item for pipeline includes all work, materials, labor, equipment, and incidentals necessary for pipeline installation. This would include clearing and grubbing and tree removal if necessary. Additional language has been added to the bid item description to further clarify. 29. Question: There is no bid item for the asphalt replacement at the crossings. Is it incidental to the pipeline? If so, its not in the measurement and payment. Response: Quantities of asphalt required for trench repair was intended to be incidental to water line construction and is included with the pipeline line item. However, for further transparency and clarity of bid pricing, additional line items have been added to the bid form for trench repair asphalt. Line item and quantity is presented in square yard-inch assuming a 5-inch asphalt depth for trench repair. Payment will be for actual quantities installed. ---PAGE BREAK--- Monument 2.0 MG Water Storage Tank – Clarifications for Add. No. 2 Page 5 of 5 Project No. 04-20-0153 30. Question: What depth of asphalt should we bid since the geotechnical report states it is from 4” to 10”? Response: See response to question number 29. 31. Question: Sta. 14+22 – Can we continue to stay on the east side of the roadway, so we don’t have to replace the nice driveway with wall and culvert? It will eliminate two roadway crossings. Response: The Engineer and Town will consider all pipeline layout modifications proposed by the contractor that have demonstrable constructability and/or cost advantages over the current layout. 32. Question: What taxes are to be included in the bid? I am assuming Monument is Tax Exempt. Response: The project may qualify for a tax exemption. It is the responsibility of the contractor ensure all laws are adhered to, and to identify, fill out, and submit all the required forms to claim any tax exemptions. 33. 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: Will be answered in Addendum No. 3. 34. Question: The quantity for pipe under Alternate 3 – A3-9 is not listed, can you let us know the pay quantity for that? Response: This bid item has been removed. 35. Question: DIP is a 5-6 month delivery right now which would not meet construction schedule. Will that alternate be required to be filled in on the bid form? Response: If material delivery times do not meet the schedule, then no need to provide pricing for this bid alternative.