ADDENDUM NO This Addendum No. 5 shall be part of the Contract Documents and consist of pages ADD5-1 through ADD5-4 and attachments.

Size: px
Start display at page:

Download "ADDENDUM NO This Addendum No. 5 shall be part of the Contract Documents and consist of pages ADD5-1 through ADD5-4 and attachments."

Transcription

1

2 ADDENDUM NO. 5 A. Bidders are instructed to acknowledge receipt of this Addendum No. 5 in the location so designated on the "Certification of Receipt of Addenda" (page B-13) of "Bid Envelope No. 1 - Bid Opening Requirements" AND on the "Bid" (page B-17) of "Bid Envelope No. 2 - Bid Proposal." Failure to do so may subject the Bidder to be considered non-responsive by the Owner in accordance with the Contract Documents. B. SCOPE 1. This Addendum No. 5 shall be part of the Contract Documents and consist of pages ADD5-1 through ADD5-4 and attachments. 2. The following revisions, interpretations, and/or supplementations pertaining to the Contract Documents for the Project are addressed by Addendum No. 5. C. CONTRACT DOCUMENTS 1. Bid Envelope No. 2 Bid Proposal a. "BID ENVELOPE NO. 2 BID PROPOSAL" THAT WAS INCLUDED IN ADDENDUM NO. 4 MUST BE DELETED IN ITS ENTIRETY. THE BID SCHEDULE HAD SEVERAL ERRORS (ITEM NO. 55 AND ITEM NO. 56 INCORRECT QUANTITIES; ITEM NO. 101 NOT SHOWN AS "BOLD". b. THE FINAL, REVISED "ADDENDUM NO. 5: BID ENVELOPE NO. 2 BID PROPOSAL (PAGES B-15 TO B-28)" IS ATTACHED ELECTRONICALLY AND IS THE OFFICIAL BID FORM FOR THE PROJECT. THIS COMPLETED FORM MUST BE SUBMITTED WITH BID ENVELOPE NO. 2 AND SUPERCEDES ALL PREVIOUS BID FORMS. 2. Section : Excavation a. On page 7, delete the first two (2) sentences of paragraph and replace with the following sentences: "Material for compacted upstream shell fill shall generally consist of clays, clayey sands, silty clays, clayey silts or silty sands, all with course fragments (gravel) and obtained from borrow areas located within the entire perimeter of the Limit of Disturbance as shown on the Drawings and from required site excavations for the dam. The material shall be well graded and have a maximum allowable fragment size of 3-inches. In general, the upstream shell material shall be more permeable (10-1 cm/sec) than impervious fill material. Borrow area material, along with site excavation material, shall be excavated, processed, screened, sorted and stockpiled for upstream shell fill, as required, according to the soil parameters set forth above." b. On Page 7, delete the first two (2) sentences of paragraph Upstream Shell Fill and replace with the following: "Impervious Shell Fill - Material for compacted impervious fill shall generally consist of clays, clayey sands, silty clays, clayey silts or silty sands and obtained from borrow 14069/specs3/add5.doc ADD5-1 Addendum No. 5 Cobun Creek Dam No. 1 Improvements Cobun Creek Dam No. 2 Construction Morgantown Utility Board

3 Disturbance as shown on the Drawings and from required site excavations for the dam. Material shall generally have lowto-medium plasticity. The goal for soil plasticity and cohesion shall be a Plasticity Index ranging from 7 to 20; deviations will require the approval of the Owner/Engineer. Generally, the fines component of impervious fill material shall be greater or equal to 40% passing the No. 200 sieve. The maximum allowable fragment size shall be 1-inch. Silts and clays containing sand and course fragments may be used, provided the soil mass is sufficiently impermeable and suitable for compaction. Borrow area material, along with site excavation material, shall be excavated, processed, screened, sorted and stockpiled for impervious fill, as required, according to the soil parameters set forth above." 3. Section : Foundation Drilling and Grouting a. On page 8, add the following at the end of paragraph : "If required, a separate high shear mixer for mixing and hydrating Ultrafine Cement shall be provided in accordance with the manufacturer s recommendations." 4. Section 31 37: Riprap a. On page 2, add the following at the end of paragraph 2.2: Gradation: "Acceptance of gradation for onsite riprap production shall be by visual inspection and field measurement (as applicable) by the Owner/Engineer." 5. Section : Rock Foundation Anchors a. On page 7, add the following after the first paragraph of Section 3.2 MCP II Anchor Installation: "In the opinion of the Owner/Engineer, if any drilling method causes excessive damage to the rock mass, the Contractor shall modify the drilling methods and procedures or replace the drilling equipment with suitable equipment at no additional cost to the Owner." 6. Section : Drainage Layers a. On page 6, add the following at the end of paragraph 3.6: "During the 300 day settlement period, the Contractor is permitted to use the dam crest for vehicular and equipment access provided the chimney drain is protected as specified herein. Before topping out operations and embankment placement, the crest surface shall be thoroughly disked and scarified, all vegetative matter removed and the chimney drain cleaned as specified." 7. Section : Earth Embankment Dams a. On page 3, delete paragraph Impervious Fill in its entirety and replace with the following: 14069/specs3/add5.doc ADD5-2 Addendum No. 5 Cobun Creek Dam No. 1 Improvements Cobun Creek Dam No. 2 Construction Morgantown Utility Board

4 D. DRAWINGS "Material for compacted impervious fill shall generally consist of clays, clayey sands, silty clays, clayey silts or silty sands and obtained from borrow areas located within the entire perimeter of the Limit of Disturbance as shown on the Drawings and from required site excavations for the dam. Material shall generally have low-to-medium plasticity. The goal for soil plasticity and cohesion shall be a Plasticity Index ranging from 7 to 20; deviations will require the approval of the Owner/Engineer. Generally, the fines component of impervious fill material shall be greater or equal to 40% passing the No. 200 sieve. The maximum allowable fragment size shall be 1-inch. Silts and clays containing sand and course fragments may be used, provided the soil mass is sufficiently impermeable and suitable for compaction. Borrow area material, along with site excavation material, shall be excavated, processed, screened, sorted and stockpiled for impervious fill, as required, according to the soil parameters set forth above." b. On Page 4, delete paragraph Upstream Shell Fill and replace with the following: "Material for compacted upstream shell fill shall generally consist of clays, clayey sands, silty clays, clayey silts or silty sands, all with course fragments (gravel) and obtained from borrow areas located within the entire perimeter of the Limit of Disturbance as shown on the Drawings and from required site excavations for the dam. The material shall be well graded and have a maximum allowable fragment size of 3-inches. In general, the upstream shell material shall be more permeable (10-1 cm/sec) than impervious fill material. Borrow area material, along with site excavation material, shall be excavated, processed, screened, sorted and stockpiled for upstream shell fill, as required, according to the soil parameters set forth above." c. On page 4, in the first line of paragraph , after the word "...natural..." add the words "manufactured, or combination thereof;" 1. Sheet No. 36A: Spillway Structural Details a. Delete the Detail, "Spillway Floor and Stilling Basin (Intermediate) Transverse Construction Joint, Detail 3" in its entirety and replace with the revised detail attached electronically. 2. Sheet No. 96: Overall E&S Plan a. Add the following note: "Note: The borrow areas and related erosion and sedimentation controls shown on the Drawings are based on the Engineer s assumption of the required earth fills and material processing areas required to obtain necessary permits and approvals for the project. Borrow area quantities resulting from these Drawing configurations are estimates and provided to the Contractor for information 14069/specs3/add5.doc ADD5-3 Addendum No. 5 Cobun Creek Dam No. 1 Improvements Cobun Creek Dam No. 2 Construction Morgantown Utility Board

5

6 ADDENDUM NO. 5 CONTRACT COBUN CREEK DAM NO. 2 CONSTRUCTION AND COBUN CREEK DAM NO. 1 IMPROVEMENTS BID ENVELOPE NO. 2 BID PROPOSAL PAGES B-15 TO B /specs3/add5-BidRequirements.doc B-15

7 THIS PAGE INTENTIONALLY LEFT BLANK 14069/specs3/add5-BidRequirements.doc B-16

8 ADDENDUM NO. 5 BID CONTRACT COBUN CREEK DAM NO. 2 CONSTRUCTION AND COBUN CREEK DAM NO. 1 IMPROVEMENTS THE MORGANTOWN UTILITY BOARD MONONGALIA COUNTY, WEST VIRGINIA BIDS TO BE RECEIVED UNTIL 2:00 PM, November 16, THIS BID IS SUBMITTED TO: Morgantown Utility Board 278 Greenbag Road P.O. Box 852 Morgantown, West Virginia The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an agreement with Owner in the form included in the Contract Documents to perform and furnish all work as specified or indicated in the Contract Documents for the Contract Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. Bidder accepts all of the terms and conditions of the Advertisement to Bid and Instruction to Bidders, including without limitation those dealing with the disposition of Bid security. This Bid will remain subject to acceptance for one hundred eighty (180) days after the day of Bid opening, Bidder will sign and submit the Agreement with the bonds and other documents required by the Bidding Requirements within fifteen days after the date of Owner's Notice of Award. 3. In submitting this Bid, Bidder represents, as more fully set forth in the Agreement, that: a. Bidder has examined copies of all the Bidding Documents and of the following Addenda (receipt of all which is hereby acknowledged): Date: Number: 14069/specs3/add5-BidRequirements.doc B-17

9 b. Bidder has familiarized itself with the nature and extent of the Contract Documents, work, site, locality, and all local conditions and laws and regulations that in any manner may affect cost, progress, performance or furnishing of the work. c. Bidder has studied carefully all reports and drawings of subsurface conditions and drawings of physical conditions which are identified in Section 00800: Supplementary Conditions as provided in Paragraph 4.02 of the General Conditions, and accepts the determination set forth in Paragraph SC-4.02 of the Supplementary Conditions of the extent of the technical data contained in such reports and drawings upon which Bidder is entitled to rely on. d. Bidder has obtained, performed, and carefully studied (or assumes responsibility for obtaining, performing, and carefully studying) all such examinations, investigations, explorations, test and studies (in addition to or to supplement those referred to in [c] above) which pertain to the subsurface or physical conditions at the site or otherwise may affect the cost, progress, performance or furnishing of the work as necessary for the performance or furnishing of the work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of Paragraph 4.03 of the General Conditions, and Paragraph SC 4.03 of the Supplementary Conditions; and no additional examinations, investigations, explorations, test, reports, or similar information or data are or will be required by Bidder for such purposes. e. Bidder has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing underground facilities at or contiguous to the site and assumes responsibility for the accurate location of said underground facilities. Bidder has performed any and all additional examinations, investigations, explorations, tests, and studies necessary in order to obtain full, complete, and accurate information necessary for preparation of a full and appropriate Bid. Bidder has performed any and all additional examinations, investigations explorations, tests, and studies necessary in order to obtain full, complete, and accurate information necessary for preparation of an appropriate Bid. No additional examination, investigations, explorations, tests, reports or similar information or data in respect of said underground facilities are or will be required by Bidder in order to perform and furnish the work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents including specifically the provisions of paragraph 4.04 of the General Conditions, and Paragraph SC 4.04 of the Supplementary Conditions /specs3/add5-BidRequirements.doc B-18

10 f. Bidder has correlated the results of all such observations, examinations, investigations, exploration, test, reports and studies with the terms and conditions of the Contract Documents. g. Bidder has given Engineer written notice of all conflicts, errors or discrepancies that it has discovered in the Contract Documents and the written resolution thereof by Engineer is acceptable to Bidder. h. This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; Bidder has not solicited or induced any person, firm or corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over Owner. 4. The following abbreviations may be used in this Bid: CIP -- Complete in Place -- Linear Foot LS -- Lump Sum LT -- Left EA -- Each EXCL -- Excluding FT -- Feet GAL -- Gallon HR -- Hour STA Station SY -- Square Yard T -- Ton V -- Vertical Linear Foot AC -- Acres BAG -- Bag LBS -- Pounds -- Cubic Yard CF -- Cubic Foot DI -- Ductile Iron DIA -- Diameter MH -- Manhole Pipe PVC -- Polyvinyl Chloride RCP -- Reinforced Concrete RT -- Right SF -- Square Foot HRS -- Hours IN -- Inch INCL -- Including MJ Mechanical Joint 5. Bidder will complete the work for the following price(s): 14069/specs3/add5-BidRequirements.doc B-19

11 ADDENDUM NO. 5 CONTRACT COBUN CREEK DAM NO. 2 CONSTRUCTION AND COBUN CREEK DAM NO. 1 IMPROVEMENTS PROJECT BID SCHEDULE * ITEM NO. DESCRIPTION QTY. UNIT UNIT PRICE TOTAL PRICE A. GENERAL 1. Mobilization and Demobilization** LS 2. Erosion and Sediment Control LS 3. Temporary Controls and Dewatering LS 4. Construction Surveys LS 5. Construction Traffic Control LS 6. Construction Quality Assurance/ Quality Control Testing LS 7. Clearing and Grubbing 81.6 AC 8. Topsoil Removal, Stockpiling and Placement LS B. EXCAVATION, UNCLASSIFIED 9. Dam Foundation and Cutoff 95,100 Trench Excavation 10. Spillway Excavation 75, Left Abutment Excavation 37,600 (Above Spillway) 12. Outlet Conduit Excavation 4, Channel Excavation 6, Intake Structure Excavation Access Roads and Silt Trap Excavation 93, Pre-Split Drilling & Blasting LS C. FOUNDATION PREPARATION 17. Rock Trimming Foundation Cleanup 8,850 SY 19. Rock Surface Treatment, Dental 200 Concrete 20. Rock Surface Treatment, Dental 100 Mortar 14069/specs3/add5-BidRequirements.doc B-20

12 ITEM NO. DESCRIPTION QTY. UNIT UNIT PRICE TOTAL PRICE D. CURTAIN GROUTING 21. Drill Set-ups for Grouting 22. Exploratory Hole Drilling (NQ Core) 23. Grout Hole Drilling 23A. Redrilling Grout Holes for Downstage Grouting 24. Grout Hole Casing Pipe 25. Wash & Pressure Test Grout Holes 26. Grout Hole Connections 27. Placing Grout 28. Cement for Grouting 29. Bentonite 30. Fly Ash 30A. Sand 31. Silica Fume 32. Superplasticizer 33. Viscosity Modifier 34. Ultrafine Cement in Grout , EA HR EA HR T T T T BAG GAL LBS BAG E. OUTLET CONDUIT 35. Concrete Cradle Base Support 360 (Mud Slab), CIP, If Required 36. Concrete Cradle, CIP " Dia. Prestressed Concrete 66 Cylinder Pipe and Fittings, CIP " Dia. Prestressed Concrete 480 Cylinder Pipe and Fittings, CIP F. DAM EMBANKMENT 39. Upstream Shell Fill 118, Impervious Core Fill 223, Downstream Shell Fill 98,600 G. INTERNAL DRAINAGE SYSTEM " Dia. Sch. 80 PVC 700 Perforated/Solid Pipe and Fittings (Toe Drain) 43. 8" Dia. Sch. 80 PVC Perforated/ 2,300 Solid Pipe and Fittings 14069/specs3/add5-BidRequirements.doc B-21

13 ITEM NO. DESCRIPTION QTY. UNIT UNIT PRICE TOTAL PRICE G. INTERNAL DRAINAGE SYSTEM (Cont'd.) 44. Manholes, Complete in Place 45. Chimney Drain (ASTM C-33 Fine Aggregate Filter Envelope) 46. Horizontal Drainage Blanket (ASTM C-33 No. 67 Coarse Aggregate Filter Envelope) 6 15,700 9,100 EA H. SLOPE PROTECTION AND CHANNEL LINING 47. Class "B" Riprap Slope 11,520 Protection (Dam) 48. Filter Material, 6" Thickness 25,800 SY (WVDOH 704.7) 49. Topsoil, Seeding & Mulching, 12,730 SY Dam Slope Protection 50. Class "A" Riprap Channel 8,360 Lining with Geotextile 51. Class "B" Riprap, Channel 200 Lining with Geotextile 52. Class "C" Riprap, Channel 2,450 Lining with Geotextile 53. Rock Gutter with Geotextile 1,400 I. SPILLWAY 54. Rock Anchors - Wall, CIP 5, Rock Anchors - Floor, CIP Vertical Geomembrane Drainage 1,170 SY Panels, CIP 57. Reinforced Concrete Walls and 2,445 Footings 58. Reinforced Concrete Ogee Weir Reinforced Concrete Floor 3,740 Slabs and Terminal Structure 59A. ASTM C-33 No. 67 Coarse 1,300 Aggregate Underdrain Material 59B. ASTM C-33 Fine Aggregate 650 Underdrain Material 60. 8" Dia. Sch. 80 PVC Perforated 4,000 Underdrain Pipe & Fittings 61. Waterway Barrier, CIP Aluminum Handrail 1, /specs3/add5-BidRequirements.doc B-22

14 ITEM NO. DESCRIPTION QTY. UNIT UNIT PRICE TOTAL PRICE J. INTAKE TOWER AND ACCESS BRIDGE 63. Reinforced Concrete Intake Tower Foundation 64. Reinforced Concrete Intake Tower Walls 65. Reinforced Concrete Bridge Abutment 66. Reinforced Concrete Bridge Pier 67. Driven Steel H-Piles, HP12x53, CIP Structural Steel Access Bridge, CIP 69. Intake Tower Building, CIP 70. Intake Tower Structural & Mechanical Work, CIP LS LS LS K. DOWNSTREAM MECHANICAL PIPING " Dia. Ductile Iron Pipe 720 and Fittings " Dia. AWWA C-515 Horizontal 2 EA Gate Valves with Bypasses 73. 6" Dia. Stream Release, 120 DI Pipe and Fittings 74. Reinforced Concrete Outlet 37 Channel Headwall L. ROADWAY CONSTRUCTION UPPER CREEK ROAD RELOCATION 75. Embankment 1, Endwalls - WVDOH Type ES " Dia. Pipe Culverts (WVDOH 137 Section 604) 78. 6" PVC Underdrain Pipe, CIP 1,250 (WVDOH Section 606) 79. Subgrade Preparation (WVDOH 2,420 SY Section 228) 80. Engineering Fabric Separation 2,420 SY (WVDOH Section 207) 14069/specs3/add5-BidRequirements.doc B-23

15 ITEM NO. DESCRIPTION QTY. UNIT UNIT PRICE TOTAL PRICE L. ROADWAY CONSTRUCTION UPPER CREEK ROAD RELOCATION (Cont'd.) 81. Aggregate Base Course, Class 10 Subbase (WVDOH Section ) 82. Coarse Aggregate, Class 1 (WVDOH Section 703.4) 83. Marshall Asphalt Base Course, Type 2 (WVDOH Section 401) 84. Marshall Asphalt Wearing Course, Type 1 (WVDOH Section 401) 85. Aggregate Base Course, Class 10 Shoulder (WVDOH Section 307) 86. Bituminous Prime Coat, Shoulder 87. Guardrail, Type 1 Class II (WVDOH Section 607) ,420 2, ,380 SY SY SY M. ACCESS DRIVE 88. Embankment 9, Engineering Fabric Separation 1,260 SY (WVDOH Section 207) 90. Aggregate Base Course, Class Subbase (WVDOH Section ) 91. Coarse Aggregate, Class (WVDOH Section 703.4) N. UPPER RESERVOIR ACCESS ROAD 92. Embankment 12, " Dia. Reinforced Concrete 91 Pipe (Class V), CIP " Dia. HDPE Pipe, CIP Engineering Fabric Separation 8,400 SY (WVDOH Section 207) 96. Aggregate Base Course, Class 10 1,250 Subbase (WVDOH Section ) 97. Coarse Aggregate, Class (WVDOH Section 703.4) 14069/specs3/add5-BidRequirements.doc B-24

16 ITEM NO. DESCRIPTION QTY. UNIT UNIT PRICE TOTAL PRICE O. MISCELLANEOUS ITEMS 98. Casagrande Piezometers, CIP 99. Survey Monuments, CIP 100. Access Gates, CIP 101. Wire Fence Gate, CIP 102. Wire Fence, CIP 103. Staff Gauges, CIP , EA EA EA 104. Electrical Work, CIP 105. Powerline Relocation & Primary Service Allowance LS LS 53, Tree Seedlings Planting 107. Riparian Buffer Plantings 108. Wetland/Wet Meadow Seeding 109. Diversion Ditches with Riprap and Geotextile 110. Diversion Ditches with Riprap and Geosynthetic Clay Liner 12, ,755 2,335 EA EA AC FT FT P. COBUN CREEK DAM NO. 1 IMPROVEMENTS 111. Intake Tower Sluice Gate LS Replacement, CIP 112. Rock Spillway Concrete 190 Infill, CIP 112A. Dental Concrete (Existing 10 Spillway) 112B. Dental Mortar (Existing 2 Spillway) 113. Embankment (Dam Crest) Spillway Weir Reconstruction, 38 CIP 115. Riprap/Shot Rock with 556 Geotextile, Downstream Slope and Stormwater Outlet, CIP 116. Intake Tower Access Bridge and LS Abutment, CIP 117. Seeding and Mulching LS TOTAL BID PRICE (Item No.'s 1-117, Inclusive) ** Not to exceed 2.5 percent of Total Bid Price and to be paid in equal increments over the first four (4) payment applications. * See SC10.01 for information regarding Adjustment of Quantities. BIDDERS SHOULD NOT ADD ANY CONDITIONS OR QUALIFYING STATEMENTS TO THIS BID OR THE BID MAY BE DECLARED IRREGULAR AS NOT BEING RESPONSIVE TO THE INSTRUCTIONS TO BIDDERS /specs3/add5-BidRequirements.doc B-25

17 6. Bidder agrees that the work will be substantially complete and completed and ready for final payment in accordance with paragraph of the General Conditions within 805 consecutive calendar days after the date of the Notice to Proceed. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the work on time. 7. The following documents are attached to and made a condition of this Bid as part of the two-envelope Bid Submission System: a. REQUIRED BID SECURITY IN THE FORM OF BID BOND ONLY. b. WV CONTRACTOR'S LICENSE 8. Communications concerning this Bid shall be addressed to the address of Bidder indicated below: 9. The terms used in this Bid which are defined in the General Conditions of the Construction Contract included as part of the Contract Documents have the meanings assigned to them in the General Conditions, but as modified by any corresponding/applicable Supplementary Conditions. BIDDER IS: AN INDIVIDUAL Submitted on, By (SEAL) (Individual s Name Typed or Printed, and Signed) doing business as Business Address: Phone Number: ****************************************************************** A PARTNERSHIP By (SEAL) (Firm s Name) (Name of Person Authorized to Sign. Typed or Printed, and Signed) Business Address: Phone Number: 14069/specs3/add5-BidRequirements.doc B-26

18 ****************************************************************** A CORPORATION By (Corporation s Name) (State of Incorporation) By (CORPORATE SEAL) (Name of Person Authorized to Sign, Typed or Printed and Signed) (Title) Business Address: Phone Number: Sworn and subscribed to before me this day of, Notary Public or Other Officer authorized to administer oaths. My commission Expires: (Notary Public) ************************************************************************ A MEMBER MANAGED LIMITED LIABILITY COMPANY If the Contractor be a member-managed limited liability company, the following certificate should be executed: I,, certify that I am a member of the limited liability company named as Contractor herein; that I have fully authority to bind the company to the duties and obligations imposed by this contract upon the Contractor; that this contract was signed for and on behalf of that company /specs3/add5-BidRequirements.doc B-27

19 ************************************************************************ A MANAGER MANAGED LIMITED LIABILITY COMPANY If the Contractor be a manager-managed limited liability company, the following certificate should be executed: I,, certify that I am the Manager of the limited liability company named as Contractor herein and that, as the Manager, I have fully authority to bind the company to the duties and obligations imposed by this contract upon the Contractor; that this contract was signed for and on behalf of that company /specs3/add5-BidRequirements.doc B-28

20