DOCUMENT ADDENDA AND MODIFICATIONS

Similar documents
DOCUMENT ADDENDUM No. 2

ADDENDUM NO. 1 TO THE INVITATION TO BID - ITB # RAMP & SIDEWALK REPAIR PROJECT CITY OF ANN ARBOR, MICHIGAN

CITY OF ALBANY Public Works Department ADDENDUM #1 ST CROCKER LANE RECONSTRUCTION

CITY OF ALBANY Public Works Department ADDENDUM #1 ST , MAIN STREET REHABILITATION

BID PROPOSAL PROPOSAL OF, a Corporation organized and existing under the laws of the State of. a Partnership consisting of

Division IV Section 4100 Measurement and Payment PUBLIC WORKS DEPARTMENT

RFB for Wastewater Force Main #3. October 2, Addendum 3: Clarifications and Questions from Pre-Bid Meeting Answered

MAINE DEPARTMENT OF TRANSPORTATION BID DATE OF OPENING : CALL ORDER : CONTRACT ID : PROJECTS STP-1277(700)S

SECTION UNIT PRICES. A. This Section specifies administrative and procedural requirements for the unit prices.

SECTION MEASUREMENT AND PAYMENT

SECTION MEASUREMENT AND PAYMENT

SECTION 1500 REMOVALS

Construction Specification for General Excavation

CITY OF FARGO SPECIFICATIONS REMOVALS

CITY OF FARGO SPECIFICATIONS REMOVALS

2010 IDC WATER AND SEWER CONSTRUCTION PACKAGE III 12/11/2009 SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B RA

SPECIAL SPECIFICATION 2022 Water Mains and Wastwater Main Appurtenances

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR

ADDENDUM NO. 1 TO THE TENDER DOCUMENTS FOR THE CORPORATION OF THE CITY OF PENTICTON 2017-Tender Capital Works

SPECIAL PROVISIONS - SP2014 BOOK Page 1 October 8, 2013

SECTION 13 - EXISTING FACILITIES TABLE OF CONTENTS


(D) Surface Slope Bituminous patch in front of the truncated domes must not exceed 5% measured perpendicular to the flow line or edge of roadway.

STANDARD DETAIL SPECIFICATIONS FOR STREET CONSTRUCTION, WALKWAYS, AND PAVEMENT RESTORATION CITY OF EDEN PRAIRIE, MINNESOTA INDEX

SECTION IV. PIPELINE EXCAVATION AND BACKFILL

YES, we received Addendum No. 1

Item Name Description Unit of Measure Mobilization Per WSDOT Lump Sum

SECTION 14 - RESTORATION OF SURFACES TABLE OF CONTENTS

ADDENDUM NO. 1. ISSUED: March 23, 2018 PROJECT: Aurora, Indiana. BID DATE: March 27, 2018

PROPOSAL KITSAP COUNTY DEPARTMENT OF PUBLIC WORKS COUNTY ROAD PROJECT NO NW Golf Club Hill Road Culvert Replacement To the Honorable Board of Co

SECTION MEASUREMENT AND PAYMENT

SPECIAL SPECIFICATION. Water and Sewer System and Appurtenances

General Water Bid Items Item No.

THE REGIONAL MUNICIPALITY OF PEEL STANDARD SPECIFICATIONS FOR RESTORATION

Table of Contents for Guide Specifications

Addendum No. 1 GORDON WATER MAIN REPLACEMENT PWP Bid No.: WA TMWA Capital Project No.: October 3, 2018

YES, we received Addendum No. 1

ADDENDUM NO. 1 SR163/N 46TH ST TO N 54TH ST INTERSECTION IMPROVEMENT PROJECT REVISIONS TO CONTRACT DOCUMENTS

CITY OF ELKO BID TABULATION FOR Sports Complex

THE REGIONAL MUNICIPALITY OF PEEL BASIS OF PAYMENT FOR RESTORATION

SECTION 14 - RESTORATION OF SURFACES TABLE OF CONTENTS

The following Specifications of the Special Provisions have been revised and/or added (in red):

ATTACHMENT 8 STIPULATED UNIT PRICES

Addendum No. 1 STMGID ARROWCREEK BPS MAIN. PWP Bid No.: WA TMWA Capital Project No.: April 16, 2018 QUESTIONS AND RESPONSES

SUMMARY OF PUBLIC WORK STANDARD SPECIFICATION REVISIONS 2011 ADOPTED?????

SPECIAL SPECIFICATION 6666 Charter Communications System

ADDENDUM NO. 2 TO THE TENDER DOCUMENTS FOR THE CORPORATION OF THE CITY OF PENTICTON 2015 Capital Works 2015-Tender-02

SECTION SITE PREPARATION. A. PART A and DIVISION 1 of PART B are hereby made a part of this SECTION.

SECTION PAYMENT PROCEDURES

Revision 1 Dated October 2, UNIT PRICE BID SCHEDULE SCHEDULE OF PRICES FOR THE CONSTRUCTION OF THE:

SECTION GENERAL EXCAVATION

Public Utilities PELICAN MARSH ELEMENTARY SCHOOL WATER SERVICE REPLACEMENT

902 TEMPORARY EROSION AND SEDIMENT CONTROL SECTION 902 TEMPORARY EROSION AND SEDIMENT CONTROL

ST. TAMMANY PARISH PATRICIA P. BRISTER PARISH PRESIDENT

City of Kettering. Bid Tabulations SWR PROJECT. Description: 2017 Sidewalk, Curb and Drive Approach Repair Account # PO#

EL DORADO COLONIA STREET IMPROVEMENT PROJECT PHASE III IN THE CITY OF EL CENTRO ADDENDUM NO. 02

ADDENDUM NO. 1 TO THE TENDER DOCUMENTS FOR THE CORPORATION OF THE CITY OF PENTICTON 2015 Capital Works 2015-Tender-02

E. GILMAN STREET, N. PINCKNEY STREET, AND N. BUTLER STREET RESURFACING WITH UTILITIES ASSESSMENT DISTRICT CONTRACT NO DATE: 9/22/17

Replace BID SCHEDULE with attached revised BID SCHEDULE.

T. P. Concrete, Inc. Wood Sewer & Excavating, Inc. 589 CY , , , SF

ADDENDUM #1 MARCH 10, CENTRAL WINDS PARK ROADWAY IMPROVEMENTS Bid # ITB-02/16/BF

SECTION 18 - EARTHWORK TABLE OF CONTENTS

Addendum 1. Valve & Valve Vault Replacement. Issued June 13, 2018

SECTION MEASUREMENT AND PAYMENT

ADDENDUM NO. 1 FOR ROADWAY RECONSTRUCTION RFP # June 7, 2016

Chapter 3: Permit Procedures and Requirements

Department of Building and Zoning Approaches and Sidewalks for ONE AND TWO FAMILY CONSTRUCTION

STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION CITY OF WEST BEND, WISCONSIN SECTION 300 EARTHWORK, GRADING, AND GRAVELING

SECTION MAINTENANCE OF EXISTING CONDITIONS

SECTION STORM DRAIN REHABILITATION. 1. Protection of environment; Section O Trench excavation, backfill, and compaction; Section

SECTION MEASUREMENT AND PAYMENT

FDOT REF. ITEM DESCRIPTION

Pay Item Manual for Water and Sewer Construction

COMMUNITY PLAZA WAY ASPHALT PAVEMENT OVERLAY ADDENDUM NO.1 UPPER SKAGIT INDIAN TRIBE PAGE 1

SAN ANTONIO WATER SYSTEM C5 & C28 SEWER PROJECT PHASE 3 SAWS PROJECT NO SOLICITATION NO. CO ADDENDUM-6

Maine Turnpike Authority

SANBORN COUNTY

CONSTRUCTION SPECIFICATION FOR SITE RESTORATION FOLLOWING INSTALLATION OF PIPELINES, UTILITIES, AND ASSOCIATED STRUCTURES

MAINE TURNPIKE AUTHORITY ADDENDUM NO. 1 CONTRACT Pavement Rehabilitation Clear Zone Improvements MM 64.4 to MM 68.5

SPECIAL SPECIFICATION 6664 Level (3) Communications System

ANSWERS TO QUESTIONS RECEIVED THROUGH 1:00 PM ON MAY 24, 2018:

SPECIAL SPECIFICATION 6658 Time Warner Communications System

CONSTRUCTION SPECIFICATION FOR SITE RESTORATION FOR UNDERGROUND UTILITIES

FORM OF TENDER RITHET RESERVOIR DRAIN PROJECT ( TITLE OF CONTRACT ) T 34/16 ( OWNER S CONTRACT REFERENCE NO. )

ADDENDUM NO. 1. BVCAP Laurel Hill Residential Site Improvements Pawtucket, RI. March 18, 2016 PREPARED BY:

M I N N E S O T A D O T BID TABULATION SUMMARY JOB PAGE 1 ON 03/16/94 MINNESOTA PROJECT NO.S: STP 5822(002)

SPECIAL SPECIFICATION. Water Mains And Wastewater Appurtenances

Amendments to the January 2016 Design Criteria Manual & Supplementary Master Municipal Construction Documents

BRICK TOWNSHIP MUNICIPAL UTILITIES AUTHORITY BRETON WOODS SECTION 1 WATER MAIN REPLACEMENT ADDENDUM #2

ENLOE CAMPUS STORM DRAIN AND STREET IMPROVEMENTS (Project Title) PROJECT NO. MAJGC / (Budget Account Number)

HALIFAX REGIONAL MUNICIPALITY SECTION

SECTION B1 BITUMINOUS CONCRETE PAVING GENERAL

ADDENDUM. DATE: 10/12/15 BROADWAY CROSSWALKS IMPROVEMENT PROJECT CONTRACT No: BID DATE: 10/27/15 ADDENDUM No: 1

SECTION 18 - EARTHWORK TABLE OF CONTENTS

NOTICE TO OFFERORS ADDENDUM NO. 2 WASTE COLLECTION SITE DEVELOPMENT PLAN FOR THE COUNTY OF SHENANDOAH

ANSWERS TO QUESTIONS RECEIVED THROUGH 11:00 A.M. ON JANUARY 4, 2019:

November 29, CITY OF PLANT CITY Purchasing Division (813)

ST. TAMMANY PARISH PATRICIA P. BRISTER PARISH PRESIDENT

ADDENDUM #1 Village of Hawthorn Woods Darlington Drive Culvert Replacement Date: January 29, 2018

Addendum No. 2. Pre-Bid Meeting Notes and Scope of Work Clarifications

Transcription:

DOCUMENT ADDENDA AND MODIFICATIONS PART 1 1.1 PROCEDURE GENERAL A. For filing purposes, add Addenda and Modifications to the Contract Documents following this page. Modified June 20, 2017 Addenda and Modifications Page - 1

SECTION 00 90 20 ADDENDUM No. 2 PART 1 GENERAL 1.1 DOCUMENT INCLUDES A. Bid Documents 1. Document 00 41 10 i. Revised Bid Schedule No. 1 1.2 CONSTRUCTION CONTRACT A. The Construction Contract is known as B. Date of this Addendum is June 20th, 2017 PART 2 CHANGES 2.1 CHANGES TO PRIOR ADDENDA A. None 2.2 CHANGES TO BIDDING REQUIREMENTS A. Bid Schedule Item No. 5 R/R Type B1-A Curb and Gutter (UDOT Standard) 1. Bid quantity reduced to 50 LF 2.3 CHANGES TO AGREEMENT AND OTHER CONTRACT FORMS A. None 2.4 CHANGES TO CONDITIONS OF THE CONTRACT A. None 2.5 CHANGES TO SPECIFICATIONS A. None 2.6 CHANGES TO DRAWINGS A. None 2.7 CLARIFICATIONS A. Bid Schedule Item No. 5 R/R Type B1-A Curb and Gutter (UDOT Standard) 1. Addendum No.1 states the item quantity was reduced to 50 LF, but the bid quantity for Item No. 5 mistakenly remained as 250 LF. The bid quantity was Modified June 20, 2017 Addenda and Modifications Page - 2

reduced to 50 LF in the Bid Schedule in order to match what was stated in the Addendum No. 1. END OF SECTION Modified June 20, 2017 Addenda and Modifications Page - 3

PART 1 GENERAL DOCUMENT 00 41 10 BID SCHEDULE 1.1 DOCUMENT INCLUDES A. Bid schedules. B. Measurement and payment provisions. 1.2 CONSTRUCTION CONTRACT A. The Construction Contract is known as: 1.3 REFERENCES A. APWA 01 29 00: Payment Procedures. B. Document 00 50 00: Agreement. A. Section 01 23 00: Alternates. (Refer to Section 01 23 00 contained in these Specifications) 1.4 SCHEDULE TO BE ADDED TO THE AGREEMENT A. This document will be added to the Bid and Agreement by reference. PART 2 BID SCHEDULES 2.1 GENERAL A. Based upon Bidder s own estimate of quantities and costs and in accordance with paragraph 2.5B.3 of the General Conditions (Document 00 72 00), Bidder submits quantities and prices of items aggregating the Contract Price. The following articles summarize the quantities and prices. Bidder will provide additional breakdown when OWNER is considering Bidder s bid or authorizing future pay requests. B. Bid Schedule quantity approximation in the Bid Documents are stated as a basis for determining bids, and they do not fix the amount of work to be done or material to be furnished. Stated quantities are estimates for the purpose of doing the class of work required. Actual quantities will vary. The Owner may deviate in either direction from any indicated quantities. The Bidder shall have no claim for any variation in quantity, except to the extent permitted in the General Conditions. 2.2 BASE BID A. Work included as part of Base Bid: 1. Traffic control per APWA Section 01 55 26. 2. Saw Cutting per APWA Section 32 16 13. 3. Pavement removal per APWA Section 02 41 15 and trench excavation per APWA Modified June 20, 2017 Addenda and Modifications Page - 4

Section 31 23 16. 4. Trench backfill per APWA Standard Plan 381. 5. Temporary trench surface (CONTRACTOR S choice). 6. Permanent trench surface restoration per APWA Standard Plan 255. 7. Sidewalk and Curb and gutter work adjacent to catch basins per APWA Section 32 16 13. B. Bid Schedule No. 1 below describes work basic to the Contract. 2.3 PAYMENT PROCEDURES A. Per APWA 01 29 00. Modified June 20, 2017 Addenda and Modifications Page - 5

BID SCHEDULE No.1 Total = $ Schedule Total in Words Signature Modified June 20, 2017 Addenda and Modifications Page - 6

PART 3 MEASUREMENTS AND PAYMENT 3.1 GENERAL A. See measurement and payment procedures in APWA Section 01 29 00. B. ENGINEER will take all measurements and compute all quantities. C. CONTRACTOR will verify measurement and quantities. D. CONTRACTOR will provide all equipment, workers, and survey crews to assist ENGINEER in making measurements. E. Units of measurement are listed above in the bid schedule(s). 3.2 REMOVE CONCRETE FLATWORK (VARIOUS THICKNESS), Bid Item No. 1 A. Measurement of the concrete shall be made on the basis of the actual square feet of sidewalk/flatwork removed. B. Payment shall be made at the unit price bid per square foot, which will include all costs for excavating, removing, hauling, and disposal of existing concrete/flatwork. 3.3 INSTALL 4 THICK SIDEWALK/FLATWORK, Bid Item No. 2 A. Measurement of the concrete shall be made on the basis of the actual square feet of sidewalk installed as measured in the field. B. Payment shall be made at the unit price bid per square foot, which shall include all costs for excavating, removing, hauling, and disposal of existing grade; placement, grading and compaction of base course with a uniform thickness of 4 ; forming, furnishing, placing, and finishing concrete with a uniform thickness of 4 ; restoration of any disturbed landscaping; sprinkler repair and raising sprinklers to grade; and all other items for a complete job. C. Reference OC Standard Drawing RD-5. 3.4 INSTALL 6 THICK SIDEWALK/FLATWORK, Bid Item No. 3 A. Measurement of the concrete shall be made on the basis of the actual square feet of sidewalk installed as measured in the field. B. Payment shall be made at the unit price bid per square foot, which shall include all costs for excavating, removing, hauling, and disposal of existing grade; placement, grading and compaction of base course with a uniform thickness of 6 ; forming, furnishing, placing, and finishing concrete with a uniform thickness of 6 restoration of any disturbed landscaping; sprinkler repair and raising sprinklers to grade; and all other items for a complete job. C. Reference OC Standard Drawing RD-5. 3.5 R/R 6 DRIVEWAY APPROACH, Bid Item No. 4 A. Measurement of the concrete shall be made on the basis of the actual square feet of sidewalk installed as measured in the field. Modified June 20, 2017 Addenda and Modifications Page - 7

B. Payment shall be made at the unit price bid per square foot, which shall include all costs for excavating, removing, hauling, and disposal of existing concrete; placement, grading and compaction of base course with a uniform thickness of 6 ; forming, furnishing, placing, and finishing concrete with a uniform thickness of 6 ; restoration of any disturbed landscaping; sprinkler repair and raising sprinklers to grade; and all other items for a complete job. C. Reference OC Standard Drawing RD-7. 3.6 R/R TYPE B1-A CURB AND GUTTER (UDOT Standard), Bid Item No. 5 A. Measurement will be made along curb face. B. Payment shall be made at the unit price bid per lineal foot as constructed, which will include all costs for excavating, removing, hauling, and disposal of existing concrete; placement, grading and compaction of base course with a uniform thickness adhering to UDOT 2017 Standard Drawings; forming, furnishing, placing, and finishing concrete; restoration of any disturbed landscaping; sprinkler repair and raising sprinklers to grade; and all other items for a complete job. Payment shall also include saw cutting of existing asphalt pavement 18 beyond existing edge of gutter, removing, hauling, and disposal of existing asphalt, patching back the asphalt pavement with 4 of HMA on 8 of compacted base course, and tack coat. C. Reference UDOT Standard Drawing GW 2B. 3.7 INSTALL TYPE P CURB, Bid Item No. 6 A. Measurement will be made along curb face. This item shall apply when there is no existing curb to remove. B. Payment shall be made at the unit price bid per lineal foot as constructed, which will include all costs for excavating, removing, hauling, and disposal of existing grade; placement, grading and compaction of base course with a uniform thickness adhering to Ogden City s Engineering Standards; forming, furnishing, placing, and finishing concrete; restoration of any disturbed landscaping; sprinkler repair and raising sprinklers to grade; and all other items for a complete job. C. Reference APWA Standard Drawing Plan 209. 3.8 INSTALL ADA/ UDOT APPROVED 2 FOOT BY 4 FOOT DIRECTIONAL DETECTABLE WARNING SURFACE (color yellow), Bid Item No. 7 A. Measured per each detectable warning surface installed B. Payment covers all costs associated with the complete installation of the detectable warning surface. Installation must comply with the APWA Standard Plan # 235 Example B. Modified June 20, 2017 Addenda and Modifications Page - 8

3.9 INSTALL ADA/ UDOT APPROVED 2 FOOT BY 4 FOOT RADIUS WARNING SURFACE (color yellow), Bid Item No. 8 A. Measured per each detectable warning surface installed B. Payment covers all costs associated with the complete installation of the detectable warning surface. Installation must comply with the APWA Standard Plan # 235 examples A,C, D & E. 3.10 SAW CUTTING; Bid Items No. 9 and No. 10 A. Measurement shall be for lineal feet of saw cuts measured in the field. B. Payment shall be made at the unit price bid for the particular material and associated thickness, which shall include all costs for furnishing all labor, materials, and equipment required for a complete job. 3.11 ADDITIONAL ASPHALT PATCHING 3 DEPTH MIN., Bid Item No. 11 A. Measurement shall be tons delivered and incorporated into the work. B. Payment shall include all labor, saw cutting, equipment, materials; grading, placement, and compaction of base course with a uniform thickness of 8 ; placement and compaction of 3 minimum of HMA. 3.12 REMOVE TREE (LESS THAN 6 DIAM.), Bid Item No. 12 A. Measured per tree. Bid item is to be used only when specified by the ENGINEER. B. Size of tree shall be determined by measuring the diameter of the trunk 1 (one) foot above root flare. C. Payment shall be per tree with a trunk diameter measuring less than 6. Payment shall include all labor, equipment hauling and disposal and all other items for a complete job. Payment shall also include any additional traffic control necessary and restoration of landscaping. D. Stump removal / grinding shall also be included with payment. Stump may either be completely removed or ground down to 1 (one) foot below existing grade depending on the surrounding conditions. ENGINEER reserves the right to direct the CONTRACTOR to perform either method. 3.13 TREE ROOT CUTTING, Bid Item No. 13 A. Measurement shall be per hour of time required to cut and remove root and will be made only after root system has been exposed and ENGINEER determines root cuts of 4 in diameter and larger is necessary. B. No payment will be made for root cuts not complying with APWA Section 02 93 30 requirements. Payment covers disposal of roots cut. C. Cuts made to roots of less than 4 in diameter is considered incidental work to the associated bid item which no separate measurement and payment will be made. Modified June 20, 2017 Addenda and Modifications Page - 9

3.14 GRANULAR BORROW, Bid Item No. 14 A. Measurement shall be tons delivered and incorporated into the work. B. Payment shall be by the ton of fill, as installed and compacted, and shall be full compensation for removing, hauling and disposing of the native material to a depth specified by the Engineer. Payment shall also include furnishing, hauling, and placement of the fill material, as well as all labor, equipment and all other items for a complete job. When used, this will be in addition to standard base course. 3.15 BASE COURSE, Bid Item No. 15 A. Measurement shall be tons delivered and incorporated into the work. B. Payment shall be by the ton of fill, as installed and compacted, and shall be full compensation for removing, hauling and disposing of the native material to a depth specified by the Engineer. Payment shall also include furnishing, hauling, and placement of the fill material, as well as all labor, equipment and all other items for a complete job. 3.16 TOP SOIL, Bid Item No. 16 A. Measurement shall be tons delivered and incorporated into the work. B. Payment shall be by the ton of fill, as installed and compacted, and shall be full compensation for removing, hauling and disposing of the native material to a depth specified by the Engineer. Payment shall also include furnishing, hauling, and placement of the fill material, as well as all labor, equipment and all other items for a complete job. 3.17 INSTALL SOD, Bid Item No. 17 A. Measurement shall be by the unit price bid per square foot. B. Payment shall include all labor, equipment, materials for a complete job. Payment shall also include grading and placement of 4 thick top soil. 3.18 MOBILIZATION, Bid Item No. 18 A. Measurement is a lump sum item. B. Payment covers cost of mobilization, demobilization, installation of temporary facilities and bringing all necessary construction equipment needed for the job to the site. 3.19 TRAFFIC CONTROL, Bid Item No. 19 A. Measurement is a lump sum item. Modified June 20, 2017 Addenda and Modifications Page - 10

B. Payment shall cover the cost to create a traffic control document, install, maintain and remove all traffic control necessary to complete the job. See Section 01 55 26 for traffic control information. 3.20 SURVEY, Bid Item No. 20 A. Measurement is a lump sum item. B. Payment shall cover any staking for establishing elevations and slopes for the work shown on the contract drawings. It will also include any marking of utilities to be installed for this project. 3.21 REMOVE TREE (6 12 DIAM.) Bid Item No. 21 A. Measured per tree. Bid item is to be used only when specified by the ENGINEER. B. Size of tree shall be determined by measuring the diameter of the trunk 1 (one) foot above root flare. C. Payment shall be per tree with a trunk diameter measuring greater than or equal to 6 and less than or equal to 12. Payment shall include all labor, equipment hauling and disposal and all other items for a complete job. Payment shall also include any additional traffic control necessary and restoration of landscaping. A. Stump removal / grinding shall also be included with payment. Stump may either be completely removed or ground down to 1 (one) foot below existing grade depending on the surrounding conditions. ENGINEER reserves the right to direct the CONTRACTOR to perform either method.). 3.22 ROADWAY EXCAVATION (PLAN QUANTITY), Bid Item No. 22 A. Measurement of pavement removal shall be made on the basis of the actual cubic yards of material removed from the roadway. B. Payment shall be made at the unit price bid per cubic yard, which will include all labor and equipment, hauling, and disposal costs associated with the completion of this item. 3.23 RELOCATE BOULDERS (DIAMETER 3 FT), Bid Item No.23 A. Measured per boulder relocation. Final placement of boulder will be determined by the ENGINEER. B. Payment shall be made at the unit bid price per boulder, which will include labor, equipment, and relocation costs needed to complete the item. Payment shall also include any incidental damage to the area during the relocation. 3.24 FIBER MULCH No.24 A. Measured by square yard of fiber mulch (SY). B. Payment includes all work incidental to the placement of fiber mulch. Modified June 20, 2017 Addenda and Modifications Page - 11

3.25 REMOVE OLD STORM DITCH JUNCTION BOX (4.5 X4.5 ), Bid Item No.25 A. Measurement shall be per each item. B. Payment shall be made at the unit bid price per box, which will include all labor and equipment, saw cutting, hauling, and disposal costs associated with the completion of this item. 1.26 WEED BARRIER GEOTEXTILE, Bid Item No. 26 A. Measured by square yard of weed barrier geotextile in place (SY). The overlap as required by the manufacturer does not count towards the final payment (SY) B. Payment includes all work incidental to the placement of weed barrier geotextile including any labor, materials, grading, fill excavation, or items necessary to place the barrier as shown on the plans. 3.27 PLUG AND ABANDON (12 20 ) SIZE STORM DRAIN PIPE, Bid Item No. 27 A. Measurement shall be per each item B. Payment shall be made at the unit bid price per storm drain pipe plugged (varying diameter size from 12-20 ) with concrete. This will include all labor and equipment, hauling, hardware costs associated with the completion of this item. C. Payment shall be by the ton of fill, as installed and compacted, and shall be full compensation for removing, hauling and disposing of the native material to a depth specified by the Engineer. Payment shall also include furnishing, hauling, and placement of the fill material, as well as all labor, equipment and all other items for a complete job. 3.28 RELOCATE WATER METER, Bid Item No.28 A. Measurement shall be per each item B. Payment shall be made at the unit bid price per water meter which will include all labor and equipment, hauling, disposal, backfill, pipe culvert, fittings, and hardware costs associated with the completion of this item. C. Ogden City to supply new meters as needed. Contractor will furnish new meter boxes, rings, and covers 3.29 RELOCATE FIRE HYDRANT, Bid Item No.29 A. Measurement shall be per each item. B. Payment shall be made at the unit bid price per fire hydrant which will include all labor and equipment, hauling, disposal, removal of existing thrust blocks, backfill, new thrust blocks, pipe culvert, fittings, and hardware costs associated with the completion of this item. Modified June 20, 2017 Addenda and Modifications Page - 12

3.30 RELOCATE MAILBOX, Bid Item No.30 A. Measurement shall be per each item. B.Payment shall be made at the unit bid price per mail box which shall include all labor and equipment, hauling, disposal, backfill, and concrete, costs associated with the completion of this item. 3.31 RELOCATE STREET/BUS STOP SIGN, Bid Item No. 31 A.Measurement shall be per each item. B.Payment shall be made at the unit bid price per sign which shall include all labor and equipment, hauling, backfill, and concrete, costs associated with the completion of this item. 3.32 RELOCATE METAL GATE POST (6 DI), Bid Item No.32 A.Measurement shall be per each item. B.Payment shall be made at the unit bid price per gate post which shall include all labor and equipment, hauling, disposal, backfill, and concrete, costs associated with the completion of this item. 3.33 LANDSCAPE RESTORATION, Bid Item No. 33 A. Measured by square foot of landscape restoration (SF). B. Payment includes all materials and workmanship to restore the landscaping back to preconstruction conditions under the direction of the Engineer. Includes, but is not limited to: topsoil, sod, sprinkler repairs and raising sprinklers to grade, bark mulch, landscape rock, small shrubs, as necessary to restore to preconstruction conditions. 3.34 265 N LANDSCAPE RESTORATION, Bid Item No. 34 A. Measured by square foot of landscape restoration (SF). B. Area must be 2% slope from curb and gutter to sidewalk and a maximum slope of 3:1 from back of sidewalk. Existing material except boulders can be used for leveling. Includes cost of relocating boulders in the path of proposed sidewalk to the back of walk. Boulders within the Right of Way are to be replaced after landscape has been leveled. Includes any necessary fill material to slope the landscape; sprinkler repairs and adjusting sprinklers to grade. END OF SECTION Modified June 20, 2017 Addenda and Modifications Page - 13

Modified June 20, 2017 Addenda and Modifications Page - 14