SARASOTA COUNTY GOVERNMENT PROCUREMENT 1660 Ringling Boulevard Sarasota, Florida Telephone (941)

Size: px
Start display at page:

Download "SARASOTA COUNTY GOVERNMENT PROCUREMENT 1660 Ringling Boulevard Sarasota, Florida Telephone (941)"

Transcription

1 SARASOTA COUNTY GOVERNMENT PROCUREMENT 1660 Ringling Boulevard Sarasota, Florida Telephone (941) Bid Title Dona Bay Conveyance System Bid Number IFB#142716CS Bid Opening Date and Time March 11, 2015 at 2:30 pm ADDENDUM No.5 March 4, 2015 The following items represent clarifications, additions, deletions, and/or modifications to the solicitation documents for the above-referenced project. This Addendum shall hereafter be regarded as part of the solicitation, items not referenced herein remain unchanged. This addendum consists of #5 cover page, in addition to clarification to written request for information. PART I PERTAINING TO THE SPECIFICATIONS: Revised Bid Form Section Measurement and Payment: Revisions are show in strike through and underline. Section Clearing and Grubbing, Excavation, Filling (Embankment), Grading and Stabilized Subgrade: Revisions are show in strike through and underline. All references in the contract documents to the COUNTY S Geotechnical Company performing actual testing is hereby established as only being performed for verification of the Contractor s work in accordance with the contract documents at the County s discretion. The awarded Contractor will be required to employ, schedule and pay for all services of an independent testing laboratory and provide results of testing to the County s Geotechnical Company. Special Conditions, Section F: Revisions are show in strike through and underline. PART II PERTAINING TO THE DRAWINGS: Exhibits A, B and C - Existing Structure Removal Exhibit D (Pages 1 and 2) Stabilized Access Exhibit E - Clearing and Grubbing Areas TuffBoom Cut Sheets Sheet B-5 Sheet C-2 Sheet C-3A PART III - CLARIFICATIONS TO BIDDERS QUESTIONS: 1. Question: On plan sheet D-1, there are two notes referring to items just east of Cowpen Slough that state existing control structure to be removed. Can you provide a detail for these existing structures? Is there any pipe associated with these structures? 1. Answer: There are four (4) existing controls structures to be removed. These structures consist of concrete walls, slabs and pipes. The structures are in the survey file. However, no record drawing information is available at this time. The structures are to be removed in their entirety. The pipes may be removed or abandoned. Abandoned pipe shall be filled with flowable fill. Grading and stabilization for these areas to a condition acceptable to the County shall be included. Please refer to Exhibits A, B and C. 2. Question: Plan sheet B-6, section detail CS-02, requires Tuffboom Floating debris barrier. There are various sizes of Tuffboom, please clarify as to what size is needed. 2. Answer: Tuff boom comes in 10 lengths and will have a 24-inch screen. Please refer to the attached cut sheets for this item. Addendum No. 5 Bid # CS Cover Page 1 of 6

2 SARASOTA COUNTY GOVERNMENT PROCUREMENT 1660 Ringling Boulevard Sarasota, Florida Telephone (941) Bid Title Dona Bay Conveyance System Bid Number IFB#142716CS Bid Opening Date and Time March 11, 2015 at 2:30 pm ADDENDUM No.5 March 4, Question: Plan sheet B-6, CS-02 South and north wingwalls show lengths of 62.5 LF of the south, broken up into 4 varying heights on either side, and the north side is 45 LF in length either side. Plan sheet B-11 is the data table for structure CS-02 and the wingwalls and quantities only address 20 lineal feet on the north and 16.3 LF on the south. Please correct the data table quantities of concrete and reinforcing steel. 3. Answer: Per plan sheet B-6 the wing walls for CS-02 are 20 LF on the north side and also include a 25 retaining wall (Wall D). The wing walls on the south side are 16.3 LF and also include three (3) retaining walls with varying length (Wall A, Wall B and Wall C). For wing wall information and quantities, refer to Sheet B-11. For retaining wall information and quantities, refer to Sheet B Question: In Addendum 1, question #13 asked for the total square yards for the Bank and Shore and Ditch Lining riprap. Answer #13 states that the area for the Bank and Shore riprap equals 8,165 SY. The total quantity of Bank and Shore riprap on the bid form is 1,500 tons. With the bank and Shore riprap blanket being 2.5 feet thick and to cover 8,165 SY. 1,500 tons of rip rap will only cover about one third of what is needed. The total tons for the riprap bid items needs to be looked at, recalculated and the quantities need to be revised to match the areas that get covered with rip rap. 4. Answer: The bank and shore rip rap quantity has been revised; please refer to revised Bid Form. In addition, Plan Sheet C-2 Bank and Shore limits have been revised as part of this Addendum Question: Clarification needs to be made on the excavation and embankment bid items to what areas are included in the specific bid items as when going through the measurement and payment sections it not clear as to where specific areas are to be placed. 5. Answer: See responses to Question 6, below. 6. Question: What bid item does the excavation and embankment for the temporary by-pass ditch to allow the construction of the new control structure CS-01 go under? 6. Answer: Construction of the temporary by-pass ditch is a temporary condition associated with the dewatering and construction of CS-01. This item should be bid as part of Bid Item 49, Control Structure (CS-01). 7. Question: Is bid items #12 and #15 solely for the excavation and embankment to construct this area as shown (shaded blue) on plan sheet D-1? 7. Answer: Bid items #12 Regular Excavation (Stormwater Pond Phase 1) and #15 Embankment (Stormwater Pond Phase 1) are for the excavation and embankment associated with the construction of the north and south cell areas shaded in blue on Sheet D Question: Please clarify what area that bid item #14, Channel Excavation consists of? Define channel, nowhere in the plans is there reference to channel excavation. 8. Answer: Bid Item #14 Channel Excavation refers to the bypass channel shown on Sheets C-3A through C Question: What bid items does the Relocated By-pass Channel that is shown on plan sheet C-3A go under? Please clarify. 9. Answer: Bid Item #14 Channel Excavation. Addendum No. 5 Bid # CS Cover Page 2 of 6

3 SARASOTA COUNTY GOVERNMENT PROCUREMENT 1660 Ringling Boulevard Sarasota, Florida Telephone (941) Bid Title Dona Bay Conveyance System Bid Number IFB#142716CS Bid Opening Date and Time March 11, 2015 at 2:30 pm ADDENDUM No.5 March 4, Question: What bid items does the ditch excavation and embankment that is shown on plan sheets C-4 thru C-16 go under? Please clarify. 10. Answer: Bid Item #14 Channel Excavation. 11. Question: What bid item does the excavation and embankment for the Sediment Sump that is shown on plan sheet C-17 go under? Please clarify. 11. Answer: Bid Item #14 Channel Excavation. 12. Question: What bid item does the ditch excavation and embankment that is shown on plan sheets C-18 thru C-20 go under? Please clarify. 12. Answer: Bid Item #14 Channel Excavation. 13. Question: Upon further site investigation the new 8 hog wire fence located east of the existing control structure seems to be in conflict with the new structures DS-01 and JB-01. Along with being in conflict with the relocated ditch, running west to east at the north end of the project. At the pre-bid meeting it was specifically stated that the new fence was not to be disturbed. Please clarify what is to happen with this new fence. 13. Answer: Relocation of the hog wire fence in this location is incidental to the construction of Bid Item #14 Channel Excavation. Therefore, per this addendum when bidding that item, a cost associated with relocating the hog wire fence shall be included. Measurement and Payment for the relocation of existing 8 feet tall hog wire fence with new fence fabric, posts, and concrete (as needed) shall be covered under Bid Item #14 Channel Excavation. Please refer to revised Sheet C-3A. 14. Question: In the project specifications, under Section it lists the Fabric-Formed Concrete as Riprap Fabric-Formed CNC, 10 Filter Points. This is a filter point system with 10 on center filter points that is 6 thick, however in that under 2.01 Material #7, it says Filter Points Spaced Approximately 8 Centers. With the filter points being 8 on center, the Fabric-Formed Concrete System will be 4 thick. Pay Item #48 for this material lists it as 10 Filter Points, again would be 10 on center filter points, 6 thick. The plans shows this material as 10 Fabric Formed Concrete, which could be 10 on center filter point spacing or a 10 thick, which would put the filter point spacing at 14 on center. 14. Answer: Please use a 10 filter point system that is 6 thick. The 10" (250mm) filter point provides a heavy duty mat when severe abrasion is anticipated and/or additional weight is advisable. 15. Question: On plan sheet C-17 on the left side view there is a note calling out for proposed 12 access road, on the right side view there is a call out for 15 proposed stabilized access road. Everywhere else on the plans the access road is called out to be 15 wide. Please clarify what the width of the access road is in this location. It is also confusing on the plans where the stabilized access road is being constructed and where it is not. Can consideration be made to add a bid item for stabilized access road and give the square yard quantity that is needed? 15. Answer: The width of the proposed access roads shall be 15 feet wide. Bid Item 15 shall include 20,045 linear feet of 15 wide stabilized access way and Bid Item 17 shall include 9,697 linear feet of 15 wide stabilized access way. Please refer to Exhibit D to see where the linear footages apply to the project. 16. Question: With the revised plan sheets that were provided in Addendum #3 and the answer to Addendum No. 5 Bid # CS Cover Page 3 of 6

4 SARASOTA COUNTY GOVERNMENT PROCUREMENT 1660 Ringling Boulevard Sarasota, Florida Telephone (941) Bid Title Dona Bay Conveyance System Bid Number IFB#142716CS Bid Opening Date and Time March 11, 2015 at 2:30 pm ADDENDUM No.5 March 4, 2015 question #4 in Addendum #3 concerning the Toe Drain installation locations, there still needs to be some clarification. Plan sheets C-3A, C-4 and C-5 show toe drain being installed in the ditch along the north and east sides of the northern most cell. Revised plan sheet D-1 that was issued with Addendum #3 calls out for Toe Drain to be installed from sta to on the west side of the northern most cell. There are no plan and profile sheets showing the location of the Toe Drain in this location. Provide plan, profile and a typical detail for the earthwork in this area where the toe drain is to be installed in this section. 16. Answer: Plan and profile sheets are provided for the bypass ditch. The toe drain detail is supplied on Sheet C-32. For the west side of the northern cell (Sheet D-1), the toe drain is to be placed at the toe of the embankment. No plan and profile sheet is required. 17. Question: What is the highest allowable elevation that the water can be raised upstream of the existing Albritton Control Structure? 17. Answers: The existing Albritton Structure controls the slough at elevation 14.0 during the wet season (June 1st through October 31st) and elevation 18.0 in the dry season (November 1st through May 31st). During construction, operation of the existing Albritton Structure shall not be altered unless written authorization is obtained from Sarasota County. Overflow from the structure will need to be bypassed in order to construct CS Question: Is it possible for the temporary by-pass ditch to be located on the west side of Cowpen Slough? 18. Answer: At this time there has not been any coordination for a temporary bypass ditch on the adjacent property to the west. Bypassing the flow in Cowpen Slough is a means and methods item for construction of CS-01 and will be up to the contractor. 19. Question: There are no construction details for structure DS-01. The revised plan sheet C-3 issued with Addendum 3 is showing DS-01 and is calling out weir dimensions. Are there skimmers associated with the weir openings? If so, please provide a detail for construction showing weir and skimmer dimensions. 19. Answer: Please refer to the detail of DS-01 included on Sheet B Question: On plan sheet B-4, section A1-A1, there is a call out for Stabilized Access w/ 57 Stone See Sheet B-8. On plan sheet B-6, section A2-A2, there is a call out for Stabilized Access w/ #57 Stone. On plan sheet B-7, section A3-A3, there is a call out for Stabilized Access with #57 Stone. The Stabilized Access section on plan sheet B-8 has no mention of #57 stone in the detail. Please clarify if #57 stone is to be used as called out in section A1-A1, A2-A2 and A3-A3. If the #57 stone is to be used provide detail showing the thickness of the #57 stone and a plan view showing the limits of where the stone is to be placed at these locations. 20. Answer: The intent of the stabilized access detail on Sheet B-8 is to apply it to the top of the berms around the north and south cell as well as along the top of bank for the bypass ditch to provide a stabilized means of access for maintenance vehicles. Sections A1-A1, A2-A2, and A3-A3 are intended to have stabilized access and #57 stone. For the bid, assume the limits of the 57 Stone extends 20 feet beyond the outermost limits of the wing walls/head walls for each structure. 21. Question: The structures on B-4, B-6, and B-7 show "a stabilized access of #57 stone, see sheet B- Addendum No. 5 Bid # CS Cover Page 4 of 6

5 SARASOTA COUNTY GOVERNMENT PROCUREMENT 1660 Ringling Boulevard Sarasota, Florida Telephone (941) Bid Title Dona Bay Conveyance System Bid Number IFB#142716CS Bid Opening Date and Time March 11, 2015 at 2:30 pm ADDENDUM No.5 March 4, " This note is shown in the Sections A1-A1, A2-A2, and A3-A3 on their respective sheets. These details also show the 57 stone over the whole width of the box culvert which is wider than the 15' of the standard access road. What is the limits of the 57 stone? Is this the material shown for the stabilized access road? 21. Answer: The intent of the stabilized access detail on Sheet B-8 is to apply it to the top of the berms around the north and south cell as well as along the top of bank for the bypass ditch to provide a stabilized means of access for maintenance vehicles. Sections A1-A1, A2-A2, and A3-A3 are intended to have stabilized access and #57 stone. For the bid, assume the limits of the 57 Stone extends 20 feet beyond the outermost limits of the wing walls/head walls for each structure. 22. Question: The CAD file shows some grading taking place in the phase 2 area to make the site drain towards the phase 1 cut. Do we do any grading in that area? 22. Answer: Minor grading may be required to install the structures and pipe to maintain positive drainage for the 48 RCP culverts under the access road to the Phase 1C cut. Otherwise refer to Section C-C on Sheet D Question: All the Plan & Profile sheets make reference to an access road. The only detail showing a stabilized access section is on B-8 which shows 8 inches of a material other than soil. Is this an imported material (ie. limerock, crushed concrete)? 23. Answer: The intent of the stabilized access detail on Sheet B-8 is to apply it to the top of the berms around the north and south cell as well as along the top of bank for the bypass ditch to provide a stabilized means of access for maintenance vehicles. A lime-rock or shell road is not required. However, a drivable surface shall be the result of the stabilization in these areas. 24. Question: For the 72 RCP that runs along Knights Trail Rd. The manholes in the run are called out in the plans to be FDOT Index 200, 12 Diameter Type J Bottom Storm Manhole. Will a Type J rectangular bottom box be accepted in lieu of the 12 dia. Type J bottom? 24. Answer: Rectangular structures are acceptable provided that they meet specification and adequately fit the pipe. 25. Question: In the Measurement and Payment section, in the description of bid items 15 and 17 there is mention that This item includes the stabilized access way (Type B Stabilization) shown along the top of bank in the plans. It s not clear in the plans how the stabilized access way quantities should be broke up into between the two bid items. Take into consideration in making a bid item for stabilized access way and provide a SY quantity so that contractors are all bidding on the same amount. 25. Answer: Bid Item 15 shall include 20,045 linear feet of 15 wide stabilized access way and Bid Item 17 shall include 9,697 linear feet of 15 wide stabilized access way. See attached Exhibit D to see where the linear footages apply to the project. 26. Question: The notes on drawings for fabric-form indicate is to be 10in thick where as a 10in filterpoint fabric witch is 6in think, there is also a callout specifying hydrotex weep10 (a 10 thick USM) please clarify type of material; (if the material is uniform section mat or filterpoint) and specify thickness. By submitting a response, offerors acknowledge receipt of any and all issued addenda, and agree to the provisions of each. 26. Answer: Please see response to Question #14 of this Addendum No. 5. Addendum No. 5 Bid # CS Cover Page 5 of 6

6

7 Section 1a DONA BAY CONVEYANCE SYSTEM, BID #142716CS - ADDENDUM 5 ITEM DESCRIPTION UNIT QTY UNIT PRICE AMOUNT 1 Construction Stakeout (Surveying) LS 1 2 Certified As-Builts (Grading, Drainage, Roadway, Pond, Piping, Conduit, and Structures) LS 1 3 Mobilization/Demobilization LS 1 4 Maintenance of Traffic (MOT) LS 1 5 Special Detour 1 LS 1 6 Turbidity Barrier, Floating LF 2,120 7 Fence, Silt, Staked, Type III LF 34,479 8 Prevention, Control, & Abatement of Erosion & Water Pollution LS 1 9 Clearing and Grubbing AC Removal and Disposal of Existing Structures LS 1 11 Removal and Disposal of the Existing Albritton Control Structure LS 1 12 Regular Excavation (Stormwater Pond - Phase 1) CY 851, Subsoil Excavation CY 3, Channel Excavation CY 290, Embankment (Stormwater Pond - Phase 1) CY 500, Toe Drain, Slopes, Banks, Channel LS 1 17 Embankment (Bypass Channel, Banks, Slopes, Coffer Dams, etc) CY 60, Limerock Base, LBR 100 Minimum, 8" SY Asphalt, Superpave, Type S-I TN Inlet, DT Bot, Type H, <10' Modified (DS-01) EA 1 21 Inlet, DT Bot Type H, Modified W/Stop Logs (DS-05) EA 1 22 Inlet, DT Bot Type H, Modified W/Stop Logs (DS-06) EA 1 23 Inlet, DT Bot Type H, Modified (DS-07) EA 1 24 Inlet, DT Bot Type H, Modified w/sluice Gate (Access Rd Culverts) EA 4 25 Manhole, Type J7 >10' EA " RCP, Class II, SS LF " RCP, Class II, SS LF "x60" ERCP, Class HEIII, SS LF " RCP, Class III, SS LF " HDPE N12 (Temporary Ditch Culvert) LF " RCP, Class III, SS LF " HDPE N12 (Temporary Ditch Culvert) LF " RCP, Class III, SS LF 4, " CMP LF CMP Riser - 36" Pipe Connection / 48" Dia. Riser EA 6 36 Mitered End Section, Optional Round, 24" CD EA 4 37 Mitered End Section, Optional Round, 36" CD EA 8 38 Mitered End Section, Eliptical 38"x60" CD EA 4 39 Mitered End Section, Optional Round, 42" CD EA 1 40 Mitered End Section, Single, Optional Round, 48" CD EA Mitered End Section, Optional Round, 72" CD EA 3 42 Riprap (Rubble), Bank and Shore TN 7, Riprap (Rubble), Ditch Lining TN Hydro-seeding/Mulching SY 475, Sodding SY 18, Storage Yard for Stop Logs EA 2 47 Project Sign, Furnished and Installed EA 1 48 Riprap Fabric-Formed CNC, 10"Filter Points SY 1, Control Structure (CS-01) LS 1 50 Control Structure (CS-02) LS 1 51 Control Structure (CS-03) LS 1 SUBTOTAL BID PRICE PLUS CONTINGENCY ALLOWANCE (5% of Subtotal Bid Price) Dona Bay Bid Form Addendum No. 5

8 Section 1a ITEM DESCRIPTION UNIT QTY UNIT PRICE AMOUNT TOTAL BID PRICE (Subtotal Bid Price plus 5% Contingency Allowance) DONA BAY CONVEYANCE SYSTEM, BID #142716CS - ADDENDUM 5 Timothy E. Roane, PE Kimley-Horn and Associates, Inc Main Street, Suite 200 Sarasota, Florida C.A Dona Bay Bid Form Addendum No. 5

9 PART 1 GENERAL SECTION MEASUREMENT AND PAYMENT 1.01 SCOPE OF WORK A. Measurement and payment criteria applicable to the Work performed under lump sum and unit price payment methods. B. List of unit price and lump sum pay items. C. Schedule of value requirements for lump sum pay items. D. Defect assessment and non-payment for rejected Work AUTHORITY A. Measurement methods delineated in the individual specification sections are intended to complement the criteria of this section. In the event of conflict, the requirements of the individual specification section shall govern. B. The ENGINEER, unless specified elsewhere shall take all measurements and compute final quantities, for final payment. The ENGINEER will verify measurements and quantities UNIT QUANTITIES NOT SPECIFIED A. Quantities and measurements indicated in the Bid Form are for bidding and contract purposes only. Actual quantities are measurements supplied or placed in the Work are expected to vary and payment will be determined based on measurements obtained/verified by the ENGINEER. B. If the actual Work requires more or fewer quantities than those quantities indicated, provide the required quantities at the bid unit prices MEASUREMENT OF QUANTITIES A. Measurement Devices: 1. Weigh scales: inspected, tested, and certified by the applicable Florida Bureau of Weights and Measures Department within the prior year. 2. Platform scales: of sufficient size and capacity to accommodate the conveying vehicle. 3. Metering devices: inspected, tested, and certified by the applicable Florida Bureau of Weights and Measures Department within the past year. B. Measurement by volume: Measured by cubic dimension using mean length, width, and height or thickness. 1. Measurement and payment of excavations and fill placement will be limited to the lines and grades shown on the Drawings, or to the most practicable lines, grades and 1 of 15 Section Addendum 5 03/04/15

10 dimensions as established by the ENGINEER in writing. No measurement will be made of over excavation of over build beyond design lines and grades. 2. Quantities shall be measured based on survey taken before and after the work, unless otherwise noted by individual measurements and payment description. Quantities shall be computed, in accordance with the unit of measure shown on the Bid Form, to either the nearest cubic foot or nearest cubic yard. The volume of prismoids shall be computed using digital terrain modeling (DTM). All quantities shall be measured to the lines and grades shown on the Drawings unless otherwise specified. C. Measurement by area: Measured by square dimension using mean length and width or radius. Items, which are measured by the acre square yard or similar units, such as revegetation, shall be measured horizontally, and for vertical features such as the cutoff walls, will be measured vertically. D. Linear Measurement: Measured by linear dimension, at the item centerline or mean chord. Items which are measured by the lineal foot, such as pipe culverts, toe drains, fence, etc., shall be measured parallel to the base or foundations upon which the items are placed, unless otherwise specified in the plans or specifications. E. Stipulated sum/price measurement: Items measured by weight, volume, area, or linear means or combination, as appropriate, as completed items or units of the Work. F. Lump sum items shall not be measured for payment. However, measurements may be made to monitor work progress MEASUREMENT AND PAYMENT A. Payment includes: Full compensation for furnishing all work required, including all labor, materials, products, tools, equipment, plant, transportation, services, incidentals, erection, applicable or installation of an item of the Work; and all other costs of whatsoever nature for the items of work complete and in place, will be included in the prices for the various bid items; overhead and profit. B. 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 price for Work which is incorporated in or made necessary by the Work. C. Measurement and payment for Bid Items listed in Bid Form shall be as defined in the following paragraphs: 1. Bid Item 1: Construction Stakeout (Surveying): The CONTRACTOR shall employ professional land surveyor licensed in the State of Florida, for construction stakeout for the project as indicated on drawings and specified in Section and to layout the work from the benchmarks, grades, dimensions, points, and lines noted on the working drawings, established at the site or supplied by the COUNTY. Pre and post construction survey shall be furnished by the CONTRACTOR s surveyor for the purposes of calculating earthwork volume and other quantities. Intermediate survey will be provided by the CONTRACTOR s surveyor for each pay application to verify quantities of completed work. No measurement for payment will be made for this item. Payment for Construction 2 of 15 Section Addendum 5 03/04/15

11 Stakeout (Surveying) will be made at the lump sum price shown in the Bid Form for this item. No special compensation will be made to the CONTRACTOR to defray costs of any delays occasioned by protection of land boundary markers, survey monuments, or bench marks; completing topographic surveys, construction layout surveys, witnessing existing markers, restoration of bench marks, setting of bench marks, restoration of witnessed corners, setting of survey monuments or re-setting of land boundary monuments and markers, but such costs shall be considered as having been included in the prices stipulated in the Bid Form. 2. Bid Item 2: Certified As-Builts (Grading, Drainage, Roadway, Ponds, Piping, Conduit, and Structures): The CONTRACTOR shall employ a professional land surveyor licensed in the State of Florida, for Certified As-Builts of Grading, Drainage, Roadway, Ponds, Piping, Conduit, and Structures for the project as indicated on drawings and specified in Section and to reference the work from the benchmarks, grades, dimensions, points, and lines noted on the working drawings, established at the site or supplied by the COUNTY. No measurement for payment will be made for this item. Payment for Grading, Drainage, Roadway, Ponds, Piping, Conduit, and Structures will be made at the lump sum price shown in the Bid Form for this item. No special compensation will be made to the CONTRACTOR to defray costs of any delays occasioned by protection of land boundary markers, survey monuments, or bench marks, completing topographic surveys, construction layout surveys, witnessing existing markers, restoration of bench marks, setting of bench marks, restoration of witnessed corners, setting of survey monuments or re-setting of land boundary monuments and markers, but such costs shall be considered as having been included in the prices stipulated in the Bid Form. 3. Bid Item 3: Mobilization/Demobilization: Includes mobilization of all personnel, equipment, and temporary construction facilities to the project site and their subsequent demobilization, providing Engineer s Field Office, providing temporary utilities; pre and post construction photographs and video, monthly progress construction photographs and video, wildlife protection and education, preparing and updating detailed construction schedules, site access control during the duration of the Construction Contract, all project specific overhead, costs of bonds, and insurance. All Work for this item will be in accordance with Section The cost of all work, unless specifically covered in other bid items, will not be paid separately, but shall be included in the price for Bid Item 3. No measurement for payment will be made for this item. Payment for Mobilization/Demobilization will be made at the lump sum price shown in the Bid Form for this item. 4. Bid Item 4: Maintenance of Traffic (MOT): The work specified in this Bid Item consists of maintaining traffic on Knights Trail Road during the installation of the 72- inch pipe crossing of Knight s Trail Road and all other maintenance of traffic within the project limits during the entire construction period and shall comply with Section The CONTRACTOR s work shall include any temporary suspensions of work, 3 of 15 Section Addendum 5 03/04/15

12 preparing approved traffic control plans, providing facilities, temporary travel lanes, devices, and operations as required for access to the Sarasota County Solid Waste and for safety and convenience of the public and to minimize public nuisance, installing, and maintaining traffic control markings, signs, and safety devices, and any other special requirements for safe and expeditions movement of traffic in the project area and other impacted areas, as specified herein. Regardless of the maintenance of traffic (MOT) standards and specific traffic control plan used, it is the CONTRACTOR s responsibility to maintain the work zone in a safe condition. No measurement for payment will be made for this item. Payment for MOT will be made at the lump sum price shown in the Bid Form for this item. 5. Bid Item 5: Special Detour 1: The special detour described for Knight s Trail Road on the plans consists of constructing, maintaining, and subsequently removing the detour facility required for the installation of the roadway culvert crossing. Traffic control devices, warning devices, barriers, signing, and pavement markings for special detours are included in this Bid Item. All Work for this item will be in accordance with Section No measurement for payment will be made for this item. Payment for Special Detour 1 will be made at the lump sum price shown in the Bid Form for this item. 6. Bid Item 6: Turbidity Barrier, Floating: Prevention of water pollution shall conform to the Best Management Practices Plans, Best Management Practices Details, and Section and shall produce end results, as required by the rules of the Department of Environmental Protection and other regulatory agencies having jurisdiction. The Bid Item shall include in the cost to furnish and install all floating turbidity barrier, and other material, equipment, labor, monitoring and maintenance necessary for the prevention, control and abatement of water pollution. Payment for Floating Turbidity Barrier will be made on a linear foot basis installed and maintained throughout the duration of construction at the unit price in the Bid Form. 7. Bid Item 7: Fence, Silt, Staked, Type III: Erosion control shall conform to the Best Management Practices Plans, Best Management Practices Details, and Sections and shall produce end results, as required by the rules of the Department of Environmental Protection and other regulatory agencies having jurisdiction. The Bid Item shall include in the cost to furnish and install all silt fence, and other material, labor, equipment and maintenance necessary for the purposes of erosion control throughout the duration of construction. Payment for Silt Fence will be made on a linear foot basis installed and maintained throughout the duration of construction at the unit price in the Bid Form. 8. Bid Item 8: Prevention, Control, & Abatement of Erosion & Water Pollution: Prevention, control and abatement of erosion and water pollution shall be the responsibility of the CONTRACTOR, and produce end results, as required by the rules of the applicable Federal, State and County regulatory agencies having jurisdiction. 4 of 15 Section Addendum 5 03/04/15

13 The Bid Item shall include all pollution and sediment erosion control, including implementation of Best Management Practices (BMP s), environmental compliance activities per Section required to complete the Work, cost to prepare and obtain a National Pollutant Discharge Elimination System (NPDES) permit and Stormwater Pollution Prevention Plan (SWPPP) in accordance with Chapter , F.A.C and shall include the necessary permit forms, cost of applicable fees for Notice of Intent and Notice of Termination, and comply with weekly inspection requirements, as noted in the generic permit. The SWPPP shall be presented to the ENGINEER at the preconstruction conference. The SWPPP shall conform to the guidelines contained in The Environmental Protection Agency Storm Water Management for Construction Activities Developing Pollution Prevention Plans and Best Management Practices Summary Guidance. All Work for this item will be in accordance with Section Prevention, Control, & Abatement of Erosion & Water Pollution. Payment will be made on a prorated amount of the lump sum unit price in the Bid Form over the duration of the construction schedule. 9. Bid Item 9: Clearing and Grubbing: Includes furnishing and paying for all materials, labor, tools, equipment and other appurtenances required for the clearing and grubbing of all areas designated for construction of site improvement, borrow pits, ditches, pipes, swales, roadways, or other structures scheduled as a part of the project construction, such as pipe lines, culverts, etc. as specified and as indicated on the drawings. Clearing and Grubbing of lake areas will be included in the excavation bid item. The work shall include removing and satisfactorily stockpiling of all excavated materials within the limits of the work. Unusable material, as determined by the COUNTY, shall be disposed of in a lawful manner. All tipping fees for disposal shall be paid for by the CONTRACTOR and included as incidental to this item. This work shall also include removal and disposal of vegetation, brush, trash, etc. from both cut and fill areas. Clearing and grubbing shall consist of the complete removal and disposal of all trees indicated for removal, timber, brush, stumps, roots, rubbish, debris, buildings, pavement, boulders and all other obstructions, resting on or protruding through the surface of the existing ground or surface of excavated areas. Unless otherwise indicated on the plans, clearing and grubbing shall include roots and debris, shall be plowed to a depth of one (1) foot minimum by mechanical means and completely removed from the site. All cleared and grubbed material shall be completely removed from the site and disposed of by the CONTRACTOR at an off-site location of his choice, unless disposal on-site location is directed by the COUNTY. For private off-site disposal area, the CONTRACTOR shall provide to the COUNTY permission in writing and shall comply with the rules of all agencies having jurisdiction. No additional compensation will be made by the COUNTY for the labor, material, tipping fees, or machinery required to remove said materials. All Work for this item will be in accordance with Section Payment for Clearing and Grubbing will be made on a per acre basis per the unit price in the Bid Form based on the area of Work completed. 10. Bid Item 10: Removal and Disposal of Existing Structures: Includes the complete demolition of structures (unless portions of the structure are to be preserved or salvaged per the COUNTY), the excavation of underground piping, tanks and the removal and legal disposal of demolished materials, as shown on the drawings and as specified. This item includes dewatering, placement of approved fill materials, compacted in place, to 5 of 15 Section Addendum 5 03/04/15

14 close the excavation. Removal of underground tanks shall comply with all applicable Federal, State and County regulations. All Work for this item will be in accordance with Section No measurement for payment will be made for this item. Payment for Removal and Disposal of Existing Structures will be made at the lump sum price shown in the Bid Form for this item. 11. Bid Item 11: Removal and Disposal of the Existing Albritton Control Structure: Demolition and removal of the existing Albritton Control Structure shall include removal of the structure to five (5) feet below the existing channel bottom in Cowpen Slough. The channel bottom shall be restored to the existing cross-section with the placement of approved fill materials, compacted in place, to close the excavation. This item also includes all dewatering, bank restoration, grading and sodding. All Work for this item will be in accordance with Section No measurement required to perform the Work in this item for payment will be made for this item. Payment for Removal and Disposal of Existing Albritton Control Structure will be made at the lump sum unit price shown in the Bid Form for this item. 12. Bid Item 12: Regular Excavation (Stormwater Pond - Phase 1): This item includes the excavation required for Stormwater Pond - Phase 1 and shall also include clearing and grubbing for this area. All Work for this item will be in accordance with Section The work specified shall consist of excavations for stormwater management facilities to grades and layouts shown on the drawings for excavation based upon benchmarks and control points given by the ENGINEER. A tolerance of 0.10 foot will be permitted from the plans. This item includes all incidental sheeting and shoring, dewatering and maintenance of existing drainage. This item includes removal of excavated material, which is neither suitable nor required for backfill, embankment/filling. If excavation is carried below elevations shown on the drawings, no additional payment will be made to the CONTRACTOR, unless specific written instructions of the ENGINEER authorize the lowering of the elevation. Approved material excavated as part of this item shall be distributed as embankment/fill where indicated on the plans. All unapproved or unsatisfactory material excavated as part of this item will be classified and stockpiled by the CONTRACTOR. The CONTRACTOR will perform disposal of the material as determined by the COUNTY. Excavated material shall be measured in cubic yards. All Work for this item will be in accordance with Section Payment for this item shall be made on a cubic yard basis at the unit price shown in the Bid Form for this item. 13. Bid Item 13: Subsoil Excavation: This item includes the excavation of muck material and the blending of muck material with suitable excavated material to achieve a top soil mixture with a suitable PH for germination of hydro-seed. All Work for this item will be in accordance with Section This item incudes all dewatering required to perform the work in this item. Measurement of this item will be made in cubic yards and paid for on a cubic yard basis at the unit price shown in the Bid Form for this item. 14. Bid Item 14: Channel Excavation: This item includes the excavation of the bypass channel shown on the plans. This item also includes clearing and grubbing for this area. The work specified shall consist of excavations for the bypass channel to grades and 6 of 15 Section Addendum 5 03/04/15

15 layouts shown on the drawings for excavation based upon benchmarks and control points given by the ENGINEER. A tolerance of 0.10 foot will be permitted from the plans. This item includes all incidental sheeting and shoring, dewatering, maintenance of existing drainage, relocation of existing 8 foot high hog wire fence with new fence fabric, posts and cemented corner posts, as needed, removal of excavated material which is neither suitable nor required for backfill, embankment/filling. If excavation is carried below elevations shown on the drawings, no additional payment will be made to the CONTRACTOR for the removal or replacement of suitable material to achieve the required elevations. Approved material excavated as part of this item shall be distributed as embankment/fill where indicated on the plans. All unapproved or unsatisfactory material excavated as part of this item will be classified and stockpiled by the CONTRACTOR. All Work for this item will be in accordance with Section Excavated material shall be measured in cubic yards. Payment for this item shall be made on a cubic yard basis at the unit price shown in the Bid Form for this item. 15. Bid Item 15: Embankment (Stormwater Pond - Phase 1): Includes all mixing and preparation of embankment material to achieve the properties required for embankment material as specified in Section This item includes stockpiling of material, conditioning of material including drying or irrigating, mechanical processing, proof rolling of existing grade, grading, compaction and testing. Clearing and grubbing for the embankment areas is included in Bid Item 9. Also included is transporting, placing, spreading and compacting the material in the embankment to the lines and grades shown per plan and the requirements per Section This item includes the stabilized access way (Type B Stabilization) shown along the top of bank in the plans. Measurement and payment will be in cubic yards of material acceptably placed to the lines and grades shown on the drawings for embankment fill. Quantities will be based on surveys of the prepared sub-base material prior to fill placement. Unit price shall include foundation and embankment consolidation during construction. Payment will be made at the unit price per cubic yard shown in the Bid Form for this item. 16. Bid Item 16: Toe Drain, Slopes, Banks, Channel: This item includes all work and materials related to construction of the toe drain, as shown and specified in the Plans. This item includes excavation, dewatering, grading, furnishing, transporting, handling, stockpiling, and placement of filter fabric, geomembrane, aggregate, pipe, below and above grade, as shown on the drawings. Also included are the furnishing, transportation, handling, stockpiling, and placement of pipe as shown on the drawings, for construction of the toe drain, as well as pipe fittings to connect the toe drain to the outlet structure. Additionally, this item also includes all work related to performing television inspection of the pipes during construction of the embankment. Measurement and payment will not be made. Payment will be made at the lump sum price shown in the Bid Form for this item. 17. Bid Item 17: Embankment (Bypass Channel, Banks, Slopes, Coffer Dams, etc.): Includes all mixing and preparation of embankment material to achieve the properties required for embankment material as specified in Section This item includes stockpiling of material, conditioning of material including drying or irrigating, mechanical processing, proof rolling of existing grade, grading, compaction and testing. 7 of 15 Section Addendum 5 03/04/15

16 Clearing and grubbing for the embankment areas is included in Bid Item 9. Also included is transporting, placing, spreading and compacting the material in the embankment to the lines and grades shown per plan and the requirements per Section This item includes the stabilized access way (Type B stabilization) shown along the top of bank in the plans. Measurement and payment will be in cubic yards of material acceptably placed to the lines and grades shown on the drawings for embankment fill. Quantities will be based on surveys of the prepared sub-base material prior to fill placement. Unit price shall include foundation and embankment consolidation during construction. Payment will be made at the unit price per cubic yard shown in the Bid Form for this item. 18. Bid Item 18: Limerock Base, LBR 100 Minimum, 8": This item is included as part of the pavement restoration for the open-cut of Knights Trail Road. Measurement and payment shall be as provided in Section and includes prime and tack per Section Bid Item 19: Asphalt, Superpave, Type S-I: This item is included as part of the pavement restoration for the open-cut of Knights Trail Road. Measurement and payment shall be as provided in Section Bid Item 20: Inlet, DT Bot, Type H, <10' Modified (DS-01): This item shall include transportation, storage, equipment and parts required for construction of control structure DS-01; furnishing and installing a pre-cast Type H ditch bottom inlet with grates, skimmers and connection to 42-inch reinforced concrete pipe. This item includes all associated excavation, grading, dewatering, bedding, restoration and all other items for the control structure. All Work for this item will be in accordance with Section No measurement for payment will be made for this item. Payment for furnishing and constructing DS-01 will be at the per each price in the Bid Form for this item. 21. Bid Item 21: Inlet, DT Bot Type H, Modified W/Stop Logs (DS-05): This item shall include transportation, storage, equipment and parts required for construction of control structure DS-05; furnishing and installing a pre-cast Type H ditch bottom inlet with grates, stop logs, retaining walls, walk-overs and connection to 72-inch reinforced concrete pipe. This item includes all associated excavation, grading, dewatering, bedding, restoration and all other items for the control structure. All Work for this item will be in accordance with Section No measurement for payment will be made for this item. Payment for furnishing and constructing DS-05 will be at the per each price in the Bid Form for this item. 22. Bid Item 22: Inlet, DT Bot Type H, Modified W/Stop Logs (DS-06): This item shall include transportation, storage, equipment and parts required for construction of control structure DS-06; furnishing and installing a pre-cast Type H ditch bottom inlet with grates, stop logs, retaining walls, walk-overs and connection to 72-inch reinforced concrete pipe. This item includes all associated excavation, grading, dewatering, bedding, restoration and all other items for the control structure. All Work for this item will be in accordance with Section No measurement for payment will be made 8 of 15 Section Addendum 5 03/04/15

17 for this item. Payment for furnishing and constructing DS-06 will be at the per each price in the Bid Form for this item. 23. Bid Item 23: Inlet, DT Bot Type H, Modified (DS-07): This item shall include transportation, storage, equipment and parts required for construction of control structure DS-07; furnishing and installing a pre-cast Type H ditch bottom inlet with grates and connection to 72-inch reinforced concrete pipe. This item includes all associated excavation, grading, dewatering, bedding, restoration and all other items for the control structure. All Work for this item will be in accordance with Section No measurement for payment will be made for this item. Payment for furnishing and constructing DS-07 will be at the per each price in the Bid Form for this item. 24. Bid Item 24: Inlet, DT Bot Type H, Modified (Access Rd Culverts): This item shall include transportation, storage, equipment and parts required for construction of the four Type H ditch bottom inlets used as control structures under the north/south access. This item includes all furnishing and installation of a pre-cast Type H ditch bottom inlet with grates, retaining walls, walk-overs, sluice gates, railing and connection to 48-inch reinforced concrete pipes. This item includes all associated excavation, grading, dewatering, bedding, restoration and all other items for the control structures. All Work for this item will be in accordance with Section and Section No measurement for payment will be made for this item. Payment for furnishing and constructing these items will be at the per each price in the Bid Form for this item. 25. Bid Item 25: Manhole, Type J7 >10': This item shall include transportation, storage, equipment and parts required for construction of all Type J7 Storm Manholes with rims and covers; furnishing and installing pre-cast concrete manhole connections to 72-inch reinforced concrete pipes. This item includes all associated excavation, grading, dewatering, bedding, restoration and all other items for the manhole. No measurement for payment will be made for this item. All Work for this item will be in accordance with Section Payment for furnishing and constructing manholes will be at the per each price in the Bid Form for this item. 26. Bid Item 26: 24" RCP, Class II, SS: This item shall be measured for the actual amount of pipe installed and accepted as determined by the ENGINEER and paid for by the unit price bid per linear foot. All Work for this item will be in accordance with Section Unit price includes all the labor, excavation, dewatering, backfilling, compaction, machinery, transportation, gaskets, masonry work, joint protection, incidentals, etc., required for construction. 27. Bid Item 27: 36" RCP, Class II, SS: This item shall be measured for the actual amount of pipe installed and accepted as determined by the ENGINEER and paid for by the unit price bid per linear foot. All Work for this item will be in accordance with Section Unit price includes all the labor, excavation, dewatering, backfilling, compaction, machinery, transportation, gaskets, masonry work, joint protection, incidentals, etc., required for construction. 28. Bid Item 28: 38"x60" ERCP, Class HEIII, SS: This item shall be measured for the actual amount of pipe installed and accepted as determined by the ENGINEER and paid 9 of 15 Section Addendum 5 03/04/15

18 for by the unit price bid per linear foot. All Work for this item will be in accordance with Section Unit price includes all the labor, excavation, dewatering, backfilling, compaction, machinery, transportation, gaskets, masonry work, joint protection, incidentals, etc., required for construction. 29. Bid Item 29: 42" RCP, Class III, SS: This item shall be measured for the actual amount of pipe installed and accepted as determined by the ENGINEER and paid for by the unit price bid per linear foot. All Work for this item will be in accordance with Section Unit price includes all the labor, excavation, dewatering, backfilling, compaction, machinery, transportation, gaskets, masonry work, joint protection, flowable fill where required, incidentals, etc., required for construction. 30. Bid Item 30: 42" HDPE N12 (Temporary Ditch Culvert): This item shall be measured for the actual amount of pipe installed and accepted, as determined by the ENGINEER and paid for by the unit price bid per linear foot. All Work for this item will be in accordance with Section Unit price includes all the labor, excavation, dewatering, backfilling, compaction, machinery, transportation, gaskets, masonry work, joint protection, incidentals, etc., required for construction. 31. Bid Item 31: 48" RCP, Class III, SS: This item shall be measured for the actual amount of pipe installed and accepted, as determined by the ENGINEER and paid for by the unit price bid per linear foot. All Work for this item will be in accordance with Section Unit price includes all the labor, excavation, dewatering, backfilling, compaction, machinery, transportation, gaskets, masonry work, joint protection, incidentals, etc., required for construction. 32. Bid Item 32: 60" HDPE N12 (Temporary Ditch Culvert): This item shall be measured for the actual amount of pipe installed and accepted, as determined by the ENGINEER and paid for by the unit price bid per linear foot. All Work for this item will be in accordance with Section Unit price includes all the labor, excavation, dewatering, backfilling, compaction, machinery, transportation, gaskets, masonry work, joint protection, incidentals, etc., required for construction. 33. Bid Item 33: 72" RCP, Class III, SS: This item in included in the base bid and alternate bid. This item shall be measured for the actual amount of pipe installed and accepted as determined by the ENGINEER and paid for by the unit price bid per linear foot, or per each if applicable. All Work for this item will be in accordance with Section Unit price includes all the labor, excavation, dewatering, backfilling, compaction, machinery, transportation, gaskets, masonry work, joint protection, flowable fill where required, incidentals, etc., required for construction. 34. Bid Item 34: 36" CMP: This item shall be measured for the actual amount of pipe installed and accepted, as determined by the ENGINEER and paid for by the unit price bid per linear foot. All Work for this item will be in accordance with Section Unit price includes all the labor, excavation, dewatering, backfilling, compaction, machinery, transportation, gaskets, masonry work, joint protection, incidentals, etc., required for construction. 10 of 15 Section Addendum 5 03/04/15