ADDENDUM NO. 1. SUBJECT: Revised Specification Sections Bid Form and Measurement and Payment

Size: px
Start display at page:

Download "ADDENDUM NO. 1. SUBJECT: Revised Specification Sections Bid Form and Measurement and Payment"

Transcription

1 ADDENDUM NO. 1 ITB-SW Rae Drive and Riviera Drive ISSUE DATE: September 14, 2009 BID DATE: October 8, 2009 SUBJECT: Revised Specification Sections Bid Form and Measurement and Payment INTENT: This addendum is issued prior to the date bids are due in order to incorporate the following clarifications, additions, omissions, deletions, or changes into the Contract Documents. Except as hereinafter specified, the work shall be in accordance with the drawings and specifications. Bidders are to use the changed quantities of the items listed on this addendum in their proposals, and it shall become a part of the Contract Documents when construction is executed. Bidders are reminded that this addendum must be noted on the Official City Acknowledgement Form when they submit their proposal. A signed copy of the addendum must also be included with the bid submittal. 1. Please use the attached Specification Section Bid Form. a. Items #15 17 have been added to Rae Drive as follows: 15 Guard Rail 260 LF $ $ 16 4 HDPE Pep Line 230 LF $ $ 17 8 HDPE Water Main 230 LF $ $ b. The numbering for the remaining bid items has been adjusted accordingly, and the following items have been added to Riviera Drive: 34 Guard Rail 260 LF $ $ 35 8 HDPE Pep Line 240 LF $ $ 36 8 HDPE Water Main 240 LF $ $ 2. Please use the attached Section Measurement and Payment, which has been revised to include the items listed in item #1 above. Page 1 of 2 ITB-SW Rae Drive and Riviera Drive

2 3. The estimate of the City s Stormwater Engineer for this project is as follows: Rae Drive $530,000 Riviera Drive $589,000 Acknowledgement: Signature and Date Printed Name and Title Company Name END OF ADDENDUM NO. 1 Thirty-one (31) pages follow. Page 2 of 2 ITB-SW Rae Drive and Riviera Drive

3 SECTION BID FORM CITY OF PALM COAST, FLORIDA FOR THE CONSTRUCTION OF PROJECT: Rae Drive and Riviera Drive CITY CONTRACT NO.: ITB-SW Name of Bidder: Mailing Address: Street Address: City/State/Zip: Phone Number: FAX Number: ( ) ( ) Contractor License Number: TO: Purchasing and Contacts Management Division of the City of Palm Coast, Florida Pursuant to and in compliance with your notice inviting sealed Bids (Invitation for Bid), Instructions to Bidders, and the other documents relating thereto, the undersigned Bidder, having ensured to its satisfaction that they have familiarized themselves with the terms of the Contract Documents, local conditions affecting the performance of the Work, and the cost of the Work at the place where the Work is to be done, hereby proposes and agrees to perform within the time stipulated in the Contract Documents, including all of its component parts and everything required to be performed, and to provide and furnish any and all of the labor, Material, and tools, expendable Equipment, and all utility and transportation services necessary to perform the Work and complete in a workmanlike manner, all of the Work required in connection with the construction of said Work all in strict conformity with the Plans and Specifications and other Contract Documents, including Addenda Nos. through, on file at the Purchasing and Contracts Division for the Total Bid (Contract Price) hereinafter set forth. BID FORM

4 The CITY will post addenda information on the CITY S Web Site. All Bidders should check the CITY S Web Site or contact the CITY S Purchasing and Contracts Division at least seven (7) calendar days before the date fixed to verify information regarding Addenda. Failure to do so could result in rejection of the proposal as unresponsive. Bidders shall sign, date, and return all addenda with their bid. Addenda information will be posted on the CITY S Web Site at: It is the sole responsibility of the Proposer to ensure they obtain information related to Addenda. Oral and other interpretations or clarifications will be without legal effect. The undersigned Bidder agrees that the Work shall be completed according to the schedule set forth in the Contract Documents. The undersigned Bidder further agrees to pay liquidated damages as described in the Contract Documents. Bid prices must be stated in words in accordance with these Instructions to Bidders in the blank space(s) provided for that purpose. Bidder acknowledges that it has read and fully understands all Sections of the Instructions to Bidders. The undersigned, as Bidder, declares that the only persons or parties interested in this proposal as principals are those named herein; that this proposal is made without collusion with any person, firm or corporation; and he proposes and agrees, if the proposal is accepted, that they will execute an Agreement with the CITY in the form set forth in the Contract Documents; that it will furnish the Contract Security, Insurance Certificates, Endorsements, and Policies, that it is aware that failure to properly comply with the requirements set out in the "Instructions to Bidders" and elsewhere in the Contract Documents may result in a finding that the Bidder is non-responsive and may cause a forfeiture of the Bid Security. Attention: Bids shall only be considered from those Bidders who have obtained these Contract Documents from the CITY directly or via the website ( departments/purchasing). BID SCHEDULE The Bidder hereby agrees to perform all work as required by the Contract Documents for the following Unit Prices. All work required to be performed by the Contract Documents is to be included within the following Pay Items, inclusive of furnishing all manpower, equipment, materials and performance of all operations relative to construction of the project. Work for which there is not a Pay Item will not be considered incidental to the Contract and no additional compensation will be allowed. Pursuant to and in compliance with your Invitation for Bid, the Instructions to Bidders, and other documents relating thereto, the undersigned hereby agrees to furnish all labor, Materials and Equipment to BID FORM

5 do the Work in strict accordance with the Contract Documents and all addenda, if any, issued prior to the date of this Bid at the Total Bid herein as follows: RAE DRIVE (ITEMS 1-17) ITEM DESCRIPTION QTY UNIT UNIT COST AMOUNT 1 Mobilization 1 LS $ $ 2 Pre-Construction Video 1 LS $ $ 3 Maintenance of Traffic 1 LS $ $ 4 Culvert Excavation 1 LS $ $ 5 Erosion & Sediment Control 1 LS $ $ 6 Removal and Replacement of Asphalt 85 LF $ $ 7 Type C : Inlet (<10 ) 4 EA $ $ 8 9 x 8 Precast Concrete Box Culvert 154 LF $ $ 9 Concrete Class I, Endwalls 35 CYD $ $ HDPE Pipe 124 LF $ $ 11 Concrete Mitered End Section 15 4 EA $ $ 12 Rock Channel (Rip Rap) (24 Thick) 170 CYD $ $ 13 Grading 695 SFT $ $ 14 Sod 695 SFT $ $ 15 Guard Rail 260 LF $ $ 16 4 HDPE Pep Line 230 LF $ $ 17 8 HDPE Water Main 230 LF $ $ RIVIERA DRIVE (ITEMS 18-36) 18 Mobilization 1 LS $ $ 19 Pre-Construction Video 1 LS $ $ 20 Maintenance of Traffic 1 LS $ $ 21 Culvert Excavation 1 LS $ $ 22 Erosion & Sediment Control 1 LS $ $ 23 Removal and Replacement of Asphalt 90 LF $ $ 24 Type C : Inlet (<10 ) 4 EA $ $ 25 8 x 7 Precast Concrete Box Culvert 140 LF $ $ 26 Concrete Class I, Endwalls 35 CYD $ $ HDPE Pipe 189 LF $ $ HDPE pipe 59 LS $ $ 29 Concrete Mitered End Section 15 3 EA $ $ 30 Concrete Mitered End Section 24 1 EA $ $ 31 Rock Channel (Rip Rap) (24 Thick) 245 CY $ $ 32 Grading 695 SFT $ $ 33 Sod 695 SFT $ $ 34 Guard Rail 260 LF $ $ 35 8 HDPE Pep Line 240 LF $ $ 36 8 HDPE Water Main 240 LF $ $ 37 Indemnification 1 LS $10.00 $10.00 BID FORM

6 TOTAL AMOUNT OF BID (ITEM NOS. 1 37) $ (Figures) (In Words) BID FORM

7 UNIT PRICE SCHEDULE (Unit Prices for Adjustment) The following unit prices, if approved by the CITY, shall be used for adjusting the Contract price for changes in the work (additions or deletions) in accordance with the provisions of an approved change order and any other modifications of the Contract. The Bidder is required to fill in the prices listed below. FAILURE TO COMPLETELY FILL IN THE LIST SHALL CONSTITUTE A NON- RESPONSIVE BID AND SHALL BE A CAUSE FOR REJECTION. Unit prices shall include all labor, materials, equipment, transportation, and supervision representing an in-place price for each item. Scope or size of each item not otherwise indicated is as described in the construction specifications and drawings. The CITY reserves the right to approve or reject the below list on a line item basis: ITEM DESCRIPTION UNIT UNIT PRICE ADDENDA The following Addenda, if any, were received: CY TON LF LF Addendum No. Date Received Addendum No. Date Received Addendum No. Date Received Addendum No. Date Received Addendum No. Date Received Bidder Acknowledgements: 1. The Bidder acknowledges that the Total Amount of Bid stated above includes the sum of $ or 1% of the Bid whichever is greater, specific consideration for indemnification. 2. The Bidder acknowledges that the Total Amount of Bid stated above includes compensation for all Work, labor, permits, bonds, equipment, materials, and any and all incidental costs necessary for the proper execution of the required services. Attention: Bids shall only be considered from those Bidders who have obtained these Contract Documents from the CITY directly or via the website ( BID FORM

8 BID FORM

9 The Bidder acknowledges the receipt, execution, and return of the following forms: Section Bid Forms, including alternates and addenda, if any. Section Trench Safety Act Form Section Bidder Information Forms (Including W-9 and Public Entity Crimes Form) Section Non-Collusion Affidavit of Bidder Form Section Certification of Nonsegregated Facilities Form Section Drug-Free Workplace Form Section Conflict of Interest Statement Section Compliance with Public Records Law Section Americans with Disabilities Act Affidavit BID FORM

10 IN WITNESS WHEREOF, BIDDER has hereunto executed this BID FORM this day of, 20. (Name of BIDDER) (Signature of person signing this BID FORM) (Printed name of person signing this BID FORM) (Title of person signing this BID FORM) ACCOMPANYING THIS BID IS (insert the word(s) "cashier's check," bidder's bond," certified check," or other security as provided by law, as the case may be) in an amount equal to at least five percent (5%) of the Total Bid, payable to the CITY OF PALM COAST, FLORIDA The undersigned deposits above-named security as a Bid guarantee and agrees that it shall be forfeited to the CITY as liquidated damages (and not as a penalty in recognition of the complexity and lack of precision in calculating damages) in case this Bid is accepted by the CITY and the undersigned fails to execute an Agreement with the CITY as specified in the Contract Documents accompanied by the required Payment and faithful Performance Bonds with Sureties satisfactory to the CITY, and accompanied by the required certificates of insurance coverage, and endorsements. Should the CITY be required to engage the services of an attorney in connection with the enforcement of this Bid, Bidder promises to pay City s reasonable attorney's fees and costs (including attorney's fees and costs on appeals) incurred with or without suit. BID FORM

11 We, the Undersigned, hereby declare that no person, persons, firm, or corporation, other than the undersigned are interested in this Proposal as principals and that this Proposal is made without collusion with any person, firm, or corporation. CORPORATION/COMPANY Company Name: By: By: (Seal) (Name typed or printed) (Name typed or printed) Address: Telephone No.: ( ) FAX No.: ( ) Florida State Registration Number: Federal I.D. Tax Number: INDIVIDUAL Name: (Signature) (Name typed or printed) (Title) Address: Telephone No.: ( ) FAX No.: ( ) County/City Registration Number: Social Security Number: Federal I.D. Tax Number: BID FORM

12 Attachments: A Material and Equipment List B List of Proposed Subcontractors/Shop Fabricators C Certificate of Corporation D Questionnaire E Direct Purchase of Materials All attachments must be completed and attached to Bidders Bid Proposal. BID FORM

13 ATTACHMENT A MATERIAL AND EQUIPMENT LIST Listed below are items of material and/or equipment proposed for use in the project. The Bidder is required to fill in the manufacturer for each listed piece of material and/or equipment. FAILURE TO COMPLETELY FILL IN THE LIST SHALL CONSTITUTE A NON-RESPONSIVE BID AND SHALL BE A CAUSE FOR REJECTION. BIDDER acknowledges that the bid is based on all of the specified products, unless specifically approved in writing by addendum prior to the bid date. SECTION MATERIAL AND/OR EQUIPMENT MANUFACTURER By: Bidder Authorized Signature BID FORM

14 Date BID FORM

15 ATTACHMENT B LIST OF PROPOSED SUBCONTRACTORS/SHOP FABRICATORS ITB-SW THE CITY OF PALM COAST Work Performed by CONTRACTOR. The CONTRACTOR must perform at least 51% of the total work as measured by cost (Equipment and labor) within his own organization and excluding Material costs. A failure of the CONTRACTOR to perform the required percentage of Work within his own organization constitutes a Material breach of this agreement. The Bidder expressly agrees that: 1. If awarded a Contract as a result of this Proposal, the major subcontractor and/or shop fabricator used in the prosecution of the work shall be those listed below. Only one (1) subcontractor and/or shop fabricator shall be listed in each category. 2. The following list includes all subcontractors and/or shop fabricators who will perform work. 3. The Bidder represents that the subcontractors and/or shop fabricators listed below are financially responsible and are qualified to do the work required. (Attach additional sheets if necessary.) PREVIOUS WORK EXPERIENCE TOGETHER Subcontractor % VALUE of total Contract CATEGORY NAME/ADDRESS YES / NO BID FORM

16 ATTACHMENT C CERTIFICATE OF CORPORATION STATE OF FLORIDA COUNTY OF I HEREBY CERTIFY that a meeting of the Board of Directors of, a corporation under the laws of the State of, was held on, 20. The following resolution was duly passed and adopted: RESOLVED, that as President of the corporation is hereby authorized to execute the Contract dated, 20, between The City of Palm Coast, a municipal corporation and this corporation, and that execution thereof, attested by the Secretary of the corporation and with corporate seal affixed, shall be the official act and deed of this corporation. I further certify that said resolution is now in full force and effect. IN WITNESS THEREOF, I have hereunto set my hand and affixed the official seal of the corporation This day of, 20. Corporate Secretary BID FORM

17 ATTACHMENT D QUESTIONNAIRE DATE: NAME OF BIDDER: BUSINESS ADDRESS: PHONE NUMBER: CONTRACTOR'S FL. LICENSE #: EXPIRATION DATE: The undersigned warrants the truth and accuracy of all statements and answers herein contained. Include additional sheets if necessary. 1. How many years has your organization been in business as a General Contractor? 2. How many years has your organization been in business as a Subcontractor? 3. Describe in detail and give the date and owner, including phone numbers and contact person(s), of the last ten (10) projects that you have completed similar in type, size, and nature as the project proposed? (Use additional sheets if needed) 4. Have you ever failed, or been alleged to have failed, to complete work awarded to you? If so, where and why? BID FORM

18 5. Have you ever failed, or been alleged to have failed, to complete work within the Contract Time? If so, where and why? BID FORM

19 6. Have you ever been assessed liquidated damages, or had liquidated damages assessed against you? If so, where and why? 7. Have you ever had your bonding restricted or limited? 8. Have you ever had a bond or letter of credit called by the owner of a project? If so, when? 9. Name three (3) individuals or corporations, not mentioned in 3 above, for which you have performed work and to which you refer: 10. Have you personally inspected the site of the proposed Work? Describe, in full, any anticipated problems with the site and your proposed solutions? 11. What equipment do you own that is available for the Work? 12. What equipment will you purchase for the Work? 13. What equipment will you rent for the Work? BID FORM

20 14. Complete the required disclosure form. 15. Attach a copy of the most current balance sheet (assets and liabilities) for the BIDDER. 16. State the true and exact, correct, and complete name under which you do business. BIDDER is: By Seal (Signature) (Title) 17. Attach the corporate information sheet from the Florida Department of State, Division of Corporation s, web site. Sworn and subscribed to before me this day of, 20, in the State of, County of. Notary Public My Commission Expires: BID FORM

21 REQUIRED DISCLOSURE The following disclosure is of all material facts pertaining to any felony conviction or any pending felony charges in the last three (3) years in this State or any other state or the United States against (1) the Bidder, (2) any business entity related to or affiliated with the Bidder or (3) any present or former owner of the Bidder or of any such related or affiliated entity. This disclosure shall not apply to any person or entity which is only a stockholder, which person or entity owns twenty percent (20%) or less of the outstanding shares of the Bidder whose stock is publicly owned and traded: BID FORM

22 ATTACHMENT E DIRECT PURCHASE OF MATERIALS DATE: NAME OF BIDDER: BUSINESS ADDRESS: PHONE NUMBER: CONTRACTOR'S FL. LICENSE #: EXPIRATION DATE: PART 1 GENERAL 1.01 It is the intent of the City, being a tax exempt governmental entity, to save the sales tax on the major quantities of materials supplied for this project. PART 2 PRODUCTS Table of Potential Items to be Direct Purchased by the City: The table in Part 2 must be filled out in its entirety upon executed Notice of Award. Column A Column B Column C Column D Materials Contract Reduction *Material Invoice Sales Tax on Material For Potential Amount Amount Amount Direct Purchase (B + C) N/A BID FORM

23 * Invoices for the material shall be provided to the City. PART 3 EXECUTION 3.01 For bidding purposes and contract award, the Contractor shall bid the job as they normally would with sales tax included as part of their Bid. The Contractor shall act as the City s purchasing agent for the purchase of various items enumerated above and thus, the City shall be the buyer in such transactions and, being a tax exempt governmental entity, the purchase transaction shall be tax exempt. However, should the Florida Department of Revenue ultimately conclude that sales tax should have been paid; the City agrees to pay the sales taxes and ensure that the Contractor is not required to pay such taxes. The Contractor shall not be obligated to defend the City against the Florida Department of Revenue for any actions by the Department claiming that sales taxes are due to the State under this Contract. The Contractor shall be responsible to place the order for the material. The Work Order shall be issued by the City with the Contractor s terms and conditions. Goods shall not be subject to trade discounts. Agreement for the City to purchase to shall be formalized prior to purchase of goods. Shop drawings shall be sent to the Contractor from the Material Supplier for review, checking and coordination. After checking, the Contractor shall be responsible to forward the shop drawings to the ENGINEER for review. After review with the City, the ENGINEER shall return the shop drawings to Contractor to be returned to the Material Supplier. The Contractor shall be responsible to schedule the delivery time for the material. The Contractor shall be responsible to unload and to store the material until it is installed. The Contractor shall be responsible to provide and maintain Builders Risk Insurance on the material until the project is completed and accepted by the City. Invoices for the Material shall be submitted to the City, c/o Contractor. The Contractor shall forward the invoices to the ENGINEER. Once the ENGINEER has reviewed the invoice and the Contractor has confirmed delivery, this information shall then be forwarded to the City for payment. Payment shall be forwarded in accordance with Work Order Terms. A change order shall be negotiated that reduces the Contract Price by the amount of the material cost plus state sales tax credit (6%) and the local sales tax credit (one percent (1%) up to the first five thousand ($5,000). The Contractor shall include in his bid the handling costs, markup and profit that are associated with the installation/handling of the material. BID FORM

24 The Contractor agrees that the materials listed in Part 2 shall be added to or deleted from at the City s choosing. The Contractor shall include all costs of administering this direct purchase of material with their bid. BID FORM

25 The Contractor shall complete all activities and assume all liabilities that are normally involved in material purchase and installation. The only intent of this Section is for the City to purchase the material directly in order to save the sales tax monies. END OF SECTION BID FORM

26 SECTION MEASUREMENT AND PAYMENT PART 1 - GENERAL 1.01 DESCRIPTION A. This Section defines the method, which will be used to determine the quantities of work performed, or materials supplied and establish the basis upon which payment will be made ESTIMATED QUANTITIES A. Where quantities are shown they are approximate and are given only as a basis of calculation upon which the award of the Contract is to be made. The CITY does not assume any responsibility for the final quantities, nor shall CONTRACTOR claim misunderstanding because of such estimate of quantities. Final payment will be made only for the satisfactorily completed quantity of each item MEASUREMENT STANDARDS A. All work completed under the Contract shall be measured according to United States Standard Methods METHOD OF MEASUREMENT A. Measurement of Length: Unless otherwise specified for the particular items involved, all measurements of distance for items to be paid for on the basis of length shall be taken horizontally or vertically. B. Measurement of Area: In the measurement of items paid for on the basis of area of finished work, the lengths and/or widths to be used in the calculations shall be the actual dimensions measured along the surface of the completed work within the neat lines shown or designated. At intersections, the measurement used for length of side area will be measured from the outside edge of the width allowed along the main trench. C. Measurement of Weight of Asphaltic Concrete Materials: Measurements of the weight of Asphaltic Concrete Materials shall be made as provided in the latest edition of the Florida Department of Transportation, Standard Specifications for Road and Bridge construction, except that the CONTRACTOR shall be responsible for writing and certifying the accuracy of truck tally tickets PAYMENT A. Lump Sum Items: Where payment for items is shown to be paid for on a lump sum basis, no separate payment will be made for any item of work described herein and listed on the Bid Form required to complete the lump sum item. Measurement and Payment ITB-SW-09-11

27 B. Unit Price Items: Where payment for items is shown to be paid for on a unit price basis, separate payment will be made for the items of work described herein and listed on the Bid Form. Any related work not specifically listed, but required for satisfactory completion of the work, shall be considered to be included in the scope of the appropriate listed work items COSTS INCLUDED IN PAYMENT ITEMS A. No separate payment will be made for the following items and the cost of such work shall be included in the applicable pay items of work: 1. Construction Surveying 2. Clearing and grubbing 3. Trench excavation including necessary pavement removal, except as otherwise specified 4. Dewatering and disposal of surplus water 5. Structural fill, backfill and grading 6. Replacement of unpaved roadways, grass and shrubbery plots 7. Cleanup 8. Foundation and borrow materials, except as hereinafter specified 9. Testing and placing system in operation 10. Any material and equipment required to be installed and utilized for tests 11. Concrete encasement 12. Pipe, structures, pavement replacement, restoration and/or appurtenances included within the limits of lump sum work, unless otherwise shown 13. Maintaining the existing quality of service during construction 14. Maintaining or detouring of the traffic 15. Appurtenant work as required for a complete and operable system B. Cleanup: Contractor s attention is called to the fact that the cleanup is considered a part of the work of construction. No payment will be made until cleanup is essentially complete. C. Work Outside Authorized Limits: No payment will be made for work constructed outside the authorized limits of work APPLICATIONS FOR PAYMENT A. Applications for payment shall be prepared by the CONTRACTOR and submitted to the CITY in accordance with the schedule established by the Conditions of the Contract Documents and Agreement. B. Applications for payment shall be submitted in the number and format established by the CITY at the Pre-Construction Conference. The form shall be completely filled out and executed by an authorized representative of the CONTRACTOR. Supporting data such as schedules of stored materials, and appropriate releases of lien shall be attached to each copy of the application. Measurement and Payment ITB-SW-09-11

28 1.08 CHANGE ORDER PROCEDURE A. As defined in the General and Supplementary Conditions, a Change Order is a written order to the CONTRACTOR signed by the CITY authorizing an addition, deletion or revision in the Work, or an adjustment in the Contract Price or the Contract Time, which is issued after the execution of the Agreement. The following procedure shall be used in processing Change Orders: 1. For Additions to the Work: The CITY shall issue a written order to the CONTRACTOR directing him to accomplish the additional work. The CONTRACTOR shall review the order and if he feels that the additional work entitles him to additional payment or additional time, he may submit a Change Order as prescribed in the Conditions for the Contract. 2. For Deletions From the Work: The CITY shall issue a written order to the CONTRACTOR directing him to make the change. If the CITY feels that the Contract price should be reduced as a result of the change, the CITY shall make a claim for the reduction as provided in the Conditions for the Contract. PART 2 - PRODUCTS (NOT USED) PART 3 EXECUTION BID ITEMS Rae Drive (Bid Items No. 1 17) Bid Item No. 1 Mobilization Cost of the changes in the work shall be determined in accordance with the requirements spelled out in the Conditions of the Contract. A. Work includes: Preparatory work and operations in mobilizing for beginning work on the project, including, but not limited to, those operations necessary for the movement of personnel, equipment, supplies and incidentals to the project site, plus permits, bonds, insurance, and removal of equipment and cleanup and restoration of the site to a condition suitable for the original use. B. Unit of measurement is lump sum. C. Payment of this item shall be distributed as noted below: 1. 50% with the first payment application 2. 25% with the second payment application 3. 25% when the project is 80% complete Bid Item No. 2 - Preconstruction Video A. Work includes: Preconstruction documentation via videotaping plus all 35 mm color photographs necessary to pick up detail not easily visible or apparent on the videotape. B. Unit of measurement is lump sum. Measurement and Payment ITB-SW-09-11

29 C. Payment shall be at the Contract Lump Sum Price for the completed and accepted video. Bid Item No. 3 - Maintenance of Traffic A. Work includes: The construction and maintenance of any necessary detour facilities; the providing of necessary facilities for access to residences and businesses along the project; the furnishing, installation and maintenance of traffic control and safety devices during construction; daily inspections of the traffic control devices (including nighttime inspections); replacement of all equipment and devices found not to be conforming with approved standards during the inspection; the control of dust, and any other special requirements for safe and expeditious movement of traffic as may be called for on the plans. The term Maintenance of Traffic shall include all such facilities, devices, and operation as are required for the safety and convenience of the public as well as for minimizing public nuisance; all as required by the FDOT, the Engineer and the City. This work shall also consist of the removal of existing pavement markings necessary in order to implement traffic control, temporary signs, and the removal or relocation of existing signs in order to implement traffic control. This item also includes any adjustments necessary to the traffic control devices under emergency conditions. B. Unit of measurement is lump sum. C. Payment of this item shall be made under the following schedule: Percent of Original Contract Allowable Percent of the lump sum Price to be Amount Earned Paid Bid Item No. 4 Culvert Excavation A. Work Includes: Excavation (including removal and disposal of existing pipe culverts) and placement of backfill materials necessary for the construction. Also includes any examination(s) of the soils within these limits that the Contractor deems necessary to familiarize themselves with the conditions of the soils (depth, extent, character) and assess the conditions under which the contract work is to be performed. Includes disposal of unsuitable material or surplus excavated material. B. Unit of measurement is Lump Sum. Bid Item No. 5- Erosion and Sediment Control A. Work includes: Preparation and implementation of stormwater pollution prevention control plan, including monitoring, inspecting, and reporting, providing erosion and sediment control measures, preparing and filing EPS NPDES NOI and NOT forms, and providing required contractor certifications. Installation and maintenance of silt fence per FDOT Index No Removal of silt Measurement and Payment ITB-SW-09-11

30 fence is also included in the work. B. Unit of measurement is lump sum. Bid Item No. 6 - Removal and Replacement of Asphalt Pavement A. Work includes: Removal and disposal of existing asphalt pavement as shown on the drawings. Installation and compaction of sub-base, base and asphalt pavement, as shown on the drawings. B. Unit of measurement is lineal foot of asphalt pavement removed and replaced, as measured along the roadway centerline C. Payment shall be at the Contract Unit Price for asphalt pavement removed and replaced. Bid Item No. 7- Type C Inlet (<10 ) A. Work Includes: Excavation, dewatering, precast inlet base, inlet top, backfilling, connections, interior and exterior coatings, and testing. B. Unit of measurement is each. The depth of inlets will be measured from the flow line of the culvert to the top of the inlet, and payment will be made in accordance with the type and depth of each inlet. Bid Item No. 8 - Precast Concrete Box (9 x 8 ) A. Work Includes: All work specified in Section 03400, including the placement of the special bedding material, graded forms, sealing hoses, preformed plastic gasket material, filter fabric material, attachment of the filter fabric, and restraining devices when required. B. Unit of measurement is in feet. The quantity to be paid for will be the length, in feet, installed in place, completed and accepted, measured along the centerline of the structure, from end to end with proper deduction in length for cast-in-place headwalls, wingwalls and cut-off walls or other cast-in-place sections. As an exception to the deduction in length requirement, short cast-in-place sections which are used in lieu of standard field joints as specified in Section will not be deducted. Measurement for multiple barrel precast box culvert installations will be the total of measurements along each barrel. Bid Item No. 9 Concrete Class I, Endwalls A. Work Includes: Survey, layout, excavation, dewatering, pipeline installation, wrapping pipe joints with filter fabric, disposal of unsuitable or excess material, backfill, replacement of existing structures such as signs or fences encountered, compaction, testing (including leakage tests). B. Unit of measurement is linear feet. The depth of each run of pipe between structures will be determined by measuring at the upstream and downstream ends of the pipe the depth from the invert of the pipe to the top of the rim of the manhole or inlet, and dividing by two. Payment will be made in accordance with the diameter, depth, and linear feet of Measurement and Payment ITB-SW-09-11

31 pipeline installed. Bid Item No. 10 HDPE Pipe 15 A. Work Includes: Excavation, backfilling including material, compaction, disposal of surplus material, and clearing and grubbing as required and other work as necessary to complete the placement of the 15 HDPE pipe. B. Unit of measurement is linear feet. The 15 HDPE pipe to be paid for will be plan quantity, in place and accepted. The plan quantity will be determined from the inside wall of the structure as shown on the plans, or from one end of the pipe and measured along the centerline of the pipe. Bid Item No Mitered End Section 15 A. Work Includes: Forming, placing, curing, reinforcement, bar grates (if required on plans). B. Unit of measurement is each. Bid Item No. 12 Rock Channel (Riprap) 24 A. Work Includes: Providing, placing, compacting rock riprap. B. Furnishing, placing and sewing or overlapping the geotextile filter fabric. C. Unit of measurement is CYD. Bid Item No Grading A. Work Includes: Finish grading (to uniform smooth surface, positive drainage), filling depressions, dressing with suitable topsoil. B. Unit of measurement is Square yards. Bid Item No Sodding A. Work Includes: Soil preparation, sod installation, sanding joints, fertilizing, watering, and mowing. B. Unit of measurement is square yards. The quantity of sodding shown on the Bid Form is generally based on grassing the areas of construction. Should the Contractor disturb more areas for his convenience (construction access and stockpiling), then the Contractor shall restore (including grassing) these areas at no additional cost to the Owner. Bid Item No. 15 Guard Rail A. Work Includes: Furnishing layout placing, cleaning, disposal of surplus materials and all associated work. B. Unit of measurement is linear feet and according to Plan. Measurement and Payment ITB-SW-09-11

32 Bid Item No HDPE Pep Line A. Work Includes: Furnishing of materials, excavation, directional drill or place in open excavation if proved viable; back filling, compacting, disposal of surplus materials, cleaning, grubbing as required, and all associated work necessary to complete the placement of the HDPE pipes. All necessary testing required by the City of Palm Coast Utility Department shall also be included. B. Unit of measurement is linear feet to be determined by site condition. Bid Item No HDPE Pep Line A. Work Includes: Furnishing of materials, excavation, directional drill or place in open excavation if proved viable; back filling, compacting, disposal of surplus materials, cleaning, grubbing as required, and all associated work necessary to complete the placement of the HDPE pipes. All necessary testing required by the City of Palm Coast Utility Department shall also be included. B. Unit of measurement is in linear feet to be determined by site condition. Riviera Drive (Bid Items No ) Bid Item No. 18 Mobilization A. Work includes: Preparatory work and operations in mobilizing for beginning work on the project, including, but not limited to, those operations necessary for the movement of personnel, equipment, supplies and incidentals to the project site, plus permits, bonds, insurance, and removal of equipment and cleanup and restoration of the site to a condition suitable for the original use. B. Unit of measurement is lump sum. C. Payment of this item shall be distributed as noted below: 1. 50% with the first payment application 2. 25% with the second payment application 3. 25% when the project is 80% complete Bid Item No Preconstruction Video A. Work includes: Preconstruction documentation via videotaping plus all 35 mm color photographs necessary to pick up detail not easily visible or apparent on the videotape. B. Unit of measurement is lump sum. C. Payment shall be at the Contract Lump Sum Price for the completed and accepted video. Measurement and Payment ITB-SW-09-11

33 Bid Item No Maintenance of Traffic A. Work includes: The construction and maintenance of any necessary detour facilities; the providing of necessary facilities for access to residences and businesses along the project; the furnishing, installation and maintenance of traffic control and safety devices during construction; daily inspections of the traffic control devices (including nighttime inspections); replacement of all equipment and devices found not to be conforming with approved standards during the inspection; the control of dust, and any other special requirements for safe and expeditious movement of traffic as may be called for on the plans. The term Maintenance of Traffic shall include all such facilities, devices, and operation as are required for the safety and convenience of the public as well as for minimizing public nuisance; all as required by the FDOT, the Engineer and the City. This work shall also consist of the removal of existing pavement markings necessary in order to implement traffic control, temporary signs, and the removal or relocation of existing signs in order to implement traffic control. This item also includes any adjustments necessary to the traffic control devices under emergency conditions. B. Unit of measurement is lump sum. C. Payment of this item shall be made under the following schedule: Percent of Original Contract Allowable Percent of the lump sum Price to be Amount Earned Paid Bid Item No. 21 Culvert Excavation A. Work Includes: Excavation (including removal and disposal of existing pipe culverts) and placement of backfill materials necessary for the construction. Also includes any examination(s) of the soils within these limits that the Contractor deems necessary to familiarize themselves with the conditions of the soils (depth, extent, character) and assess the conditions under which the contract work is to be performed. Includes disposal of unsuitable material or surplus excavated material. B. Unit of measurement is Lump Sum. Bid Item No. 22- Erosion and Sediment Control A. Work includes: Preparation and implementation of stormwater pollution prevention control plan, including monitoring, inspecting, and reporting, providing erosion and sediment control measures, preparing and filing EPS NPDES NOI and NOT forms, and providing required contractor certifications. Installation and maintenance of silt fence per FDOT Index No Removal of silt fence is also included in the work. B. Unit of measurement is lump sum. Measurement and Payment ITB-SW-09-11

34 Bid Item No Removal and Replacement of Asphalt Pavement A. Work includes: Removal and disposal of existing asphalt pavement as shown on the drawings. Installation and compaction of sub-base, base and asphalt pavement, as shown on the drawings. B. Unit of measurement is lineal foot of asphalt pavement removed and replaced, as measured along the roadway centerline C. Payment shall be at the Contract Unit Price for asphalt pavement removed and replaced. Bid Item No. 24- Type C Inlet (<10 ) A. Work Includes: Excavation, dewatering, precast inlet base, inlet top, backfilling, connections, interior and exterior coatings, and testing. B. Unit of measurement is each. The depth of inlets will be measured from the flow line of the culvert to the top of the inlet, and payment will be made in accordance with the type and depth of each inlet. Bid Item No Precast Concrete Box (8 x 7 ) A. Work Includes: All work specified in Section 03400, including the placement of the special bedding material, graded forms, sealing hoses, preformed plastic gasket material, filter fabric material, attachment of the filter fabric, and restraining devices when required. B. Unit of measurement is in feet. The quantity to be paid for will be the length, in feet, installed in place, completed and accepted, measured along the centerline of the structure, from end to end with proper deduction in length for cast-in-place headwalls, wingwalls and cut-off walls or other cast-in-place sections. As an exception to the deduction in length requirement, short cast-in-place sections which are used in lieu of standard field joints as specified in Section will not be deducted. Measurement for multiple barrel precast box culvert installations will be the total of measurements along each barrel. Bid Item No. 26 Concrete Class I, Endwalls A. Work Includes: Survey, layout, excavation, dewatering, pipeline installation, wrapping pipe joints with filter fabric, disposal of unsuitable or excess material, backfill, replacement of existing structures such as signs or fences encountered, compaction, testing (including leakage tests). B. Unit of measurement is linear feet. The depth of each run of pipe between structures will be determined by measuring at the upstream and downstream ends of the pipe the depth from the invert of the pipe to the top of the rim of the manhole or inlet, and dividing by two. Payment will be made in accordance with the diameter, depth, and linear feet of pipeline installed. Measurement and Payment ITB-SW-09-11

35 Bid Item No. 27 HDPE Pipe 15 A. Work Includes: Excavation, backfilling including material, compaction, disposal of surplus material, and clearing and grubbing as required and other work as necessary to complete the placement of the 15 HDPE pipe. B. Unit of measurement is linear feet. The 15 HDPE pipe to be paid for will be plan quantity, in place and accepted. The plan quantity will be determined from the inside wall of the structure as shown on the plans, or from one end of the pipe and measured along the centerline of the pipe. Bid Item No. 28 HDPE Pipe 24 A. Work Includes: Excavation, backfilling including material, compaction, disposal of surplus material, and clearing and grubbing as required and other work as necessary to complete the placement of the 24 HDPE pipe. B. Unit of measurement is linear feet. The 24 HDPE pipe to be paid for will be plan quantity, in place and accepted. The plan quantity will be determined from the inside wall of the structure as shown on the plans, or from one end of the pipe and measured along the centerline of the pipe. Bid Item No. 29 Concrete Mitered End Section 15 A. Work Includes: Forming, placing, curing, reinforcement, bar grates (if required on plans). B. Unit of measurement is each. Bid Item No. 30 Concrete Mitered End Section 24 A. Work Includes: Forming, placing, curing, reinforcement, bar grates (if required on plans). B. Unit of measurement is each. Bid Item No. 31 Rock Channel (Riprap) 24 A. Work Includes: Providing, placing, compacting rock riprap. B. Furnishing, placing and sewing or overlapping the geotextile filter fabric. C. Unit of measurement is Square Yards. Bid Item No Grading A. Work Includes: Finish grading (to uniform smooth surface, positive drainage), filling depressions, dressing with suitable topsoil. B. Unit of measurement is Square Yards. Measurement and Payment ITB-SW-09-11

36 Bid Item No Sodding A. Work Includes: Soil preparation, sod installation, sanding joints, fertilizing, watering, and mowing. B. Unit of measurement is square yards. The quantity of sodding shown on the Bid Form is generally based on grassing the areas of construction. Should the Contractor disturb more areas for his convenience (construction access and stockpiling), then the Contractor shall restore (including grassing) these areas at no additional cost to the Owner. Bid Item No. 34 Guard Rail A. Work Includes: Furnishing layout placing, cleaning, disposal of surplus materials and all associated work. B. Unit of measurement is linear feet and according to Plan. Bid Item No HDPE Pep Line A. Work Includes: Furnishing of materials, excavation, directional drill or place in open excavation if proved viable; back filling, compacting, disposal of surplus materials, cleaning, grubbing as required, and all associated work necessary to complete the placement of the HDPE pipes. All necessary testing required by the City of Palm Coast Utility Department shall also be included. B. Unit of measurement is linear feet to be determined by site condition. Bid Item No HDPE Pep Line A. Work Includes: Furnishing of materials, excavation, directional drill or place in open excavation if proved viable; back filling, compacting, disposal of surplus materials, cleaning, grubbing as required, and all associated work necessary to complete the placement of the HDPE pipes. All necessary testing required by the City of Palm Coast Utility Department shall also be included. B. Unit of measurement is in linear feet to be determined by site condition. Bid Item No. 37 Indemnification Payment. Payment of the applicable lump sum price will be made for providing indemnification (as called out within the Section General Terms and Conditions, Article 26.) END OF SECTION Measurement and Payment ITB-SW-09-11