ALL BIDDERS BE ADVISED OF THE FOLLOWING CHANGES TO THE ABOVE REFERENCED PROJECT AS LISTED BELOW:

Size: px
Start display at page:

Download "ALL BIDDERS BE ADVISED OF THE FOLLOWING CHANGES TO THE ABOVE REFERENCED PROJECT AS LISTED BELOW:"

Transcription

1 CITY OF HOLLYWOOD DEPARTMENT OF PUBLIC UTILITIES ENGINEERING & CONSTRUCTION SERVICES DIVISION 1621 N. 14 th Avenue Hollywood, FL Phone (954) Fax (954) ADDENDUM NUMBER 1 Date: March 23, 2017 FOR: Davie Road Extension Water Main Replacement FILE NUMBER: ALL BIDDERS BE ADVISED OF THE FOLLOWING CHANGES TO THE ABOVE REFERENCED PROJECT AS LISTED BELOW: This addendum is issued as part of the Bidding Documents for the above described project. The changes incorporated in this addendum shall be considered as a part of the documents and shall supersede, amend, add to, clarify, or subtract from those conditions shown in the original documents dated March 21, The bidder shall coordinate all modifications herein with all trades and disciplines related to the work. The Bidder shall acknowledge receipt of this addendum on the Bid Form by addendum number and date. Failure to do so may subject Bidder to disqualification. Item 1: Pre-Bid Meeting Minutes & Attendance Record See attached pre-bid meeting minutes and attendance record. Item 2: Revised Proposal Bid Form Line item #26 of the Proposal Bid Form was revised. The entire Bid Form is attached. Bids not submitted on this revised bid form will be disqualified. Item 3: Revised Basis of Payment The Basis of Payment for line item # 26 was revised. The entire Basis of Payment is attached. Bids not submitted with this revision will be disqualified. 1

2

3 CITY OF HOLLYWOOD Department of Public Utilities Engineering & Construction Services Division Davie Road Extension - Water Main Replacement Project No Pre-Bid Conference Meeting Minutes 10:00 AM Tuesday, March 21st, Project Scope: The work to be performed involves the replacement of approximately 6,600 linear feet of water main and service connections, addition of fire hydrants, and reconnections to existing City water mains together with the restoration of pavement and sidewalks all to be installed within the project area generally located in the north bound lane of Davie Road Extension starting east of University Drive and ending at Allen Street in the City of Hollywood. This project also includes the removal of existing water lines from the Right-of-Way, water service lines, tapping sleeves, fire hydrants, asphalt restorations, and all work as required for a complete operational water main replacement project. 2. All attendees to sign the attached sign-in sheet and provide address so as to be ed the addendum. 3. All contractor questions and requests for clarification will be submitted to Public Utilities in writing to project manager (Vernal Sibble, P.E., at vsibble@hollywoodfl.org, ) no later than 4:00 PM on March 28 th, Gary Tenn (Craven Thompson & Associates) the Consultant who designed this water main project station will be provided clarifications and answered contractor technical questions. 5. Substitution of material is not permitted for material where the specifications say no substitutions. 6. The City estimate budget for construction of this project minus the contingency of this project is $1,000, The Bid Package must include the Bid Guaranty (10% of bid), the addendum, and trench safety form. Two original Bid Packages are due April 6 th, 2017 at 10:00 AM at City Clerk s Office at City Hall, 2600 Hollywood Blvd., Room 221, Hollywood, Florida. Bids will be opened at the Department of Public Utilities, Engineering and Construction Division, 1621 N. 14 th Avenue, Building A afterwards. 8. The addendum will include a response to all written questions submitted by contractors. ALL INQUIRES MUST BE RECEIVED, IN WRITING, BY THE CITY OF HOLLYWOOD NO LATER THAN 4:00 P.M., March 28, In the event an addendum modifies the Pre-Bid Meeting Minutes

4 Bid Form, the Contractor must use the latest revision of the bid form to submit their bid. The City will reject bids not submitted on the latest revised bid form. 9. The Contractor must call the City s Building Department for all Building Permit required inspections. The Engineering Construction Services Division (ECSD) inspector s normal work hours are 7:30-4:00 M-F, If contractor performs work requiring City Inspections outside of normal hours, the Contractor shall pay the ECSD inspector OT cost. 10. Basis of Payment, Section must be used with bid form for clarification: Item 1 Mobilization / Demobilization Item 2, 3, 4 Furnish and Install DIP Pipe Item 5 Furnish and Install 2" Water Service (Within R/W) Item 6 Furnish and Install (4" -8") Fire Line Connection (DIP) Item 7 Furnish and Install (6" and greater) Cut in Connections to Existing Water Main Item 8 Furnish and Install Fire Hydrant Assembly (Within R/W) Item 9 Remove and Deliver Existing Fire Hydrant to City Item Furnish and Install Tee Item 14, 15 Furnish and Install Tapping Sleeve and Valve Item 16, 17 Furnish and Install Reducer Item Furnish and Install Gate Valve Item Furnish and Install Cap and Blow Off Item 25 Remove and Dispose of 8" Water Main Item 26 Furnish and Place Asphalt Pavement over trench (2 SP-12.5 Asphalt in single lift, Flush with Existing Pavement) and Temporary Pavement Markings After Trench Restoration (Excluding water service trenches) Item 27 Furnish and Install Concrete Sidewalk (Allowance) Item 28 Furnish and Install Pavement Marking and Signage Item 29 Maintenance of Traffic (MOT) Item 30 Owner s Contingency (Water Main) Item 31 Consideration for Indemnification Item 32 Permit, Licenses, Fee and Material Testing Allowance Item 33 Furnish and Install Line Stop 11. The project is to be substantially complete within 90-calendar days of notice to proceed with liquidated damages $2,000/day. The NTP will be issued at the pre-construction meeting. 12. If during execution of this project the contractor damages landscaping, existing utilities, fences, driveways, foundations, concrete, etc; the contractor will be required to replace/repair these items at no additional cost to the City. 13. Following this meeting it was recommended that the contractors visit the site to observe the existing conditions Pre-Bid Meeting Minutes

5 Questions from Contractor: A. Bids are due at the City Clerk s Office, 2600 Hollywood Blvd., Room 221 before 10:00 am on Thursday, April 6, B. What are the MOT limitations? REPLY: It is the CONTRACTOR s responsibility to have MOT plans reviewed and approved by the Broward County Highway Construction and Engineering Division and the City of Hollywood. The Broward County Transit Authority and Hollywood s EMS will need to be noticed also. C. Are there permits issued for this project? REPLY: The CONTRACTOR will be responsible for obtaining the City of Hollywood Building Department permit. The Broward County Highway Construction and Engineering Division permit and the Broward County Health Department permits as part of this addendum. D. Will the Broward County Highway Construction and Engineering Division cash security amount paid through Line Item 32? REPLY: No. The CONTRACTOR will be responsible for posting the cash security for the Broward County Highway Construction and Engineering Division permit. Line Item 32 will be utilized, at the discretion and the approval of the City, to pay other fees and testing fees related to the performance of the project. E. Is removal of sidewalk included with Line Item 27? REPLY: Yes. Refer to the Basis of Payment for this Line Item. F. Can the existing pipe be grouted and left in place once taken out of service? REPLY: No. The existing pipe must be removed from the Broward County Rightof-Way once taken out of service. G. Clarify asphalt replacement? REPLY: The asphalt replacement Line Item 26 has been revised and is enclosed with this Addendum #1. The unit of measurement is changed to Linear Feet from square yards and is measured along the length of the replacement pipe that is located under pavement. H. Is night work allowed? REPLY: The CONTRACTOR will require City approval for work outside normal hours. Overtime pay to City personnel will be required for night time work. Pre-Bid Meeting Minutes

6 I. Are there minority goals required for this project? REPLY: There are no minority goals for this project. J. Expand on Public Outreach? REPLY: It is the responsibility of the CONTRACTOR to schedule and perform in such a manner as to result in the least possible disruption to the public s use of the roadways, driveways, parking areas, and utilities. Public Outreach means timely and appropriately notifying the residents, schools, commercial businesses and other users of the public roadways that will have their normal routine disrupted by construction. ADDITIONAL NOTES: 1. Please see pre-bid meeting attendance list attached. 2. The City has changed the requirement for new meter boxes. Please see attached quazite meter box which has replaced concrete meter boxes in the City. 3. The lead inspector on this project will be the Broward County Highway Construction and Engineering Division Inspector. City of Hollywood Inspector will verify compliance with City of Hollywood Standards. 4. The CONTRACTOR must be fully aware of the City of Hollywood s as-built requirements and the digital (Autocadd) record drawing requirements as contained in Appendix C, and must provide full compliance with these requirements. 5. CONTRACTOR will be required to coordinate with the various school principals prior to the commencement of any work that may affect school activities and/or operations. Project work schedule must facilitate the school operations. Pre-Bid Meeting Minutes

7

8

9

10

11

12

13 Project No SECTION CITY OF HOLLYWOOD DEPARTMENT OF PUBLIC UTILITIES ENGINEERING & CONSTRUCTION DIVISION PROPOSAL BID FORM Project Name: Davie Road Extension Water Main Replacement Project No.: If this Proposal is accepted, the undersigned Bidder agrees to complete all work under this contract within 90 calendar days following the issuance of the Notice to Proceed. UNIT PRICE PREVAILS OVER TOTAL PRICE. All entries on this form must be typed or written in block form in ink. Quantities provided are for information purposes. BASE BID: WATER MAIN REPLACEMENT BID ITEMS No. Description Qty. Unit Unit Price Total 1 Mobilization (60%) / Demobilization (40%) 1 LS 2 Furnish and Install 12 DIP Pipe 6,600 LF 3 Furnish and Install 8" DIP Pipe 250 LF 4 Furnish and Install 4" DIP Pipe 40 LF 5 Furnish and Install 2" Water Service (Within R/W) 6 EA 6 Furnish and Install (4" -8") Fire Line Connection (DIP) 4 EA 7 Furnish and Install (6" and greater) Cut in Connections to Existing Water Main 10 EA 8 Furnish and Install Fire Hydrant Assembly (Within R/W). 11 EA 9 Remove and Deliver Existing Fire Hydrant to City 6 EA 10 Furnish and Install 12" x12" Tee 2 EA 11 Furnish and Install 12 x 8 Tee 5 EA 12 Furnish and Install 12" x 6" Tee 6 EA

14 Project No SECTION CITY OF HOLLYWOOD DEPARTMENT OF PUBLIC UTILITIES ENGINEERING & CONSTRUCTION DIVISION PROPOSAL BID FORM 13 Furnish and Install 12 x 4 Tee 2 EA 14 Furnish and Install 12" x 12" Tapping Sleeve and 12" Valve 1 EA 15 Furnish and Install 8" x 8" Tapping Sleeve and 8" Valve 1 EA 16 Furnish and Install 12" x 8" Reducer 2 EA 17 Furnish and Install 8" x 6" Reducer 2 EA 18 Furnish and Install 12 Gate Valve 13 EA 19 Furnish and Install 8 Gate Valve 8 EA 20 Furnish and Install 6 Gate Valve 5 EA 21 Furnish and Install 4 Gate Valve 2 EA 22 Furnish and Install 12 Cap and Blow Off 2 EA 23 Furnish and Install 8 Cap and Blow Off 2 EA 24 Furnish and Install 6 Cap and Blow Off 2 EA 25 Remove and Dispose of 8" Water Main 6,600 LF SUBTOTAL WATER MAIN REPLACEMENT PAY ITEMS:

15 Project No SECTION CITY OF HOLLYWOOD DEPARTMENT OF PUBLIC UTILITIES ENGINEERING & CONSTRUCTION DIVISION PROPOSAL BID FORM GENERAL PAY ITEMS 26 Furnish and Place Asphalt Pavement (2 SP-12.5 Asphalt in single lift, Flush with Existing Pavement) and Temporary Pavement Markings After Trench Restoration (Per Linear Foot of Pipe) (Excluding water service trenches) 6,600 LF 27 Furnish and Install Concrete Sidewalk (Allowance) 1,500 SY 28 Furnish and Install Pavement Marking and Signage 1 LS 29 Maintenance of Traffic (MOT) 1 LS 30 Owner s Contingency (Water Main) 1 LS $150, $150, Consideration for Indemnification 1 LS $10.00 $ Permit, Licenses, Fee and Material Testing Allowance 1 AL $100, $100, Furnish and Install Line Stop 1 AL $30, $30, SUBTOTAL GENERAL PAY ITEMS: BASE BID TOTAL FOR COMPLETE PROJECT TOTAL BASE BID IN WRITING COMPANY NAME: NOTES: 1. SUBSTANTIAL COMPLETION TIME AND PROJECT CLOSEOUT TIME FOR THE CONTRACT SHALL BE AS DEFINED IN THE PROJECT SCHEDULE IN THE SUPPLEMENTARY GENERAL CONDITIONS (SGC S). 2. QUANTITIES PROVIDED ARE FOR INFORMATION PURPOSES. FULL DESCRIPTION OF THE PAY ITEMS ARE PROVIDED IN SECTION "BASIS OF PAYMENT" 3. ALL CONTRACTORS WISHING TO SUBMIT A BID FOR THIS PROJECT MUST VISIT THE SITE. MEANS AND METHODS ARE THE CONTRACTOR'S SOLE RESPONSIBILITY. NO ADDITIONAL COMPENSATION WILL BE CONSIDERED FOR THE ABOVE-MENTIONED ITEMS. Addendum No

16 SECTION BASIS OF PAYMENT PART 1 -- GENERAL 1.01 GENERAL A. Payments to the CONTRACTOR shall be made on the basis of the Proposal bid items as full and complete payment for furnishing all materials, labor, tools and equipment, and for performing all operations necessary to complete the work included in the Contract Documents. Such compensation shall also include payments for any loss or damages arising directly or indirectly from the work, or from any discrepancies between the actual quantities of work and those shown in the Contract Documents, or from any unforeseen difficulties which may be encountered during the prosecution of the work until the final acceptance by the CITY. B. The prices stated in the proposal include all costs and expenses for taxes, labor, equipment, materials, commissions, transportation charges and expenses, patent fees and royalties, labor for handling materials during inspection, together with any and all other costs and expenses for performing and completing the work as shown on the plans and specified herein. The Basis of Payment for an item at the price shown in the Proposal shall be in accordance with its description of the item in this Section and as related to the work specified and as shown on the Drawings. Unit prices where used will be applied to the actual quantities furnished and installed in conformance with the Contract Documents. C. The CONTRACTOR'S attention is called to the fact that the quotations for the various items of work are intended to establish a total price for completing the work in its entirety. Should the CONTRACTOR feel that the cost of any item of work has not been established by the Proposal or Basis of Payment, he shall include the cost for that work in the bid form Item most closely associated with that work so that his proposal for the project does reflect his total price for completing the work in its entirety MEASUREMENT A. The quantities for payment under this Contract shall be determined by actual measurement of the completed items, in place, ready for service and accepted by the CITY, in accordance with the Schedule of Payment Values as described in Section 01300, unless otherwise specified. A representative of the CONTRACTOR shall witness all field measurements PAYMENT ITEMS Item No. 1 - Mobilization (60%)/ Demobilization (40%): The lump sum price bid for this item shall be full compensation for all mobilization and demobilization activities, including but not limited to bonds, insurance, project meetings, preparation of submittals including schedules and as-builts, permit packages, and others, temporary facilities and offices, safety equipment and first aid supplies, project signs, field surveys, sanitary and other facilities required by the specifications, audio-video documentation of the existing site, any space required for staging, laydown, storage, City of Hollywood Project No CTA Project No Water Main Replacement Program (Davie Road Extension)

17 parking, finish grading, site clearing, locating and protecting all existing utilities per approved Contract Documents and all other activities necessary to prepare, execute and complete the contract work. This payment item amount shall not exceed 5% of the sum of bid Items No. 2 through 29. Any amounts in excess of 5% shall be applied to the Maintenance of Traffic Line Item in the Proposal Bid Form. Payment for this line item will be made in equal installments over four (4) months. Items No Furnish and Install DIP Water Main Pipes and D.I.Fittings: 2: F&I 12 DIP WM Pipe and D.I. Fitting 3: F&I 8 DIP WM Pipe and D.I. Fitting 4: F&I 4 DIP WM Pipe and D.I. Fitting Payment for all labor, equipment, materials, delivery, testing and commissioning for all work necessary and required to install new DIP pipe with D.I. fittings (polyethylene encasement) for proposed water main made at unit price per linear foot, per the approved Contract Documents including all cut-in connections to existing pipes 4 inches and less in diameter. This work shall include but not be limited to DIP pipe and all D.I. fittings, (offsets, bends, 11-1/4, 22-1/2, 45, 90 degrees) appurtenances, polyethylene encasement, restraint joints, full restoration and clean up, Survey, as-built documentation in hardcopy and electronic form (PDF and AutoCAD) to City Standards, clearing and grubbing, locating and protecting all existing utilities, preparation and submittal of shop drawings, installing storm water pollution prevention devices, dewatering, dewatering permitting and fees, cutin connections to pipe sizes 4 and less, trench excavation, shoring, removal and disposal of unsuitable/excess fill, backfilling, bedding, 12 type B stabilized subgrade, 18 lime rock base compaction, water system testing and disinfection (sampling points, etc.), trench restoration, sodding, landscaping, tree protection, tree removal and replacement, swale restoration, grading and re-grading, driveway restoration of various material (pavers, stamped concrete, brick, specialty materials, etc.), concrete sidewalk, curb and gutter removal and replacement, removal and disposal of asphalt pavement, and restoration of any other affected areas to an equal or better condition. Item No. 5 - Furnish and Install 2 Water Service Connection (Within Public Right of Way): Payment for all labor, equipment, materials, delivery, testing, installation and commissioning of all work necessary and required for water service connection within public Right of Way from the Right of Way line to the proposed water main, each, per the approved Contract Documents. This work shall include but not be limited to cutting and capping of existing service lines to be abandoned, 2 HDPE tubing, 2 gate valves (NIBCO T113 LF) and all appurtenances, full restoration and clean up, Survey, as-built documentation in hardcopy and electronic form (PDF and AutoCAD), clearing and grubbing, locating and protecting all existing utilities, preparation and submittal of shop drawings, installing storm water pollution prevention devices, trench excavation, removal and disposal of unsuitable/excess fill, backfilling, flowable fill, City of Hollywood Project No CTA Project No Water Main Replacement Program (Davie Road Extension)

18 compaction, water system testing, trench restoration, sodding, landscaping, tree protection, tree removal and replacement, swale restoration, grading and re-grading, driveway restoration of various material (pavers, stamped concrete, brick, specialty materials, etc.), concrete sidewalk, curb and gutter removal and replacement, removal and disposal of asphalt pavement, and restoration of any other affected areas to an equal or better condition. Items No. 6 - Furnish and Install (4-8 ) Fire Line Connection: Payment for all labor, equipment, materials, delivery, testing and commissioning for all work necessary and required to install new D.I. pipe with D.I. fittings (polyethylene encasement) for proposed fire line reconnections (excluding fire hydrant connecting pipes), each, per the approved Contract Documents. This work shall include but not be limited to D.I. pipe and all D.I. fittings, appurtenances (bends, valves, tees, break joints, etc.), polyethylene encasement, restraint joints, full restoration and clean up, Survey, as-built documentation in hardcopy and electronic form (PDF and AutoCAD), clearing and grubbing, locating and protecting all existing utilities, preparation and submittal of shop drawings, installing storm water pollution prevention devices, dewatering, dewatering permitting and fees, trench excavation, shoring, removal and disposal of unsuitable / excess fill, backfilling, bedding, 12 type B stabilized subgrade, 18 lime rock base compaction, water system testing and disinfection (sampling points, etc.), trench restoration, sodding, landscaping, tree protection, tree removal and replacement, swale restoration, grading and re-grading, driveway restoration of various material (pavers, stamped concrete, brick, specialty materials, etc.), concrete sidewalk, curb and gutter removal and replacement, removal and disposal of asphalt pavement, and restoration of any other affected areas to an equal or better condition. Item No. 7 - Furnish and Install (6-inch and Greater) Cut-in Connections to Existing Water Mains: Payment for all labor, equipment, materials, delivery, testing, and commissioning for all work necessary and required to make cutting in connections to existing water mains of pipe sizes 6 inches and larger diameter of various pipe materials, each, per the approved Contract Documents. Cut-in connections of pipe sizes 4 and less are included in the pipeline items. This work shall include but not be limited to coordination with the CITY to make cutting in connections for temporary system deactivation, notifying affected property owners/occupants, full restoration and clean up, Survey, asbuilt documentation in hardcopy and electronic form (PDF and AutoCAD), clearing and grubbing, locating and protecting all existing utilities, preparation and submittal of shop drawings, installing storm water pollution prevention devices, dewatering, dewatering permitting and fees, trench excavation, shoring, removal and disposal of unsuitable/excess fill, backfilling, bedding, 12 type B stabilized subgrade, 18 lime rock base compaction, water system testing and disinfection (sampling points, etc.), trench restoration, sodding, landscaping, tree protection, tree removal and replacement, swale restoration, grading and re-grading, driveway restoration of various material (pavers, City of Hollywood Project No CTA Project No Water Main Replacement Program (Davie Road Extension)

19 stamped concrete, brick, specialty materials, etc.), concrete sidewalk, curb and gutter removal and replacement, removal and disposal of asphalt pavement, and restoration of any other affected areas to an equal or better condition. Item No. 8 - Furnish and Install Fire Hydrant Assembly (Within Public Right of Way): Payment for all labor, equipment, materials, delivery, testing and commissioning for all work necessary and required for a complete fire hydrant installation and connection within public Right of Way from the Right of Way line to the proposed water main, each, per the approved Contract Documents. This work shall include but not be limited to fire hydrant (5-1 / 4 ) assembly, 6 D.I. pipe with D.I. fittings, appurtenances (bends, valves, tees, offsets, break joints, etc.), polyethylene encasement, restraint joints, concrete slabs, bollards, blue reflective pavement markers (RPM), full restoration and clean up, Survey, as-built documentation in hardcopy and electronic form (PDF and AutoCAD), clearing and grubbing, locating and protecting all existing utilities, preparation and submittal of shop drawings, installing storm water pollution prevention devices, dewatering, trench excavation, removal and disposal of unsuitable/excess fill, backfilling, bedding, 12 type B stabilized subgrade, 18 lime rock base, compaction, water system testing and disinfection (sampling points, etc.), trench restoration, sodding, landscaping, tree protection, tree removal and replacement, swale restoration, grading and re-grading, driveway restoration of various material (pavers, stamped concrete, brick, specialty materials, etc.), concrete sidewalk, curb and gutter removal and replacement, removal and disposal of asphalt pavement, and restoration of any other affected areas to an equal or better condition. Item No. 9 - Fire Hydrant Removal & Delivery to City: Payment for all labor, equipment, removal and delivery of existing fire hydrants to a location within CITY limits to be determined by the CITY and all work necessary for a complete fire hydrant removal within the project limits at the unit price each. This work shall include but not be limited to restoration and clean up, Survey, as-built documentation in hardcopy and electronic form (PDF and AutoCAD), clearing and grubbing, locating and protecting all existing utilities, installing storm water pollution prevention devices, trench excavation, removal and disposal of unsuitable/excess fill, backfilling, bedding, 12 type B stabilized subgrade, 18 lime rock base, compaction, trench restoration, sodding, landscaping, tree protection, tree removal and replacement, swale restoration, grading and re-grading, driveway restoration of various material (pavers, stamped concrete, brick, specialty materials, etc.), concrete sidewalk, curb and gutter removal and replacement, removal and disposal of asphalt pavement and restoration of any other affected areas to an equal or better condition. Items No Furnish and Install D.I. Tees: 10: 12 x12 Tee 11: 12 x 8 Tee 12: 12 x 6 Tee 13: 12 x 4 Tee City of Hollywood Project No CTA Project No Water Main Replacement Program (Davie Road Extension)

20 Payment for all labor, equipment, materials, delivery, testing and commissioning for all work necessary and required to install a DIP Tee (polyethylene encasement), at a unit price each, per the approved Contract Documents. This work shall include but not be limited to full restoration and clean up, Survey, as-built documentation in hardcopy and electronic form (PDF and AutoCAD), clearing and grubbing, locating and protecting all existing utilities, preparation and submittal of shop drawings, installing storm water pollution prevention devices, dewatering, trench excavation, shoring, removal and disposal of unsuitable/excess fill, backfilling, bedding, 12 type B stabilized subgrade, 18 lime rock base compaction, water system testing and disinfection (sampling points, etc.), trench restoration, sodding, landscaping, tree protection, tree removal and replacement, swale restoration, grading and re-grading, driveway restoration of various material (pavers, stamped concrete, brick, specialty materials, etc.), concrete sidewalk, curb and gutter removal and replacement, removal and disposal of asphalt pavement, and restoration of any other affected areas to an equal or better condition. Items No Furnish and Install Stainless Steel Tapping Sleeves and Tapping Valves: 14: F&I 12 x 12 Tapping Sleeve and 12 Tapping Valve 15: F&I 8 x8 Tapping Sleeve and 8 Tapping Valve Payment for all labor, equipment, materials, delivery, testing and commissioning for all work necessary and required to install a live tapping connection to water mains including tapping sleeve and tapping valve (polyethylene encasement) each, per the approved Contract Documents. This work shall include but not be limited to coordination with the CITY to make tapping connections while the existing water system is maintained in service, full restoration and clean up, Survey, as-built documentation in hardcopy and electronic form (PDF and AutoCAD), clearing and grubbing, locating and protecting all existing utilities, preparation and submittal of shop drawings, installing storm water pollution prevention devices, dewatering, dewatering permitting and fees, trench excavation, shoring, removal and disposal of unsuitable/excess fill, backfilling, bedding, 12 type B stabilized subgrade, 18 lime rock base compaction, water system testing and disinfection (sampling points, etc.), trench restoration, sodding, landscaping, tree protection, tree removal and replacement, swale restoration, grading and re-grading, driveway restoration of various material (pavers, stamped concrete, brick, specialty materials, etc.), concrete sidewalk, curb and gutter removal and replacement, removal and disposal of asphalt pavement, and restoration of any other affected areas to an equal or better condition. Items No Furnish and Install DIP Reducers: 16: 12 x 8 Reducer 17: 8 x 6 Reducer Payment for all labor, equipment, materials, delivery, testing and commissioning for all work necessary and required to install Reducers (polyethylene encasement), each per the approved Contract Documents. This work shall include but not be limited to full City of Hollywood Project No CTA Project No Water Main Replacement Program (Davie Road Extension)

21 restoration and clean up, Survey, as-built documentation in hardcopy and electronic form (PDF and AutoCAD), clearing and grubbing, locating and protecting all existing utilities, preparation and submittal of shop drawings, installing storm water pollution prevention devices, dewatering, trench excavation, shoring, removal and disposal of unsuitable/excess fill, backfilling, bedding, 12 type B stabilized subgrade, 18 lime rock base compaction, water system testing and disinfection (sampling points, etc.), trench restoration, sodding, landscaping, tree protection, tree removal and replacement, swale restoration, grading and re-grading, driveway restoration of various material (pavers, stamped concrete, brick, specialty materials, etc.), concrete sidewalk, curb and gutter removal and replacement, removal and disposal of asphalt pavement, and restoration of any other affected areas to an equal or better condition. Items No Furnish and Install Gate Valves: 18: 12 Gate Valve 19: 8 Gate Valve 20: 6 Gate Valve 21: 4 Gate Valve Payment for all labor, equipment, materials, delivery, testing and commissioning for all work necessary and required to install a Gate Valve (polyethylene encasement) each, per the approved Contract Documents. This work shall include but not be limited to full restoration and clean up, Survey, as-built documentation in hardcopy and electronic form (PDF and AutoCAD), clearing and grubbing, locating and protecting all existing utilities, preparation and submittal of shop drawings, installing storm water pollution prevention devices, dewatering, trench excavation, shoring, removal and disposal of unsuitable/excess fill, backfilling, bedding, 12 type B stabilized subgrade, 18 lime rock base compaction, water system testing and disinfection (sampling points, etc.), trench restoration, sodding, landscaping, tree protection, tree removal and replacement, swale restoration, grading and re-grading, driveway restoration of various material (pavers, stamped concrete, brick, specialty materials, etc.), concrete sidewalk, curb and gutter removal and replacement, removal and disposal of asphalt pavement, and restoration of any other affected areas to an equal or better condition. Item No Furnish and Install Cap and Blow Off Valve: 22: 12 Cap and blow-off 23: 8 Cap and blow-off 24: 6 Cap and blow-off Payment for all labor, equipment, materials, delivery, testing and commissioning for all work necessary and required to install a Cap and Blow off valve (various sizes), each. This work shall include but not be limited to full restoration and clean up, Survey, asbuilt documentation in hardcopy and electronic form (PDF and AutoCAD), clearing and grubbing, locating and protecting all existing utilities, preparation and submittal of shop City of Hollywood Project No CTA Project No Water Main Replacement Program (Davie Road Extension)

22 drawings, installing storm water pollution prevention devices, dewatering, trench excavation, shoring, removal and disposal of unsuitable/excess fill, backfilling, bedding, 12 type B stabilized subgrade, 18 lime rock base compaction, system testing, trench restoration, sodding, landscaping, tree protection, tree removal and replacement, swale restoration, grading and re-grading, driveway restoration of various material (pavers, stamped concrete, brick, specialty materials, etc.), concrete sidewalk, curb and gutter removal and replacement, removal and disposal of asphalt pavement, and restoration of any other affected areas to an equal or better condition. Item No Removal of Existing Water Mains: Payment for all labor, equipment, materials, delivery, testing and commissioning for all work necessary and required to remove all existing water mains, hydrant mains and services 2 and larger in diameter within the project limits (unless otherwise specified on the plans). The price bid shall be full compensation for each linear foot of pipe placed out of service, and shall include but not be limited to coordination with CITY for temporary system deactivation, notifying affected property owners/occupants, excavation (including exploratory excavation), cutting, hauling and legal disposal of all removed material, including pipe segments cut and removed, furnishing and installing plugs, and appurtenances, in accordance with the specifications. The price bid shall be full compensation for furnishing all materials, labor and equipment, including but not limited to dewatering, restoration, backfill, flowable fill, and all else required for a complete cutting, capping, removal, and taking the existing water mains out of service. Restoration of all disturbed areas to an equal or better condition is included in this pay item, including but not limited to: removal and replacement of concrete sidewalks, sod and asphalt restoration. Payment shall be at a lump sum amount for the entire project. Item No. 26 Furnish and Place Asphalt Pavement (2 SP-12.5 Asphalt in Single Lift, Flush with Existing Pavement) and Temporary Pavement Markings After Trench Restoration (Per Linear Foot of Pipe)(Excluding Water Service Trenches): Payment of all labor, equipment, materials, testing and delivery for all work necessary and required to install 2 of asphalt pavement in one lift, SP 12.5, to be level with the existing pavement and placed after the pipe trench restoration at the unit price per linear foot and per the approved Contract Documents. This work shall include but not be limited to full restoration and clean up, Survey, as-built documentation in hardcopy and electronic form (PDF and AutoCAD), clearing and grubbing, preparation and submittal of shop drawings, installing storm water pollution prevention devices, prime coat (100% coverage), other asphalt related items and temporary restoration of all existing striping that is affected during the pipe installation. Item No Furnish and Install Concrete Sidewalk (Allowance): The allowance indicated for this item is to pay for all labor, equipment, materials, delivery, City of Hollywood Project No CTA Project No Water Main Replacement Program (Davie Road Extension) Addendum No. 1

23 testing for all work necessary and required to remove, dispose and replace concrete sidewalk as required by the CITY at unit price, square yards, and per the approved Contract Documents. The CITY reserves the right to award any, all, or none of the money associated with this allowance. Item No Furnish and Install Pavement Marking & Signage: Payment for all labor, equipment, material and delivery for all work necessary and required to install permanent pavement markings (thermoplastic) and signage per the approved Contract Documents. This item includes the restoration of any striping and signage that is affected by construction that may or may not be shown on the plans (Coordinate with EOR and Broward County Traffic Engineering prior to such restoration). This work shall also include but not be limited to thermoplastic stripes (various sizes), RPMs, skip, pavement message, speed hump markings, removal and relocation of signs, new sign installation, replacement of damaged signs (whether shown on the plans or not within project limits), modification to existing signs. Payment shall be at a lump sum amount for the entire project. Item No Maintenance of Traffic: Payment for all labor, equipment, material, delivery, design and permitting for all work necessary and required to maintain traffic within the limits of the project for the duration of the construction period, including any temporary suspensions of the work and closure notifications to the CITY as well as residents. This includes resources required to create, modify and permit MOT plans with Broward County Traffic Engineering Division and all applicable jurisdictional agencies as well as to construct and maintain detours. Provide facilities needed to maintain access to residences, businesses, etc., within the project limits. MOT includes all facilities, temporary asphalt, devices and operations as required for the safety and convenience of the public within construction related areas at all times. Payment shall be at a lump sum amount for the entire project. Item No Owner s Contingency (Water Main): Included in this allowance is work associated with undefined, unforeseen or unaccounted for conditions that may develop during construction. All work authorized for payment within this pay item will be authorized in writing by the CITY. The amounts to be paid shall be at the sole discretion of the CITY. The CITY reserves the right to award any, all, or none of the money associated with this allowance. Item No Consideration for Indemnification: In recognition of the CONTRACTOR S indemnification obligations, the CITY will pay to the CONTRACTOR the specific consideration of ten dollars ($10.00). Payment of said specific consideration shall be made at the time of the payment of the first progress estimate and the CONTRACTOR shall acknowledge payment of this consideration by City of Hollywood Project No CTA Project No Water Main Replacement Program (Davie Road Extension)

24 letter to the CITY after receipt of the progress payment. Item No Permits, Licenses, Fee and Material Testing Allowance: The allowance indicated for this item is to pay for all permits, licenses, other fees and material testing required of the CONTRACTOR per the approved Contract Documents. The allowance shown on the Schedule of Bid Prices is an estimate of fees required. Payment will be based on the actual permit, license, fee paid directly to agency or invoiced from Testing Company (for tests that meet criteria only) documented by paid receipts, specifically excluding any labor, mark-up, overhead and profit, administration and other costs involved in obtaining permits or licenses or paying fees or work associated with testing. Fees specifically excluded from this allowance include but are not limited to reinspection fees, expired permit fees, and failed tests and bacteriological tests. The CITY will select the Testing Company to perform all testing for this Contract. The CITY reserves the right to award any, all, or none of the money associated with this allowance. Item No Furnish and Install Line Stop (Allowance): Payment for all labor, equipment, materials, delivery, testing and commissioning for all work necessary and required to install Line Stop (various sizes). This work shall include but not be limited to full restoration and clean up, Survey, as-built documentation in hardcopy and electronic form (PDF and AutoCAD), clearing and grubbing, locating and protecting all existing utilities, preparation and submittal of shop drawings, installing storm water pollution prevention devices, dewatering, trench excavation, shoring, removal and disposal of unsuitable/excess fill, backfilling, bedding, 12 type B stabilized subgrade, 18 lime rock base compaction, system testing, trench restoration, sodding, landscaping, tree protection, tree removal and replacement, swale restoration, grading and re-grading, driveway restoration of various material (pavers, stamped concrete, brick, specialty materials, etc.), concrete sidewalk, curb and gutter removal and replacement, removal and disposal of asphalt pavement, and restoration of any other affected areas to an equal or better condition. The allowance shown on the Schedule of Bid Prices is an estimate. Payment will be based on the actual number and type of Line Stop installed. The CITY reserves the right to award any, all, or none of the money associated with this allowance. - END OF SECTION - City of Hollywood Project No CTA Project No Water Main Replacement Program (Davie Road Extension)

25 PUBLIC WORKS DEPARTMENT 1 N. University Drive Box B300 Plantation, Florida FAX Gary Tenn, PE Craven Thompson & Assoc NW 53 Street Fort Lauderdale, Florida 3330 March 23, 2017 RE: Hollywood WM Replacement, Davie Rd Ext. Water Plan Review Highway Construction and Engineering Division Ref. # Dear Mr. Tenn ; Attached please find three (3) copies of the above referenced plans approved by this office for construction improvements in the Davie Road Extension right of ways. This approval is based primarily upon the information contained within these plans and any supporting documentation which you may have submitted. In the event that applicable standards, regulations or laws change subsequent to plan approval, but prior to permit issuance, revised plans must be submitted for approval under the new requirements. Prior to commencing construction of the water and sewer improvements shown on the approved plans, a licensed engineering contractor will need to obtain a permit, from this office, for work in the Davie Road Extension right of ways. Prior to the contractor coming in to obtain said permit the Engineer of record will provide the contractor with a copy of this letter and advise them to insure that the following are on file in the Broward County Highway Construction and Engineering Division: 1) Three (3) sets of shop drawings, signed and sealed by the Engineer of Record, signed by the Utility Company and approved by the Broward County Highway Construction and Engineering Division; and 2) An estimate of the cost of the construction signed and sealed by The Engineer of record who is licensed in the State of Florida. This estimate shall be based on the approved plans for any work within a functionally classified county road right of way. This estimate shall include all costs associated with the project i.e. labor, material costs, permitting, bond, mobilization, maintenance of traffic, testing etc. A permit fee for the water/sewer will collected at permit time will be based upon this estimate (3.84% of the cost estimate); and 3) Broward County Department of Natural Resource Protection; and/or Health Department approval if applicable. 4) Schedule an appointment, as noted above, with the Broward County Highway Construction and Engineering Division to obtain the permit. When the contractor arrives for their scheduled appointment, they will be required to complete a permit application if they have not done so prior to coming in for the appointment. The contractor will be required to show their contractor s license and proof of insurance. Prior to the issuance of a permit for the Broward County Board of County Commissioners Mark D. Bogen Beam Furr Steve Geller Dale V.C. Holness Chip LaMarca Nan Rich Tim Ryan Barbara Sharief Michael Udine Page 1 of 3

26 Gary Tenn, PE March 23, 2017 Craven Thompson & Assoc. Hollywood WM Replacement, Davie Rd Ext. Highway Construction and Engineering Division Ref. # improvements covered by the approved plan, he/she will be required to post any required security if the security has not already been posted for the roadway and related improvements. Any security filed with Broward County must be in acceptable form to Broward County prior to issuance of the permit. There is a security amount for the improvement(s) shown on these plans of $605, In addition to the security for the required improvements, in accordance with Resolution , there is a requirement for payment of a security release fee. Please have the security issue resolved prior to coming in for permit. You should contact Mr. Malcolm at for assistance in these matters. Please be advised that prior to commencing construction of any improvements within the county jurisdiction right of way a maintenance of traffic plan approved by the Broward County Traffic Engineering Division must be on file with the Broward County Highway Construction and Engineering Division. Prior to construction of any improvements within the county jurisdiction right of way, the permittee shall notify the Sunshine State One-Call of Florida, Inc. for underground facility locations, as set forth in the Underground Facility Damage Prevention and Safety Act of the State of Florida. Prior to construction of any improvements within the county jurisdiction right of way, the contractor will need to contact Field Operation at in the Field Operations Section of this office to set up a pre-construction meeting. If after the pre-construction meeting you should have any questions pertaining to the permit requirements please contact Field Operation directly. If a permit for construction of the work as shown in these plans, within the right of way of Davie Road Extension is not obtained within one year from the date of approval of said plan(s), the plan approval granted herein shall be null and void. If work has not commenced within 180 days after issuance of a permit, the permit is null and void unless other arrangements have been made with this office. Prior to commencing construction, the contractor shall give the Broward County Highway Construction and Engineering Division a minimum of forty eight (48) hour notice. Prior to scheduling any required tests and/or inspections the contractor shall give the Broward County Highway Construction and Engineering Division a minimum of twenty four (24) hour notice. While the job is in progress a set of plans for the project bearing the Broward County Highway Construction and Engineering Division approval stamp and a copy of the signed permit must be on the job site. No work shall occur unless the plans and permit are available at the work site. All construction shall be in accordance with the approved plan, however, should minor revisions be necessary these revisions must be shown on a revised plan that shall be signed by the Engineer of Record and the Broward County Highway Construction and Engineering Division Representative prior to construction. If the Broward County Highway Construction and Engineering Division or its Representative denies the request for said revision, construction shall continue in accordance with the original approval. A signed copy of all revisions shall be kept at the work location and on file in the Broward County Highway Construction and Engineering Division. Prior to commencing any paving operation in the county right of way the Engineer of Record shall provide to this office and receive approval of the following: One (1) set of certified drainage as-built drawings signed and sealed by a Professional Land Surveyor registered in the State of Florida together with the Engineer s Certification. All drainage installations shall be tested for leakage prior to backfilling; and All test reports including One (1) copy of the density reports on the compaction of the subgrade, base, shoulders and swales verified by an independent certified Engineering Testing Laboratory. Page 2 of 3

27 Gary Tenn, PE March 23, 2017 Craven Thompson & Assoc. Hollywood WM Replacement, Davie Rd Ext. Highway Construction and Engineering Division Ref. # If these plans were produced utilizing a Computer Assisted Design (CAD) System, the as-built or record drawings shall also be produced on the CAD System and the Engineer shall also submit a copy of the magnetic medium containing the information from which the as-built drawings were produced. After all construction is completed and all certifications, record drawings and other required documents have been submitted to the Broward County Highway Construction and Engineering Division, and accepted, but before the one-year bonded maintenance period begins, the permittee shall request a final inspection of the project. Following the inspection, if everything is acceptable the Broward County Highway Construction and Engineering Division will issue a notice of approval, which will mark the commencement of the one-year warranty period. Design review and permitting must be done by the City having permit authority. Should the City request a change that affects the conditions of the approved plans, then the revised plans must be resubmitted to this office. With respect to the roadway improvement for all other roads our review does not constitute authorization to commence construction of these works. Broward County does not have permit jurisdiction for the proposed work. As a point of information please be advised that prior to construction of the base course for the improvements covered by the attached plan all underground construction in the vicinity must be installed, tested and accepted. If you should have any questions, please contact Richard Labinsky at Very truly yours, Rick Labinsky Richard Labinsky, P.E. Manager, Paving & Drainage Section cc: Alric Malcolm, Sharon Gross, Steve Joseph Page 3 of 3

28

29

30

31

32