city of palm coast

67
ITB-CD-CP-12-02 – Palm Coast Parkway 6-Laning Addendum Number 02: Page 1 of 7 ADDENDUM NO. 02 City of Palm Coast 160 Cypress Point Parkway, Suite B-106 Palm Coast, FL 32164 Tel (386) 986-3731 ITB-CD-CP-12-02 Palm Coast Parkway 6-Laning ISSUE DATE: September 5, 2013 BID DATE: September 13, 2013 @ 2:00 PM SUBJECT: Clarifications/Modifications/Bidder Questions 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 part of the Contract Documents when construction is executed. Bidders are reminded that this addendum must be noted on the “Official City Acknowledgment Form” when they submit their proposal. A signed copy of the addendum must also be included with the bid submittal. This addendum shall become part of the contract documents from this point forward. This Addendum consists of 67 pages and includes the following changes including the attached revised drawings: Clarification Items Q1. Permit & Other Fees/Charges. A.1 The Bidder is required to pay for all permit, impact, inspection, re-inspection, application or any other associated fees and expenses. Q2. Contract Time. A.2 Replace all references indicating Construction time to achieve Substantial Completion from “Seven Hundred and Ten (710”) with “Five Hundred and Seventy (570)” consecutive calendar days from the date of the “Notice to Proceed”. Q3. Computation of Contract Time, Adjusting Contract Time, Rain Days, Recovery Days. A.3 Delete all references in Bid Documents regarding adjusting contract time for inclement weather, rain and recovery days and replace with the following. The contract time will be adjusted for rain and recovery days per FDOT Standard Specifications, section 8-7.3.

Upload: others

Post on 04-Jun-2022

4 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: City of Palm Coast

ITB-CD-CP-12-02 – Palm Coast Parkway 6-Laning Addendum Number 02: Page 1 of 7

AADDDDEENNDDUUMM NNOO.. 0022

City of Palm Coast 160 Cypress Point Parkway, Suite B-106

Palm Coast, FL 32164 Tel (386) 986-3731

ITB-CD-CP-12-02Palm Coast Parkway 6-Laning

ISSUE DATE: September 5, 2013

BID DATE: September 13, 2013 @ 2:00 PM

SUBJECT: Clarifications/Modifications/Bidder Questions

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 part of the Contract Documents when construction is executed.

Bidders are reminded that this addendum must be noted on the “Official City Acknowledgment Form” when they submit their proposal. A signed copy of the addendum must also be included with the bid submittal.

This addendum shall become part of the contract documents from this point forward. This Addendum consists of 67 pages and includes the following changes including the attached revised drawings:

Clarification Items

Q1. Permit & Other Fees/Charges. A.1 The Bidder is required to pay for all permit, impact, inspection, re-inspection,

application or any other associated fees and expenses.

Q2. Contract Time. A.2 Replace all references indicating Construction time to achieve Substantial Completion

from “Seven Hundred and Ten (710”) with “Five Hundred and Seventy (570)” consecutive calendar days from the date of the “Notice to Proceed”.

Q3. Computation of Contract Time, Adjusting Contract Time, Rain Days, Recovery Days. A.3 Delete all references in Bid Documents regarding adjusting contract time for inclement

weather, rain and recovery days and replace with the following. The contract time will be adjusted for rain and recovery days per FDOT Standard Specifications, section 8-7.3.

Page 2: City of Palm Coast

ITB-CD-CP-12-02 – Palm Coast Parkway 6-Laning Addendum Number 02: Page 2 of 7

Q4. FPL Street Lighting. A.4 The Bidder shall hire an approved FPL subcontractor to perform all FPL conduit and

associated items for all street light relocations and new installations based upon FPL specifications and in the locations indicated on the civil and FPL drawings (drawings attached to this Addendum); the Bidder shall notify the City immediately if any discrepancies between the documents are found so that FPL & City can provide direction. The approved subcontractor must be approved by FPL in writing prior to submission of a Bid. The Bidder may not make a substitution of approved subcontractor for the performance of Work unless the substitution is approved by FPL in writing. Work shall be completed per all FPL requirements including but not limited to the attached specifications, drawings, and standard details. The Bidder shall provide all survey and staking to ensure that all Underground Facilities are installed as shown and the Bidder shall provide As-Builts to the City and FPL within two (2) weeks of installation, signed and certified by a Florida registered surveyor. All materials are to be supplied by FPL and shall be picked up by the approved subcontractor at location determined by FPL at a mutually agreed time. The Bidder assumes liability for any materials lost, stolen or damaged once these items are picked up by the approved subcontractor. The work shall adhere to the following inspection and correction of deficiencies: � All work shall be properly inspected and tested, if appropriate, by City and shall at

all times be subject to additional inspection by FPL and its designees(s). � Neither the failure to make such inspection, nor the failure to discover defective

workmanship, materials, or equipment, nor approval of or payment to Bidder for such Work shall prejudice the rights of FPL therefore to correct or reject the same.

� Bidder shall correct any deficiencies found with the Work, including but not limited to discrepancies that are inconsistent with FPL’s design, instructions, standards or specifications with two (20 business days. If Bidder does not adequately rectify the identified the identified deficiencies in the required timeframe, FPL may, at its sole discretion, perform, or have performed by its contractor the required repairs and Bidder shall pay FPL for any costs incurred. These requirements apply whether the discovery of deficiencies occurs while Bidder is performing its Work or while, FPL, or its contractor, is performing its portion of the work.

� If any Work or part thereof is covered over contrary to the requirements or the written request of FPL, it must if required by FPL, be uncovered for observation and inspection and covered again at Bidder’s sole expense.

� If any Work that FPL has not specifically requested to observe and inspect prior to being covered has been covered, FPL may request to see such Work or part thereof and it shall be uncovered by Bidder. If such Work or part thereof is found to be in accordance with requirements, the cost of uncovering and covering again shall be paid by FPL. If such Work or part thereof fails to meet the requirements, Bidder shall pay all costs of uncovering, correcting, and covering again.

� Bidder shall pay FPL for all time spent reviewing and inspecting Bidder’s Work.

Page 3: City of Palm Coast

ITB-CD-CP-12-02 – Palm Coast Parkway 6-Laning Addendum Number 02: Page 3 of 7

Q5. The Contract shall be modified to include the following: A.5 WHEREAS, during the construction phase of the Project, Bidder agrees to not cause

any Obstruction (as defined herein) to the Dunkin Donuts Tract. The Bidder shall cause all contractors, subcontractors, suppliers, material persons and other parties performing any portion of the work in connection with the Palm Coast Parkway Widening Project to abide by the provisions set forth in clauses (A) through (D) immediately below and shall include (or cause to be included) such obligations in the contracts with such parties. Bidder shall enforce compliance with the provisions of such contracts to the fullest extent allowed by applicable law and in all respects in a timely fashion. Bidder understands, acknowledges and agrees that in the event of a breach or default by Bidder or any of Bidder’s contractors, subcontractors, suppliers or material persons or any other party responsible to Bidder or Bidder’s contractor for construction of the Palm Coast Parkway Widening Project in connection with any of the provisions contained in this Contract, Dunkin Donuts Tract Owner shall be entitled to pursue all of its remedies at law and in equity in connection therewith. Bidder hereby agrees to the following regarding the construction work for the Palm Coast Parkway Widening Project:

(A) Bidder agrees that during the course of the construction of the Palm Coast Widening Project (i) during the hours of 5:00 a.m. and 12:00 p.m. daily it will NOT in any manner cause an Obstruction and (ii) during any other time, it will use its best efforts to Not in any manner cause an Obstruction. For purposes hereof, the term “Obstruction” means there will be no obstructions/interruptions due to the Palm Coast Parkway Widening Project to (a) the access to and from the Dunkin Donuts Tract and/or to the driveway entrances thereto from either Palm Coast Parkway, Road A and/or Road B as set forth and shown on Exhibit “D” attached hereto and made a part hereof so that patrons, guests licensees and invitees of Seller, Tenant and the Business will have the same access to and from the Dunkin Donuts Tract as before construction in a manner for the Business to be operating during the construction of the Palm Coast Parkway Widening Project as it had been typically operating prior thereto, (b) the existing drainage, water management and other utilities (including, without limitation, water, sewer, drainage, electric, telephone, cable and irrigation) serving the Dunkin Donuts Tract, and (c) the visibility of the Business including existing signage as set forth on Exhibit “D”.

(B) Under all circumstances, no construction in connection with the Palm Coast Widening Project shall in any manner or under any circumstance (except in an emergency) interfere with improvements and traffic flow located on the Dunkin Donuts Tract, including, without limitation, parking, the sprinkler system and other systems affording benefits to the Dunkin Donuts Tract.

(C) Following the date hereof and during and following completion of the construction of the Palm Coast Parkway Widening Project, no landscaping, other than sod, shall be installed on the Property.

(D) Bidder will pay all costs and expenses associated for any repair needed to the Dunkin Donuts Tract, including, without limitation, landscaping, sprinkler system, internet/cable wires and other utility systems, as a result of in any manner the Palm Coast Widening Project. Subject to the obligations to NOT cause an Obstruction, Bidder agrees to supervise, pay all costs of and be responsible for the final completion to the satisfaction of Seller in all respects of the relocating and reconnection of all utilities impacted in any way on the Dunkin Donuts Tract by the Palm Coast Widening Project, including, but not limited to, water, sewer, drainage, electric, telephone, cable and irrigation.

Page 4: City of Palm Coast

ITB-CD-CP-12-02 – Palm Coast Parkway 6-Laning Addendum Number 02: Page 4 of 7

Q6. Tree Removal A.6 The City is currently removing the following list of Palm Trees and relocating them

outside of the project limits to other City Property. These trees are identified to be removed as part of the bid documents. The bid documents shall be modified to indicate that the following trees are to be removed and relocated by the City. All trees will be removed by December 1, 2013 except trees located in the median which will be removed during construction as coordinated with the Contractor. Tree Number: 5, 16, 19, 21, 23, 28, 29, 33, 34, 35, 40, 41, 42, 43, 44, 45, 45A, 46, 47, 48, 49, 50, 51, 52, 53, 54, 55, 56, 72, 73, 74, 75, 76, 77, 78, 79, 80, 81, 82, 83, 84, 85, 86, 87, 88, 89, 90, 115, 116, 117, 118, 129, 130, 131, 132, 133, 134, 135, 136, 137, 138, 139, 140, 143, 144, 145, 146, 147, 148, 149, 171, 172, 173, 174, 175, 176, 177, 178, 179, 180, 181, 182, 183, 184, 185, 186, 187, 188, 189, 190, 199, 217, 218, 219, 220, 221, 222, 223, 224, 225, 226, 227, 228, 229, 248, 249, 250, 251, 252, 253, 253A, 253B, 254, 263, 266, 267, 268, 269, 270, 271, 279, 280, 281, 282, 283, 285, 294, 295, 296, 303, 330, 331, 336, 337, 338, 339, 352, 354, 357, 358, 359, 360, 371, 373, and 375.

Q7. Specification Section 00800, Part 6.49 & 00900, Section 2, Office Trailer A.7 In lieu of providing a construction trailer the Bidder may rent office space per the

following requirements. � Access to office must be directly off of Palm Coast Parkway and no more than ¼

mile east or west of the project limits.

Questions by Bidders

Q8. Can the City issue an Excel file of the Bid Form? A.8 No.

Q9. Does the contract allow lead time for the signals into the schedule for Phase One? A.9 The City intends to award and execute the construction contract in October and to have

a Preconstruction meeting in November. The Notice-to Proceed date would be sometime in December. The shop drawing submittal process can begin after the Preconstruction Meeting.

Q10. Is there an FDOT Index Number for the Barrier Fencing along the perimeter of the bridge over I95? Is it a partial or full type?

A.10 There is not an FDOT Index Number associated with the Barrier Fencing along the perimeter of the bridge. See “Traffic Railing and Bridge Fencing (2 of 3)” sheet in the Structures plans for fencing details.

Q11. The plans and specifications indicate that we are to install 3 monitoring wells. There is no pay item for this work, so where does it get paid under?

A.11 The cost, installation, testing, and decommissioning involved with the monitoring wells will be covered under the Standard Operating Procedures PCS-006 of the Florida Department of Environmental Protection Bureau as mentioned in the General Notes. The cost will be included under the Lump Sum for Mobilization.

Q12. There is no size or depth of the monitoring wells given. Are we to perform the site assessment to determine the size & depth?

A.12 The contractor will need to field verify. Information is not available.

Page 5: City of Palm Coast

ITB-CD-CP-12-02 – Palm Coast Parkway 6-Laning Addendum Number 02: Page 5 of 7

Q13. The bid item for all storm drainage pipes call out concrete pipe, yet there is an optional pipe material sheet in the plans. Are optional pipe materials allowed for the project?

A.13 The plans and Summary of Pay Items is correct. The Bid Form will be updated to reflect optional material.

Q14. Clarify the material(s) that can be used for the stormwater pipe installed on steep slopes as there are issues with certain pipe materials in this application.

A.14 The contractor has the option of utilizing optional pipe material.

Q15. Bid item #78 has a quantity of 4,474 GM (with a comma). Should this be 4.474 GM (with a decimal point)?

A.15 The correct quantity is 4.474 GM. The bid form will be updated.

Q16. Does the 6” Concrete line item on the Bid Form include the stamped concrete median tips? A.16 The 6” concrete includes the stamped concrete median tips.

Q17. There is a pay item listed for Performance Turf, Sod (Bahia Grass/St. Augustine Grass) for 68,750 SY. The landscaping plans show sod to be installed and paid under the Lump Sum bid item for Landscaping, Complete. Does the Performance Turf, Sod quantity include the sod quantities as show in the landscaping plans? What are the limits of sod paid for by the SY vs. the limits paid for as LS?

A.17 Performance Turf Sod should be bid as Lump Sum as per the plan set. The Bid Form will be updated.

Q18. Clarify the MOT Phasing of the project. Can work in Phase 2 occur while work is still occurring in Phase 1 or is the intent that no work can occur in Phase 2 until Phase 1 is complete and no work in Phase 3 can occur until work is complete in Phase 1 and 2?

A.18 The phases shown in the traffic control plan were not intended to be constructed simultaneously, as described in the phasing notes shown on sheet 240. However, the contractor may submit an alternate traffic control plan per Section 102-4 of the FDOT Standard Specifications. It appears feasible that some work along Palm Coast Parkway may occur simultaneously on the north and south sides of the roadway, but at a minimum the contractor must ensure that a revised traffic control plan adheres to all of the Traffic Control Notes shown on sheet 240, and ensure that pedestrian accommodations can be reasonably made during all phases.

Q19. On the Summary of Drainage Structures sheets, S-319 is shown as 54” pipe with a length of 922 LF, however it is tabulated in the 30” column. Plan view shows this to be 54”. Please correct the quantity of 30” and 54” pipe accordingly.

A.19 The Summary of Drainage Structure Sheets will be revised.

Q20. On the Summary of Drainage Structures sheets, S-461 is shown as 18” pipe and the plan view sheets show it to be 30”. Please clarify what size pipe it should be.

A.20 The plan view will be revised to show 18 inch pipe.

Q21. Can you please clarify the size of the Phoenix Palms show in the Landscape Plans? They are sold by the foot and there is no size shown on the plans.

A.21 Per the landscape plans, the Wild Date Palms are spec’d as 10’-12’ C.T. (Clear Trunk) with a 12” trunk. The clear trunk height is the standard measurement for palm trees which measures from the ground up to the base of the crownshaft. The range in height is provided so that it is easier for the contractor to find trees that meet the trunk diameter spec.

Q22. What color is the vinyl coating for the Type R Fence on the bridge over I-95? A.22 The fence coating should be black. Refer to plan sheet B-03, “Surface Finish Details”.

Page 6: City of Palm Coast

ITB-CD-CP-12-02 – Palm Coast Parkway 6-Laning Addendum Number 02: Page 6 of 7

Q23. The MOT Plan shows barricades at a 15 foot spacing. Is this correct? The FDOT index requires them to be at 50 foot spacing on tangent up to a 45 mph speed limit.

A.23 Due to the complexities of the lane shifts and the number of intersections within the project, the maintenance of traffic design provides for 15 foot barricade spacing.

Q24. 16” Butterfly Valves are being utilized in the Water System in lieu of Gate Valves. Per Palm Coast Spec, only WM Valves 18” and above can be Butterfly Valves.

A.24 The 16” butterfly valves specified are correct and acceptable to the City Utility Department.

Q25. It appears that the Utility Adjustments for this project are receiving Federal Funding. Could you please confirm that due to the Federal Funding Domestic Material (Steel and Iron) will be required under the Buy American Act?

A.25 Per the Local Agency Program (LAP) Federal requirements, Section 5 FDOT Specifications, Section 6.5.1 – 6.5.2, the Buy American Act will be required for this contract which includes the utilities.

Q26. Sheet 68, note #11 calls for all DBI grates to be H20 galvanized. This note actually means just the C and D inlets. However, why would we galvanize those and not the rest of the grates?

A.26 The DBI grates are more susceptible to standing water and leaching from the moderately aggressive soils. Providing for hot dipped galvanized grates is a precaution against corrosion. The grates in the P-5 and P-6 inlets only receive surface water runoff that will not be as aggressive to the steel grates.

Q27. Is control structure #OF-O existing or proposed? The detail page calls for a modification to this structure with a steel plate.

A.27 OF-O is an existing structure.

Q28. Is the intent to follow the FDOT standards for work included pay items? i.e. 710 striping pay items are utilized for all temp pavement markings, so will those items be utilized for the detours/traffic switches required per the MOT plans?

A.28 The intent is for all MOT costs to be included under pay item 102-1. Pay item note 710- will be revised to state that this pay item is only for the final painted pavement markings to be placed prior to the thermoplastic markings.

Q29. You are requiring asphalt curb pad per the detail on the upper right of sheet #9. This detail indicates stabilization under the asphalt curb pad. The standard practice of utilizing an asphalt curb pad is because stabilization is not required under the adjoining base operations. Is the intent to place stabilization and asphalt under the curb pad between stations 206+00 to 216+50.

A.29 Yes, the intent is to place stabilization and an asphalt curb pad between station 206+00 to 216+50.

Follow-up Questions by City Representatives

Q30. The typical section sheet #9 shows Optional Base Group 10 (6 inches thick) from Station 206+00 to 216+50 RT. Design standards show Base Group 10 to be placed at 6.5 inches thick.

A.30 The typical will be changed to show Base Group #10, Type B-12.5 as 6.5 inches thick.

Q31. Sheet 78 – The plans do not show positive drainage, S-210 into Pond J. Consider raising the flowline of structures S-200 and S-210 to an elevation greater than 25.0’. If this is not feasible, consider adding rock at the outlet end of S-210 to prevent erosion and sedimentation.

A.31 The drainage design cannot change due to existing conditions. We will line the ditch with pavement/rock.

Page 7: City of Palm Coast

ITB-CD-CP-12-02 – Palm Coast Parkway 6-Laning Addendum Number 02: Page 7 of 7

Q32. Sheet 206 – Temporary roadway lighting may be required by the contractor during the removal and relocation of existing street light poles. A plan note should require this at no additional cost to the project.

A.32 A general note will be added to the plans to cover temporary lighting.

Q33. Sheets T-12 and T-13 – The plans show a conduit run from Station 119+20 to Station 132+00 for the fiber optic interconnect. Consider adding additional pull boxes to help with the installation.

A.33 Additional pull boxes will be added.

Q34. Sheet T-25 – The top of Foundation Elevation of Mast Arm No. 8 is 27.47’. The elevation of the sidewalk is approximately 20.0’ Revise the tope of foundation elevation.

A.34 The top of foundation elevation of Mast Arm will be updated to 29.47’.

Q35. Sheet 74 – The plans identify a proposed manhole, type 8 (S-151) to be placed between the new inlet (S-150) and existing inlet (EX-152). Consider eliminating the proposed manhole (S-151).

A.35 Manhole S-151 will be removed.

Q36. Sheet 41 – The plans propose keeping the existing 15 inch pipe from the median inlet to S-316. Consider using a shallower crossing with open cut.

A.36 The plans will be revised to show the installation of a shallow pipe with open cut.

Q37. Sheet L-27 – Remove and replace load center PP1. A.37 The plans will be revised to update load center PP1.

Acknowledgment __________________________ Signature and Date __________________________ Printed Name / Title __________________________ Company Name

END OF ADDENDUM NUMBER TWO

Page 8: City of Palm Coast

NO

T FO

R C

ON

STR

UC

TIO

N

IND

EX

O

F LI

GH

TIN

G

PLAN

S

SH

EE

T N

O.

SHEE

T D

ES

CR

IPTI

ON

KE

Y SH

EET

TO

L-3

TA

BU

LATI

ON

OF

QU

ANTI

TIES

L-

4 G

EN

ER

AL

NO

TES

L-5

TO L

-6

POLE

DAT

A AN

D L

EGEN

D S

HEE

TS

L-7

TO

LIG

HTI

NG

PLA

NS

TO

LA

ND

SC

AP

E L

IGH

TIN

G

CIT

Y

OF

PA

LM

C

OA

ST

CO

NT

RA

CT

P

LA

NS

FIN

AN

CIA

L PR

OJE

CT

IDC

ITY

PR

OJE

CT

NO

. C

OU

NTY

P

ALM

C

OAS

T PA

RKW

AY

LIG

HT

ING

P

LA

NS

LOC

ATI

ON

O

F

'FT

FP

L

LIG

HTI

NG

SH

OP

DR

AW

ING

S

TO B

E SU

BMIT

TED

TO

:

LA

KE

LA

NE

OR

LAN

DO

, PL

PLA

NS

PREP

AR

ED

IN

C. L

AN

E

C

ERT.

OF

NO

.

NO

.

NO

TE:

THE

SCA

LE

OF

THES

E PL

AN

S H

AT

HA

VE

DU

E TO

R

EPR

OD

UC

TIO

N.

KEY

SH

EET

REV

ISIO

NS

DA

TED

ESC

RIP

TIO

N

CIT

Y

PRO

JEC

T M

ANAG

ER:

CAR

L C

OTE

LIG

HTI

NG

PL

AN

SEN

GIN

EER

O

F

/2

Page 9: City of Palm Coast

CO

ND

UIT

POLE

C

ON

DU

CTO

RS

CU

RVE

DA

TAPI

A.

29

*66.

37

DEL

TA

= 24

' 35

'D

=

00"

T =

L =

R

=PC

ST

A.

=PT

ST

A.

11 ii

POLE

NO

.

NO

TES

:

I) LI

GH

TIN

G C

IRC

UIT

S TO

BE

FUR

NIS

HED

AN

D I

NST

ALLE

D B

Y FP

&L

UN

LES

S N

OTE

D.

RE

DES

CR

IPTI

ON

DA

TED

ESC

RIP

TIO

N

• •

INC

. L

AK

E F

LOR

IDA

.

ess

CER

TIFI

CA

TE O

FJA

UES

W. H

IGH

LAN

D, P

S..

LIC

ENSE

NO

.

CIT

Y

OF

PA

LM

C

OA

ST

RO

AD

N

AM

E

PALM

C

OA

ST

CO

UN

TY

FLA

GLE

R

FIN

AN

CIA

L PR

OJE

CT

ID

LIG

HT

ING

P

LA

N

SH

EE

TN

O.

L-7

Page 10: City of Palm Coast
Page 11: City of Palm Coast
Page 12: City of Palm Coast
Page 13: City of Palm Coast

LI

GH

TIN

G C

IRC

UIT

S TO

BE

FUR

NIS

HED

AN

D I

NST

ALLE

D B

f FP

&L

UN

LES

S N

OTE

D.

2)

SIG

NAL

PO

LE M

OU

NTE

D W

ATT

LUM

INAI

RE,

SEE

SIG

NAL

PLA

NS.

DA

TED

ESC

RIP

TIO

ND

ATE

DES

CR

IPTI

ON

• •

IN

C.

III

FLO

RID

A

CER

TIFI

CA

TE O

FJA

UES

LI

CEN

SE

CIT

Y

OF

PA

LM

C

OA

ST

RO

AD

N

AM

E

C

OA

ST

PAR

KW

AY

FLA

GLE

R

FIN

AN

CIA

L PR

OJE

CT

ID

LIG

HT

ING

P

LA

N

SH

EE

TN

O.

Page 14: City of Palm Coast

+ 2

\

-

• -

-

-

040

.

- A

.

'Fee

t-

C

OAS

T W

ES

TBO

UN

D

I

-

PA

LM C

OAS

T

I

A/0

WO

RK

ON

TH

IS S

HEE

T FO

R I

NFO

RM

ATI

ON

AL

PUR

POSE

S O

NLY

NO

TES

:

I) LI

GH

TIN

G C

IRC

UIT

S TO

BE

FUR

NIS

HED

AN

D I

NST

ALLE

D B

Y FP

&L

UN

LES

S N

OTE

D.

REV

IS

IO

NS

DA

TED

ATE

DES

CR

IPTI

ON

LA

KE

FLO

RID

A 3

Z8i4

OF

JAM

ES

LIC

ENSE

\ \

\

\

\

\

\

\

\

\

\

\

\

\

+ 3

\ \

O

F P

AL

M

CO

AST

R

OA

D

NA

ME

PALM

C

OA

ST

PAR

KW

AY

FLA

GLE

R

FIN

AN

CIA

L PR

OJE

CT

ID

OF

LIG

HT

ING

P

LA

N

SH

EE

TN

O.

PA

f

Page 15: City of Palm Coast

DA

TE

NO

TES

:

U

GH

TIN

G C

IRC

UIT

S TO

BE

FUR

NIS

HED

AN

D I

NST

ALLE

D B

f FP

&L

UN

LES

S

NO

TED

.

DES

CR

IPTI

ON

DA

TED

RM

P •

- •

I

DR

MP,

INC

. F

LOR

IDA

(407

)C

ERTI

FIC

ATE

OF

LI

CEN

SE

CIT

Y

OF

PA

LM

C

OA

ST

RO

AD

CO

AST

PAR

KW

AY

CO

UN

TY

FLA

GLE

R

FIN

AN

CIA

L PR

OJE

CT

ID

LIG

HT

ING

P

LA

N

SH

EE

TN

O.

3

Page 16: City of Palm Coast
Page 17: City of Palm Coast

LIG

HTI

NG

CIR

CU

ITS

TO B

E FU

RN

ISH

ED A

ND

IN

STAL

LED

BT

FP&L

U

NLE

SS

OTH

ERW

ISE

NO

TED

.

DA

TED

ESC

RIP

TIO

ND

ATE

DES

CR

IPTI

ON

REL

OC

. PO

LE

NO

. 38

R

POLE

N

O.

40

• •

INC

. L

AK

E L

AN

E, O

RLA

ND

O, F

LOR

IDA

FA

X.'

CER

TIFI

CA

TE O

F A

UTH

OR

IZA

TIO

N H

O. 2

648

JAU

ES

LIC

ENSE

NO

. 682

40

OF

PA

LM

C

OA

ST

RO

AD

N

AM

E

PALM

C

OA

ST

FLA

GLE

R

FIN

AN

CIA

L PR

OJE

CT

ID

4I59

63-I-

58-0

IL

IGH

TIN

G

PL

AN

SH

EE

TN

O.

Page 18: City of Palm Coast

NO

TES

:

I) LI

GH

TIN

G C

IRC

UIT

S TO

BE

FUR

NIS

HED

AN

D I

NST

ALLE

D B

Y FP

&L

UN

LES

S O

THER

WIS

E N

OTE

D.

FP

&L

POW

ER S

OU

RC

E /

DA

TED

ESC

RIP

TIO

ND

ATE

DES

CR

IPTI

ON

LA

KE

FLO

RID

A

CER

TIFI

CA

TE O

FJA

MES

LI

CEN

SE N

O.

CIT

Y

OF

PA

LM

C

OA

ST

RO

AD

N

AM

E

C

OA

ST

PAR

KW

AY

FLA

GLE

R

FIN

AN

CIA

L PR

OJE

CT

ID

LIG

HT

ING

P

LA

N

SH

EE

TN

O.

Page 19: City of Palm Coast

NO

T F

OR

CO

NS

TR

UC

TIO

N

CITY

OF

PALM

CO

AST

IND

EX

OF

LIG

HTI

NG

PLA

NS

SH

EET

NO

. SH

EET

DES

CR

IPTI

ON

K

EY

SHEE

T

TO

L-3

TAB

ULA

TIO

N

OF

QU

AN

TITI

ES

L-4

G

ENER

AL

NO

TES

L-5

TO

L-6

POLE

D

ATA

A

ND

LE

GEN

D

SHEE

TS

L-7

TO

LIG

HTI

NG

PL

AN

S

TO

i-2

7 LA

ND

SCA

PE

LIG

HTI

NG

CONT

RACT

PL

ANS

FIN

AN

CIA

L PR

OJE

CT

IDC

ITY

PR

OJE

CT

NO

.FL

AG

LER

CO

UN

TY

PA

LM

CO

AST

PAR

KWAY

LIGH

TING

PL

ANS

LOC

ATI

ON

OF

FT

'FT

LIG

HTI

NG

SH

OP

DR

AW

ING

S TO

B

E SU

BM

ITTE

D

TO:

LA

KE

FL

PLA

NS

PREP

AR

ED

DR

UP,

LA

HE

OR

LMD

O,

FLO

RID

A

CER

T. O

F N

O.

NO

TE:

THE

SCA

LE

OF

THES

E PL

AN

SH

AVE

C

HA

NG

ED

DU

E TO

R

EPR

OD

UC

TIO

N.

CIT

Y P

RO

JEC

T M

ANAG

ER: C

ARL

CO

TE

KEY

SH

EET

REV

ISIO

NS

DA

TED

ESC

RIP

TIO

NLI

GH

TIN

G

PLA

NS

ENG

INEE

R

OF

/2

Page 20: City of Palm Coast
Page 21: City of Palm Coast

2

37

7

Page 22: City of Palm Coast

C

OM

PAN

Y PO

INT

OF

SER

VIC

E

/

STA

.

68

S

TA.

/PO

LE

NO

. 69

LIN

E

-

. B

E

-

n•

t- -

C

ON

ST.

STA

. N

O.

70

Feet

m

LIN

E

PA

LM

CO

AST

W

ESTB

OU

ND

N

E

-

- -

.

- T

-

- -

• -

R/V

/ LI

NE

LIG

HTI

NG

C

IRC

UIT

S TO

B

E

FUR

NIS

HED

A

ND

IN

STAL

LED

B

Y

FP&L

U

NLE

SS

O

THER

WIS

E N

OTE

D.

,

DA

TED

ESC

RIP

TIO

ND

ATE

DES

CR

IPTI

ON

DR

UP,

LA

KE

FLO

RID

APH

ON

E.'

FA

X.'

CER

TIFI

CA

TE

Or

AU

THO

RIZ

ATI

ON

LI

CEN

SE N

O.

CIT

Y

OF

PA

LM

C

OA

ST

SH

EE

T

NO

.R

OA

D N

AM

E C

OU

NTY

PR

OJE

CT

ID

LIG

HT

ING

P

LA

N

PALM

CO

AST

FL

AG

LER

LIG

HT

ING

P

LA

N

V.

Page 23: City of Palm Coast

+ 00 CM

Fe

et

D

- -

-

. .

..

. B

E

er

-

- -

- -

-

2/9

220

22/

:

22J

224

WE

STB

OU

ND

N

E

• 6

CO

NST

.

. .

.

-

. .

. .

LI

NE

SH

EET

FOR

PU

RPO

SES

ON

LY

DA

TED

ESC

RIP

TIO

ND

ATE

DES

CR

IPTI

ON

• -

FLO

RID

A

CER

TIFI

CA

TE

OF

H

O.

JAU

ES

LIC

ENSE

CIT

Y

OF

PA

LM

C

OA

ST

RO

AD

N

AM

E

C

OA

ST

PAR

KW

AY

CO

UN

TY

FLA

GLE

R

FIN

AN

CIA

L PR

OJE

CT

ID

LIG

HT

ING

P

LA

N

SH

EE

T

NO

.

L-20

Page 24: City of Palm Coast

ST

A.

PO

LE

NO

. 48

STA

. 1

00

2+

20

.0

0

PO

LE

NO

. 45

HO

TES:

I)

LIG

HTI

NG

C

IRC

UIT

S TO

B

E FU

RN

ISH

ED

AN

D

INST

ALL

ED

Bf

FP&

L

UN

LESS

O

THER

WIS

E N

OTE

D.

DES

CR

IPTI

ON

DA

TED

ESC

RIP

TIO

NC

ITY

O

F P

AL

M

CO

AST

D

RU

P, L

AK

E

O

FJA

UES

RO

AD

N

AM

E FI

NA

NC

IAL

PRO

JEC

T ID

D

RU

P, L

AK

E

O

FJA

UES

PALU

C

OA

ST

FLA

GLE

RL

IGH

TIN

G

PL

AN

SHEE

T

NO

.

Page 25: City of Palm Coast
Page 26: City of Palm Coast

DA

TED

ESC

RIP

TIO

ND

ATE

DES

CR

IPTI

ON

DR

MP

DR

UP,

LA

NE,

FLO

RID

A

CER

TIFI

CA

TE

OF

AU

THO

RIZ

ATI

ON

JAM

ES

LIC

ENSE

N

O.

CIT

Y

OF

PA

LM

C

OA

ST

RO

AD

N

AM

E

PAW

C

OA

ST

PAR

KW

AY

CO

UN

TY

FLA

GLE

R

FIN

AN

CIA

L PR

OJE

CT

ID

LIG

HT

ING

P

LA

N

L-23

Page 27: City of Palm Coast
Page 28: City of Palm Coast
Page 29: City of Palm Coast

ITEM

NO. DESCRIPTION QTY UNIT UNIT COST AMOUNT

1 101 1 MOBILIZATION 1 LS $ $

2 102 1 MAINTENANCE OF TRAFFIC 1 LS $ $

3 102 3 COMMERCIAL MATERIAL FOR DRIVEWAY MAINTENANCE 750 CY $ $

4 104 10 3 SEDIMENT BARRIER 11,731 LF $ $

5 104 11 FLOATING TURBIDITY BARRIER 164 LF $ $

6 104 15 SOIL TRACKING PREVENTION DEVICE 4 EA $ $

7 104 18 INLET PROTECTION SYSTEM 73 EA $ $

8 110 1 1 CLEARING & GRUBBING 1.0 LS $ $

9 110 4 REMOVAL OF EXISTING CONCRETE PAVEMENT 7,383 SY $ $

10 120 1 REGULAR EXCAVATION 18,259 CY $ $

11 120 6 EMBANKMENT 28,469 CY $ $

12 160 4 TYPE B STABILIZATION 26,734 SY $ $

13 285 709 OPTIONAL BASE, BASE GROUP 09 20,387 SY $ $

14 285 710 OPTIONAL BASE, BASE GROUP 10 1,665 SY $ $

15 327 70 8 MILLING EXIST ASPH PAVT. 2 1/2" AVG DEPTH 63,121 SY $ $

16 334 1 13 SUPERPAVE ASPH CONC, TRAF C 7,822.2 TN $ $

17 337 7 33 ASPHALT CONCRETE FRICTION COURSE,TRAFFIC C, FC-12.5, RUBBER 7,378.1 TN $ $

18 400 1 2 CONCRETE CLASS I, ENDWALLS 31.2 CY $ $

19 400 143 CLEANING AND COATING CONCRETE SURFACES, CLASS 5 19,834 SF $ $

20 425 1 311 INLETS (CURB) (TYPE P-1) (<10') 1 EA $ $

21 425 1 351 INLETS (CURB) (TYPE P-5) (<10') 27 EA $ $

22 425 1 352 INLETS (CURB) (TYPE P-5) (>10') 1 EA $ $

PAY ITEM NO.

Bid Form ITB-CD-CP-12-02 Palm Coast Parkway 6-Laning 00200-4

Page 30: City of Palm Coast

ITEM

NO. DESCRIPTION QTY UNIT UNIT COST AMOUNTPAY ITEM NO.

23 425 1 361 INLETS (CURB) (TYPE P-6) (<10') 18 EA $ $

24 425 1 347 INLETS (CURB) (TYPE P-7) (<10') 3 EA $ $

25 425 1 451 INLETS (CURB) (TYPE J-5) (<10') 1 EA $ $

26 425 1 529 INLETS (DT BOT) (TYPE C) (MODIFY) (<10') 6 EA $ $

27 425 1 541 INLETS (DT BOT) (TYPE D) (<10') 4 EA $ $

28 425 1 711 INLETS (GUTTER) (TYPE V) (<10') 1 EA $ $

29 425 1 891 INLETS (BARRIER WALL) (<10') 10 EA $ $

30 425 1 910 INLETS (CLOSED FLUME) 11 EA $ $

31 425 2 61 MANHOLES (P-8) (<10') 4 EA $ $

32 425 2 63 MANHOLES (P-8) (PARTIAL) 9 EA $ $

33 425 2 91 MANHOLE (J-8) (<10') 3 EA $ $

34 425 3 43 JUNCTION BOX, DRAINAGE, P-7 PARTIAL (<10) 1 EA $ $

35 430 94 1 DESILT PIPE (0 TO 24") 3,337 LF $ $

36 430 94 2 DESILT PIPE (25 TO 36") 526 LF $ $

37 430 94 3 DESILT PIPE (37 TO 48") 677 LF $ $

38 430 94 4 DESILT PIPE (49 TO 60") 469 LF $ $

39 430 174 118 PIPE CULV (OPTIONAL MATERIAL) (ROUND) (18" SD) 9 LF $ $

40 430 174 124 PIPE CULV (OPTIONAL MATERIAL) (ROUND) (24"SD) 83 LF $ $

41 430 174 218PIPE CULV (OPTIONAL MATERIAL) (OTHER SHAPE) (ELLIPTICAL/ARCH) (18" SD) 19 LF $ $

42 430 175 115 PIPE CULV (OPTIONAL MATERIAL) (ROUND) (15" S/CD) 24 LF $ $

43 430 175 118 PIPE CULV (OPTIONAL MATERIAL) (ROUND) (18" S/CD) 3,545 LF $ $

44 430 175 124 PIPE CULV (OPTIONAL MATERIAL) (ROUND) (24"S/CD) 480 LF $ $

Bid Form ITB-CD-CP-12-02 Palm Coast Parkway 6-Laning 00200-5

Page 31: City of Palm Coast

ITEM

NO. DESCRIPTION QTY UNIT UNIT COST AMOUNTPAY ITEM NO.

45 430 175 130 PIPE CULV (OPTIONAL MATERIAL) (ROUND) (30"S/CD) 48 LF $ $

46 430 175 154 PIPE CULV (OPTIONAL MATERIAL) (ROUND) (54"S/CD) 959 LF $ $

47 430 611 125 U-ENDWALL (BAFFLES) (1:4) (18") 5 EA $ $

48 430 611 225 U-ENDWALL (BAFFLES) (1:3) (18") 2 EA $ $

49 430 611 325 U-ENDWALL (BAFFLES) (1:2) (18") 10 EA $ $

50 430 982 125 MITERED END SECTION (CROSSDRAIN) (ROUND) (18") 13 EA $ $

51 430 982 129 MITERED END SECTION (CROSSDRAIN) (ROUND) (24") 1 EA $ $

52 430 984 125 MITERED END SECTION (SIDE DRAIN) (ROUND) (18") 2 EA $ $

53 430 984 129 MITERED END SECTION (SIDE DRAIN) (ROUND) (24") 1 EA $ $

54 430 984 625 MITERED END SECTION (SIDE DRAIN) (ELLIPTICAL/ARCH) (18") 2 EA $ $

55 436 1 1 TRENCH DRAIN (STANDARD) 3,035 LF $ $

56 515 2 321 PED./ BYCYCLE RAILING, ALUMINUM ONLY, 54" PICKET RAIL 2,865 LF $ $

57 520 1 7 CONCRETE CURB & GUTTER, TYPE E 3,974 LF $ $

58 520 1 10 CONCRETE CURB & GUTTER, TYPE F 11,731 LF $ $

59 520 2 4 CONCRETE CURB, TYPE D 545 LF $ $

60 520 3 CONCRETE VALLEY GUTTER 129 LF $ $

61 520 5 11 TRAFFIC SEPARATOR CONCRETE-TYPE I, 4' WIDE 345 LF $ $

62 520 5 16 TRAFFIC SEPARATOR CONCRETE-TYPE I, 8.5' WIDE 152 LF $ $

63 521 5 1 CONCRETE TRAFFIC RAILING- BRIDGE (32" F-SHAPE) 693 LF $ $

64 521 72 3 SHOULDER CONCRETE BARRIER WALL, RIGID-SHOULDER 2,251 LF $ $

65 522 1 SIDEWALK CONCRETE, 4" THICK 13,623 SY $ $

66 522 2 SIDEWALK CONCRETE, 6" THICK 203 SY $ $

Bid Form ITB-CD-CP-12-02 Palm Coast Parkway 6-Laning 00200-6

Page 32: City of Palm Coast

ITEM

NO. DESCRIPTION QTY UNIT UNIT COST AMOUNTPAY ITEM NO.

67 524 1 2 CONCRETE DITCH PAVEMENT: NON-REINFORCED 166 SY $ $

68 527 1 DETECTABLE WARNING ON EXIST. WALKING SURFACES 8 EA $ $

69 530 3 4 RIPRAP, RUBBLE, F&I, DITCH LINING 40.5 TN $ $

70 536 73 GUARDRAIL REMOVAL 3,625 LF $ $

71 550 10 344 FENCING (TYPE R) (7.1-8.0' HEIGHT) (PARTIAL ENCLOSURE) 677 LF $ $

72 706 3 RETRO-REFLECTIVE PAVEMENT MARKERS 1,367 EA $ $

73 710 11 111 PAINTED PAVEMENT MARKINGS, STANDARD, WHITE, SOLID, 6" 4.708 NM $ $

74 710 11 122 PAINTED PAVEMENT MARKINGS, STANDARD, WHITE, SOLID, 8" 2,465 LF $ $

75 710 11 123 PAINTED PAVEMENT MARKINGS, STANDARD, WHITE, SOLID, 12" 3,918 LF $ $

76 710 11 124 PAINTED PAVEMENT MARKINGS, STANDARD, WHITE, SOLID, 18" 588 LF $ $

77 710 11 125 PAINTED PAVEMENT MARKINGS, STANDARD, WHITE, SOLID, 24" 4,021 LF $ $

78 710 11 131 PAINTED PAVEMENT MARKINGS, STANDARD, WHITE, (SKIP)(10'-30') 4.474 GM $ $

79 710 11 151 PAINTED PAVEMENT MARKINGS, STD, WHITE,GUIDE STRIPE, GAP EXTEN 1,032 LF $ $

80 710 11 160 PAINTED PAVEMENT MARKINGS, STANDARD, WHITE, MESSAGE 3 EA $ $

81 710 11 170 PAINTED PAVEMENT MARKINGS, STANDARD, WHITE, ARROWS 128 EA $ $

82 710 11 211 PAINTED PAVEMENT MARKINGS, STANDARD, YELLOW, SOLID, 6" 2.697 NM $ $

83 710 11 224 PAINTED PAVEMENT MARKINGS, STANDARD, YELLOW, SOLID, 18" 38 LF $ $

84 700 20 11 SINGLE POST SIGN, F&I, LESS THAN 12 SF 54 AS $ $

85 700 20 12 SINGLE POST SIGN, F&I, 12-20 SF 18 AS $ $

86 700 20 14 SINGLE POST SIGN, F&I, 21-30 SF 3 AS $ $

87 700 20 40 SINGLE POST SIGN, RELOCATE 6 AS $ $

88 700 20 60 SINGLE POST SIGN, REMOVE 91 AS $ $

Bid Form ITB-CD-CP-12-02 Palm Coast Parkway 6-Laning 00200-7

Page 33: City of Palm Coast

ITEM

NO. DESCRIPTION QTY UNIT UNIT COST AMOUNTPAY ITEM NO.

89 700 21 11 MULTI-POST SIGN, F&I, 50 SF OR LESS 2 AS $ $

90 700 21 12 MULTI-POST SIGN, F&I, 51-100 SF 4 AS $ $

91 700 21 13 MULTI-POST SIGN, F&I, 101-151 SF 3 AS $ $

92 700 21 14 MULTI-POST SIGN, F&I, 151-200 SF 2 AS $ $

93 700 21 60 MULTI-POST SIGN, REMOVE 4 AS $ $

94 706 3 RETRO-REFLECTIVE PAVEMENT MARKERS 1367 EA $ $

95 711 11 111 THERMOPLASTIC, STD, WHITE, SOLID, 6" 4.708 NM $ $

96 711 11 122 THERMOPLASTIC, STD, WHITE, SOLID, 8" 2465 LF $ $

97 711 11 123 THERMOPLASTIC, STD, WHITE, SOLID, 12" 3918 LF $ $

98 711 11 124 THERMOPLASTIC, STD, WHITE, SOLID, 18" 588 LF $ $

99 711 11 125 THERMOPLASTIC, STD, WHITE, SOLID, 24" 4021 LF $ $

100 711 11 131 THERMOPLASTIC, STD, WHITE, 6", 10-30 SKIP 4.474 GM $ $

101 711 11 151 THERMOPLASTIC, STD, WHITE, 2-4 SKIP, 6" 1026 LF $ $

102 711 11 160 THERMOPLASTIC, STD, WHITE, MESSAGE, ONLY 3 EA $ $

103 711 11 170 THERMOPLASTIC, STD, WHITE, ARROW 128 EA $ $

104 711 11 211 THERMOPLASTIC, STD, YELLOW, SOLID, 6" 2.697 NM $ $

105 711 11 224 THERMOPLASTIC, STD, YELLOW, SOLID, 18" 38 LF $ $

106 630 1 12 CONDUIT, F&I, UNDERGROUND 26094 LF $ $

107 630 1 13 CONDUIT(F&I)(UNDERPAVEMENT SAWCUT) 10 LF $ $

108 630 1 14 CONDUIT, F&I, UNDERGROUND-JACKED 3255 LF $ $

109 632 7 1 CABLE-SIGNAL, F&I 7 PI $ $

110 635 1 11 PULL & JUNCTION BOXES, F&I, PULL BOX 121 EA $ $

Bid Form ITB-CD-CP-12-02 Palm Coast Parkway 6-Laning 00200-8

Page 34: City of Palm Coast

ITEM

NO. DESCRIPTION QTY UNIT UNIT COST AMOUNTPAY ITEM NO.

111 639 1 23 ELECTRICAL POWER SERVICE, UNDERGROUND 6 AS $ $

112 639 2 1 ELECTRICAL SERVICE WIRE, F&I 3345 LF $ $

113 641 2 12 PRESTRESSED CONCRETE POLE,F&I, TYPE P-11 , SERVICE POLE 6 EA $ $

114 646 1 11 ALUMINUM SIGNAL POLE, PEDESTAL 33 EA $ $

115 646 1 41 ALUMINUM SIGNAL POLE, PEDESTAL, RELOCATE 1 EA $ $

116 649 31 207 MAST ARM (F&I)(130 MPH)(SINGLE ARM W/LUMINAIRE 46') 5 EA $ $

117 649 31 208 MAST ARM (F&I)(130 MPH)(SINGLE ARM W/LUMINAIRE 60') 5 EA $ $

118 649 31 209 MAST ARM (F&I)(130 MPH)(SINGLE ARM W/LUMINAIRE 70.5') 3 EA $ $

119 649 31 999 MAST ARM (F&I)(CUSTOM) 6 EA $ $

120 650 1 311 TRAFFIC SIGNAL, F&I, 3-SECTION, 1-WAY, ALUMINUM 66 AS $ $

121 650 1 511 TRAFFIC SIGNAL, F&I, 5-SECTION, 1-WAY, ALUMINUM 4 AS $ $

122 653 191 PEDESTRIAN SIGNAL, F&I, LED COUNTDOWN, ONE-WAY 34 AS $ $

123 653 192 PEDESTRIAN SIGNAL, F&I, LED COUNTDOWN, TWO-WAY 1 AS $ $

124 653 400 PEDESTRIAN SIGNAL, RELOCATE 1 AS $ $

125 660 1 109 LOOP DETECTOR, F&I, TYPE 9,2 CH, SS, RM 44 EA $ $

126 660 1 110 LOOP DETECTOR, F&I, TYPE 10,2 CH, SS, RM,TD 5 EA $ $

127 660 2 102 LOOP ASSEMBLY, F&I, TYPE B 64 AS $ $

128 660 2 106 LOOP ASSEMBLY, F&I, TYPE F 39 AS $ $

129 663 74 14 VEHICLE DETECTOR ASSEMBLIES, F&I, EMERGENCY PRE-EMPTION 21 EA $ $

130 665 11 PEDESTRIAN DETECTOR, F&I, POLE MOUNTED 38 EA $ $

131 670 5 111 TRAFFIC CONTROLLER ASSEMBLY, F&I, NEMA, 1 PREEMPT 6 AS $ $

132 670 5 411 TRAFFIC CONTROLLER ASSEMBLY, MODIFY, NEMA, 1 PREEMPT 1 AS $ $

Bid Form ITB-CD-CP-12-02 Palm Coast Parkway 6-Laning 00200-9

Page 35: City of Palm Coast

ITEM

NO. DESCRIPTION QTY UNIT UNIT COST AMOUNTPAY ITEM NO.

133 690 10 TRAFFIC SIGNAL HEAD ASSEMBLY, REMOVAL 56 EA $ $

134 690 20 SIGNAL PEDESTRIAN ASSEMBLY, REMOVAL 26 EA $ $

135 690 31 SIGNAL PEDESTAL, REMOVE 8 EA $ $

136 690 34 1 COMPLETE POLE REMOVAL-DEEP,DIRECT BURIAL 17 EA $ $

137 690 50 CONTROLLER ASSEMBLY, REMOVE 6 EA $ $

138 690 60 DETECTOR VEHICLE ASSEMBLY, REMOVE 43 EA $ $

139 690 70 DETECTOR PEDESTRIAN ASSEMBLY, REMOVE 28 EA $ $

140 690 80 SPAN WIRE ASSEMBLY, REMOVE 6 EA $ $

141 690 90 CONDUIT AND CABLING, REMOVE 7 PI $ $

142 690 100 SIGNAL EQUIPMENT, MISCELLANEOUS, REMOVE 7 PI $ $

143 699 1 1 INTERNAL ILLUM SIGN, F&I, STREET NAME 19 EA $ $

144 700 48 18 SIGN PANEL, F&I, 15 OR < 5 EA $ $

145 700 48 58 SIGN PANEL (REPLACE X15 or < ) 2 EA $ $

146 700 48 60 SIGN PANEL, REMOVE 23 EA $ $

147 700 89 123 ELECTRONIC DISPLAY SIGN, F&I, REGULATORY, OVERHEAD 4 AS $ $

148 700 89 143 ELECTRONIC DISPLAY SIGN (F&I)(BLANK OUT)(OVERHEAD) 2 AS $ $

149 783 1 122 ITS FIBER OPTIC CABLE, F&I, UNDERGROUND,13-48 FIBERS 8902 LF $ $

150 783 2 31 ITS FIBER OPTIC CONNECTION, INSTALL, SPLICE 24 EA $ $

151 783 3 11 ITS FIBER OPTIC CONNECTION HARDWARE, F&I, SPLICE ENCLOSURE 7 EA $ $

152 783 3 12 ITS FIBER OPTIC CONNECTION HARDWARE, F&I, SPLICE TRAY 7 EA $ $

153 783 3 15 ITS FIBER OPTIC CONNECTION HARDWARE, F&I, PATCH PANEL, PRETERM 7 EA $ $

154 783 5 1 ITS PULL BOX FOR FIBER OPTIC (F&I) 16 EA $ $

Bid Form ITB-CD-CP-12-02 Palm Coast Parkway 6-Laning 00200-10

Page 36: City of Palm Coast

ITEM

NO. DESCRIPTION QTY UNIT UNIT COST AMOUNTPAY ITEM NO.

155 783 6 1 ITS SPLICE BOX FOR FIBER OPTIC (F&I) 7 EA $ $

156 784 1 1 ITS MANAGED FIELD ETHERNET SWITCH, F&I 7 EA $ $

157 570 1 2 PERFORMANCE TURF, SOD (BAHIA GRASS/ST. AUGUSTINE GRASS) 1 LS $ $

158 580 1 1 LANDSCAPE COMPLETE 1 LS $ $

159 590 70 IRRIGATION SYSTEM 1 LS $ $

160 555 1 1 DIRECTIONAL BORE (LESS THAN 6") 2199 LF $ $

161 715 1 12 LIGHTING CONDUCTORS, F&I, INSULATED, NO 8-6 12903 LF $ $

162 715 2 11 LIGHTING - CONDUIT, UNDERGROUND 12839 LF $ $

163 715 4 6 LIGHT POLE COMPLETE, REMOVE 4 EA $ $

164 715 7 11 LOAD CENTER, F&I, SECONDARY VOLTAGE 1 EA $ $

165 715 7 31 LOAD CENTER, RELOCATE, SECONDARY VOLTAGE 4 EA $ $

166 715 7 41 LOAD CENTER, REMOVE, SECONDARY VOLTAGE 1 EA $ $

167 715 11 118 LUMINAIRE, F&I, ROADWAY, FLOOD 51 EA $ $

168 715 11 400 LUMINAIRE, RELOCATE, FLOOD 12 EA $ $

169 715 14 11 LIGHTING - PULL BOX, ROADSIDE-MOULDED 100 EA $ $

SUBTOTAL AMOUNT OF BID (ITEM NOS 1 - 169) $____________________________________________________________________ (Figures)

_____________________________________________________________________________________________________________________

(In Words)

In the event there is a discrepancy between the written total and the figures, the written total shall take precedent.

Bid Form ITB-CD-CP-12-02 Palm Coast Parkway 6-Laning 00200-11

Page 37: City of Palm Coast

ITEM

NO. DESCRIPTION QTY UNIT UNIT COST AMOUNT

170 556 1 4 JACK AND BORE, CASING DIAMETER 18" TO < 24" 124 LF $ $

171 556 1 5 JACK AND BORE, CASING DIAMETER 24" TO < 36" 412 LF $ $

172 1050 11 223 UTILITY PIPE, F&I, PVC, WATER / SEWER, 5 - 7.9" 105 LF $ $

173 1050 11 224 UTILITY PIPE, F&I, PVC, WATER / SEWER, 8 - 19.9" 5752 LF $ $

174 1050 11 424 UTILITY PIPE, F&I, DI/CI, WATER / SEWER, 8 - 19.9" 854 LF $ $

175 1050 16 4 UTILITY PIPE, REMOVE & DISPOSE 8 - 19.9" 1500 LF $ $

176 1050 18 4 UTILITY PIPE, PLUG & PLACE OUT OF SERVICE 8 - 19.9" 2333 LF $ $

177 1050 11 414 UTILITY FITTING, F&I, DI/CI, ELBOW, 8-19.9" 38 EA $ $

178 1055 11 424 UTILITY FITTING, F&I, DI/CI, TEE, 8-19.9" 8 EA $ $

179 1055 11 434 UTILITY FITTING, F&I, DI/CI, REDUCER, 8-19.9" 2 EA $ $

180 1055 11 454 UTILITY FITTNG, F&I, DI/CI, CAP/PLUG, 8-19.9" 16 EA $ $

181 1080 11 103 UTILITY FIXTURE, F&I, TAPPING SADDLE/SLEEVE, 0-1.9" 2 EA $ $

182 1080 11 203 UTILITY FIXTURE, F&I, TAPPING SADDLE/SLEEVE, 2-4.9" 3 EA $ $

183 1080 11 303 UTILITY FIXTURE, F&I, TAPPING SADDLE/SLEEVE, 5-7.9" 1 EA $ $

184 1080 11 403 UTILITY FIXTURE, F&I, TAPPING SADDLE/SLEEVE, 8-19.9" 10 EA $ $

185 1080 11 404 UTILITY FIXTURE, F&I, VALVE ASSEMBLY, 8-19.9" 29 EA $ $

186 1080 11 405 UTILITY FIXTURE, F&I, BLOWOFF ASSEMBLY, 8-19.9" 1 EA $ $

187 1080 11 407 UTILITY FIXTURE, F&I, LINESTOP ASSEMBLY, 8-19.9" 4 EA $ $

188 1644 11 308 FIRE HYDRANT, F&I, STANDARD, 2 HOSE, 1 PUMPER, 6" 3 EA $ $

189 1644 700 FIRE HYDRANT, ADJUST & MODIFY 1 EA $ $

PAY ITEM NO.

Bid Form ITB-CD-CP-12-02 Palm Coast Parkway 6-Laning 00200-12

Page 38: City of Palm Coast

SUBTOTAL AMOUNT OF UTILITIES BID (ITEM NOS 170 - 189) $____________________________________________________________________ (Figures)

_______________________________________________________________________________________________________________________________

(In Words)

TOTAL AMOUNT OF BID (ITEM NOS 1 - 189) $___________________________________________________________________________________ (Figures)

_______________________________________________________________________________________________________________________________

(In Words)

In the event there is a discrepancy between the written total and the figures, the written total shall take precedent.

Bid Form ITB-CD-CP-12-02 Palm Coast Parkway 6-Laning 00200-13

Page 39: City of Palm Coast

ALTERNATES

ITEM

NO. BID ALTERNATE #1 QTY UNIT UNIT COST AMOUNT

56 515 2 321 PED./ BYCYCLE RAILING, ALUMINUM ONLY, 54" PICKET RAIL ( - ) 2865 LF $ ( - ) $

ALT 1-1 515 2 323 PED./ BICYCLE RAILING, ALUMINUM ONLY, 54" TYPE 3 2,865 LF $ $

TOTAL AMOUNT OF BID ALTERNATE #1 $_____________________________ (Figures)

_______________________________________________________________________________________________________________________________

(In Words)

ITEM

NO. BID ALTERNATE #2 QTY UNIT UNIT COST AMOUNT

56 515 2 321 PED./ BYCYCLE RAILING, ALUMINUM ONLY, 54" PICKET RAIL ( - ) 2865 LF $ ( - ) $

ALT 2-1 515 2 324 PED./ BICYCLE RAILING, ALUMINUM ONLY, 54" TYPE 4 2,865 LF $ $

TOTAL AMOUNT OF BID ALTERNATE #2 $_____________________________ (Figures)

_______________________________________________________________________________________________________________________________

(In Words)

ITEM

NO. BID ALTERNATE #3 QTY UNIT UNIT COST AMOUNT

ALT 3-1 110 1 1 CLEARING & GRUBBING (FOR FENCE REMOVAL) 1.0 LS $ $

ALT 3-2 550 10 222 FENCING, TYPE B, 5.1-6.0, W/ VINYL COATING 3,927 LF $ $

TOTAL AMOUNT OF BID ALTERNATE #3 $_____________________________ (Figures)

_______________________________________________________________________________________________________________________________

(In Words)

ITEM

NO. BID ALTERNATE #4 QTY UNIT UNIT COST AMOUNT

ALT 4-1 721 74 1 TRASH RECEPTACLE, PRE-FABRICATED 12 EA $ $

TOTAL AMOUNT OF BID ALTERNATE #4 $_____________________________ (Figures)

_______________________________________________________________________________________________________________________________

(In Words)

ITEM

NO. BID ALTERNATE #5 QTY UNIT UNIT COST AMOUNT

ALT 5-1 721 75 1 BENCHES, PRE-FABRICATED 6 EA $ $

TOTAL AMOUNT OF BID ALTERNATE #5 $_____________________________ (Figures)

_______________________________________________________________________________________________________________________________

(In Words)

In the event there is a discrepancy between the written total and the figures, the written total shall take precedent.

The Bidder shall set forth in the space provided the amount to be added from the Lump Sum Base Bid. Alternates quoted on Propsal Forms will be reviewed and accepted or rejected at the City's option. Accepted Alternates will be identified in City-Contractor Agreement.

PAY ITEM NO.

PAY ITEM NO.

PAY ITEM NO.

PAY ITEM NO.

PAY ITEM NO.

Bid Form ITB-CD-CP-12-02 Palm Coast Parkway 6-Laning 00200-14

Page 40: City of Palm Coast
Page 41: City of Palm Coast
Page 42: City of Palm Coast
Page 43: City of Palm Coast
Page 44: City of Palm Coast
Page 45: City of Palm Coast
Page 46: City of Palm Coast
Page 47: City of Palm Coast
Page 48: City of Palm Coast
Page 49: City of Palm Coast
Page 50: City of Palm Coast
Page 51: City of Palm Coast
Page 52: City of Palm Coast
Page 53: City of Palm Coast
Page 54: City of Palm Coast
Page 55: City of Palm Coast
Page 56: City of Palm Coast
Page 57: City of Palm Coast
Page 58: City of Palm Coast
Page 59: City of Palm Coast
Page 60: City of Palm Coast
Page 61: City of Palm Coast
Page 62: City of Palm Coast
Page 63: City of Palm Coast
Page 64: City of Palm Coast
Page 65: City of Palm Coast
Page 66: City of Palm Coast
Page 67: City of Palm Coast