city of palm coastdocs.palmcoastgov.com/departments/purchasing/bids/521-6051.pdfcity of palm coast...

21
ITB-CD-CP-14-01 – Bulldog Drive Improvements Addendum Number 01: Page 1 of 5 ADDENDUM NO. 01 City of Palm Coast 160 Cypress Point Parkway, Suite B-106 Palm Coast, FL 32164 Tel (386) 986-3731 ITB-CD-CP-14-01 Bulldog Drive Improvements ISSUE DATE: November 26, 2013 BID DATE: December 9, 2013 @ 4:00 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 21 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. Computation of Contract Time, Adjusting Contract Time, Rain Days, Recovery Days. A.2 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. Q3. Camera System at Covered Walkway. A.3 The Bid Form has been modified to include an Allowance for the camera system to be installed at the new covered walkway. The Allowance is for the entire camera system including but not limited conduit, wiring, and cameras.

Upload: ngothuan

Post on 14-Jun-2018

213 views

Category:

Documents


0 download

TRANSCRIPT

ITB-CD-CP-14-01 – Bulldog Drive Improvements

Addendum Number 01: Page 1 of 5

AADDDDEENNDDUUMM NNOO.. 0011

City of Palm Coast

160 Cypress Point Parkway, Suite B-106 Palm Coast, FL 32164

Tel (386) 986-3731

ITB-CD-CP-14-01 Bulldog Drive Improvements

ISSUE DATE: November 26, 2013

BID DATE: December 9, 2013 @ 4:00 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 21 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. Computation of Contract Time, Adjusting Contract Time, Rain Days, Recovery Days.

A.2 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.

Q3. Camera System at Covered Walkway.

A.3 The Bid Form has been modified to include an Allowance for the camera system to be installed at the new covered walkway. The Allowance is for the entire camera system including but not limited conduit, wiring, and cameras.

ITB-CD-CP-14-01 – Bulldog Drive Improvements

Addendum Number 01: Page 2 of 5

Q4. Alternate for PCHS.

A.4 The Bid Form has been modified to include an Add Alternate to remove and replace existing asphalt in lieu of seal coat for the PCHS exit aisle to SR100 as depicted on Drawing Sheet PCHS Site Plan – Sheet C-2.

Q5. Alternate for PCHS.

A.5 The Bid Form has been modified to include an Add Alternate to mill and resurface all existing asphalt identified to be seal coated for the PCHS asphalt areas as depicted on Drawing Sheet PCHS Site Plan – Sheet C-2.

Q6. FPL Street Lighting.

A.6 The Bidder or subcontractor to perform all FPL conduit and associated items for all street light installations based upon FPL specifications and in the locations indicated on the civil drawings; the Bidder shall notify the City immediately if any discrepancies between the documents are found so that FPL & City can provide direction. Work shall be completed per all FPL requirements including but not limited to the FPL specifications, bid 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 at local FPL office upon coordination with FPL representative Patti Hersch, Power System Sr Technical Specialist; Florida Power & Light Company; 5910 E Highway 100; Palm Coast, FL 32164; (386) 586-6429 at a mutually agreed time. The Bidder assumes liability for any materials lost, stolen or damaged once these items are picked up by the Bidder.

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.

ITB-CD-CP-14-01 – Bulldog Drive Improvements

Addendum Number 01: Page 3 of 5

Q7. Specification Section 00800, Part 6.49 & 00900, Section 2, Office Trailer

A.7 Delete all requirements for a Contractors Office Trailer and an Engineers Office Trailer as neither trailer is required for this project.

Q8. Project Staging

A.8 City owned property along the eastern edge of Bulldog Drive may be used by the contractor. No clearing of land is allowed and the contractor is responsible to restore property back to existing conditions upon completion of the project.

Q9. Lighting, Drawing Sheet LT-7:

A.9 The two light fixtures noted as Type ‘A’ located in the median are not required and shall be deleted from the Work.

Q10. Lighting, Drawing Sheet LT-7:

A.10 The specification for the outdoor rated amiable spot lights shall be Day-Brite Mini Flood Light Model: FSN-24W LU NMP. The bid shall include all items including but not limited mounting of fixture.

Q11. Lighting, Drawing Sheet LT-7:

A.11 The specification for the outdoor rated light bar short shall be 4’ long and with a T-8 fluorescent lamp and shall be UL listed for wet location label. Provide 2 fixtures at the front side only of each sign. The fixture specification is per the following.

Kelsey-Kane Lighting Mfg. C.

Ft. Lauderdale, FL USA (800) 444-3187

WP1FO32C-120V-E-60HZ-0.32AMPS

Q12. FPL Service, Drawing Sheet LT-4

A.12 The Bidder shall not include any costs for the proposed transformer shown. FPL will determine the actual location and will install the transformer. The City will pay any FPL fees associated with installation of the transformer.

Q13. Sign Plan & Details, Drawing Sheets L1 & L2:

A.13 Delete the first sentence of plan note “Reference Master Sign Plans File with the City of Palm Coast.” The City does not have any master sign plans for these signs. The Bidder is responsible to submit shop drawings signed and sealed by a Florida registered engineer and any other items required to obtain a sign permit from the city of palm coast.

Q14. FPL Service – Stormwater Pump Station, Drawing Sheet E-1

A.14 The actual service connection point has not been determined yet. The Bidder shall not include any costs for the electrical service from the power service connection up to the main disconnect as part of the Bid.

Questions by Bidders

Q15. Can the City issue an Excel file of the Bid Form?

A.15 Yes, file is attached.

Q16. There is no bid item for erosion control for the roadwork. Where should we put the dollars for road work erosion control?

A.16 The erosion control for roadwork is included in the overall General Requirements in the new Bid Form.

ITB-CD-CP-14-01 – Bulldog Drive Improvements

Addendum Number 01: Page 4 of 5

Q17. There is no bid item for mobilization or general conditions in the road work section. Where should we bid these items?

A.17 These items are included in the overall General Requirements in the new Bid Form.

Q18. There are no bid items for embankment, fill or grading in the road work section. Where should we bid these items?

A.18 These items are included in the new Bid Form.

Q19. The school section has a bid item for OH & P. There is no overhead and profit bid item for the others sections. How should we bid this?

A.19 These items were eliminated in the new Bid Form.

Q20. The school section of the bid tab has an item for contingency design phase. What would you like the allowance for this bid item to be?

A.20 These items were eliminated in the new Bid Form.

Q21. There is no bid item for stabilization, and base work in the school section. Where should we bid these items and how will we be paid for them?

A.21 These items are included in the new Bid Form.

Q22. Page 800.31 of the specs states that tests will be paid for by the City. There is a bid item in the school section for geotechnical testing but no testing item in other sections. Can you clarify what testing the contractor is responsible for?

A.22 The geotechnical testing item has been moved to the General Requirements section of the revised Bid Form. The contractor will be responsible for all quality control testing per FDOT Standard Specifications

Q23. What general demolition is required on the school site?

A.23 This number has been reduced and is intended for the various gate relocations.

Q24. The school section has a bid item for survey & layout listed by the day. Will this be paid by the day or should we bid this as a lump sum item?

A.24 The survey and layout should be bid lump sum. That is a cost per unit breakdown for clarification.

Q25. There is no bid item for 6” concrete in the road section. Can you add this to the bid tab?

A.25 A payment item for 6” concrete is included in the new Bid Form.

Q26. There is no phasing plan for the M.O.T. Will there be a M.O.T. phasing plan issued?

A.26 The contractor will provide the phasing plan and will need to use the appropriate FDOT Standard Index.

Q27. We only have three working days until the bid due date. Our subcontractors have expressed concern that they will not be able to get pricing from their suppliers with the holiday shortened week. We also have not received any addendums yet. Can the bid date be extended to give us time to accurately price this?

A.27 Change all references to bid due date from December 4, 2013 @ 2:00pm to December 9, 2013 @ 4:00pm.

Q28. There is no sod item for the roadway construction section. Can you please add one?

A.28 A payment item for performance turf is included in the new Bid Form.

ITB-CD-CP-14-01 – Bulldog Drive Improvements

Addendum Number 01: Page 5 of 5

Q29. Bid item 711-11-131 and 711-11-241 in the roadway section have no quantities to bid. Can you please adjust bid tab accordingly?

A.29 The quantities have been added to the new Bid Form.

Q30. There is no bid item for optional base group 4 (shoulder pavement).

A.30 The item has been added to the new Bid Form.

Q31. There is no bid item for the 1.5” structural coarse (shoulder pavement).

A.31 The item has been added to the new Bid Form.

Q32. How long is the maintenance bond for?

A.32 Two years.

Q33. There is no bid item or the traffic logic easy rider speed bumps. Can you please add this to the bid tab?

A.33 We have added this item to the Bid Tab.

Q34. Bid item 110-4 only has 583 sy for asphalt removal. The quantities are significantly higher than this. Can you please adjust the bid tab?

A.34 The quantity has been updated.

Q35. Can you please provide the specification for the cement stabilized base?

A.35 This item will be addressed in a future addendum.

Q36. When will the plans be available for the covered walkway?

A.36 Refer to attached sample shop drawing that shows the basis of design; the height and configuration shall be as depicted on the Bid Drawings.

Q37. Can you please add a bid item for the removal of the unsuitables on Bulldog Drive?

A.37 The item has been added to the new Bid Form. Acknowledgment

__________________________ Signature and Date

__________________________ Printed Name / Title

__________________________ Company Name

END OF ADDENDUM NUMBER ONE

Bid Form 00200-1 ITB-CD-CP-14-01 Bulldog Drive Improvements

Revised 11/27/2013 – Addendum 01

SECTION 00200 BID FORMS FOR THE CONSTRUCTION OF

PROJECT NAME: Bulldog Drive Improvements CITY PROJECT NO.: ITB-CD-CP-14-01 Name of Firm: _____________________________________________________________________________ Contact Name: _____________________________________________________________________________ E-mail Address: ____________________________________________________________________________ Business Mailing Address: ___________________________________________________________________ Business Street Address: _____________________________________________________________________ City/State/Zip: _____________________________________________________________________________ Phone Number: (_______) __________________________________________________________________ Fax Number: (________) ___________________________________________________________________ Contractor License Number: __________________________________________________________________ Pursuant to and in compliance with your notice inviting sealed Bids (Invitation To Bid), Instructions to Bidders, and the other documents relating thereto, the undersigned Bidder, having ensured to its satisfaction that they have familiarized themselves with the terms of the Contract Documents, local conditions affecting the performance of the Work, and the cost of the Work at the place where the Work is to be done, hereby proposes and agrees to perform within the time stipulated in the Contract Documents, including all of its component parts and everything required to be performed, and to provide and furnish any and all of the labor, Material, and tools, expendable Equipment, and all utility and transportation services necessary to perform the Work and complete in a workmanlike manner, all of the Work required in connection with the construction of said Work all in strict conformity with the Plans and Specifications and other Contract Documents, including Addenda Nos. _____________ through _____________, oonn file at the Purchasing and Contracts Division for the Total Bid (Contract Price) hereinafter set forth. The undersigned Bidder agrees that the Work shall be completed according to the schedule set forth in the Contract Documents. The undersigned Bidder further agrees to pay liquidated damages as described in the Contract Documents.

Bid Form 00200-2 ITB-CD-CP-14-01 Bulldog Drive Improvements

Revised 11/27/2013 – Addendum 01

Bid prices must be stated in words in accordance with these Instructions to Bidders in the blank space(s) provided for that purpose. Bidder acknowledges that it has read and fully understands all Sections of the Instructions to Bidders. The undersigned, as Bidder, declares that the only persons or parties interested in this proposal as principals are those named herein; that this proposal is made without collusion with any person, firm or corporation; and he proposes and agrees, if the proposal is accepted, that they will execute an Agreement with the CITY in the form set forth in the Contract Documents; that it will furnish the Contract Security, Insurance Certificates, Endorsements, and Policies, that it is aware that failure to properly comply with the requirements set out in the "Instructions to Bidders" and elsewhere in the Contract Documents may result in a finding that the Bidder is non-responsive and may cause a forfeiture of the Bid Security. ACCOMPANYING THIS BID IS_________________________________________________________

(insert the word(s) "cashier's check," bidder's bond," certified check," or other security as provided by law, as

the case may be) in an amount equal to at least five percent (5%) of the Total Bid, payable to the

CITY OF PALM COAST, FLORIDA

The undersigned deposits above-named security as a Bid guarantee and agrees that it shall be forfeited

to the CITY as liquidated damages (and not as a penalty in recognition of the complexity and lack of precision

in calculating damages) in case this Bid is accepted by the CITY and the undersigned fails to execute an

Agreement with the CITY as specified in the Contract Documents accompanied by the required Payment and

faithful Performance Bonds with Sureties satisfactory to the CITY, and accompanied by the required

certificates of insurance coverage, and endorsements.

Should the CITY be required to engage the services of an attorney in connection with the enforcement

of this Bid, Bidder promises to pay City’s reasonable attorney's fees and costs (including attorney's fees and

costs on appeals) incurred with or without suit.

We, the Undersigned, hereby declare that no person, persons, firm, or corporation, other than the

undersigned are interested in this Proposal as principals and that this Proposal is made without collusion with

any person, firm, or corporation. CORPORATION/COMPANY Company Name: (Seal) By: (Name typed or printed) By: (Name typed or printed)

Bid Form 00200-3 ITB-CD-CP-14-01 Bulldog Drive Improvements

Revised 11/27/2013 – Addendum 01

Address: Telephone No.: (___) FAX No.: (___) Florida State Registration Number: Federal I.D. Tax Number: INDIVIDUAL Name: (Signature) (Name typed or printed) (Title) Address: Telephone No.: (___) FAX No.: (___) County/City Registration Number: Social Security Number: Federal I.D. Tax Number: ______ Attention: Bids shall only be considered from those Bidders who have obtained these Contract Documents from the CITY directly or via the website: palmcoastgov.com/government/departments/purchasing.

BID SCHEDULE

The Bidder hereby agrees to perform all work as required by the Contract Documents for the following Unit Prices. All work required to be performed by the Contract Documents is to be included within the following Pay Items, inclusive of furnishing all manpower, equipment, materials and performance of all operations relative to construction of the project. Work for which there is not a Pay Item will not be considered incidental to the Contract and no additional compensation will be allowed. Pursuant to and in compliance with your Invitation for Bid, the Instructions to Bidders, and other documents relating thereto, the undersigned hereby agrees to furnish all labor, Materials and Equipment to do the Work in strict accordance with the Contract Documents and all addenda, if any, issued prior to the date of this Bid at the Total Bid herein as follows:

Bid Form 00200-4 ITB-CD-CP-14-01 Bulldog Drive Improvements

Revised 11/27/2013 – Addendum 01

Project: Bulldog Drive Improvements 

Item No.  Description  Unit  QTY  Unit Price  Amount 

GENERAL REQUIREMENTS 

57‐3  Construction Stakeout  LS  1       

57‐8 As‐Built Surveys for Roadway Construction, Piping, Utility, Conduit and Structures Plans 

LS  1       

100‐1  Maintenance Bond (5% of Constructed Items)  LS  1       

101‐1  Mobilization  LS  1       

102‐1‐1  Maintenance of Traffic  LS  1       

104‐1 Prevention, Control, and Abatement of Erosion and Water Pollution 

LS  1       

105‐1  Geotechnical Testing  LS  1       

110‐1  Clearing & Grubbing  LS  1       

GENERAL REQUIREMENTS SUBTOTAL   

ROAD CONSTRUCTION 

110‐4  Removal of Existing Concrete Pavement (ASPHALT)  SY  1,171       

120‐1  Excavation and Embankment  LS  1       

120‐2  Excavation, Unsuitable Material  CY  4,000       

160‐4  Type “B” Stabilization (12”)  SY  6,536       

265‐1‐9  Cement‐Stabilized Base, 9 Inches  SY  3,371       

285‐7‐4  Optional Base Group 4  SY  800       

285‐7‐11  Optional Base Group 11  SY  2,051       

331‐72‐30  Type S‐1 asphaltic concrete, 3.0" thickness  SY  3,371       

334‐1‐12 Superpave Asphaltic Structural Course, 1.5" Thickness,Traffic C 

SY  760       

334‐1‐13 Superpave Asphaltic Structural Course, 3.0" Thickness,Traffic C 

SY  2,051       

337‐7‐3  Friction Course FC‐3, 1.0" thickness  SY  3,371       

337‐7‐4  Asphalt Concrete Friction Course, Traffic C, FC‐5, Rubber  SY  2,051       

520‐1‐10  Concrete Curb and Gutter, Type ‘F’  LF  4,498       

520‐1‐11  Concrete Curb and Gutter, Type ‘FB’  LF  1,920       

520‐1‐07  Concrete Curb and Gutter, Type ‘E’  LF  856       

520‐5‐11  Traffice Separator Concrete Type I, 4‐ft wide.  LF  565       

520‐5‐12  Traffice Separator Concrete Type IV, 3'‐4" wide.  LF  265       

522‐1‐3  Concrete Sidewalk, 4” thick, fibrous reinforced  SY  1,370       

522‐1‐6  Concrete Sidewalk, 6” thick, fibrous reinforced  SY  100       

522‐1‐9 Concrete Sidewalk, 6” thick, fibrous reinforced, Decorative, Stamped 

SY  160       

550‐10  Fencing, Chain Link, 6', Vinyl Coated, Black, W/Top Rail  LF  2,100       

550‐60  Gate, 12' Swing. Vinyl Coated, Black.  EA  3       

570‐1  Performance Turf  SY  17,500       

630‐2‐11  Conduit (F&I) (Open Trench)  LF  1,440      

630‐2‐12  Conduit (F&I) (Directional Bore)  LF  350      

630‐2‐14  Conduit (F&I) (Aboveground)  LF  10      

632‐7‐1  Signal Cable ‐ Within Intersection  PI  1      

Bid Form 00200-5 ITB-CD-CP-14-01 Bulldog Drive Improvements

Revised 11/27/2013 – Addendum 01

Item No.  Description  Unit  QTY  Unit Price  Amount 

635‐2‐11  Pull and Splice Boxes (F&I) (13" x 24")  EA  20      

635‐2‐12  Pull and Splice Boxes (F&I) (24" x 36")  EA  1      

639‐1‐122 Electrical Power Service (F&I) (Underground) (Purchased) 

AS  1      

639‐2‐1  Signals ‐ Electrical Service Wire  LF  180      

641‐2‐12 Prestressed Concrete Poles (F&I) (Type P‐11 Service Pole) 

EA  1      

646‐1‐11  Aluminum Signals Pole (F&I) (Pedestal)  EA  4      

649‐31‐209 Steel Mast Arm Assembly (F&I) (130) (70.5 w/ Luminaire) 

EA  3      

649‐31‐999  Steel Mast Arm Assembly (F&I) (130) (Custom)  EA  1      

650‐1‐311  Traffic Signal (F&I) (3) (1‐Way) (Aluminum)  AS  15      

653‐191  Pedestrian Signal (F&I) (LED ‐ Countdown) (1‐Way)  AS  4      

660‐1‐110 Loop Detector, Inductive (F&I) (Type 10, 2CH, SS, RM, TD) 

EA  8      

660‐2‐102  Loop Assembly (F&I) (Type B)  EA  8      

660‐2‐106  Loop Assembly (F&I) (Type F)  EA  8      

663‐1‐120  Signal pre‐emption (F&I) (Detector W/Sign Only)  EA  1      

665‐13  Pedestrian Detector (F&I) (Detector with Sign Only)  EA  4      

670‐5‐110  Traffic Controller Assembly (F&I) (NEMA) (None)  AS  1      

685‐106  System Auxiliaries (F&I) (Uninterruptible Power Source)  EA  1      

690‐10  Traffic Signal Head Assembly, Removal  EA  10      

690‐20  Signal Pedestrian Assembly, Remove  EA  2      

690‐31  Signal Pedestal, Remove  EA  2      

690‐32‐1  Pole Removal ‐ Shallow (Direct Burial)  EA  2      

690‐50  Controller Assembly ‐ Remove (Complete)  EA  1      

690‐70  Detector Pedestrian Assembly, Remove  EA  2      

690‐80  Span Wire Assembly, Remove  EA  1      

690‐90  Remove Conduit and Cabling  PI  1      

690‐100  Signal Equipment ‐ Miscellaneous Remove  PI  1      

699‐1‐1  Internally Illuminated Sign (F&I) (Street Name)  EA  4      

700‐20‐12  Single Post Sign, F&I, 12‐20 SF  AS  3       

700‐40‐1  Sign Single Post (Less than 12 sq ft)  AS  23       

700‐46‐11  Sign Existing (Remove)(Single Post)  AS  15       

700‐46‐21  Relocate Street Signs (Sign and single post)  EA  4       

705‐10‐1  Object Marker, Type 1  EA  5       

706‐3  Retroreflective Pavement Markers  EA  747       

710‐11‐290  Reflective Paint (Island Nose) (Yellow)  SF  49       

711‐11‐111  Thermoplastic, Standard, White, Solid, 6"  NM  2       

711‐11‐122  Thermoplastic, Standard, White, Solid, 8"  LF  154       

711‐11‐123  Thermoplastic, Standard, White, Solid, 12"  LF  923       

711‐11‐124  Thermoplastic, Standard, White, Solid, 18"  LF  791       

711‐11‐125  Thermoplastic, Standard, White, Solid, 24"  LF  1,047       

711‐11‐211  Thermoplastic, Standard, Yellow, Solid, 6"  NM  1       

711‐11‐224  Thermoplastic, Standard, Yellow, Solid, 18"  LF  288       

Bid Form 00200-6 ITB-CD-CP-14-01 Bulldog Drive Improvements

Revised 11/27/2013 – Addendum 01

711‐11‐131  Thermoplastic, Standard, White, Skip, 6"  GM  0.21       

711‐11‐241  Thermoplastic, Standard, Yellow, Skip, 6"  GM  0.01       

711‐11‐160  Thermoplastic, Standard, White, Message  EA  4       

711‐11‐170  Thermoplastic, Standard, White, Arrow  EA  49       

ROAD CONSTRUCTION SUBTOTAL   

SCHOOL SITE 

1  Asphalt Removal  SY  3,590       

2  Concrete Removal  SY  490       

3  Curb Removal  LF  1,250       

4  Saw Cutting  LF  10,400       

5  Fence Removal  LF  380       

6  Tree Removal  IN  69       

7  Grading  SY  7,000       

8  Silt Fence  LF  1,570       

9  Compaction  CY  2,580       

10  General Demolition  LS  1       

11  Survey Layout  DAY  8       

12  Guard House & band Tower Relocation  LS  1       

13  Asphalt Paving  SY  7,970       

14  Seal Coat & Restripe  SF 318,62

5      

15  Concrete S/W (4")  LF  1,150       

16  Aluminum Sidewalk Canopy  SF  4,334       

17 Camera System (cameras, counduit, & wiring) ‐ ALLOWANCE 

ALLOW 

1 $20,000.0

0$20,000.00

18  Integral S/W & Curb  LF  547       

19  Concrete (8")  SF  1,565       

20  Striping  STALL  481       

21  Signage  LS  1       

22  FDOT Traffic Marking  LF  3,300       

23  Wheel Stops  EA  328       

24  Speed Tables  EA  2       

25  Curbing  LF  1,075       

26  ADA Ramps  EA  15       

27  12" RCP  LF  20       

28  MES  EA  2       

29  MH Cover Removal & Replacement  EA  1       

30  Curb Inlet  EA  4       

31  Sod  LS  1       

32  Trafficlogix Easyrider Speed Bumps  EA  7       

SCHOOL SITE SUBTOTAL   

SCHOOL SITE DRAINAGE 

1  MH, TYPE P‐8 (3.5' DIA W/18" SUMP)   EA  1       

2  INLET, TYPE P‐6 W/18" SUMP  EA  5       

3  INLET, TYPE J‐6 W/18" SUMP  EA  1       

Bid Form 00200-7 ITB-CD-CP-14-01 Bulldog Drive Improvements

Revised 11/27/2013 – Addendum 01

Item No.  Description  Unit  QTY  Unit Price  Amount 

4  CONNECT TO EXISTING MH  EA  1       

5  MANHOLE, ADJUST  EA  1       

6  PIPE CULVERT, RCP, ROUND, 24"  LF  16       

7  PIPE CULVERT, RCP, ROUND, 30"  LF  307       

8  PIPE CULVERT, RCP, ROUND, 36"  LF  157       

9  PIPE CULVERT, RCP, ELLIP., 14"X23"  LF  57       

SCHOOL SITE DRAINAGE SUBTOTAL   

PUMP STATION 

10  PUMPS  LS  1       

11  GENERATOR  LS  1       

12  VALVES  LS  1       

13  SKID/PIPING  LS  1       

14  ELECTRICAL  LS  1       

15  PS STRUCTURE/DISCHARGE STRUCTURE  LS  1       

16  SHEET PILE  SF  1,320       

PUMP STATION SUBTOTAL   

BULLDOG DR DRAINAGE 

1  YARD DRAIN W/18" SUMP  EA  6      

2  INLET, TYPE P‐5 W/18" SUMP  EA  2      

3  INLET, TYPE P‐6 W/18" SUMP  EA  3      

4  INLET, TYPE J‐5, 3.5'x5' BOTT. W/18" SUMP  EA  2      

5  INLET, TYPE J‐6, 3.5'x4' BOTT. W/18" SUMP  EA  2      

6  INLET, TYPE J‐6, 3.5'x6' BOTT. W/18" SUMP  EA  1      

7  INLET, TYPE J‐6, 4'x4' BOTT. W/18" SUMP  EA  1      

8  INLETS, DT BOT, TYPE C  EA  2      

9  INLETS, DT BOT, TYPE C W/18" SUMP  EA  1      

10  MANHOLES, P‐8, 4' DIA BOTT W/18" SUMP  EA  2      

11  MANHOLES, J‐7, 6' DIA BOTT W/18" SUMP  EA  1      

12  MANHOLES, J‐8, 6' DIA BOTT W/18" SUMP  EA  2      

13  PIPE CULVERT, PVC, ROUND, 6"  LF  90      

14  PIPE CULVERT, RCP, ROUND, 15"  LF  61      

15  PIPE CULVERT, RCP, ROUND, 18"  LF  485      

Item No.  Description  Unit  QTY  Unit Price  Amount 

16  PIPE CULVERT, RCP, ROUND, 24"  LF  231      

17  PIPE CULVERT, RCP, ROUND, 30"  LF  650      

18  PIPE CULVERT, RCP, ROUND, 36"  LF  121      

19  PIPE CULVERT, RCP, ROUND, 42"  LF  849      

20  PIPE CULVERT, RCP, ROUND, 48"  LF  502      

21  MITERED END SECTION, ROUND, 30"  EA  1      

22  MITERED END SECTION, ROUND, 48"  EA  1      

23  TRENCH DRAIN, STANDARD  LF  85      

BULLDOG DRAINAGE SUBTOTAL   

SR 100 DRAINAGE 

Bid Form 00200-8 ITB-CD-CP-14-01 Bulldog Drive Improvements

Revised 11/27/2013 – Addendum 01

Item No.  Description  Unit  QTY  Unit Price  Amount 

1  INLETS, DT BOT, TYPE B  EA  1      

2  INLETS, DT BOT, TYPE C  EA  1      

3  MANHOLES, P‐8, 4' DIA BOTT  EA  1      

4  MH, ADJUST W/TYPE 7 MH TOP  EA  1      

5  PIPE CULVERS, OPTIONAL MATERIAL, ELLIP, 18"  LF  628      

6  PIPE CULVERS, OPTIONAL MATERIAL, ELLIP, 24"  LF  8      

7  MITERED END SECTION, ELLIPTICAL, 18"  EA  6      

8  MITERED END SECTION, ELLIPTICAL, 24"  EA  1      

SR 100 DRAINAGE SUBTOTAL   

LANDSCAPING 

1 Florida Flame Maple, 95 GAL., 12‐14' HT, 5‐6' SP, 3.5" CAL. 

EA  10       

2 Muskogee Crape Myrtle, 45 GAL., 10‐12' MULTI, 5 STEM MIN. 

EA  26       

3 Tree Form Ligustrum, 45 GAL., 10‐12' MULTI, 5 STEM MIN. 

EA  6       

4  Sylvester Date Palm, 10' CT. MATCHED, HEAVY TRUNK  EA  7       

5  Cathedral Live Oak, 14‐16' HT, 6‐7' SP, 4.5" CAL.  EA  29       

6   Live Oak, 16‐18' HT, 7‐8' SP, 6" CAL.  EA  7       

7  Cabbage Palm, 10'‐16' CT., SEE PLAN FOR SIZES  EA  37       

8  Dwarf Glossy Abelia, 3 GAL., 15‐18" HT. X 15‐18" SP.  EA  1,436       

9  Perennial Peanut, 4" POTS  EA  4,285       

10  Bulbine, 1 GAL., 12" FULL  EA  1,867       

11 Stokes Dwarf Yaupon Holly, 3 GAL., 15‐18" HT. X 15‐18" SP. 

EA  439       

12  Muhly Grass, 3 GAL., 20" FULL  EA  439       

13  Firepower Nandina, 3 GAL., 15‐18" HT. X 15‐18" SP.  EA  548       

14  Podocarpus, 3 GAL., 24" HT. X 15‐18" SP.  EA  1,396       

15  Dwarf Asian Jasmine, 1 GAL., 12" FULL, MIN 3 PPP  EA  9,128       

16  Coontie, 3 GAL., 16‐20" HT. X 16‐20" SP.  EA  503       

17  St Augustine Sod  SF  40,000       

18  Eucalyptus Mulch  CY  520       

19  Planting Mix  CY  1,000       

20  Irrigation System  LS  1       

Item No.  Description  Unit  QTY  Unit Price  Amount 

LANDSCAPING SUBTOTAL   

UTILITIES ‐ WATER (NEW CONSTRUCTION) 

1  10" PVC (DR‐18) Water Main  LF  2,228      

2  6" PVC (DR‐18) Water Main  LF  24      

3 16"x 10" M.J. Tapping Sleeve and Valve with Box and Cover 

EA  1      

4  10" M.J. 45 Deg. Bend  EA  27      

5  10" M.J. 90 Deg. Bend  EA  3      

6  10" M.J. 11.25 Deg. Bend  EA  2      

7  10"x 6" M.J. Tee  EA  4      

Bid Form 00200-9 ITB-CD-CP-14-01 Bulldog Drive Improvements

Revised 11/27/2013 – Addendum 01

Item No.  Description  Unit  QTY  Unit Price  Amount 

8  10" M.J. Gate Valve with Box and Cover  EA  5      

9  10"x 8" M.J. Reducer  EA  1      

10  6" M.J. 90 Deg. Bend  EA  4      

11  6" M.J. Gate Valve with Box and Cover  EA  4      

12  Fire Hydrant  EA  4      

13  10" PVC Bell Restrainers  EA  55      

14  Connect to Existing 16" Water Main  EA  1      

15  Remove Existing 8" Plug  EA  1      

16  Connect to Existing 8" Water Main  EA  1      

UTILITIES ‐ WATER SUBTOTAL   

UTILITIES ‐ WASTEWATER (NEW CONSTRUCTION) 

17  Standard Sanitary Manhole (6' to 8' Deep)  EA  1      

18  Standard Sanitary Manhole (8' to 10' Deep)  EA  2      

19  Standard Sanitary Manhole (10' to 12' Deep)  EA  1      

20  Standard Sanitary Manhole (14' to 16' Deep)  EA  1      

21  8" PVC (SDR‐35) Gravity Sewer (6' to 8' Deep)  LF  230      

22  8" PVC (SDR‐35) Gravity Sewer (8' to 10' Deep)  LF  648      

23  8" PVC (SDR‐35) Gravity Sewer (10' to 12' Deep)  LF  475      

24  8" PVC (SDR‐26) Gravity Sewer (12' to 14' Deep)  LF  300      

25  8" PVC (SDR‐26) Gravity Sewer (14' to 16' Deep)  LF  435      

26  6" PVC (SDR‐35) Sewer Service Lateral  LF  324      

25  Core Existing Manhole  EA  1      

26  Connect to Existing Sanitary Manhole  EA  1      

UTILITIES ‐ WASTEWATER SUBTOTAL   

UTILITIES ‐ REUSE (NEW CONSTRUCTION) 

27  4" PVC (DR‐18) Reuse Main  LF  4,805      

28  4" M.J. 45 Deg. Bend  EA  17      

29  4" M.J. 90 Deg. Bend  EA  3      

30  4"x 4" M.J. Tee  EA  2      

31  4"x 3" M.J. Tee  EA  1      

32  4" M.J. Gate Valve with Box and Cover  EA  7      

33  4" M.J. Plug  EA  2      

34  4" PVC Bell Restrainers  EA  32      

35  3" Reuse Meter with Box and Cover  EA  1      

36  Blow‐off with Box and Cover  EA  2      

36  Remove Existing 4" Plug and Blowoff  EA  1      

38  Connect to Existing Reuse Main  EA  1      

39  Connect to Existing Well per Palm Coast Utilities  EA  1      

UTILITIES ‐ REUSE SUBTOTAL   

LIGHTING 

1  Conduit, 2", F.O., Furnish & Install  LF  1,800       

2  Conduit, 1", Light Poles, Install Only (Material Provided)  LF  1,980       

3  Pull Box, Install Only (Material Provided)  EA  4       

Bid Form 00200-10 ITB-CD-CP-14-01 Bulldog Drive Improvements

Revised 11/27/2013 – Addendum 01

Item No.  Description  Unit  QTY  Unit Price  Amount 

4  Landscape Lighting, Complete  LS  1       

LIGHTING SUBTOTAL   

  

TOTAL AMOUNT OF BASE BID ‐ ALL ITEMS ABOVE (ROAD, DRAINAGE, UTILITIES, LIGHTING, SCHOOL SITE, AND LANDSCAPING)   

                 

  

(In Words)  

In the event there is a discrepancy between the written total and the sum of the figures, the figures shall be recalculated and the correct total shall be used.

Bid Form 00200-11 ITB-CD-CP-14-01 Bulldog Drive Improvements

Revised 11/27/2013 – Addendum 01

UNIT PRICE SCHEDULE (Unit Prices for Adjustment)

The Average Unit Costs identified by the Bidder in the above Bid Schedule shall be used for adjusting the Contract price for changes in the work and final quantities (additions or deletions) in accordance with the provisions of an approved change order and any other modifications of the Contract. Quantities for Unit Pricing shall be approved by the City of Palm Coast. Unit prices shall include all labor, materials, equipment, transportation, and supervision representing an in-place price for each item. Scope or size of each item not otherwise indicated is as described in the construction specifications and drawings. The CITY reserves the right to approve or reject the Average Unit Cost on an item by item basis: Bidder Acknowledgements:

1. The Bidder acknowledges that the Total Amount of Bid stated above includes the sum of $250.00 or 1% of the Bid whichever is greater, specific consideration for indemnification.

2. The Bidder acknowledges that the Total Amount of Bid stated above includes compensation for all Work, labor, permits, bonds, equipment, materials, and any and all incidental costs necessary for the proper execution of the required services.

Attention: Bids shall only be considered from those Bidders who have obtained these Contract Documents from the CITY directly or via the website (palmcoastgov.com/government/departments/purchasing).

ALTERNATES

The following Alternates shall not be included in the Lump Sum Base Bid. The Bidder shall set forth in the space provided the amount to be Added to the Lump Sum Base Bid. Alternates quoted on Proposal Forms will be reviewed and accepted or rejected at City’s option. Accepted Alternates will be identified in City-Contractor Agreement. Alternate Number 1: ENTRANCE SIGNS: All items associated with signs as well as sign lighting; refer to sheet Sign Plan & Details L-1, & L-2 and Sign Lighting on LT-7.

ADD: $___________________________________________________________________ Alternate Number 2: PCHS - REMOVE & REPLACE ASPHALT: Remove and replace asphalt for Palm Coast High School exit aisle as depicted on the drawings; refer to sheet PCHS, C-2.

ADD: $___________________________________________________________________ Alternate Number 3: PCHS – MILL & RESURFACE ASPHALT: Mill and Resurface existing asphalt for Palm Coast High School for areas identified to be seal coated as depicted on the drawings; refer to sheet PCHS, C-2.

ADD: $___________________________________________________________________

*NOTE: THE LUMP SUM BASE BID SHALL NOT INCLUDE ALTERNATES

Bid Form 00200-12 ITB-CD-CP-14-01 Bulldog Drive Improvements

Revised 11/27/2013 – Addendum 01

ATTACHMENT A

MATERIAL AND EQUIPMENT LIST Listed below are items of material and/or equipment proposed for use in the project. The Bidder is required to fill in the manufacturer (THE NAME OF THE MANUFACTURER SHALL BE INSERTED – NOT THE NAME OF THE SUPPLIER) for each listed piece of material and/or equipment. FAILURE TO COMPLETELY FILL IN THE LIST SHALL CONSTITUTE A NON-RESPONSIVE BID AND SHALL BE A CAUSE FOR REJECTION. BIDDER acknowledges that the bid is based on all of the specified products, unless specifically approved in writing by addendum prior to the bid date. SECTION MATERIAL AND/OR EQUIPMENT MANUFACTURER ________________________________ ________________________ ________________________________ ________________________ ________________________________ ________________________ ________________________________ ________________________ ________________________________ ________________________ ________________________________ ________________________ ________________________________ ________________________ ________________________________ ________________________ ________________________________ ________________________ ________________________________ ________________________ By: ____________________________________________________________ Bidder _________________________________________________________________ Authorized Signature _________________________________________________________________ Date

Bid Form 00200-13 ITB-CD-CP-14-01 Bulldog Drive Improvements

Revised 11/27/2013 – Addendum 01

ATTACHEMNT B

LIST OF PROPOSED SUBCONTRACTORS/SHOP FABRICATORS PROJECT NAME: Bulldog Drive Improvements CITY PROJECT NO.: ITB-CD-CP-14-01 Work Performed by CONTRACTOR. The CONTRACTOR must perform at least 33% of the total work as measured by cost (Equipment and labor) within his own organization and excluding Material costs. A failure of the CONTRACTOR to perform the required percentage of Work within his own organization constitutes a Material breach of this agreement. The Bidder expressly agrees that: 1. If awarded a Contract as a result of this Proposal, the major subcontractor and/or shop fabricator used in the prosecution of the work shall be those listed below. Only one (1) subcontractor and/or shop fabricator shall be listed in each category. 2. The following list includes all subcontractors and/or shop fabricators who will perform work. 3. The Bidder represents that the subcontractors and/or shop fabricators listed below are financially responsible and are qualified to do the work required. (Attach additional sheets if necessary.)

PREVIOUS WORK Subcontractor EXPERIENCE % VALUE TOGETHER of total Contract

CATEGORY NAME/ADDRESS YES / NO

Pavement Marking

Roadway Signing

Traffic Signal

Landscaping

Irrigation

Sodding

Utility (Water, Sewer, Re-Use)

Electrical

Bid Form 00200-14 ITB-CD-CP-14-01 Bulldog Drive Improvements

Revised 11/27/2013 – Addendum 01

ATTACHMENT C

CERTIFICATION REGARDING DEBARMENT, SUSPENSION INELIGIBILITY AND VOLUNTARY EXCLUSION – LOWER TIER COVERED TRANSACTIONS

This certification is required by the regulations implementing Executive Order 12549, Debarment and

Suspension, 7 CFR Part 3017, Section 3017.510 Participants responsibilities. The regulations were published as Part IV of the January 30, 1989, Federal Register (pages 4722 – 4733)

***** BEFORE COMPLETING CERTIFICATION, READ INSTRUCTIONS ON NEXT PAGE ****

1. The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by and Federal department of agency. 2. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attached an explanation to this proposal. ITB-CP-CD-14-01: Bulldog Drive Improvements _________________________________________________________________________________________ Organization Name _________________________________________________________________________________________Name and Title of Authorized Representative __________________________________________________________________________________________ Signature Date _________________________________________________________________________________________Name and Title of Authorized Representative __________________________________________________________________________________________ Signature Date

Instructions on next page.

Bid Form 00200-15 ITB-CD-CP-14-01 Bulldog Drive Improvements

Revised 11/27/2013 – Addendum 01

INSTRUCTIONS FOR DEBARMENT CERTIFICATION

1. By signing and submitting this form, the prospective lower tier participant is providing the certification set out herein in accordance with these instructions.

2. The Certification in this clause is material representation of fact upon which reliance was placed when this

transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department of agency with which this transaction originated may pursue available remedies, including suspension and/or debarment.

3. The prospective lower tier participant shall provide immediate written notice to the person to whom this

proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances.

4. The terms “covered transaction”, “debarred”, “suspended”, ineligible, “lower tier covered transaction”,

“participant”, “person”, “primary covered transaction”, “principal”, “proposal”, “voluntarily exclude”, as used this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of these regulations.

5. The prospective lower tier participant agrees by submitting this form that, should the proposed covered

transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated.

6. The prospective lower tier participant further agrees by submitting this form that it will include this clause

titles “Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion – Lower Tier Covered Transactions”, without modification in all lower tier covered transactions and in all solicitations for lower tier covered transactions.

7. A participant in a covered transaction may rely upon a certification of a perspective participant in a lower

tier covered transaction that it is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the Non-procurement List.

8. Nothing contained in the foregoing shall be construed to required establishment of a system of records in

order to render in good faith and certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings.

Except for transactions authorized under paragraph 5 of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction may pursue available remedies, including suspension and/or debarment.

END OF SECTION