Loading...
Item #14 Approval and Authorization to Execute Agreement with Ranger Const. Industires, Inc. AGENDA ITEM COVER SHEET David Wheeler 407 -905-3100, ext. 1504 Meeting Date: May 6, 2008 Item # \.!! Reviewed By: Department Director: City Manager: Contact Name: Contact Number: 7>>i~ Subject: Approval of and authorization for the Mayor to execute an agreement with Ranger Construction Industries, Inc. to relocate a 12-inch sanitary sewer force main under the Florida Turnpike in order to avoid a conflict with widening of that highway for the amount of $411 ,227.75. Background Summary: The City's utility operation has three crossings of Florida's Turnpike, which is presently undergoing a significant widening project in the Ocoee area. The largest of these crossings occurs at Maguire Road, where potable water, reclaimed water, and sanitary sewer mains are located. It was discovered late in the design process for the widening project that the 12-inch sanitary sewer force main and 12-inch potable water main were in conflict with the widening project due to a loss of vertical separation. The initial expectation was the City would have to relocate both utility mains to a lower depth, but subsequent analysis using the water flow model showed that the City could maintain sufficient potable water flow and pressure without the water main. This left the sanitary sewer force main-the only link flowing north from the portion of the city south of the Turnpike-as the primary focus of the utility relocation project. City utility lines are located in the Turnpike's right of way through a permit, which means the cost of relocating those lines as a result of Turnpike construction must be fully borne by the City. The new permit requirements imposed on the City say authorize relocation of the sanitary sewer force main further to the southeast and at a greater depth. The permit also authorizes the City to install a potable water main should it ever become necessary. The force main's relocation must occur before the area is excavated for the road widening, which means it must be completed in the next few months. The Turnpike widening project is being undertaken by Ranger Construction Industries, Inc. City Engineering and Utilities staff determined that the cost savings from using Ranger to do the utility relocation work indicated that it was more cost effective to award the work to Ranger without competitive bid. The savings derive from the reduced cost of work coordination within a limited construction space and avoidance of separate maintenance of traffic expenses, which are substantial on a high-speed, limited-access facility. In anticipation of project costs, the City budget for FY 2006/07 allocated $150,000 for design and right of way acquisition. The FY 2007/08 budget allocated $440,000 for construction. The actual cost for design was $37,380.00, including the system modeling work, substantially less than anticipated. Ranger's cost proposal for the relocation work is also below budget at $411,227.75. Issue: The need for utility relocation as part of widening the Turnpike through Ocoee was not discovered until the engineering had progressed to 90% plans. At that time, it was discovered that the entire four-foot vertical separation provided when the utility lines were initially installed was going to be eliminated in the southern ditch line once the road was widened. The Engineering Department subsequently worked with the Turnpike Enterprise, the Utility Department, and our engineering consultants over the last 20 months to identify the most cost effective way to accommodate the vertical clearance requirements of the 1 widened facility. The ultimate decision was to relocate the sanitary sewer force main, operate without the potable water main at this location, and remove or grout the old lines. In accordance with our schedule approved by the Turnpike Enterprise, utility relocation construction must be completed by mid-June. Recommendations The Engineering Department recommends that the City Commission approve the proposed agreement with Ranger Construction Industries, Inc., and authorize the Mayor and City Clerk to execute the required legal documents. Attachments: Bid received from Ranger Construction Industries, Inc. Financial Impact: The funding for this action will be financed by the existing allocation of $440,000.00 for the identified purpose. Type of Item: (please mark with an "x'? _ Public Hearing _ Ordinance First Reading _ Ordinance Second Reading Resolution Commission Approval Discussion & Direction For Clerk's DeDt Use: _ Consent Agenda _ Public Hearing _ Regular Agenda _ Original Document/Contract Attached for Execution by City Clerk Original Document/Contract Held by Department for Execution Reviewed by City Attorney Reviewed by Finance Dept. Reviewed by ( ) dI,<5~ N/A N/A N/A 2 BID FORM TI IECfSOVre ~ ~ APR ... 8 2008 = SECTION 00300 SUBMITTED: Apj2.u.- B I W.l?7B , (Date) PROJECT IDENTIFICATION: CITY OF OCOEE - MAGUIRE ROAD I TURNPIKE UTILITY RELOCATION NAME OF BIDDER: ~..,,~ ~~ C\",s, ~u< \:, ON ~ N ~~':,~.,e~, ~"'C \~O .E\boc. \.0 ~ BUSINESS ADDRESS: '"-J' ,~(\l ~cJ..~~"-l , rL... ~\.\ltl PHONE NO.: 40'- lo~\,p - 9JSS CONTRACTOR'S FLORIDA LICENSE NO.: C. G, t () \'\ '4 \ \9 THIS BID IS SUBMITTED TO City of Ocoee, Florida (hereinafter called Owner) 1. The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Amendment to the Agreement with Owner in the form included in the Contract Documents, to perform and furnish all Work as specified or indicated in the Contract Documents for the Contract Price and within the Contract Time indicated in this Bid Form and the Amendment to the Agreement, and in accordance with the other terms and conditions of the Contract Documents. 2. Bidder accepts all of the terms and conditions of the Bidding Documents including without limitation those dealing with the disposition of Bid Bond. This Bid will remain open for ninety (90) calendar days after the day of Bid opening. Bidder will sign and deliver the required number of counterparts of the Amendment to the Agreement with the Bonds and other documents required by the Bidding Requirements within ten (10) days after the date of Owner's Notice of Intent to Award. 3. In submitting this Bid, Bidder makes all representations required by the Instructions to Bidders and the Agreement and further warrants and represents that: a. Bidder has examined copies of all the Bidding Documents and of the following Addenda: No. Dated No. Dated: No. Dated No. Dated: No. Dated No. Dated: No. Dated No. Dated: Receipt of all is hereby acknowledged along with copies of the Invitation to Bid and the Instructions to Bidders. 00300-1 _ _ ___----.J b. Bidder has familiarized itself with the nature and extent of the Contract Documents, Work, site, locality, and all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance, or furnishing the Work. c. Bidder has carefully studied all reports of explorations and tests of subsurface conditions at or contiguous to the site and all drawings of physical conditions in or relating to existing surface of subsurface structures at or contiguous to the site (except Underground Facilities) which have been identified in the Supplementary Conditions as provided in paragraph 4.02.1 of the General Conditions. Bidder accepts the determination set forth in paragraph SC-4.02 of the Supplementary Conditions of the extent of the "technical data" contained in such reports and drawings upon which Bidder is entitled to rely as provided in paragraph 4.02 of the General Conditions. Bidder acknowledges that such reports and drawings are not Contract Documents and may not be complete for Bidder's purposes. Bidder acknowledges that Owner and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Bidding Documents with respect to Underground Facilities at or contiguous to the site. d. Bidder has obtained and carefully studied (or assumes responsibility for having done so) all such additional or supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the site or otherwise which may affect cost progress, performance or furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences and procedures of construction to be employed by Bidder and safety precautions and programs incident thereto. Bidder does not consider that any additional examinations, investigations, explorations, tests, studies or data are necessary for the determination of this bid for performance and furnishing of the Work in accordance with the times, price and other terms and conditions of the Contract Documents. e. Bidder is aware of the general nature of Work to be performed by Owner and others at the site that relates to Work for which this Bid is submitted as indicated in the Contract Documents. f. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the site, reports and drawings identified in the Contract Documents and all additional examinations, investigations, explorations, tests, studies and date with the Contract Documents. g. Bidder has given Purchasing Agent written notice of all conflicts, errors, ambiguities or discrepancies that Bidder has discovered in the Contract Documents and the written resolution thereof by Purchasing Agent is acceptable to Bidder, and the Contract Documents are generally sufficient to indicate and 00300-2 convey understanding of all terms and conditions for performing and furnishing the Work for which this Bid is submitted. h. This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a farce or sham Bid; Bidder has not solicited or induced any person, firm or corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over Owner. 1. Bidder hereby agrees to commence work under this contract on or before a date to be specified in the Notice to Proceed and to fully complete all work of the project within the Contract Time specified in the Scope of Work Agreement (Section 00500). Bidder further accepts the provisions of the Scope of Work Agreement as to liquidated damages and agrees to pay as liquidated damages the amount stated in the Scope of Work Agreement (Section 00500), for each consecutive calendar day completion of the work is delayed. Completion Schedule: 1) The work shall be substantially complete within the Contract Time specified in Article 3.1 of the Scope of Work Agreement (Section 00500). 2) The Work shall be finally Complete within the contract Time specified in Article 3.2 of the Scope of Work Agreement (Section 00500). 4. All bid items shall include all materials, equipment, labor, permit fees, taxes, tests, miscellaneous costs of all types, overhead, and profit for the item to be complete, in place, and ready for operation in the manner contemplated by the Contract Documents. Bidder submits the following TOTAL BID OR TOTAL BASE BID to perform all the Work as required by the Drawings and Specifications. 5. The Bidder agrees to commence work within TEN (10) CALENDAR DAYS after the date of the Notice to Proceed, and shall complete the work within ONE HUNDRED EIGHTY TWO CALENDAR DAYS (182) thereafter. The Bidder further agrees to pay, as liquidated damages, the sum of TWO HUNDRED ($200.00) DOLLARS for each consecutive calendar day thereafter, until the work is completed. 6. In accordance with Article 17 of the Instructions to Bidders, the City will consider the lowest "Base Bid" after adjustments for additive or deductive alternates. Additive or deductive alternates (if any) will be considered in determining the lowest responsive, responsible Bidder. The Owner reserves the right to accept any or all additive or deductive alternates, in his sole discretion, prior to the award of the Contract. The Owner also reserves the right to delete any portion of the Work as shown in the bid schedule prior to award and adjust each Bidder's "Base Bid" and/or "Alternate Base Bid" 00300-3 accordingl y. 7. The following documents are included and made a condition of this Bid: a. Bid Forms (Sections 00300, 00301, 00301A, 00302, and 00303) b. Bid Bond (Surety Bond or Cashier's Check). (Section 00410) c. Corporate Authority to Execute Bid (Section 00510) d. Non-collusion Affidavit (Section 00480) e. Certification of Non-segregated Facilities (Section 00481) f. Sworn Statement on Public Entity Crimes (Section 00482) g. Certification of Nondiscriminatory Labor Practices (Section 00483) 00300-4 z o ~ o o ..J w a:: > I- :J t= :) w ~ a:: z a:: :) t:: c Ill( o a:: w a:: :) ~ :i5 w w o (J o u. o > I- o en :i5 w !:: c iii u. o W ..J :) C W ::J: (J en ()~()OO() 2g~ 8 oQ~;S~ CJ Q 0 C) O. -L' .. ("\' . \\ 0 ~l\ ~ . ~ ... .. -.\ '" v~ "V~ ' '\)..1'1_ Q C) ~ <l C Q) <X\ ~ ~ ~ N ~ ~\J\ Q ~~~~ ~~~\1\ ~ ~ ~~~('4\-..\ ~ V)'I\\ ~ ~ I' ~ ~ ~ '^ \(l \t) \() ~ ~ -:. /'() ~ wo..l ~ -.:.. ~ B a & ~ %~ g ~ g g.~, ~~~ ~~;~~~~ -::~l'Jo-~ l'Nt\J~ -..J. () 0 o 0 ~ ~ o 0 V\ ~ "" ~V\ '<t CD CD CD CD 0 ~ ~ ~ ~ ~ N N N N CD N N M 00 ~ N M M '<t '<t M , m m m m m ~ ~ ~ < < < <w ...J ...J ...J ...J ...J ...J ...J ...J W W W ~ ~ ~ ...J ...J ...J en Ol e c 0 'w U tll CD () en c ~ ~ g> 25 25 e ~ en!~~'~~ ~~(.)'Eit~~ en en"O"O()()"Q)"O -N~ ~';::CD-ge<>>CD c 25 ~:a~8~w~~ CD~"Oa..a..ti tll ~ ~ 0 0 'E ~ a.. ~ > m CD ~ ~ N 0 (.) ':; E ~, CD ()> 0 e Ol :B ~ ~Ol ~Ol M ;;::~CD""E :Co ....Ole "2 55 0 (.) a.. ~ _ ::::l Ol CD 0 e e g> ~ .... ~ ~ 1 ~ ~ i ~ ! 0 ~ I I I ~ 1 j i ~ ~ ~ ~ ~ ~ ~ i : ~ ~ C):c~ eN~;:::~~N ~o-;;; ~ w ~ C ~ ~ ~ ~ ~ w ~a:a:E a.. ~ CD o a: :c ixl ~ N M '<t ~ CD ~ 00 m O~NM'<t~ ~ ...... ...... T- ...... () o C ()" '"" ~ N \'fI \'\~ en~ e$ o CD uc. CD E eo e (.) o~ (.) en Q. o ti CD c :.:::i ~ ~ N ~ () G \ <J () ~ N- '" IJ\ Ul t, t"-' 1- ~~ ~= o o V'i ~ t<\ N M CD C':i o < w >- () I- o o ~ -E~ '~~ en.o g>~ 'w.Q .:; tll- ..... (.) ~ 1-0 _ N o ~ ?- Me m Ol.Q :::::l e- m I,~ "~ 13 _CD og- Ol ~ u:: CD ~ ~ '" I'" " r- ~ \(") I o o Cf") o o ...J c( I- ~ 8. The Bidder acknowledges that the City specifically reserves the right to accept and make an award to a bidder that has not submitted the lowest bid when in the City's sole and absolute discretion the City determines that to be in its best interests. The terms used in this Bid, which are defined in the General Conditions or Instructions of the Construction Contract, included as part of the Contract Documents have the meanings assigned to them in the General Conditions or Instructions. 9, The work shall be performed under a Florida Contractor's License. Contract shall not be awarded unless proof of valid licensee s) is provided. 10. It is understood that where quantities for unit price work have been presented in the foregoing Schedule of Bid Items, they are approximate only and are solely for purpose of facilitating the comparison of bids, and that the Contractor's compensation will be computed upon the basis as described in the measurement and payment clauses in the specifications contained herein. 11. BASE BID - SCHEDULE OF MANUFACTURERS/SUPPLIERS If the foregoing Schedule of Bid Items is presented in a Base Bid format, the undersigned as Bidder agrees that the Contract, if awarded, will be on the basis of the materials and equipment named in the Contract Documents in accordance with Article 9 of the Instructions to Bidders. If the Bidder desires to propose an alternate manufacturer or supplier, he may write in the name of such alternate in the substitution list included within this Bid Form. If the proposed alternate manufacturer/supplier is determined "not equivalent" by the Architect or Engineer, the Bidder must furnish equipment and/or material items by the originally specified manufacturer/supplier. 12. SUBSTITUTIONS AND "OR EQUAL" The undersigned as Bidder agrees that substitutions or "or-equal" items will not be considered until after the "Effective Date of the Agreement" and will be evaluated in accordance with paragraphs 6,05,1 and 6.05.2 of the General Conditions. In addition to the reimbursement required under the General Conditions, the Contractor shall also reimburse the Owner for any design costs directly attributable to the change in manufacturers/suppliers, caused by the acceptance of proposed alternates, such as; additional field trips for the Architect and/or Engineer, additional redesign costs, and additional review costs, etc. Other costs directly attributable to the change in manufacturers/suppliers caused by the acceptance of proposed alternates, such as; increased electrical requirements, larger building, additional pumps or tankage, etc., shall be borne by others and not the Owner. If Bidder intends to propose substitutions or "or- equal" items after the "Effective Date of the Agreement," it is agreed that these items will be listed on the Substitution List included within this Bid Form, with a deductive amount representing 50 percent of the total savings between the named Base Bid item and the proposed item. "Base Bid" item substitutions providing an equipment or material cost 00300-6 savings to the Owner of less than $1,000 will not be considered. The undersigned, as Bidder, also agrees that if a substitution or "or-equal" item is not listed on the Substitution List included with the Bid, all of the savings between the named item and the proposed item will go to the Owner if the Owner accepts the proposed item in accordance with paragraphs 6.05.1 and 6.05.2 of the General Conditions. The Owner may request, and the undersigned Bidder shall supply, complete information on proposed substitutions. Such information shall be the manufacturer's current published or preprinted information for the specific substitution. 13. As Bidder, I hereby certify that I am aware and understand that the City of Ocoee in its sole discretion reserves the right to waive technicalities or irregularities, to reject any or all Bids, and/or to accept that Bid which is in the best interest of the City. The Award of this Bid, if made, may be based on considerations other than total cost, and may be awarded based on various considerations, including but not limited to: Bidder experience and whether the Base Bid and Base Alternate Bid, in the judgment of the Owner, is the most responsive to Owner's needs. Owner encourages the use of minorities and women- owned businesses as subcontractors. 00300-7 SUBSTITUTION LIST Bidder otTers the following substitutions and "or equal" items. Deductible Amount* Equipment Alternative (Indicate Whether Item or Spec Manufacturer/Supplier Lump Sum or Material Section (List One Only) Unit Price) Represents 50 percent of the difference in cost in accordance with the General Conditions (Minimum Deductible Amount per Substitution Item shall be $1,000) (Bidder may supplement this page, as required,) 00300-8 Strike out (X) non-applicable signature block and complete applicable block. (ALL SIGNATORIES MUST HAVE THEIR NAMES PRINTED OR TYPED BELOW THEIR SIGNATURES) If Bidder is: SOLE PROPRIETORSHIP (SEAL) (Individual's Signature) (Individual's Name) doing business as Business Address: Phone No.: Florida License No.: A PARTNERSHIP (SEAL) (Partnership Name) (General Partner's Signature) (General Partner's Name) Business address: Phone No.: Florida License No.: 00300-9 Strike out (X) non-applicable signature block and complete applicable block. (ALL SIGNATORIES MUST HAVE THEIR NAMES PRINTED OR TYPED BELOW THEIR SIGNATURES) If Bidder is: A CORPORATION ~~~~ CO~~\~\.lc. \ () N'\.~~U~~\~~,~ NC (Corporation Name) '\\o~,~~ (State of Incorporation) By ~~'" \) ~,\\t\.~ (Name of person authorized to sign) ~.\~ ~~~-,~W\ X~~ (Authorized Signature) " " . \.. ~, 1 JCorTlCiTate: Seal) ;... .&. 1"--'- I Attest- . ~~~ A~SI. (Secretary) Business address: \ 1<JC) E\'coc. \J~ \.()\N~ ~cJ..~ t-L ~l\1~1 I Phone No.: l\Ol. 19~\.9 - ~;ASS Corporation President: ,,~~~~ '\. ~C)~~ Florida License No.: c:. (, c... () \\1..\ \ \.Q 00300-10 ~tIJ ~~~~r CERTIFIED COPY OF RESOLUTION OF THE BOARD OF DIRECTORS OF RANGER CONSTRUCTION INDUSTRIES, INC. RESOLVED, that Mark E, Veillette, Vice President of Ranger Construction Industries, Inc., Northern Division, be authorized to sign any and all documents and contracts relative to this Corporation's business. The foregoing is a true and correct copy of the resolution adopted by Ranger Construction Industries, Inc., at a meeting of its Board of Directors held on the 6th day of July, 2007, - Central Division Office & Company Headquarters: 101 Sansbury's Way, West Palm Beach, Florida 33411 Corporate Mailing Address: P.O. Box 15065, West Palm Beach, Florida 33416 . www.RangerConstruction.com Phone: (561) 793-9400 . Toll-free: (800) 969-9402 . Fax: (561) 790-4332 Strike out (X) non-applicable signature block and complete applicable block. (ALL SIGNATORIES MUST HA VE THEIR NAMES PRINTED OR TYPED BELOW THEIR SIGNATURES) If Bidder is: A JOINT VENTURE By (Name) (Address) By (Name) (Address) Business Address: Phone No.: Florida License No.: (Each joint venturer must sign. The manner of signing for each individual, partnership, and corporation that is a party to the joint venture should be in the manner indicated above.) Florida License No.: 00300-11 13. List the following in connection with the Surety, which is providing the Bid Bond: Surety's Name: \~a..\\~\~\,::> La~\.I.Cl.\~,~' ~~ Cl>~?CW'l\ O\. ~(\-Qj(;(o-- C')~ \o~~<( S,J\J.."-'LQ\ ~~~ \\cd\-\(\~~l C, ()lD\<X3 Surety's Address: Name and address of Surety's resident agent for service of process in Florida: G~o~d9. ~ ~ Q',e~\<w~.( Co~p WJ~ \~\o\D ~o.~u~""- t\\Jd, tCl~\ t \ ~\\ <(~~~ I '^0\J d"3d-. <i END OF SECTION 00300-12 SECTION 01025 MEASUREMENT AND PAYMENT PART 1 - GENERAL 1.01 DESCRIPTION A. This section describes the method used to determine quantities of Work performed or materials supplied for which a price is given in the Bid. It establishes the basis on which payment will be made for Payment Items, B. Subject to the provisions in General and Supplementary Conditions, all work and payment for the Work is represented by Payment Items and associated unit prices. 1.02 BASIS FOR PAYMENT A. Separate payment will be made only for the items of work described herein and listed on the Bid Form. Any related work not specifically listed, but required for satisfactory completion of the work, shall be considered to be included in the scope of the appropriate listed work items, B, The Contractor's attention is called to the fact that cleanup is considered a part of the work of construction, C. No separate payment will be made for the following items and unless specifically called out the cost of such work shall be included in the applicable pay items of work. 1, Clearing and grubbing. 2. Excavation, including necessary pavement removal. 3, Dewatering and disposal of surplus water, 4, Structural Fill. 5, Backfill, 6, Sewer testing (flushing, cleaning, hydrostatic, video, exfiltration, mandrel etc,) 7. Grading 8, Cleanup. 9, Maintaining the existing quality of service during construction, 10, Appurtenant work as required for a complete and operable system. 11. Trench excavation, sheeting, shoring and bracing. 12, Maintenance of utility service, 13, Layout of the work. 14. Field verification or location of buried utilities including soft digs and! or GPR 15. Removal and replacement of above ground features sod, plantings, and signage if applicable, 16. Saw Cutting 17, As-Builts, 18. Construction photographs and video, 19. Field office. 01025-1 1.03 PAYMENT A. Subject to all other contract requirements, the Contractor shall be paid for "As-built" quantities of work for which a price is given in the bid. B. Quantities on the Bid Schedule are for comparison in competitive bidding only and do not constitute the basis for payment or measurement of quantities, C, Quantities on the Bid Schedule are estimated and may be increased or decreased without limit. D. No separate payment will be made for one Payment Item of work incidentally required to complete the work of another. E. Payment for work performed shall be made in accordance with the unit prices in the Bid, Retainage shall apply to all Contractor payments prior to final acceptance, 1.04 MEASUREMENT FOR PAYMENT A. Payment Limit Lines: 1, Where payment limit lines are shown on the Contract Drawings, measurements of a payment item quantity will be made up to, but not beyond such lines, 2. Where the actual Work of Payment Items falls short of the payment limit line, measurement will be made to the line of actual Work. 3. No payment will be made for quantities outside of payment limit lines unless authorized in writing by the Owner, B, Methods Of Measurement: 1, Measurements of lengths, widths, slope angles, and depths or elevations shall be made to determine "As-built" quantities of lengths, areas and volumes pertinent to Payment Items, a. Unless otherwise specified, all lengths shall be horizontal distances, b. Slope angles and elevations shall be measured using land surveying equipment. 2. Graphic representations of measured quantities shall be drafted to scale using the Drawings where convenient and appropriate, Additional drawings shall be drafted if required. a. Irregular shapes representing areas and volumes shall be measured using a compensating polar planimeter or a computer digitizer, b. Regular shapes shall be scaled. 01025-2 I 3, Use of Drawings: a. Unless otherwise agreed upon between the Contractor and Owner, the Drawings shall be used as the basis to establish existing grades and other existing topographic features. C. Payment Limits Where Payment Lines Are Not Shown On the Drawings: 1. Pipe Length: Measurement of pipe shall be made along the top of pipe, excluding fittings and valves, in place, taken as the laying length. 2. Except as specified otherwise, measurements of Payment Item quantities of weights, lengths areas and volumes shall be made: a, On "As-built" and in-place completed Work, during construction or at the time of Substantial Completion. b, Ifno other feasible and practical methods of measurements are available, by delivery slips delivered to the Engineer. 3, Adjustments shall be made to eliminate overlaps m area and volume measurements, 1,05 PAYMENT ITEMS Item 1 - Indemnification In consideration of the Contractor's indemnity agreement as set out in the Contract Documents and specified in the General Conditions, the Owner specifically agrees to give the Contractor $1,000.00 and other good and valuable consideration, receipt of which is acknowledged upon signing ofthe Agreement. Item 2 - General Requirements The lump sum price to complete this item includes the costs of any bonds, permits or required insurance, and any other preconstruction expense necessary for the start of the Work, excluding the cost of construction materials. It shall include the obtaining and payment for all necessary building permits, all right-of-way utilization permits, and all other federal, state, and county permits, licenses, and other authorizations required for the prosecution of the Work, including the cost of all Work performed in compliance with the terms and conditions of such permits, licenses, and authorizations, Item 3 - Mobilization and Demobilization The lump sum price to complete this item includes preparatory work and operations in mobilizing for beginning work on the Project and demobilizing for ending work on the Project. The work includes, but is not limited to, movement of personnel, equipment, supplies and incidentals to the project site, and for the establishment of the Contractor's temporary offices, buildings, safety equipment, first aid supplies, sanitary and other facilities, as required by these Specifications, special provisions, State and local laws and regulations, project signs, lay down storage area, work associated with Contractor 01025-3 ___J support during Owner/Engineer testing, reviews, and inspections, and reinspections, The price to be paid for this item shall be based on such work being completed and accepted, and the lump sum price stated in the Bid Schedule. The Contractor shall submit invoices substantiating the cost of mobilization and demobilization with each pay request 75% of the price and payment shall be preparatory work and operations in mobilizing, and 25% of the payment shall be demobilization and project closeout. Item 4 - Maintenance of Traffic The lump sum price to complete this item shall include all labor, materials and equipment necessary for the maintenance of traffic associated with safely maintaining the flow of traffic along the length of the project while minimizing disruption to the residents and motorists, This item includes furnishing and maintaining all traffic control and safety devices necessary for construction as dictated by Contract Documents or by any specific City of Ocoee and Florida's Turnpike Enterprise requirements, Item 5 - Erosion/Sediment Control The price to complete this item shall include all labor, equipment, and materials for all required erosion, sediment and pollution control, and sod restoration, The work includes, but is not limited to all time, labor, and materials necessary for providing and installation of silt fencing, turbidity barrier, hale bales, sodding or resodding in all disturbed areas, seeding, mulching, and any special provisions necessary for compliance with pertinent requirements of permitting agencies. Items 6 - 8 - Wastewater Force Main pipe The unit price is for the installation of the wastewater force main complete and in place as specified in the project drawings. Work shall include, but not be limited to, PVC and HDPE force main piping and associated HDPE fittings and adapters, all labor, equipment, and materials for clearing, grubbing, excavation, dewatering, saw cutting, excess material removal, surveying, pipe bedding, sheeting, shoring, backfill and compaction, hydrostatic testing, grading, cleanup, restrained joints, pipe identification, removal and replacement of above ground features plantings, and signage restoration and other work necessary to complete this item as shown on the Drawings and specified herein. Payment shall be made at the contract unit price per linear foot as measured along the installed center line and shall be full compensation for all excavation, dewatering, trench safety measures, locating wire, warning tape, joint restraint, backfill, and other work required as shown on the drawings and described in the specifications. Item 9 - Plug Valves Payment will be made at the contract unit price for each valve, valve box and valve pad installed as detailed on the project drawings and specifications. The contract unit prices for each valve, valve box, and valve pad shall be full compensation for all labor, materials and equipment necessary to complete the installation as specified on project drawings, Items 10 - 12 - Ductile Iron Mechanical Joint Fittings 01025-4 The price per item is for the installation of ductile iron mechanical joint fittings on the waste water force main complete and in place as specified in the project drawings, Work shall include, but not be limited to, fittings, all labor, equipment, and materials for clearing, grubbing, excavation, dewatering, saw cutting, excess material removal, surveying, pipe bedding, sheeting, shoring, backfill and compaction, hydrostatic testing, grading, cleanup, restrained joints, removal and replacement of above ground features, plantings, and signage restoration and other work necessary to complete this item as shown on the Drawings and specified herein, Payment shall be made at the contract unit price per item for the fittings, including glands and gaskets, and shall be full compensation for all fittings, excavation, dewatering, trench safety measures, locating wire, warning tape, joint restraint, backfill, and other work required as shown on the drawings and described in the specifications, Item 13 - 15 - Removal of existing water main and force main piping and steel casing segments The Contractor shall be responsible for the disposal of pipes, casings, fittings, valves, valve boxes, covers, concrete pads, bronze discs and any remaining material associated with the complete removal of these existing items from the construction site. The work shall include, but may not be limited to: Removing, placing out of service, and disposal of the pipeline, fittings, valves, and appurtenances, as indicated on the plans, and coordination with the roadway contractor; Water mains, and force mains shall be drained. Wastewater material shall either be hauled or mechanically pumped to a location specified by the Owner or to the nearest lift station, Furnishing and installing caps or plugs. Cutting of existing pipes to accommodate placing them out of service, Repair of any damage to existing utilities, private property, pavement surfaces, sod, p1antings, and signage as a direct result of removing pipes, casings fittings, valves, valve boxes, covers, and appurtenances. The pipe or casing quantities to be paid for under this section shall be based on the size and horizontal distance in linear feet of pipe removed measured along the top centerline of the pipe in place complete and acceptable to the Owner, Item 16 - Line Stops and Force main connections/disconnections The lump sum prices are for connection to or disconnection from existing force main piping. These shall include, but may not be limited to sleeves, other fittings, restraint of existing pipe, coordination with utility owner, protection and/or support of existing utilities, repair of existing mains damaged during work, pumping of wastewater from lift stations or open force mains into tanker trucks and transport to the wastewater treatment facility, bypass pumping to maintain continuous service and any line stops including required items for their proper installation or valves required to control wastewater flow, 01025-5 Item 17 - Flowable fill Payment will be made at the Contract unit price per cubic yard. Such price and payment will include all cost of the mixture, in place and accepted, determined as specified in FDOT specification section 121. No measurement and payment will be made for material placed outside the neat line limits or outside the adjusted limits, or for unused or wasted material. END OF SECTION 01025-6