Laserfiche WebLink
Page 3 of 4 <br />DISCUSSION <br />• The bid opening date will be delayed and will take place after the original date of March 11, <br />2020. It was determined after the meeting that the new bid opening date will be on <br />Wednesday, March 25, 2020 at 2:00 P.M. <br />• This Pre -Bid Meeting is mandatory and attendance is required in order for bids to be <br />accepted and eligible for consideration. <br />• There will be no full road closures allowed on 58th Avenue. One-way traffic either <br />northbound or southbound will be allowed to occur in conjunction with a detour for the <br />opposing traffic. <br />• The area(s) for material storage will need to be given consideration per Plan Sheet 21, Work <br />Restrictions, note 6. If material will be stored on private property, the Contractor must have <br />a written agreement between the property owner and the Contractor and provide a release <br />at the end of the project. The County and FDOT must receive copies of these documents. <br />• While it is part of the Technical Specifications and noted in the plans, attention must be <br />given that mowing and maintaining the right of way, including trash pickup, is included in <br />Mobilization and will be the responsibility of the Contractor for the duration of the project. <br />• Project correspondence, submittals and pay applications will be accomplished utilizing E - <br />Builder. The Contractor will not be required to purchase any software or equipment. The <br />County will assist the Contractor with the training and processes necessary for the <br />Contractor to utilize the system. <br />• After the first invoice is submitted to the County, invoicing must be done monthly, every 30 <br />days. The Contractor must submit Release of Liens in order for the County to release <br />payment and for the County to receive reimbursements by FDOT and to meet contractual <br />obligations. <br />• The bidders are not to recreate the bid form. Only the original bid forms provided shall be <br />returned for the bid opening. The bidders are to acknowledge every addendum or risk <br />disqualification. <br />• Some of the items that will be part of the addendum are changes to a number of plan <br />sheets, Pay Item Number 160-4 Type B Stabilization quantity increased from 22,000 square <br />yards to 25,000 square yards and Pay Item Number 285-709 Optional Base Group 9 <br />increased from 600 cubic yards to 1,400 cubic yards. Another change is at the southeast <br />corner of 69th Street where a Type E Inlet was changed to a Type H Inlet. <br />• The unit designation for Optional Base will likely stay as is and not be changed to square <br />yards. <br />• The Contractor will be responsible for quality control testing and the County will be <br />responsible for verification testing. <br />• All of the canals within the project limits discharge to an Outstanding Florida Water and the <br />turbidity limits against the background water is 0 NTU's (Nephelometric Turbidity Units). It <br />is the responsibility of the Contractor to insure there are no direct discharges into the canals. <br />Any dewatering may require treatment so the proper staging of work should be considered. <br />In the event of any improper discharges, Todd Tardif, Indian River County Senior Stormwater <br />Environmental Enforcement Officer, must be notified. In the event the Contractor is unsure <br />or needs help staying in compliance with regard to stormwater and pollution control, Todd is <br />available to provide guidance. <br />F:\Public Works\ENGINEERING DIVISION PROJECTS\1325 58th Avenue (57th St to CR 510) Roadway Inventory\1- <br />Admin\Meetings\PreBid\1325_Pre-Bid Meeting Minutes 20200219.doc <br />