___________________________________________________________
810 Union Street, Room 700, Norfolk, Virginia 23510
757.664.4602 / www.norfolk.gov/bids.aspx
CONTRACT DOCUMENTS
and
TECHNICAL SPECIFICATIONS
for
DRAINAGE MAINTENANCE IDQ FY21
Project No. 20197
JUNE 2020
i
CITY OF NORFOLK
DRAINAGE MAINTENANCE FY21 (IDQ) INDEFINITE QUANTITY CONTRACT
TABLE OF CONTENTS
FRONT-END
Section Page(s
Table of Contents i
Invitation for Bids 1
Instructions to Bidders 1.2-1 to 1.2-5
Form of Bid 1.3-1 to 1.3-15
Sample Contract 1.4-1 to 1.4-4
Sample Performance Bond 1 to 2
Sample Payment Bond 1 to 2
AIA A201-2017, General Conditions of the Contract for 1 to 47
Construction (as modified)
Description of Items 1 to 14
TECHNICAL SPECIFICATIONS
Section Description Page(s)
2.1 General Statements 2.1-1 to 2.1-6
2.2 Traffic Control 2.2-1 to 2.2-4
2.3 Erosion & Sediment Control 2.3-1 to 2.3-2
2.4 Demolition 2.4-1 to 2.4-3
2.5 Earthwork 2.5-1 to 2.5-5
2.6 Storm Drainage 2.6-1 to 2.6-6
2.7 Asphalt Concrete Paving 2.7-1 to 2.7-6
2.8 Concrete Work 2.8-1 to 2.8-7
2.9 Utilities 2.9-1 to 2.9-3
2.10 Landscaping 2.10-1 to 2.10-8
2.11 Pavement Markings 2.11-1 to 2.11-2
2.12 Detectable Warning Surfaces 2.12-1 to 2.12-3
ATTACHMENTS
A Norfolk Arterial Streets
B Virginia Erosion & Sediment Control Details
C VDOT Road & Bridge Standard Details
D Norfolk Design Standard Details
E Storm Water IDQ Details
F Backfill Moisture Content and Compaction Tests
G Sample City of Norfolk Invoice
1
Posted: May 15, 2020
INVITATION FOR BIDS
CITY OF NORFOLK - DEPARTMENT OF PUBLIC WORKS
PROJECT: DRAINAGE MAINTENANCE FY21 INDEFINITE QUANTITY CONTRACT (IDQ)
PROJECT NO. 20197
Owner: City of Norfolk A&E: Dept of Public Works, Division of
Department of Public Works Environmental Storm Water Management
Room 700, 7th Floor, City Hall Building 2233 McKann Avenue
810 Union Street, Norfolk, VA 23510 Norfolk, VA 23509
Contact: Rey Hernandez, P. E., Project Manager
Tel: (757) 823-4021 Email: reynaldo.hernandezjr@norfolk
*******************************************************************************************
Sealed bids shall be submitted electronically through the City of Norfolk Department of Public Works’
electronic bid service provider website https://secure.procurenow.com/portal/norfolk/projects/3626 until
2:00 p.m., Tuesday, June 16, 2020, for the above titled Project. Scope of Services for this Indefinite Delivery Quantity Contract (IDQ) will include the construction or replacement
of storm water management drainage facilities such as catch basins, drainage pipe, grass or paved swales and
ditches, retention ponds and storm water outfall structures. The project also includes cleaning of ditches, retention
ponds and outfall structures, as described in the assigned Work Orders.
Bidding Documents are available from the Department of Public Works at no cost by download at
https://secure.procurenow.com/portal/norfolk/projects/3626 or from the City of Norfolk’s website,
http://www.norfolk.gov/bids.aspx. A Bid Bond, certified check, or cashier’s check made payable to the Treasurer, City of Norfolk, for 5% of total bid must
accompany each bid. Offerors shall upload a copy of the bid guarantee with the Offeror’s acknowledgement to mail the
original sealed document to the Owner, dated by the bid date. State Contractor registration class and number is required
by electronic bidding via the Vendor Questionnaire.
The City reserves the right to cancel the bid opening or to reject any or all bids in whole or part, when it is in the best
interest of the City. The right to waive informalities and to determine responsiveness of any bid and responsibility of all
bidders is reserved to the City.
Withdrawal of bids will be in accordance with Section 33.1-42.1 of the Norfolk City Code and Section 11-54 of The
Code of Virginia, 1950 (as amended).
Richard Broad, P.E.
Director of Public Works
The Virginian Pilot – May 17, 2020
DemandStar – May 17, 2020
1.2-1 Instruction to Bidders
INSTRUCTIONS TO BIDDERS - IDQ
1. AUTHORIZATION TO TRANSACT BUSINESS IN THE COMMONWEALTH
(a) Bidder or offeror organized or authorized to transact business in the Commonwealth pursuant to Title 13.1
or Title 50 to include in its bid or proposal the identification number issued to it by the State Corporation
Commission.
(b) Any bidder or offeror that is not required to be authorized to transact business in the Commonwealth as a
foreign business entity under Title 13.1 or Title 50 or as otherwise required by law shall include in its bid
or proposal a statement describing why the bidder or offeror is not required to be so authorized.
2. SHARED SERVICES
The City of Norfolk (the “City”) is issuing this Invitation to Bid for a unit priced contract on behalf of itself and
other public agencies. Bidders are hereby advised that the public agencies may enter into a contract with the
lowest responsive responsible bidder for work based on the unit prices set forth in the bid submitted by such
bidder in response to this Invitation to Bid.
3. SUBMISSION OF BIDS
(a) Bid Forms are to be electronically uploaded through the Department of Public Works electronic bid service
provider website https://secure.procurenow.com/portal/norfolk, via the Vendor Questionnaire. The
Offeror’s Virginia Contractor Registration Class and Number shall also be provided on the bid form and
acknowledged via the Vendor Questionnaire.
(b) If a contract is for $120,000.00 or more, or if the total value of all such construction, removal, repair, or
improvements undertaken by the bidder within any 12 month period is for $750,000.00 or more, the bidder
is required under Title 54, Chapter 11, Code of Virginia, 1950 (as amended), to show evidence of being
licensed as a Class A Contractor. If a contract is $10,000.00 or more, but less than $120,000.00, or if the
total value of all such construction, removal, repair or improvements undertaken by the bidder within any
12 month period is less than $150,000.00, the bidder is required to show evidence of being licensed as a
Class B Contractor. If a contract is $1,000.00 or more, but less than $10,000.00, or if the total value of all
such construction, removal, repair or improvements undertaken by the bidder within any 12 month period
is less than $150,000.00, the bidder is required to show evidence of being licensed as a Class C Contractor.
The bidder shall place on the bid for above its signature its Virginia Contractor Registration Class and
Number. If a contract is less than $1,000.00, licensure is not required under Title 54, Chapter 11, Code of
Virginia, 1950 (as amended).
(c) A City of Norfolk Business License is not required in order to submit a bid; however, the apparent low
bidder must apply for the license upon award and shall be acknowledged via the Vendor Questionnaire.
(d) Fully fill in all blanks in ink or typewritten, and state numbers in both writing and figures. Signatures shall
be in longhand with name and title printed below. Bidders shall acknowledge all addenda in spaces provided
on the bid form and Vendor Questionnaire. For unit price contracts, in the event of a discrepancy between
the Total Base Bid and the total of the extension of unit prices, the total extension of unit prices governs in
determining the bid amount. For unit price contracts, in the event of a discrepancy between the extension
of unit prices entered on the bid form for a particular line item and the mathematical product of the unit
quantity and the unit price for a particular line item (unit quantity x unit price), the mathematical product
of the unit quantity and the unit price governs in determining the bid amount.
(e) Interlineations, alterations, and irregularities of any kind may be cause for rejection of the bid. Erasures or
any physical changes on the form shall be initialed by the Bidder.
1.2-2 Instruction to Bidders
(f) Bidders may withdraw a bid after it has been submitted to the City any time prior to the stipulated time for
opening such bids. Withdrawal of bids will be in accordance with Section 33.1-42.1 of the Norfolk City
Code and Section 2.2-4330 of the Code of Virginia, 1950 (as amended).
3. EXAMINATION OF SITE
(a) The bidder shall be responsible for having ascertained all pertinent local and existing conditions
determinable by inspection and inquiry both on the site and adjacent thereto, including any other work being
performed thereon, and shall include in its bid all cost attendant upon problems arising from said conditions
existing at the time of submission of its bid.
(b) Reference is made to the Contract Documents for information relating to reports, explorations, underground
facilities, and easements. On request, the owner will provide each Bidder access to the site to conduct such
examinations, investigations, explorations, tests and studies as each Bidder deems necessary for submission
of a Bid. The Bidder must fill all holes, clean up, and restore the site to its former condition upon completion
of such explorations, investigations, tests and studies, and hold the Owner harmless from any damage to
property or injury to persons resulting from or arising out of such explorations, investigations, tests, and
studies.
4. INQUIRIES, INTERPRETATION AND ADDENDA
(a) Should a bidder find discrepancies in, or omissions from, the drawings or documents, or should it be in
doubt as to their meaning, it should at once notify the Owner in writing. The Owner will welcome such
inquiries and they will be given consideration. Every interpretation made by the Owner will be in the form
of a posted addendum which will be on file in the office of the Owner. Electronic notices of all addenda
will be posted, but it will be the bidder's responsibility to know of, examine and become familiar with all
addenda issued and shall be acknowledged on the Bid Form and Vendor Questionnaire. All addenda shall
become a part of the Contract Documents. The Owner will not be responsible for any oral instruction.
(b) The submission of a Bid will constitute incontrovertible representation by the Bidder that the Bidder has
complied with every requirement of this Section, that without exception, the Bid is premised upon the
agreement by the Bidder to perform the Work required by the Contract Documents, and applying specific
means, methods, techniques, sequence or procedures of construction (if any) that may be shown or indicated
or expressly required by the Contract Documents, that the Bidder has given Written Notice to the Owner
of all conflicts, errors, ambiguities, and discrepancies that the Bidder has discovered in the Contract
Documents and the written resolutions thereof by the Owner is acceptable to the Bidder, and that the
Contract Documents are generally sufficient to indicate and convey understanding of all terms and
conditions of performance and furnishing the Work.
(c) All Requests for Information (RFIs) shall be submitted no later than Thursday, June 5, 2020 at 4:00
P.M. through the Questions portal at https://secure.procurenow.com/portal/norfolk/projects/3626. Any
RFI submitted after this date cannot be guaranteed a response by the City.
5. BID GUARANTEE
Bids shall be accompanied by a bid guarantee of five percent (5%) of the amount of the total bid including all
additive alternates, if any, and may be a certified check or cashier's check or a Bid Bond, made payable to:
Treasurer, City of Norfolk. Offerors shall upload a copy of the bid guarantee with the Offeror’s acknowledgement
to mail the original sealed document to the Owner at 810 Union Street, Room 700, Norfolk, VA 23510, dated on or
before the bid date. Such bid bond or check shall be submitted with the understanding that it shall guarantee
that the bidder will not withdraw its bid during the period of sixty (60) days following the opening of bids; that
if its bid is accepted, it will enter into a Contract with the Owner in accordance with a form of agreement
1.2-3 Instruction to Bidders
acceptable to and approved by the Owner and that the required Performance and Payment Bonds will be given;
and that in the event of the withdrawal of said bid within said period, or failure to enter into said contract and
given said bonds within ten (10) days after it has received notice of acceptance of its bid, the bidder shall be
liable to the Owner for the full amount of the bid guarantee as representing the damage to the Owner on account
of the default of the bidder in any particular thereof. The bid bonds and checks will be returned to the bidders
after the Owner and the lowest, responsive, responsible bidder have executed a contract. If the required contract
has not been executed within sixty (60) days after the date of the opening of the bids, then the bond or check of
any bidder will be returned upon its request, provided it has not been notified of the acceptance of its bid prior
to the date of such request.
6. PERFORMANCE AND PAYMENT BOND
The Contractor shall furnish a Performance Bond and a Labor and Materials Payment Bond in the amount of
$1,000,000.00. Said bonds shall be delivered to the Owner (in duplicate) and shall be approved by the Owner
prior to the execution of a construction contract between the Contractor and the Owner. Bonds shall be City of
Norfolk standard form and shall be in accordance with Section 33.1-76 of the Norfolk City Code. All costs of
bonds shall be paid by the Contractor. Performance and Payment Bond Riders shall be provided, as requested
by the City, whenever the aggregate amount of work orders less amount paid to the Contractor for assigned
work, exceeds the existing bond amount by $100,000.
7. NEGOTIATIONS WITH APPARENT LOW BIDDER
The City reserves the right to negotiate with the lowest, responsive, responsible bidder if the bid exceeds
available funds. Negotiations may include reduction in bid price, modification and/or reduction in scope of the
work, substitution of materials, or any other alterations to the work so that the low bid is reduced to within
available funds including a reasonable fund balance for contingency funds to be available during the course of
construction.
8. TIME OF COMPLETION
a. All work shall be completed within the allotted calendar days as detailed in each specific Work Order issued
commencing from the date of Notice to Proceed of said Work Order.
b. Work shall not commence until the Contractor has received a fully executed copy of the Contract which
authorizes the Work and has also received a Notice to Proceed issued by the authorized City representative.
Work commenced prior to receipt of both a fully executed copy of the Contract and a written Notice to
Proceed from an authorized City official shall be deemed unauthorized and such work will progress solely
at Contractor's risk.
c. Liquidated Damages: The date of beginning and the time of completion as specified in the contract for the
work to be done hereunder are essential conditions of the contract. If Contractor shall neglect, fail, or refuse
to complete the work within the time herein specified, or any proper extension thereof granted by the
Owner, liquidated damages for such breach of contract shall be assessed the Contractor in the amount
established by the City for each work order per calendar day for each day that the Contractor shall be in
default after the date stipulated in the Contract for completion.
9. NON-DISCRIMINATION CLAUSE
The Contractor agrees to comply, and to require all suppliers and subcontractors paid in whole or in part from
funds made available under this contract to comply with Section 122(a)(1) of the State and Local Fiscal
Assistance Act of 1972 (P. L. 92-512), as amended, to wit:
1.2-4 Instruction to Bidders
"No person in the United States shall, on the grounds of race, color, national origin, or sex, be excluded from
participation in, be denied the benefits of, or be subjected to discrimination under any program or activity of a
State government or unit of local government, which government or unit receives funds made available under
Subtitle A (of Title I of the Act.)
Any prohibition against discrimination on the basis of age under the Age Discrimination Act of 1975 or with
respect to an otherwise qualified handicapped individual as provided in Section 504 of the Rehabilitation Act
of 1973 shall also apply to any such program or activity.
Any prohibition against discrimination on the basis of religion, or any exemption from such prohibition, as
provided in the Civil Rights Act of 1964 or Title VIII of the Act of April 11, 1968, hereafter referred to as the
Civil Rights Act of 1968, shall also apply to any such program or activity."
Further, the Contractor agrees to comply with Section 33.l-53 of the Code of the City of Norfolk, Virginia 1979,
as amended, regarding prohibited employment discrimination.
10. MINORITY BUSINESS CLAUSE
It is the policy of the City of Norfolk to facilitate the establishment, preservation, and strengthening of small
businesses and businesses owned by women and minorities and to encourage their participation in the City’s
procurement activities. Toward that end, the City encourages these firms to compete and encourages non-
minority firms to provide for the participation of small businesses and businesses owned by women and
minorities through partnerships, joint ventures, subcontracts, and other contractual opportunities. Bidders
(offerors) are asked, as part of their submission, to describe any planned use of such businesses in fulfilling this
contract.
11. NON-COLLUSION AFFIDAVIT
(a) Every bidder, by submitting a bid, shall be deemed to covenant, with regard to said bid, as follows:
(1) that said bid was arrived at independently without collusion, consultation, communication, or
agreement for the purpose of restricting competition, as to any matter relating to such prices with any
other bidder or with any competitor.
(2) that, unless otherwise required by law, the prices which have been quoted in the bid submitted have not
been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to
opening, directly or indirectly, to any other bidder or to any competitor.
(3) that no attempt has been made or will be made by the bidder to induce any other person, partnership or
corporation to submit or not to submit a bid for the purpose of restricting competition.
A bid shall not be considered for award nor shall any award be made where the bidder shall have failed to
comply with a(1), a(2), or a(3) above.
(b) Every bidder, in addition to making the above covenants (a)(1), (a)(2) and (a)(3) will be required to provide
the City of Norfolk, with the bid submitted, the affidavit contained herein.
(c) Every bidder will be required to disclose, with the submitted bid, the following information:
(1) the correct mailing address of the bidder.
1.2-5 Instruction to Bidders
(2) if a corporation, the name and current mailing address of the President, the Secretary and the Treasurer
of the corporation.
(3) if a partnership, proprietorship or other firm, the name and current mailing address of each partner,
proprietor or member of said firm.
(4) whether or not the bidder is associated with; owns, in whole or in part; or is owned, in whole or in part,
or is a subsidiary of, any other bidder.
(d) The fact that a bidder (1) has published price lists, rates or tariffs covering items included in the
submitted bid; (2) has informed prospective customers of proposed or pending publication of new or
revised price lists for such items; or (3) has sold the same items to other customers at the same prices
being bid, does not constitute a disclosure within the meaning of Subparagraph 9(a).
(d) Any bid submitted by a corporate bidder shall be deemed to have been authorized by the Board of Directors of
the bidder and such authorization shall be deemed to include the signing and submission of the bid and the
execution of the affidavit required in (b) above as the acts and deeds of the corporation.
12. SUBSTANCE ABUSE AND DRUG-FREE WORKPLACE
The Contractor agrees to comply with Section 33.1-58 of the Code of the City of Norfolk, Virginia, 1996, as
amended, regarding substance Abuse and Drug-Free Work Place Policy.
13. ETHICS IN PUBLIC CONTRACTING
The Contractor agrees to familiar with Chapter 33.1, Article VII (Sections 33.1-86 through 33.1-93) of the Code
of the City of Norfolk, Virginia, 1979, as amended, entitled “ETHICS IN PUBLIC CONTRACTING,”
including the additional statues set forth in Section 33.1-86 thereof. The Contractor shall abide by such
provisions in submission of its bid and performance of any contract awarded.
1.3-1 Form of Bid
Bids to be opened: Tuesday, June 16, 2020 at 2:00 p.m.
Project Electronic Portal: https://secure.procurenow.com/portal/norfolk/projects/3626
Work to be Completed in: Determined by Each Work Order
Liquidated Damages: .2% of Work Order Value per day/per Work Order
Performance Bond: $1,000,000.00
Payment Bond: $1,000,000.00
Bid Bond: 5%
BID FORM
To: City of Norfolk
Department of Public Works
810 Union Street, Room 700
Norfolk, Virginia 23510
A. UNIT PRICE BID
In compliance with the Invitation for Bids and Instructions to Bidders, the General Conditions of the
Contract, the contract drawings and specifications titled Drainage Maintenance IDQ FY21 and all addenda
issued to date, all of which are part of this bid, the undersigned hereby proposes to furnish all items, including
materials, labor, and equipment called for by, and in strict accordance with Contract Documents and the list of
unit prices hereto attached and referred to as Attachment A, for the sum of:
$__________________________________________________________________________________
(Use words)
______________________________________________________Dollars ($____________________)
B. ADDENDA
The undersigned acknowledges receipt of the following addenda:
Addendum No.___________________________Dated:____________________
Addendum No.___________________________Dated:____________________
Addendum No.___________________________Dated:____________________
We agree to enter into a contract with the City of Norfolk, Virginia within ten (10) days of the award of same
to us for the price named in our bid.
It is expressly agreed by us that the City of Norfolk, Virginia shall have the right to reject any and all bids and
to waive any informalities.
In default of the performance on our part of the conditions of bid, our failure to enter into a contract with the
City of Norfolk, Virginia, within the time above set, we herewith furnish a certified check, cashier’s check (or
Bid Bond) in the amount of 5% which shall be forfeited as liquidated damages to the City of Norfolk, Virginia,
but otherwise the said check or Bid Bond shall be returned.
1.3-2 Form of Bid
We agree to begin work at any time after receipt of the Notice to Proceed from the Director of Public and
complete all of Work within the time specified in each individual Work Order.
C. Norfolk Businesses: It is the policy of the City to support Norfolk businesses and workforce development
and it encourages companies with corporate offices in Norfolk and which employ Norfolk residents to compete
for City contracts. Bidders are asked, as part of their submission, to advise of their Norfolk location and detail
their employment of Norfolk residents.
D. Equal Opportunity Business Development: It is the policy of the City of Norfolk to facilitate the
establishment, preservation, and strengthening of small businesses and businesses owned by women and
minorities and to encourage their participation in the City’s procurement activities. Toward that end, the City
encourages these firms to compete and encourages non-minority firms to provide for the participation of small
businesses and businesses owned by women and minorities through partnerships, joint ventures, subcontracts,
and other contractual opportunities. Bidders (offerors) are asked, as part of their submission, to describe any
planned use of such businesses.
1. Is your firm a minority owned business? Yes ___ No ___ If yes, please check the appropriate
category: ___ African American (male), ___ African American (female), ___ Caucasian (female), ___
Hispanic (male), ___ Hispanic (female), ___ Asian American (male), ___ Asian American (female), ___
American Indian (male), ___ American Indian (female), ___ Eskimo (male), ___ Eskimo (female), ___ Aleut
(male), ___ Aleut (female), ___ Other (male), ___ Other (female).
2. Subcontracting Opportunities for Small, Women Owned, Minority Business Enterprises and
Disabled Veterans. All prime contractors are requested to furnish the following information regarding
participation of small, women owned, minority business enterprises and disabled veterans:
a. Proposed Name of your Subcontractor(s):
b. Proposed Minority Category of Subcontractor(s) - please check the appropriate category(ies):
___ African American (male) ___ African American (female)
___ Hispanic (male) ___ Hispanic (female)
___ Asian American (male) ___ Asian American (female)
___ American Indian (male) ___ American Indian (female
___ Eskimo (male) ___ Eskimo (female)
___ Aleut (male) ___ Aleut (female)
___ Other (male) ___ Caucasian (female)
___ Other (female)
c. Proposed Amount of Subcontracts:
d. Proposed Description of commodity (i.e. masonry, hauling, insulation, etc.):
1.3-3 Form of Bid
e. Proposed Description of Project:
f. Proposed Total value of awards to all subcontractors:
g. Proposed Total Number of minority subcontracts awarded:
h. If you do not propose the use of any subcontractors, please check here ____.
E. The undersigned has read all sections under "Instructions to Bidders."
F. CONTRACTOR'S REGISTRATION AND SIGNATURE
Registered Virginia Contractor Class and No.____________________________
City of Norfolk Business License No. _________________________________
Contractor_____________________________ Signed_____________________ (SEAL)
Date__________________________________ Title_______________________
NOTE: If Bidder is a corporation, write state of incorporation under signature and if a partnership, give full
names of all partners.
End of Page
1.3-4 Form of Bid
AFFIDAVIT
City of Norfolk, Virginia project: Drainage Maintenance FY21 Indefinite Quantity Contract (IDQ)
Bid Date:________________________
STATE OF VIRGINIA
(City/County)
This day personally appeared before the undersigned, a Notary Public in and for the City/County and State
aforesaid, _____________________________________, who having been first duly sworn
(name of owner, partner, president)
according to law, did depose and aver as follows:
(a) That he is___________________________________________________
(owner, partner, president, etc.)
of____________________________________________________________________________
(insert name of contractor)
(b) That he is personally familiar with the bid of ____________________________________
(insert name of contractor)
submitted in connection with the above captioned City of Norfolk project.
(c) That said bid was formulated and submitted in good faith as the true bid of said bidder.
(d) That said bid in no manner violates the Sherman Antitrust Act (15 U.S.C. 1 et seq.), The
Virginia Antitrust Act (§59.1-9.1 through §59.1-9.17 Code of Virginia, (1950), as amended) or the Conspiracy
to Rig Bids to Government Act (§§59.1-68.8, Code of Virginia (1950), as amended.
And further this deponent saith not.
___________________________
Affiant
Subscribed and sworn to before me this_______day of_________________, 2020.
My commission expires:_________________________________, 20___
________________________________
Notary Public
1.3-5 Form of Bid
MAILING ADDRESS, TELEPHONE NUMBER and EMAIL OF BIDDER:
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
IF CORPORATION, PROVIDE NAME AND MAILING ADDRESS AS REQUIRED BELOW
PRESIDENT SECRETARY TREASURER
________________________ ____________________ _______________________
________________________ ____________________ _______________________
________________________ ____________________ _______________________
________________________ ____________________ _______________________
IF PARTNERSHIP, PROPRIETORSHIP, OR OTHER FIRM, PROVIDE NAME AND MAILING
ADDRESS OF EACH PARTNER, PROPRIETOR, OR MEMBER OF FIRM.
_______________________ _______________________ _______________________
_______________________ _______________________ _______________________
_______________________ _______________________ _______________________
_______________________ _______________________ _______________________
End of Page
1.3-6 Form of Bid
COMPLIANCE WITH STATE LAW
AUTHORIZATION TO TRANSACT BUSINESS IN THE COMMONWEALTH
l. CERTIFICATION
A. The Bidder/Vendor (Please fill in with your enterprise’s complete name)
________________________________________________________________
certifies that it is organized or authorized to transact business in the
Commonwealth pursuant to Title 13.1 or Title 50.
The identification number issued to Bidder/Vender by the State Corporation
Commission: _____________________________________________________
B. Bidder/Vendor that is not required to be authorized to transact business in the Commonwealth as a foreign business entity under Title 13.1 or Title 50 or as otherwise required by law shall describe why it is not required to be so authorized:
________________________________________________________________
________________________________________________________________
________________________________________________________________
Bidder/Vendor:_______________________________________________
Signed: ________________________________________________
Title: ________________________________________________
Date: ________________________________________________
ll. INSTRUCTIONS
a. The Bidder/Vendor shall provide immediate written notice to the Contracting Officer if,
at any time prior to contract award, the Vendor learns that its certification was erroneous when
submitted or has become erroneous by reason of changed circumstances.
1.3-7 Form of Bid
b. A certification that any of the items in paragraph (a) of this provision exists will not
necessarily result in withholding of an award under this solicitation. However, the certification
will be considered in connection with a determination of the Bidder’s/Vendor’s responsibility.
Failure of the Bidder/Vendor to furnish a certification or provide such additional information
as requested by the appropriate City purchasing official may render the Bidder/Vendor non-
responsible.
c. Nothing contained in the foregoing shall be construed to require establishment of a
system of records in order to render, in good faith, the certification required by paragraph (a)
of this provision. The knowledge and information of a Bidder/Vendor is not required to exceed
that which is normally possessed by a prudent person in the ordinary course of business
dealings.
d. The certification in paragraph (a) of this provision is a material representation of fact
upon which reliance was placed when making award. If it is later determined that the
Bidder/Vendor knowingly rendered an erroneous certification, in addition to other remedies
available to the City, the appropriate City purchasing official may terminate the contract
resulting from this solicitation for default.
End of Page
1.3-8 Form of Bid
SCHEDULE OF UNIT PRICES
DRAINAGE MAINTENANCE IDQ FY21
INDEFINITE QUANTITY CONTRACT
OWNER: CITY of NORFOLK, VIRGINIA
Bidder acknowledges that estimated quantities are not guaranteed and are solely for the purpose of comparison of Bids,
and final payment for all Unit Price Bid items will be based on actual quantities provided, determined as provided in the
Contract Documents. The prices quoted shall include, without exception, all materials, labor, equipment, appliances,
clean-up, applicable sales, use and other taxes, building permits or fees, and the Contractor's labor, overhead, profit,
mobilization and other mark-ups, and in full accordance with the Specifications. Include allowance for waste where
appropriate. The unit prices shall be maintained throughout the contract period. Unit prices shall be used in determining
additions or deductions from the TOTAL CONTRACT AWARD amount in the event of changes in the work.
Item Description Unit Qty Unit Price Extension
1 Traffic Control – City Arterial Roadways DAYS 100
2 Traffic Control – Downtown Area DAYS 50
3 Tree Protection (Norfolk STD HS-602) EA 25
4 Straw Bale Barrier LF 200
5 Silt Fence LF 500
6 Inlet Protection EA 100
7 Asphalt pavement Removal (up to 3” thick) SY 1000
8 Reinforced Concrete Pavement and
Valley Gutter Removal (up to 9” thick)
SY 500
9 Parkway Curb and Curb & Gutter Removal LF 500
10 Concrete Sidewalk and Curb Ramp Removal SY 250
11 Concrete Driveway Apron Removal (up to
8” thick)
SY 100
12 Asphalt Driveway Apron Removal (up to
6” thick including base material)
SY 50
13 Inlet Removal (up to 4-ft. below grade) EA 25
14 Inlet Removal (4-ft. to 8-ft below grade) EA 15
15 Pipe Removal (from 12” up to 30” dia. RCP;
up to 4-ft below grade)
LF 500
16 Pipe Removal (from 12” up to 30” dia. RCP;
4- ft. to 8-ft. below grade)
LF 250
17 Tree Removal (6” to 12” in diameter) EA 50
18 Tree Removal (12” to 24” in diameter) EA 50
1.3-9 Form of Bid
Item Description Unit Qty Unit Price Extension
19 Tree Removal (24” to 42” in diameter) EA 50
20 Clearing of Brush & Debris (other than tree
removal specified in bid Items 17 through 19)
Per
1000
SF
100
21 Excavation (up to 4-ft deep) CY 250
22 Outfall Forebay Dredging CY 250
23 Storm Water Pond Sediment Removal CY 250
24 Trench Dewatering LF 500
25 Small, Earth-Lined, Ditch Cleaning (< 6-
ft. wide, 18-in. or less deep)
LF 1000
26 Mid-Sized, Earth-Lined, Ditch Cleaning (6-ft to
10-ft wide, and 18-in. or less deep)
LF 2000
27 Large, Earth-Lined Ditch/Swale (10-12-ft. wide
and 24-in. or less deep)
LF 1000
28 Very-Large, Earth-Lined Ditch (Greater than
12-ft. wide and 24-in. to 48-in. deep)
LF 250
29 Small, concrete-lined, Ditch Cleaning (up to
10- ft. wide)
LF 250
30 Large, concrete-lined, Ditch Cleaning (> 10-
ft. wide)
LF 1000
31 Concrete-lined Ditches (VDOT PG-2A or PG-5) SY 250
32 Concrete Energy Dissipater (VDOT EG-1
or EG-1A)
EA 10
33 Erosion control / soil stabilization
matting (VDOT EC-2 & EC-3)
SY 2500
34 Riprap Revetment (Class AI stone (VDOT PG-
3)
TON 250
35 Riprap Revetment (Class I stone (VDOT PG-
3 & EC-1)
TON 100
36 18” End Wall (VDOT EW-1) EA 10
37 24” End Wall (VDOT EW-1) EA 10
38 30” End Wall (VDOT EW-1) EA 10
39 36” End Wall (VDOT EW-1) EA 10
40 15” Flared End Section (VDOT ES-1) EA 10
41 18” – 24” Flared End Section (VDOT ES-1) EA 10
42 30” – 36” Flared End Section (VDOT ES-1) EA 10
43 Joint or Structure Connection Repair EA 200
1.3-10 Form of Bid
Item Description
Unit Qty Unit Price Extension
44
Pipe Joint Fabric Wrap (Norf. STD HS-106) EA 200
45
12” RCP Class III (1-ft. to 4-ft deep)
(VDOT STD. PB-1)
LF 250
46 12” RCP Class III (4-ft. to 8-ft deep)
(VDOT STD. PB-1)
LF 250
47 15” RCP Class III (1-ft to 4-ft deep)
(VDOT STD. PB-1)
LF 350
48 15” RCP Class III (4-ft. to 8-ft deep)
(VDOT STD. PB-1)
LF 350
49 18” RCP Class III (1-ft. to 4-ft. deep)
(VDOT STD. PB-1)
LF 300
50 18” RCP Class III (4-ft. to 8-ft deep)
(VDOT STD. PB-1)
LF 300
51 18” RCP Class III (8-ft. to 12-ft deep)
(VDOT STD. PB-1)
LF 250
52 24” RCP Class III (4-ft. to 8-ft deep)
(VDOT STD. PB-1)
LF 300
53 24” RCP Class III (8-ft. to 12-ft deep)
(VDOT STD. PB-1)
LF 250
54 30” RCP Class III (4-ft. to 8-ft deep)
(VDOT STD. PB-1)
LF 300
55 30” RCP Class III (8-ft. to 12-ft deep)
(VDOT STD. PB-1)
LF 250
56 36” RCP Class III (4-ft. to 8-ft deep)
(VDOT STD. PB-1)
LF 300
57 36” RCP Class III (8-ft. to 12-ft deep)
(VDOT STD. PB-1)
LF 250
58 42” RCP Class III (4-ft. to 8-ft deep)
(VDOT STD. PB-1)
LF 300
59 42” RCP Class III (8-ft. to 12-ft deep)
(VDOT STD. PB-1)
LF 250
60 48” RCP Class III (4-ft. to 8-ft deep)
(VDOT STD. PB-1)
LF 250
61 48” RCP Class III (8-ft. to 12-ft deep)
(VDOT STD. PB-1)
LF 250
62 54” RCP Class III (4-ft. to 8-ft deep)
(VDOT STD. PB-1)
LF 250
63 54” RCP Class III (8-ft. to 12-ft deep)
(VDOT STD. PB-1)
LF 250
1.3-11 Form of Bid
Item Description Unit Qty Unit Price Extension
64 60” RCP Class III (4-ft. to 8-ft deep)
(VDOT STD. PB-1)
LF 250
65 60” RCP Class III (8-ft. to 12-ft deep)
(VDOT STD. PB-1)
LF 250
66 23”x14” RCP Class III (1-ft. to 4-ft. deep)
(VDOT STD. PB-1)
LF 250
67 23”x14” RCP Class III (4-ft. to 8-ft. deep)
(VDOT STD. PB-1)
LF 200
68 23”x14” RCP Class III (8-ft. to 12-ft. deep)
(VDOT STD. PB-1)
LF 150
69 30”x19” RCP Class III (1-ft. to 4-ft. deep)
(VDOT STD. PB-1)
LF 250
70 30”x19” RCP Class III (4-ft. to 8-ft. deep)
(VDOT STD. PB-1)
LF 200
71 30”x19” RCP Class III (8-ft. to 12-ft. deep)
(VDOT STD. PB-1)
LF 150
72 38”x24” RCP Class III (1-ft. to 4-ft. deep)
(VDOT STD. PB-1)
LF 200
73 38”x24” RCP Class III (4-ft. to 8-ft. deep)
(VDOT STD. PB-1)
LF 150
74 38”x24” RCP Class III (8-ft. to 12-ft. deep)
(VDOT STD. PB-1)
LF 150
75 45”x29” RCP Class III (4-ft. to 8-ft. deep)
(VDOT STD. PB-1)
LF 200
76 45”x29” RCP Class III (8-ft. to 12-ft. deep)
(VDOT STD. PB-1)
LF 150
77 53”x34” RCP Class III (4-ft. to 8-ft. deep)
(VDOT STD. PB-1)
LF 200
78 53”x34” RCP Class III (8-ft. to 12-ft. deep)
(VDOT STD. PB-1)
LF 150
79 60”x38” RCP Class III (4-ft. to 8-ft. deep)
(VDOT STD. PB-1)
LF 200
80 60”x38” RCP Class III (8-ft. to 12-ft. deep)
(VDOT STD. PB-1)
LF 150
81 68”x43” RCP Class III (4-ft. to 8-ft. deep)
(VDOT STD. PB-1)
LF 200
82 68”x43” RCP Class III (8-ft. to 12-ft. deep)
(VDOT STD. PB-1)
LF 150
1.3-12 Form of Bid
Item Description Unit Qty Unit Price Extension
83 76”x48” RCP Class III (4-ft. to 8-ft. deep)
(VDOT STD. PB-1)
LF 200
84 76”x48” RCP Class III (8-ft. to 12-ft. deep)
(VDOT STD. PB-1)
LF 150
85 3’x3’ Single Box Culvert (0-ft. to 2-ft. fills)
(VDOT BCS-DT, VDOT BCS-02)
LF 200
86 3’x3’ Single Box Culvert (2-ft. to 5-ft. fills)
(VDOT BCS-DT, VDOT BCS-05)
LF 200
87 3’x3’ Single Box Culvert (5-ft. to 10-ft. fills)
(VDOT BCS-DT, VDOT BCS-10)
LF 200
88 4’x4’ Single Box Culvert (0-ft. to 2-ft. fills)
(VDOT BCS-DT, VDOT BCS-02)
LF 200
89 4’x4’ Single Box Culvert (2-ft. to 5-ft. fills)
(VDOT BCS-DT, VDOT BCS-05)
LF 200
90 4’x4’ Single Box Culvert (5-ft. to 10-ft. fills)
(VDOT BCS-DT, VDOT BCS-10)
LF 200
91 6’x4’ Single Box Culvert (0-ft. to 2-ft. fills)
(VDOT BCS-DT, VDOT BCS-02)
LF 200
92 6’x4’ Single Box Culvert (2-ft. to 5-ft. fills)
(VDOT BCS-DT, VDOT BCS-05)
LF 200
93 6’x4’ Single Box Culvert (5-ft. to 10-ft. fills)
(VDOT BCS-DT, VDOT BCS-10)
LF 200
94 8’x4’ Single Box Culvert (0-ft. to 2-ft. fills)
(VDOT BCS-DT, VDOT BCS-02)
LF 200
95 8’x4’ Single Box Culvert (2-ft. to 5-ft. fills)
(VDOT BCS-DT, VDOT BCS-05)
LF 200
96 8’x4’ Single Box Culvert (5-ft. to 10-ft. fills)
(VDOT BCS-DT, VDOT BCS-10)
LF 200
97 12” HDPE Corrugated Pipe (1-ft. to 4-ft
deep) (VDOT STD. PB-1)
LF 250
98 12” HDPE Corrugated Pipe (4-ft. to 8-ft
deep) (VDOT STD. PB-1)
LF 250
99 15” HDPE Corrugated Pipe (1-ft to 4-ft
deep) (VDOT STD. PB-1)
LF 350
100 15” HDPE Corrugated Pipe (4-ft. to 8-ft
deep) (VDOT STD. PB-1)
LF 350
101 18” HDPE Corrugated Pipe (1-ft. to 4-ft.
deep) (VDOT STD. PB-1)
LF 300
1.3-13 Form of Bid
Item Description Unit Qty Unit Price Extension
102 18” HDPE Corrugated Pipe (4-ft. to 8-ft
deep) (VDOT STD. PB-1)
LF 300
103 18” HDPE Corrugated Pipe (8-ft. to 12-ft
deep) (VDOT STD. PB-1)
LF 250
104 24” HDPE Corrugated Pipe (4-ft. to 8-ft
deep) (VDOT STD. PB-1)
LF 300
105 24” HDPE Corrugated Pipe (8-ft. to 12-ft
deep) (VDOT STD. PB-1)
LF 250
106 30” HDPE Corrugated Pipe (4-ft. to 8-ft
deep) (VDOT STD. PB-1)
LF 300
107 30” HDPE Corrugated Pipe (8-ft. to 12-ft
deep) (VDOT STD. PB-1)
LF 250
108 36” HDPE Corrugated Pipe (4-ft. to 8-ft
deep) (VDOT STD. PB-1)
LF 300
109 36” HDPE Corrugated Pipe (8-ft. to 12-ft
deep) (VDOT STD. PB-1)
LF 250
110 12” Ductile Iron Pipe (1-ft. to 4-ft deep)
Class 50
LF 200
111 12” Ductile Iron Pipe (4-ft. to 8-ft deep)
Class 50
LF 100
112 15” Ductile Iron Pipe (1-ft. to 4-ft deep)
Class 50
LF 100
113 15” Ductile Iron Pipe (4-ft. to 8-ft deep)
Class 50
LF 100
114 24” Ductile Iron Pipe (4-ft. to 8-ft deep)
Class 50
LF 100
115 24” Ductile Iron Pipe (8-ft. to 12-ft deep)
Class 50
LF 100
116 VDOT Junction Box Chamber and Tower
(VDOT JB-1)
EA 20
117 Masonry, Curb Inlet (up to 4-ft. deep)
(HRRCS DS_04)
EA 25
118 Masonry, Curb Inlet (4-ft. to 8-ft deep)
(HRRCS DS_04)
EA 25
119 Masonry, Curb Inlet (8-ft to 12-ft deep)
(HRRCS DS_04)
EA 10
120 Masonry, double, Curb Inlet (up to 4-ft
deep) (HRRCS DS_04)
EA 15
1.3-14 Form of Bid
Item Description Unit Qty Unit Price Extension
121 Masonry, double, Curb Inlet (4-ft to 8-ft
deep) (HRRCS DS_04)
EA 15
122 Masonry, double, Curb Inlet (8-ft to 12-ft deep)
(HRRCS DS_04)
EA 10
123 Masonry Grate Inlet (up to 4-ft deep)
(Norf. STD. HS-103)
EA 25
124 Masonry, Grate Inlet (4-ft to 8-ft deep)
(Norf. STD. HS-103)
EA 25
125 Masonry, Manhole and Cover (up to 4-ft deep)
(Norf. STD HS-104 & HRRCS DS_01)
EA 25
126 Masonry, Manhole and Cover (4-ft to 8-ft
deep) (Norf. STD. HS-104 & HRRCS DS_01)
EA 25
127 Masonry, Manhole and Cover (8-ft to 12-ft
deep) (Norf. STD. HS-104 & HRRCS
DS_01)
EA 15
128
Manhole Cover (HRRCS DS_01) EA 10
129 Concrete Curb Inlet for 12” – 30” Pipes
(VDOT DI-3A) (8-ft Max. Depth)
EA 25
130 Concrete Curb Inlet Throat (VDOT DI-3B & DI-
3C)
LF 15
131 Concrete Curb Inlet for 36” – 48” Pipes
(VDOT DI-4A) (8-ft Max. Depth)
EA 10
132 Concrete Curb Inlet Throat (VDOT DI-4B & DI-
4C)
LF 15
133 Precast Top Units for Concrete Curb
Inlets (VDOT T-DI-3, 4 & IC-2)
EA 25
134 Concrete, Ditch, Drop Inlet for 12” – 36” Pipes
(VDOT DI-5)
EA 5
135 Concrete, Median, Drop Inlet for 12” –
36” Pipes (VDOT DI-7)
EA 5
136
Groundwater Underdrain LF 100
137 12” Flap Gate Tide Valve EA 10
138 15” Flap Gate Tide Valve EA 10
139 18” Flap Gate Tide Valve EA 10
140 24” Flap Gate Tide Valve EA 10
141 30” Flap Gate Tide Valve EA 10
142 36” Flap Gate Tide Valve EA 10
143 12” Checkmate Inline Style Tide Valve EA 10
1.3-15 Form of Bid
Item Description Unit Qty Unit Price Extension
144 15” Checkmate Inline Style Tide Valve EA 10
145 18” Checkmate Inline Style Tide Valve EA 10
146 24” Checkmate Inline Style Tide Valve EA 10
147 30” Checkmate Inline Style Tide Valve EA 10
148 36” Checkmate Inline Style Tide Valve EA 10
149 6” Parkway Curb (VDOT CG-2) LF 500
150 6” Curb & Gutter (Norf. STD. HS-202 or VDOT
CG-6) LF 500
151 Valley Gutter (9” thick) (Norf. STD. HS-205) LF 500
152 Sidewalk (4” thick) (Norf. STD. HS-206) SY 250
153 Residential Driveway Apron (Norf. STD. HS-
207) SY 250
154 Commercial Driveway Apron (Norf. STD. HS-
212) SY 250
155 Curb Ramp (VDOT STD. CG-12 Type A, B, or
C) EA 15
156 Concrete Pavement Patch (9” thick) (Norf. STD.
HS-303 & HS-304) SY 100
157 Asphalt Pavement Patch (2” of SM-9.5 over 6” of
Stone Base) (Norf. STD. HS-301) SY 500
158 Base Asphalt (Type BM-25.0) shall be an
addition to item no. 157 as required TON 250
159 Pavement Milling / Planing with 2” surface
course overlay SY 100
160 Crusher Run Aggregate Base Material (VDOT
STD. 25 or 26) TON 500
161 Coarse Aggregate (VDOT No. 57 or 68 stone) TON 250
162 Select Fill Material (CBR Min. = 20) CY 500
163 Topsoil 3” (Norf. STD. HS-601) CY 400
164 Seed, Fertilizer & Lime (Norf. STD. HS-601) SY 5000
165 Pavement Striping (12” stripe) LF 500
TOTAL UNIT PRICE BID: ______________________________________________________ _______________________________________________($__________________________)
Attachment A
1
THE CITY OF NORFOLK, VIRGINIA
OFFICE OF THE CITY MANAGER
CONTRACT
THIS AGREEMENT, made as of the ___ day of ___ in the year 2020, is between the City of Norfolk,
Virginia, acting by and through the City Manager, hereinafter styled the City, and
party of the second part, hereinafter styled the Contractor.
WITNESSETH, That whereas the City has awarded to the Contractor, in accordance with his bid of ____
a contract for DRAINAGE MAINTENANCE FY21 INDEFINITE QUANTITY CONTRACT (IDQ) as
described in specifications and drawings prepared therefor by _________________________________
hereinafter styled the Engineer, or by the City of Norfolk, and on file in the office of the Director of Public
Works of the City of Norfolk, Virginia.
ARTICLE 1 - THE WORK OF THIS CONTRACT
The Contractor shall fully execute the Work described in the Contract Documents, except to the extent
specifically indicated in the Contract Documents to be the responsibility of others. The Work under this
Contract shall consist of the removal, installation and/or repair of various types of fencing throughout the
City. This unit priced, indefinite quantity contract will have work orders issued for a base period of twelve
(12) months with two additional option periods of twelve (12) months each, to be exercised at the
discretion of the City.
ARTICLE 2 - DATE OF COMMENCEMENT AND COMPLETION TIMES
The Contractor agrees to begin each Work Order at such a date as the Director of Public Works
Department, Norfolk, Virginia, shall notify it to begin via a Notice to Proceed letter, and that it will achieve
Substantial Completion of each Work Order within the time mutually agreed upon by the Contractor and
the Owner as indicated in each Notice to Proceed letter. Work Orders shall be issued within three
hundred sixty-five (365) calendar days from the date of contract commencement.
ARTICLE 3 - LIQUIDATED DAMAGES
The Contractor and the City recognize that time is of the essence of this Agreement. In view of the
difficulty of ascertaining the loss which the City will suffer by reason of delay in the performance of the
Work, the Contractor and the City hereby agree upon as the liquidated damages set below that the City
will suffer by reason of delay and/or default, and not as a penalty. Further, the City shall deduct and retain
the amount of such liquidated damages out of the moneys which may be due or become due to the
Contractor under this Agreement.
Accordingly, should the Contractor fail to achieve Substantial Completion of the aforesaid Work in
accordance with the contract documents to the satisfaction and approval of the Engineer within the time
stipulated in Article 2 above, the Contractor shall pay to the City of Norfolk, Virginia, .2% per Work
2
Order per day for every calendar day beyond the completion date that the project is not complete.
ARTICLE 4 - CONTRACT PRICE
The City shall pay the Contractor for completion of the Work in accordance with the Contract Documents
an amount equal to the sum designated per each Work Order. Funds for each individual Work Order will
be encumbered when each Work Order is issued. As provided in Subparagraph 7.3.3.2 of the General
Conditions of the Contract for Construction (as modified), estimated quantities are not guaranteed, and
determinations of actual quantities and classifications are to be made by the Engineer’s recommendation
to the City.
ARTICLE 5 - PAYMENTS
Based upon monthly applications for payment submitted by the Contractor and as approved by the City,
the City shall make progress payments on account of each individual Work Order sum to the Contractor
as provided in the conditions of the contract. Full payment or payments shall in no manner be construed
as reducing the amount of the bond, or the liability of the surety thereon, until final completion and
acceptance of all completed Work Orders in a contract year.
ARTICLE 6 - CONTRACTOR’S REPRESENTATION
To induce the City to enter into this Agreement, the Contractor makes the following representations:
A. Contractor has examined and carefully studied the Contract Documents and other related data
identified in the Bidding Documents.
B. Contractor, as a condition of this Contract, will visit the Site and become familiar with and become
satisfied as to the general, local, and site conditions that may affect cost, progress, and performance of all
Work Orders issued under this Contract.
C. Contractor, as a condition of this contract, will become familiar with and will become satisfied as to all
federal, state and local laws and regulations that may affect cost, progress, and performance of Work
Orders issued under this Contract.
D. Contractor, as a condition of this Contract, will carefully study all: (1) 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 or subsurface structures at or contiguous to the Site which have been provided with
each Work Order, and (2) reports and drawings of a hazardous environmental condition, if any, at the site,
which have provided with each Work Order.
E. Contractor, as a condition of this Contract, will obtain and carefully study (or assume responsibility
for having done so) all additional or supplementary examinations, investigations, explorations, tests,
studies, and data concerning conditions (surface, subsurface, and underground facilities) at or contiguous
to the Site which may affect costs, progress, or performance of Work Orders issued under this Contract.
F. Contractor, as a condition of this Contract, will become aware of the general nature of Work to be
performed by City and others at the Site that relates to Work Orders issued under this Contract.
3
G. Contract has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that
Contractor has discovered in the Contract Documents, and the written resolution thereof by Engineer is
acceptable to Contractor.
H. Work Orders issued under this Contract will be generally sufficient to indicate and convey
understanding of all terms and conditions for performance and furnishing of the Work.
I. Contractor hereby certifies that it has familiarized itself with Sections 33.1-86 through 33.1-93 of the
Code of the City of Norfolk, Virginia, 1979, as amended, entitled "Ethics in Public Contracting," including
the additional statutes set forth in Section 33.1-86 thereof, and further that all amounts received by the
Contractor pursuant to this Agreement are proper and in accordance therewith.
J. Contractor hereby certifies that at all times during which any term of this Contract is in effect, it does
not and shall not knowingly employ any unauthorized alien. For purposes of this section, an “unauthorized
alien” shall mean any alien who is neither lawfully admitted for permanent residence in the United States
nor authorized to be employed by either Title 8, section 1324a of the United States Code or the U.S.
Attorney General.
K. Contractor hereby represents that it is organized as a stock or non-stock corporation, limited liability
company, business trust, or limited partnership or registered as a registered limited liability partnership
and is authorized to transact business in the Commonwealth as a domestic or foreign business entity if so
required by Title 13.1 or Title 50 or as otherwise required by law.
ARTICLE 7 - CONTRACT DOCUMENTS
The Contract Documents consist of the following:
a. Invitation for Bids
b. Instructions to Bidders
c. Bid Form/Affidavit
d. Bid Bond
e. Contract
f. Performance Bond
g. Payment Bond
h. AIA A201-2017, “General Conditions of the Contract for Construction” (as modified)
i. Certificate of Insurance
j. Notice of Award
k. Notice to Proceed
l. Change Orders and/or Amendments (if any)
m. Other Documents as may be required by law or appended hereto
n. Plans and Drawings prepared by: Dept of Public Works, Environmental Stormwater Mgmt
o. Specifications prepared or issued by: Dept of Public Works, Environmental Stormwater Mgmt
p. Addendum (as listed in Bid Form)
4
Witness the following signatures and seals:
(CONTRACTOR NAME)
Witness: _____________________________ By: _________________________________ Name / Title
Seal
If
Incorporated Virginia State Contractor's License No. __________
City of Norfolk Business License No. ___________
Contents Approved: _________________________________________
Director of Public Works
Approved as to form and correctness: _________________________________________
Deputy City Attorney
CITY OF NORFOLK, VIRGINIA
Attest: _______________________________ By______________________________________
City Clerk City Manager
Certification of Funds
I hereby certify that the money required for this contract (agreement, obligation or expenditure) is in the
City Treasury to the credit of the fund from which it is to be drawn, and not appropriated for any other
purpose.
Account: _____ Amount: N/A (Per Work Order)
Contract No.: _____ Vendor Code: _____
______________________________________________
Director of Finance Date
End of Page
Performance Bond - 1
PERFORMANCE BOND
Bond No. ___________________
Amount: $1,000,000.00
KNOW ALL PERSONS BY THESE PRESENTS, that ____________ of ____________ hereinafter called the
Contractor and __________________________________________, a corporation duly organized and existing
under and by virtue of the laws of the State of __________________________, hereinafter called the Surety, and
authorized to transact business within the Commonwealth of Virginia as the Surety, are held and firmly bound unto
the City of Norfolk as Owner, in the sum of One Million Dollars and Zero Cents ($1,000,000.00) , lawful money
of the United States of America, for payment of which, well and truly be made to the Owner, the Contractor and
the Surety bind themselves and each of their heirs, executors, administrators, successors, and assigns, jointly and
severally, firmly by these presents as follows:
THE CONDITION OF THE ABOVE OBLIGATION IS SUCH THAT:
WHEREAS, the Contractor has executed and entered into a certain Contract, hereto attached, with the Owner
dated _____, 20__ for
DRAINAGE MAINTENANCE FY21 INDEFINITE QUANTITY CONTRACT (IDQ)
NOW THEREFORE, if the Contractor, and its successors and assigns, shall at all times duly, promptly, and
faithfully perform the Work and any alteration in or addition to the obligations of the Contractor arising thereunder,
including the matter of infringement, if any, of patents or other proprietary rights, and shall assure all guarantees
against defective workmanship and materials, including the guarantee period following final completion by the
Contractor and final acceptance by the Owner and comply with all the covenants therein contained in the
Specifications, Drawings, and other Contract Documents required to be performed by the Contractor, in the manner
and within the times provided in the Agreement, and shall fully indemnify and save harmless the Owner from all
costs and damage which it may suffer by reason or failure to do so, and shall fully reimburse and repay it all outlay
and expenses which it may incur in making good any default, and reasonable counsel fees incurred in the
prosecution of or defense of any action arising out of or in connection with any such default, then this obligation
shall be void; otherwise to remain in full force and effect.
PROVIDED, HOWEVER, that the Surety, for value received, for itself and its successors and assigns, hereby
stipulates and agrees that no change, extension of time, alteration, or addition to the terms of the Contract
Documents or to the Work to be performed thereunder, or payment thereunder before the time required therein, or
waiver of any provision thereof, or assignment, subletting or transfer thereof or any part thereof, shall in any way
affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration,
addition to the terms of the Contract Documents or any such payment, waiver, assignment, subcontract or transfer.
PROVIDED, FURTHER, that no final settlement between the Owner and the Contractor shall abridge the right of
any beneficiary hereunder, whose claim may be unsatisfied.
Whenever Contractor shall be declared by Owner to be in default under the Contract, the Owner having performed
Owner’s obligations thereunder, the Owner shall have the right, at its option, to require the Surety to promptly
proceed to remedy the default within 30 days of notice by proceeding or procuring others to proceed with completing
the Agreement with its terms and conditions including the correction of any defective work and the provision of
safety measures required as the result of such default; and all reserves, deferred payments, and other funds provided
by the Agreement to be paid to Contractor shall be paid to Surety at the same times and under the same conditions
as by the terms of that Agreement such fund would have been paid to Contractor had the Agreement been performed
by Contractor; and Surety shall be entitled to such funds in preference to any assignee of Principal of any adverse
claimant. Notwithstanding the above, the Owner shall have the right, with the approval of the Surety which shall
Performance Bond - 2
not be unreasonably withheld, to take over and assume completion of the Agreement and be promptly paid in cash
by the Surety for the cost of such completion less the balance of the Contract price.
IN WITNESS WHEREOF, all above parties bounded together have executed this instrument this _______ day of
______________________________, 20__, the name and corporate seal of each corporate party being hereto
affixed and those presents duly signed by its undersigned representative, pursuant to authority of its governing body.
CONTRACTOR
(_______________________________)
Attest: ___________________________________ By:______________________________________(Seal)
Name / Title
SURETY
(____________________________________________)
Attest: ___________________________________ By:______________________________________(Seal)
Name: _______________________________________
Title: ________________________________________
APPROVED AS TO FORM: ________________________, 20__
City of Norfolk, OWNER
By: ___________________________________
Deputy City Attorney
NOTE: Date of Bond shall not be prior to the date of the Agreement. If the Contractor is a partnership, all partners
shall execute the Bond.
IMPORTANT: The Surety named on this Bond shall be one who is licensed to conduct business in the
Commonwealth of Virginia, and named in the current list of Companies Holding Certificates of Authority as
Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies, as published in Circular 570
(amended) by the Audit Staff Bureau of Accounts, U.S. Treasury Department. All Bonds signed by an agent shall
be accompanied by a certified copy of the authority to act for the Surety at the time of signing of this Bond.
End of Page
Payment Bond - 1
PAYMENT BOND
Bond No.___________________________
Amount: $1,000,000.00
KNOW ALL PERSONS BY THESE PRESENTS, that ______________ of ________________________________,
hereinafter called the Contractor and _____________________________________________________, a corporation duly
organized and existing under and by virtue of the laws of the State of _______________________, hereinafter called the
Surety, and authorized to transact business within the Commonwealth of Virginia as the Surety, are held and firmly bound
unto the City of Norfolk as Owner, in the sum of One Million Dollars and Zero Cents ($1,000,000.00), lawful money of
the United States of America, for payment of which, well and truly be made to the Owner, the Contractor and the Surety
bind themselves and each of their heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by
these presents as follows:
THE CONDITION OF THE ABOVE OBLIGATION IS SUCH THAT:
WHEREAS, the Contractor has executed and entered into a certain Agreement, hereto attached, with the Owner dated
_____, 20__ for
DRAINAGE MAINTENANCE FY21 INDEFINITE QUANTITY CONTRACT (IDQ)
NOW THEREFORE, if the Contractor shall promptly make payments to all persons, firms, subcontractors, and corporations
furnishing materials for or performing labor in the prosecution of the Work provided for in the Agreement, and any
authorized extension or modification thereof, including all amounts due for materials, lubricants, oil, gasoline, repairs on
machinery, equipment, and tools consumed, used or rented in connection with the construction of the Work, and all
insurance premiums on the Work, and for all labor performed in the Work, whether by Subcontractor or otherwise, then this
obligation shall be void, otherwise to remain in full force and effect.
PROVIDED, HOWEVER, that the Surety, for value received, hereby stipulates and agrees that no change, extension of
time, alteration, or addition to the terms of the Contract Documents or to the Work to be performed thereunder, shall in any
way affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration, or
addition to the terms of the Contract Documents.
PROVIDED, FURTHER, that no final settlement between the Owner and the Contractor shall abridge the right of any
beneficiary hereunder, whose claim may be unsatisfied.
IN WITNESS WHEREOF, all above parties bounded together have executed this instrument this ____ day of __________,
20 __, the name and corporate seal of each corporate party being hereto affixed and those presents duly signed by its
undersigned representative, pursuant to authority of its governing body.
CONTRACTOR
(Contractor Name)
Attest: _________________________________ By:______________________________________(Seal)
Full Legal Name, Title of Company Officer
Payment Bond - 2
SURETY
(____________________________________________)
Attest: _________________________________ By: _____________________________________(Seal)
Name: _______________________________________
Title: ________________________________________
APPROVED AS TO FORM: _____________________________, 20
City of Norfolk, OWNER
By: ________________________________________
Deputy City Attorney
NOTE: Date of Bond shall not be prior to the date of the Agreement. If the Contractor is a partnership, all partners shall
execute the Bond.
IMPORTANT: The Surety named on this Bond shall be one who is licensed to conduct business in the Commonwealth of
Virginia, and named in the current list of Companies Holding Certificates of Authority as Acceptable Sureties on Federal
Bonds and as Acceptable Reinsuring Companies, as published in Circular 570 (amended) by the Audit Staff Bureau of
Accounts, U.S. Treasury Department. All Bonds signed by an agent shall be accompanied by a certified copy of the
authority to act for the Surety at the time of signing of this Bond.
End of Page
DOI - 1
DESCRIPTION OF ITEMS
Drainage Maintenance - Indefinite Quantity Contract 2020
OWNER: CITY of NORFOLK, VIRGINIA
NOTE: Compensation for performing the work and furnishing of all materials, labor, tools, equipment
and incidentals necessary to mobilize and subsequently demobilize the construction preparatory
operations should be considered incidental and absorbed in the unit prices for each item listed below.
No additional payment will be made for demobilization and remobilization due to shutdowns,
suspensions of the work or for other mobilization activities. In instances of emergency repair projects,
a 24-hour emergency mobilization cost will be negotiated at the time of the work order terms are agreed
upon.
For projects located outside of the downtown area and off of arterial roadways, listed in Attachment A
of these specifications, traffic control labor and equipment devices shall be incidental to the cost of the
items below. Contract drawings shall be provided to the contractor on a per job basis; however, unit price
bid amounts for specific items should be based on the standard construction details provided as
attachments to the specifications.
Bid Item No. 1 – Traffic Control - Arterial Streets (Refer to Attachment A):
Payment for traffic control on arterial streets shall be made on a contract unit price basis.
Measurement shall be per day installed and maintained. Contract unit pricing shall include the
cost of all labor, materials, and equipment necessary to provide traffic control adequate for a one-
lane closure on an arterial street including but not limited to permits, barrels, signage, flaggers,
arrow boards, and channelizing devices. Services required for traffic control during the project
shall be in accordance with contract specifications, the MUTCD and the Virginia Work Area
Protection Manual. The contractor is required to obtain a Right-of-Way Permit from the Division
of Transportation in the Department of Public Works (2nd Floor City Hall) prior to setting up
traffic control equipment. (Refer to the City of Norfolk Right-of-Way Excavation and Restoration
Manual.)
Bid Item No. 2 – Traffic Control – Downtown Area (Refer to Attachment A):
Payment for traffic control in the Downtown Area shall be made on a contract unit price basis.
Measurement shall be per day installed and maintained. Contract unit pricing shall include the
cost of all labor, materials, and equipment to provide traffic control adequate for a one-lane
closure on a downtown street including but not limited to channelizing devices, signage, and
adequate pedestrian control. Pedestrian traffic control is more stringent for work in Downtown.
Services required for traffic control during the project shall be in accordance with contract
specifications, the MUTCD and the Virginia Work Area Protection Manual. The contractor is
required to obtain a Right-of-Way Permit from the Division of Transportation in the Department
of Public Works (2nd Floor City Hall) prior to setting up traffic control equipment. (Refer to the
City of Norfolk Right-of-Way Excavation and Restoration Manual.)
DOI - 2
Bid Item No. 3 – Tree Protection (Norfolk Standard HS-602):
Payment for tree protection shall be made on a contract unit price basis. Measurement shall be for each
tree to be protected with materials installed and maintained throughout the project construction time.
Tree protection shall consist of providing protective fencing (min. 4’ in height) using chain link or
plastic high visibility fencing material around the circumference of the tree’s drip line. The contract
unit price shall include full compensation for the cost of labor, materials, and equipment to provide,
maintain, and remove tree protection in accordance with the drawings and specifications.
Bid Item No. 4 – Straw Bale Barrier (Refer to Attachment B):
Payment for Straw Bale Barrier shall be made on a contract unit price basis. Measurement shall be
by the linear foot installed and maintained. The contract unit price shall include full compensation
for labor, material, and equipment for installation, maintenance, and removal of the Straw Bale
Barrier throughout the project. Straw Bale Barrier shall be installed in accordance with the Virginia
Erosion and Sediment Control Handbook (Third Ed., 1992).
Bid Item No. 5 – Silt Fence (Refer to Attachment B):
Payment for Silt Fence shall be made on a contract unit price basis. Measurement shall be by the
linear foot installed and maintained. The contract unit price shall include full compensation for labor,
material, and equipment for installation, maintenance, and removal of the Silt Fence throughout the
project. Silt Fence shall be installed in accordance with the Virginia Erosion and Sediment Control
Handbook (Third Ed., 1992).
Bid Item No. 6 – Inlet Protection (VDOT EC-6):
Payment for inlet protection shall be made on a contract unit price basis. Measurement shall be for
each inlet protection installed and maintained. The contract unit price shall include full compensation
for the cost of labor, materials, and equipment to provide, maintain, and remove inlet protection in
accordance with the drawings and specifications. Inlet protection may consist of gravel and wire
mesh drop inlet sediment filter, block and gravel drop inlet sediment filter, gravel curb inlet sediment
filter, curb inlet protection with 2-inch x 4-inch wooden weir, or block and gravel curb inlet sediment
filter as defined by the Virginia Erosion and Sediment Control Handbook (Third Ed., 1992).
Bid Items No. 7 through No. 12 – Removal of Pavement and Curb:
Payment for removal items shall be at contract unit prices for each respective bid item. Measurement
shall be in the units identified on the schedule of unit prices. If pavement to be removed is of greater
thickness than specified in Bid Items 7 through 12, payment shall be prorated based on the contract unit
price provided. Contract unit prices shall include full compensation for all labor, materials, and
equipment required for the complete removal and disposal of specific bid items described in the
schedule of unit prices with their associated base materials in accordance with the drawings and
specifications. Contract unit prices for these removal items shall include sawcutting of asphalt or
concrete as required to provide for clean removal of items. All material shall be removed from the
construction site and taken to an authorized fill or disposal site at no additional cost to the City of
Norfolk.
DOI - 3
Bid Items No. 13 through No. 16 – Removal of Inlets and Pipe:
Payment for existing drainage inlets, manholes and runs of pipe at various depths shall be made on a
contract unit price basis. Measurement shall be by each inlet or manhole removed and per linear feet
of pipe removed within the range of depth specified. The contract unit price shall include full
compensation for the cost of all labor, equipment, and materials for the complete removal and disposal
of each specified item. Regular excavation of material surrounding or covering the structure or pipe
shall be incidental to this work. All material shall be removed from the construction site and taken to
an authorized fill or disposal site at no additional cost to the City of Norfolk.
Bid Items No. 17 through No. 19 – Tree Removal (6” dia. To 42” dia.):
Payment for tree removal shall be full compensation for the complete removal and disposal of the
tree, stump, and root system. Measurement shall be per each tree removed based on the diameter of
the tree measured at a point four feet and six inches (4’ – 6”) above the ground. Contract unit pricing
shall include payment for all material, labor, tools, equipment, transportation, disposal fees, and
incidentals necessary to accomplish the work.
In lieu of stump removal and disposal, the Contractor may grind the tree stump at no additional cost. If
the Contractor chooses stump grinding, the depth of stump grinding shall be in accordance with the
following:
1. In the road pavement area – 18” below the bottom of base material.
2. Under the curb and / or curb and gutter – 18” below the bottom of the curb and / or curb
and gutter.
Bid Item No. 20 - Clearing of Brush & Debris:
Payment for clearing of brush and debris shall be on contract unit price basis, unless considered
incidental to other bid items. Measurement shall be by 1,000 square feet of cleared area. The contract
unit price shall include all labor, equipment, and materials for the removal of all brush, trees (less than
6 inches in diameter), bushes, debris, etc., required to gain access for performing work under this
contract. Additionally, the contract unit price shall include disposal of all waste materials generated by
these operations.
Bid Item No. 21 – Excavation (up to 4-ft. deep):
Payment for excavation shall be made on a contract unit price basis. Measurement shall be by the cubic
yard of material excavated to the specified finish grade. Contract unit pricing shall include full
compensation for excavation of materials shown on the contract drawing that are not incidental to other
items such as pipe, structure, pavement, and curb and gutter removal or installation (Bid Items 7 through
16, 22 through 43, 45 through 127, 129, 131, and 134 through 148). In addition, this item shall include
excavation of unsuitable soils not shown on the drawings but are discovered during the course of the
work. The unsuitability of the existing material will be determined and approved in writing by the
project engineer prior to the contractor performing such excavation. Unsuitable material shall be
excavated below the grade shown on the plans or as directed by the project engineer. (Areas so
excavated will be backfilled with materials specified in Bid Item No.’s 160, 161, or 162 as directed by
the project engineer.) All excess soils or unsuitable material shall be disposed of at an appropriate
DOI - 4
disposal facility. The unit price shall include full compensation for the cost of all labor, materials, and
equipment required to complete excavation activities in accordance with the contract drawings and
specifications including clearing, grubbing shaping and shoring, if necessary.
Bid Items No. 22 & No. 23 – Outfall/Pond Maintenance:
Payment for cleaning of outfall structures, dredging of outfall forebay areas and sediment removal in
City storm water ponds shall be made at contract unit prices for each respective bid item. Measurement
shall be by the cubic yard of sediment removed. The contract unit price shall include full compensation
for the complete removal and disposal of sediment and debris excavated or dredged. For the purpose
of this contract, all areas to be dredged shall be reachable from onshore in the City’s rights-of-way or
easements using a long-stick excavator. Some work in wetlands for fore-bays may require that
equipment be placed on soil stabilization mats to minimize equipment pressures on hydric soils.
Bid Item No. 24 – Trench Dewatering (See Attachment B & VDOT EC-8):
Payment for dewatering (by well-pointing or any other means) of trenches and other excavated areas
shall be made on a contract unit price basis, unless specified as incidental in other bid items.
Measurement shall be per linear feet of trench or other excavated area that is no greater than 5-ft. wide.
The contract unit price shall include full compensation for the cost of all labor, equipment, and materials
for the complete removal and disposal of standing water in accordance with the contract drawings and
specifications, specifically detailed in Attachments B and C. Measurement will be based on quantities
determined by field evaluation of trenches or other excavated areas by the contractor and project City
Inspector before such work is to commence. Field quantities, above that which is agreed upon at time
of work, will not be considered for additional compensation unless deemed necessary by the City
Inspector and approved by the project engineer for dewatering as described herein.
Bid Items No. 25 & No. 26 – Earth-lined Ditch Cleaning Operations (See Attachment C and E):
Payment for removal of sediment/debris from small and large City ditches shall be on a contract unit
price basis. Measurement shall be by the linear foot of ditch cleaned, re-graded, and restored. “Small,
earth-lined, ditches” are considered to be less than 6-ft. wide (Bid Item No. 25). “Mid-Sized, earth-
lined, ditches” are considered to be more than 6-ft. but less than 10-ft. wide (Bid Item No. 26). In
general, both Small and Mid-Sized ditches will have depths of around 18-inches. A typical system of
earth-lined ditches can be observed within the Glenrock Neighborhood. Contract unit prices for
cleaning earth-lined ditches shall include full compensation for all labor, materials, and equipment
required for the complete excavation, removal and disposal of sediment and debris, compacting,
grading and restoration of ditch bottoms and side slopes (no steeper than 3:1) in accordance with the
contract drawings and specifications. Ditch bottoms and sides shall be uniformly shaped, cleared of
rocks, roots and other potential hindrances, and restored with topsoil, seed, fertilizer, lime and mulch
unless other soil retention coverings are specified. All material shall be removed from the construction
site and taken to an authorized fill or disposal site in a timely manner.
Bid Items No. 27 & No. 28 – Large and Very-Large Earth-lined Ditches (See Attachment C and E):
Payment for new construction of Large and Very Large City ditches shall be on a contract unit price
basis. Measurement shall be by the linear foot of ditch cleared, grubbed, excavated, graded, and covered
with soil retention measures. “Large Earth Lined Ditches” are considered to be more than 10-feet but
DOI - 5
less than 12-feet in width with depths up to 24-inches (Bid Item 27). “Very Large, earth-lined, ditches”
are considered to be more than 12-feet wide and 24-inches to 48-inches deep (Bid Item No. 28). A
typical system of earth-lined ditches can be observed within the Glenrock Neighborhood. Contract unit
prices for constructing earth-lined ditches shall include full compensation for all labor, materials, and
equipment required for the survey and layout of the ditch, clearing, grubbing, complete excavation,
removal and disposal of existing material, compacting, grading and stabilization of ditch bottoms and
side slopes (no steeper than 2:1) in accordance with the contract drawings and specifications. Ditch
bottoms and sides shall be uniformly shaped, cleared of rocks, roots and other potential hindrances, and
covered with topsoil, seed, fertilizer, lime and mulch unless other soil retention coverings are specified
or directed.
Bid Items No. 29 & No. 30 – Concrete-lined Ditch Cleaning Operations (See Attachment E):
Payment for removal of sediment/debris from small and large, concrete, ditches shall be on a contract
unit price basis. Measurement shall be by the linear foot of concrete ditch cleaned and restored. “Small,
concrete-lined, ditches” are considered to be 10-ft. wide or less (Bid Item No. 29). “Large, concrete-
lined, ditches” are considered to be more than 10-ft. but less than 25- ft. wide (Bid Item No. 30). A
typical system of concrete lined ditches can be observed along Park Avenue and Holt Street near
Harbor Park. Contract unit prices shall include full compensation for all labor, materials, and
equipment required for the complete removal and disposal of sediment and debris from ditches. All
material shall be removed from the construction site and taken to an authorized fill or disposal site.
Bid Items No. 31 – Concrete-lined Ditches (VDOT PG-2A OR PG-5):
Payment for concrete paved ditches shall be made on a contract unit price basis. Measurement shall be
by the square yard of concrete pavement installed in accordance with VDOT PG-2A or PG-5. The
contract unit price shall include full compensation of the cost of all labor, material, and equipment for
the complete installation of the specified concrete paved ditch including surveying, clearing, grubbing,
excavation, dewatering, shoring, grading, subgrade preparation, installation of joint materials, dowels,
W.W.F. reinforcement, or weep holes (if required), connection to energy dissipater or riprap outfall
area, stabilization and restoration of any adjacent side slopes in accordance with the contract drawings,
specifications and or directions.
Bid Item No. 32 – Concrete, Energy Dissipator (VDOT EG-1 or EG-1A):
Payment for a precast or cast-in-place, reinforced, concrete, energy dissipator shall be made on a
contract unit price basis. Measurement shall be for each energy dissipator installed in accordance with
VDOT EG-1 or EG-1A. The contract unit price shall include full compensation of the cost of all labor,
material, and equipment for the complete installation of the specified energy dissipator including
surveying, excavation, shoring, subgrade preparation, and installation of safety grate in accordance
with the contract drawings, specifications and or directions.
DOI - 6
Bid Item No. 33 – Erosion Control / Soil Stabilization Matting (VDOT EC-2 & EC-3):
Payment for erosion control or soil stabilization matting shall be made on a contract unit price basis.
Measurement shall be by the square yard of matting material installed in accordance with VDOT EC-
2 or VDOT EC-3, Types A, B, or C. The contract unit price shall include all labor, equipment, and
materials required to install the erosion control mat in accordance with the contract drawings,
specifications and or directions, as well as the manufacturers’ recommendations for the application.
Bid Items No. 34 through No. 35 – Riprap Revetment (VDOT PG-3 & EC-1):
Payment for installation of dry riprap or erosion control riprap shall be made on a contract unit price
basis. Measurement shall be by the ton of riprap material installed. The contract unit price shall include
full compensation for the cost of labor, materials, and equipment required for complete installation of
the riprap revetment in accordance with the contract drawings, specifications and or directions.
Bid Item No. 36 through No. 39 – End Walls for 18” – 36” Dia. Pipes, (VDOT EW-1):
Payment for a precast or cast-in-place, concrete, end wall for various pipe sizes shall be made on a
contract unit price basis. Measurement shall be for each end wall installed, in accordance to VDOT
EW-1, for each size listed. The contract unit price shall include full compensation of the cost of all
labor, material, and equipment for the complete installation of the specified end wall including
surveying, excavation, shoring, subgrade preparation, base material installation, if needed, installation
of safety grate, and all other incidental items in accordance with the contract drawings and
specifications.
Bid Item No. 40 through No. 42 – Flared End Sections for 15” – 36” Dia. Pipes (VDOT ES-1):
Payment for concrete, flared end sections of various sizes shall be made on a contract unit price basis.
Measurement shall be for each end section installed, in accordance to VDOT ES-1, for each size listed.
The contract unit price shall include full compensation of the cost of all labor, material, and equipment
for the complete installation of the specified end section including surveying, excavation, shoring,
subgrade preparation, base material installation, if needed, and all other incidental items in accordance
with the contract drawings, specifications and or directions.
Bid Item No. 43 – Joint or Structure Connection Repair:
Payment for the repair of existing storm water pipe joints or pipe connections to inlets or manholes shall
be made on a contract unit price basis. Measurement shall be made per pipe joint or structure connection
joint to be repaired. The contract unit price shall include full compensation for the cost of all labor,
material, and equipment for the complete repair or replacement of each joint in accordance with the
contract drawings specifications and or directions.
Bid Item No. 44 – Pipe Joint Fabric Wrap (Norfolk Standard HS-106):
Payment for fabric wrap at pipe joints, Norfolk Standard HS-106, shall be made on a contract unit price
basis. Measurement shall be per each joint wrap, Norfolk Standard HS-106, installed. The unit price
bid shall include full compensation for the cost of all labor, material, and equipment for the complete
repair, including back fill and soil stabilization.
DOI - 7
Bid Items No. 45 through No. 65 – 12”, 15”, 18”, 24”, 30”, 36”, 42”, 48”, 54”, and 60” Dia., Reinforced,
Concrete, Pipe, Class III (VDOT PB-1 & PC-1):
Payment for reinforced, concrete pipe (RCP), (Class III) of varying sizes shall be made on a contract
unit price basis. Measurement shall be per linear foot of pipe installed in accordance to VDOT PB-1 &
PC-1. The contract unit price for each item shall include full compensation of the cost of all labor,
material, and equipment for the complete installation of reinforced concrete pipe including surveying,
excavation, shoring, dewatering, preparation of subgrade, grading of trench bottom, placement and
compaction of stone bedding around the pipe, connection to structures, wrapping of joints, backfilling
to original grade and all other incidental items in accordance with the contract drawings, specifications
and or directions.
Bid Items No. 66 through No. 84 – 23”x14”, 30”x19”, 38”x24”, 45”x29”, 53”x34”, 60”x38”, 68”x43”,
76”x48” Elliptical, Reinforced, Concrete, Pipe, Class III (VDOT PB-1 & PC-1):
Payment for elliptical, reinforced, concrete pipe (RCP), (Class III) of varying sizes shall be made on a
contract unit price basis. Measurement shall be per linear foot of pipe installed in accordance to VDOT
PB-1 & PC-1. The contract unit price for each item shall include full compensation of the cost of all
labor, material, and equipment for the complete installation of elliptical reinforced concrete pipe
including surveying, excavation, shoring, dewatering, preparation of subgrade, grading of trench
bottom, placement and compaction of stone bedding around the pipe, connection to structures,
wrapping of joints, backfilling to original grade and all other incidental items in accordance with the
contract drawings, specifications and or directions.
Bid Items No. 85 through No. 96 – 3’x3’, 4’x4’, 6’x4’, 8’x4’ Single Box Culvert (VDOT BCS—DT, VDOT
BCS-02, VDOT BCS-05, VDOT BCS-10, & VDOT PB-1):
Payment for reinforced, concrete box culvert of varying sizes shall be made on a contract unit price
basis. Measurement shall be per linear foot of box culvert installed in accordance to VDOT BCS-DT,
VDOT BCS-02, VDOT BCS-05, VDOT BCS-10, & VDOT PB-1. The contract unit price for each item
shall include full compensation of the cost of all labor, material, and equipment for the complete
installation of reinforced concrete box culvert including surveying, excavation, shoring, dewatering,
preparation of subgrade, grading of trench bottom, placement and compaction of stone bedding around
the box culvert, connection to structures, wrapping of joints, backfilling to original grade and all other
incidental items in accordance with the contract drawings, specifications and or directions.
Bid Items No. 97 through No. 109 – 12”, 15”, 18”, 24”, 30” and 36” Dia. High Density Polyethylene Pipe
(HDPE) Corrugated Exterior, Smooth Interior (VDOT PB-1 & PC-1):
Payment for high density polyethylene pipe (HDPE) of varying sizes shall be made on a contract unit
price basis. Measurement shall be per linear foot of pipe installed in accordance to VDOT 232.02 (j).
The contract unit price for each item shall include full compensation of the cost of all labor, material,
and equipment for the complete installation of HDPE pipe including surveying, excavation, shoring,
dewatering, preparation of subgrade, grading of trench bottom, placement and compaction of sand
bedding around the pipe, connection to structures, wrapping of joints, backfilling to original grade and
all other incidental items in accordance with the contract drawings, specifications and or directions.
DOI - 8
Bid Items No. 110 through No. 115 – 12”, 15”, and 24” Dia. Ductile Iron Pipe (DIP) Class 50 (VDOT PB-
1 & PC-1):
Payment for ductile iron pipe (DIP) of varying sizes shall be made on a contract unit price basis.
Measurement shall be per linear foot of pipe installed in accordance to VDOT 232.02.2(b). The
contract unit price for each item shall include full compensation of the cost of all labor, material, and
equipment for the complete installation of ductile iron pipe including surveying, excavation, shoring,
dewatering, preparation of subgrade, grading of trench bottom, placement and compaction of sand
bedding around the pipe, connection to structures, wrapping of joints, backfilling to original grade and
all other incidental items in accordance with the contract drawings, specifications and or directions.
Bid Item No. 116 – VDOT Junction Box Chamber and Tower (VDOT JB-1):
Payment for reinforced, concrete junction box chamber and tower shall be made on a contract unit price
basis. Measurement shall be for each junction box and chamber installed based upon a 60” pipe culvert
with Type B tower in accordance to VDOT JB-1. The contract unit price for each item shall include
full compensation of the cost of all labor, material, and equipment including surveying, excavation,
shoring, dewatering, preparation of subgrade, connections to piping, backfilling, compacting, installing
of MH-1 frame and cover, and all other incidental items in accordance with the contract drawings,
specifications and or directions.
Bid Items No. 117 through No. 119 – Curb Inlets at varying depths (HRRCS DS_04):
Payment for masonry, single-throat, curb inlets, HRRCS DS_04, shall be made on a contract unit price
basis. Measurement shall be for each curb inlet installed at various depths (up to 4-ft. below grade, 4-
ft. to 8-ft. below grade, and 8-ft. to 12-ft. below grade, for Bid Item Nos. 117, 118, & 119, respectively).
The contract unit price for each item shall include full compensation for all labor, materials, and
equipment including excavation, dewatering, shoring, subgrade preparation, connections to piping,
backfilling, compacting, pouring of concrete base and collar, installing of cast iron frame and lid, and
all other incidental items required for the complete installation of each curb inlet in accordance with
the drawings, specifications and or directions.
Bid Items No. 120 through No. 122– Double Curb Inlets at varying depths (HRRCS DS_04):
Payment for masonry, double-throat, curb inlets, HRRCS DS_04, shall be made on a contract unit
price basis. Measurement shall be for each curb inlet installed at various depths (up to 4-ft. below
grade, 4-ft. to 8-ft. below grade, and 8-ft. to 12-ft. below grade, for Bid Item Nos. 120, 121, & 122,
respectively). The contract unit price for each item shall include full compensation for all labor,
materials, and equipment including excavation, dewatering, shoring, subgrade preparation,
connections to piping, backfilling, compacting, pouring of concrete base and collar, installing of cast
iron frame and lid, and all other incidental items required for the complete installation of each double
curb inlet in accordance with the drawings and specifications and or directions.
Bid Items No. 123 & No. 124 – Grate Inlets at varying depths (Norfolk Standard HS-103):
Payment for grate inlets shall be made on a contract unit price basis. Measurement shall be for each
grate inlet installed, according to Standard HS-103, at various depths (up to 4-ft. below grade and 4-ft.
to 8-ft. below grade, for Bid Item Nos. 123 & 124, respectively). The contract unit price for each item
DOI - 9
shall include full compensation for all labor, materials, and equipment including excavation, shoring,
dewatering, subgrade preparation, placement of stone bedding, connections to piping, backfilling,
compacting, installation of the concrete base, collar, cast iron frame and lid and all incidental items
required for the complete installation of each grate inlet in accordance with the drawings, specifications
and or directions.
Bid Item No. 125 through No. 127 – Storm Water Manhole (Norfolk Standard HS-104 & HRRCS
DS_01):
Payment for installation of storm drainage manholes shall be made on a contract unit price basis.
Measurement shall be for each manhole installed, in accordance with Standard HS-104 installed at
various depths (up to 4-ft. below grade, 4-ft. to 8-ft. below grade, and 8-ft. to 12-ft. below grade, for
Bid Item Nos. 125, 126, & 127, respectively). The contract unit price for each item shall include full
compensation for all labor, materials, and equipment including excavation, shoring, dewatering,
connections to piping, backfilling, compacting, installation of the concrete base, collar, cast iron frame
and cover and all incidental items required for the complete installation of a manhole in accordance
with the drawings and specifications.
Bid Item No. 128 – Storm Water Manhole Frame and Cover (HRRCS DS_01):
Payment for manhole frames and covers, only, shall be made on a contract unit price basis.
Measurement shall be for each frame and cover set installed, in accordance to Standard HS-105. The
contract unit price shall include full compensation for all labor, materials, and equipment necessary to
furnish and install each manhole frame and cover.
Bid Items No. 129 – Concrete CURB INLET for 12" - 30" Pipes (VDOT DI-3A) (8-ft. Max. Depth):
Payment for concrete, VDOT, curb inlets for pipe sizes 12”-30” in diameter, Standard DI-3A, shall be
made on a contract unit price basis. Measurement shall be for each curb inlet installed according to
VDOT Standard DI-3A at various depths up to a maximum of 8-ft below grade. The contract unit price
for each curb inlet shall include full compensation for all labor, materials, and equipment including
excavation, dewatering, shoring, subgrade preparation, placement of stone bedding, connections to
piping, backfilling, compacting, installation of precast top units, manhole frames and covers and all
other incidental items required for the complete-in-place installation in accordance with the drawings
and specifications.
Bid Item No. 130 – Concrete CURB INLET THROAT (VDOT DI-3B, & DI-3C):
Payment for the expansion of a new or existing VDOT curb inlet throat shall be made on a contract
unit price basis. Measurement shall be per linear foot of reinforced, concrete throat from the limits
of VDOT curb inlet DI-3A. The contract unit price shall include full compensation for the cost of all
labor, material, and equipment for the complete-in-place curb throat in accordance with the contract
drawings and specifications.
Bid Item No. 131 – Concrete CURB INLET for 36" - 48" Pipes (VDOT DI-4A) (8-ft. Max. Depth):
DOI - 10
Payment for concrete, VDOT, curb inlets for pipe sizes 36”-48” in diameter, Standard DI-4A, shall be
made on a contract unit price basis. Measurement shall be for each curb inlet installed according to
VDOT Standard DI-4A at various depths up to a maximum of 8-ft below grade. The contract unit price
for each curb inlet shall include full compensation for all labor, materials, and equipment including
excavation, dewatering, shoring, subgrade preparation, placement of stone bedding, connections to
piping, backfilling, compacting, installation of precast top units, manhole frames and covers and all
other incidental items required for the complete-in-place installation in accordance with the drawings
and specifications.
Bid Item No. 132 – Concrete CURB INLET THROAT (VDOT DI-4B, & DI-4C):
Payment for the expansion of a new or existing VDOT curb inlet throat shall be made on a contract
unit price basis. Measurement shall be per linear foot of reinforced, concrete throat from the limits
of VDOT curb inlet DI-4A. The contract unit price shall include full compensation for the cost of all
labor, material, and equipment for the complete-in-place curb throat in accordance with the contract
drawings and specifications.
Bid Item No. 133– Precast Top Units for Concrete Curb Inlets (VDOT T-DI-3,4 & IC-2):
Payment for the replacement of an existing curb inlet top (at a maximum of 5-ft along the throat width)
shall be made on contract unit price basis. Measurement shall be for each precast, reinforced, concrete,
top unit installed. The contract unit price shall include full compensation for the cost of all labor,
material, and equipment for the complete installation of the curb inlet top with manhole frame and
cover in accordance with the contract drawings and specifications.
Bid Item No. 134 – DITCH, DROP INLET for Pipes 12”- 36” in dia. (VDOT DI-5):
Payment for concrete, ditch, drop inlets, VDOT Standard DI-5, shall be made on a contract unit price
basis. Measurement shall be for each drop inlet installed at depths from 3-ft. to 5.5-ft. below grade. The
contract unit price shall include full compensation for the cost of all labor, material, and equipment
including excavation, dewatering, shoring, subgrade preparation, placement of stone bedding,
connections to piping, backfilling, compacting, for a complete-inplace, ditch, drop inlet including the
concrete base and cover, galvanized frame and grate and all incidentals required in accordance with the
contract drawings and specifications.
Bid Item No. 135 – MEDIAN, DROP INLET for Pipes 12”- 36” in dia. (VDOT DI-7):
Payment for median drop inlets, VDOT Standard DI-7, shall be made on a contract unit price basis.
Measurement shall be for each drop inlet installed at depths from 3-ft. to 5.5-ft. below grade. The
contract unit price shall include full compensation for the cost of all labor, material, and equipment
including excavation, dewatering, shoring, subgrade preparation, placement of stone bedding,
connections to piping, backfilling, compacting, for a complete-in-place, median, drop inlet including
the reinforced, concrete, base and cover, galvanized collar and grate and all incidentals required in
accordance with the contract drawings, specifications and or directions.
Bid Item No. 136 – Groundwater Underdrain:
DOI - 11
Payment for groundwater underdrain shall be made on a contract unit price basis. Measurement shall
be per linear feet of perforated pipe wrapped in fabric and stone bed installed. The contract unit price
shall include full compensation for all labor, materials, and equipment including excavation,
dewatering, shoring, and backfilling required for the complete in-place installation of the perforated
pipe, filter fabric and aggregate stone (VA Size No. 8) and all incidentals required in accordance with
the drawings, specifications and or directions.
Bid Items No. 137 through No. 142 – Flap Gate Tide Valves (12” - 36” dia.):
Payment for stainless steel flap gate tide valves with stainless steel hardware shall be made on a contract
unit price basis. Measurement shall be for each flap gate tide valve installed for each size listed, subject
to wall mounting and flanged pipe applications. The contract unit price for each item shall include full
compensation of the cost of all labor, material, and equipment including surveying, excavation, shoring,
dewatering, connections to piping, hardware, and all other incidental items in accordance with the
contract drawings and specifications.
Bid Items No. 143 through No. 148 – Checkmate® in Line Style Tide Valve (12” - 36” dia.):
Payment for composite polyethylene and pvc Checkmate® style tide valves with stainless steel
hardware shall be made on a contract unit price basis. Measurement shall be for each Checkmate® style
tide valve installed for each size listed. The contract unit price for each item shall include full
compensation of the cost of all labor, material, and equipment including surveying, excavation, shoring,
dewatering, connections to piping, hardware, and all other incidental items in accordance with the
contract drawings, specifications and or directions.
Bid Items No. 149 and No. 150 – Concrete 6” Parkway Curb, and Curb & Gutter (Norfolk Standard
HS-202, VDOT CG-2 and CG-6):
Payment for installation of Parkway Curb (Bid Item No. 149) or Curb & Gutter (Bid Item No. 150)
shall be made on a contract unit price basis. Measurement shall be per linear foot of 6” curb or curb &
gutter installed. Payment for curb or curb & gutter sloped transitions adjacent to the curb ramps and
driveway aprons are included in this item as well as all labor, equipment and material needed to dowel
any replacement curb/curb & gutter into adjacent concrete roadway pavement. The contract unit price
shall include full compensation for the cost of all labor, equipment and materials for the complete
installation of the parkway curb and curb & gutter including base preparation with at least 6” Stone
Base (ROC) in accordance with the contract drawings, specifications and or directions.
Bid Item No. 151 – Concrete Valley Gutter (Norfolk Standard HS-205):
Payment for the installation of reinforced, concrete (9” thick), valley gutter shall be made on a contract
unit price basis. Measurement shall be by the linear foot of concrete installed in accordance to Standard
HS-205. This is to include furnishing and installing dowels, wire mesh, protecting the concrete while
curing, all materials, equipment and labor and any other items of work necessary to complete this item
in accordance with the contract documents, specifications and or directions.
DOI - 12
Bid Item No. 152 – Concrete Sidewalk (Norfolk Standard HS-206):
Payment for installation of 4” thick, concrete sidewalk shall be made on a contract unit price basis.
Measurement shall be by the square yard of concrete sidewalk installed. The contract unit price shall
include full compensation for the cost of all labor, material, and equipment for the complete installation
of the concrete sidewalk including base and sub-base preparation in accordance with the contract
drawings, specifications and or directions.
NOTE: Payment for the sidewalk in the area of a concrete driveway apron shall not be included in this
item.
Bid Item No. 153 – Residential Driveway Apron (Norfolk Standard HS-207):
Payment for installation of a residential, concrete (6” thick) driveway apron shall be made on a contract
unit price basis. Measurement shall be per square yard of concrete driveway apron installed in
accordance to Standard HS-207. The contract unit price shall include full compensation for the cost of
all labor, equipment and materials for the complete installation of the entrance including base material
and preparation in accordance with the contract drawings and specifications. Adjacent asphalt or
concrete pavement disturbed by construction shall be replaced at the Contractor’s expense. The
contractor will be required to coordinate replacement of driveway aprons with each property owner.
Bid Item No. 154 – Commercial Driveway Aprons (Norfolk Standard HS-212):
Payment for installation of a commercial, concrete driveway aprons shall be made on a contract unit
price basis. Measurement shall be by the square yard of 7” thick, concrete pavement and 6” of aggregate
base installed. The contract unit price shall include full compensation of the cost of all labor, material,
and equipment for the complete installation of the concrete pavement including base preparation in
accordance with the contract drawings and specifications. Commercial driveway aprons shall be
constructed using Class A5 (high, early-strength) concrete.
Bid Item No. 155 – Curb Ramps (VDOT CG-12 TYPE A, B, & C):
Payment for curb ramps shall be made on a contract unit price basis. Measurement shall be per each
curb ramp installed. All curb ramps will include truncated dome panels for the detectable warning
surface area (See Specification Section 2.12). The contract unit price shall include full compensation
of the cost of all labor, material, and equipment required to install both standard and modified versions
of VDOT CG-12 Type A, CG-12 Type B, and CG-12 Type C curb ramps. This is also to include any
incidental items such as grading, subgrade preparation, base material installation and detectable
warning surface installation in accordance with the contract drawings and specifications. The limits of
payment for this bid item shall be the sloped sidewalk area from the level sidewalk (with 2% cross-
slope) or landing area to the edge of the detectable warning surface area adjacent to the wiped-down
curb or roadway pavement.
NOTE: Concrete Curb and Gutters shall be paid for under Bid Item Nos. 149 through 150.
Bid Item No. 156 – Reinforced Concrete Pavement Patch (Norfolk Standard HS-303 & HS-304):
Payment for installation of concrete pavement shall be made on a contract unit price basis.
Measurement shall be by the square yard of 9” thick, concrete pavement installed. The contract unit
DOI - 13
price shall include full compensation of the cost of all labor, material, and equipment for the complete
installation of the concrete pavement including subgrade and base preparation, grading, doweling and
joint installation in accordance with the contract drawings and specifications. Concrete pavement
within arterial roadways shall be constructed using Class A5, “high early-strength” concrete.
Bid Item No. 157 – Asphalt Pavement Patch (Norfolk Standard HS-301):
Payment for the installation of the specified asphalt patch shall be made on a contract unit price basis.
Measurement shall be per square yard of 2” of surface course asphalt (type SM-9.5) and 6” of aggregate
base installed in accordance to Standard HS-301. The contract unit price shall include full compensation
of the cost of all labor, material, and equipment for the complete installation of the specified asphalt
patch in accordance with the contract drawings and specifications.
Bid Item No. 158 – Base Asphalt (an addition to item No. 157 when required):
Payment for the installation of base asphalt shall be made on a contract unit price basis. Measurement
shall be by the ton of base asphalt. The contract unit price shall include full compensation of the cost
of all labor, material, and equipment for the complete installation of
base asphalt in accordance with the contract drawings, specifications and or directions. The use of base
course asphalt (BM-25.0) under this contract shall be in a roadway patch section on an arterial street
and would be an addition to the asphalt pavement patch, Standard HS-301, where the required thickness
of base asphalt layer (typically 6-inch thick) would be placed between the asphalt surface course (SM-
9.5) and the aggregate base material as required by the project engineer.
Bid Item No. 159 – Pavement Milling / Planing and Asphalt Overlay (VDOT type SM-9.5):
Payment for pavement planing and overlay of existing pavement shall be made on a contract unit price
basis. Measurement shall be per square yard of actual area milled and overlaid. Planing depth shall be
as required to match finish grade with a minimum 11/2” asphalt overlay. The contract unit price shall
include full compensation of the cost of all labor, materials, and equipment required to overlay existing
concrete pavement or the milled asphalt pavement surface with 11/2” to 3” of type SM-9.5 asphalt and
to include clipping edges if/when required in accordance with the contract drawings, specifications and
or directions.
Bid Item No. 160 – Crusher Run Aggregate Base Material (VDOT Std. 25 or 26):
Payment for aggregate base material shall be made on a contract unit price basis. Measurement shall
be by the ton installed. The contract unit price shall include full compensation of the cost of all labor,
material, and equipment for placing, compacting and shaping the aggregate base material in accordance
with the contract drawings, specifications and or directions.
Bid Item No. 161 – Coarse Aggregate No. 57 or 68 Stone:
Payment for coarse aggregate shall be made on a contract unit price basis. Measurement shall be by the
ton installed. The contract unit price shall include full compensation of the cost of all labor, material,
and equipment for the placement and compaction of the coarse aggregate in accordance with the
contract drawings, specifications and or directions.
DOI - 14
Bid Item No. 162 – Select Fill Material (Min. CBR=20):
Payment for backfill or fill shall be made on a contract unit price basis, unless included in a bid item
elsewhere in the schedule. Measurement shall be by the cubic yard installed. The contract unit price
shall include full compensation of the cost of all labor, material, and equipment for placement and
compaction of the backfill in accordance with the contract drawings, specifications and or directions.
Bid Item No. 163 – Topsoil (Norfolk Standard HS-601):
Payment for topsoil in accordance with Standard HS-601 shall be made on a contract unit price basis.
Measurement shall be by the cubic yard installed and maintained. The contract unit price shall include
full compensation for the cost of labor, materials, and equipment to install topsoil in conformance with
the contract drawings, specifications and or directions. Excavation and disposal shall be considered
incidental to this item.
Bid Item No. 164 – Grass Seed, Fertilizer and Lime (Norfolk Standard HS-601):
Payment for grass seed, fertilizer and lime in accordance with Standard HS-601 shall be made on a
contract unit price basis. Measurement shall be by the square yard installed and maintained. The
contract unit price shall include full compensation for the cost of labor, materials, and equipment to
provide grass seed, fertilizer and lime in accordance with the contract drawings, specifications and or
directions. Site preparation and maintenance shall be considered incidental to this item.
Bid Item No. 165 – Pavement Striping (12-inch strip):
Pavement for the installation of thermoplastic pavement striping shall be made on a contract unit price
basis. Measurement shall be by the linear foot of 12-inch striping installed for street crosswalks. The
contract unit price shall consist of all materials, equipment and labor required to provide and install
pavement striping in accordance with the contract drawings, specifications, the latest version of the
MUTCD and or directions.
End of Page