HomeMy WebLinkAboutResolution No. 2014-18 RESOLUTION NO.2014-18
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF
CAPE CANAVERAL, BREVARD COUNTY, FLORIDA
APPROVING BIDDING/PURCHASING PROCEDURES
NECESSARY TO COMPLY WITH REQUIREMENTS FOR
FEDERALLY FUNDED TRANSPORTATION PROJECTS AND IN
ACCORDANCE WITH THE FLORIDA DEPARTMENT OF
TRANSPORTATION LOCAL AGENCY PROGRAM ("LAP");
AUTHORIZING THE CITY MANAGER TO TAKE ANY OTHER
ACTION DEEMED NECESSARY OR ADVISABLE IN
CONNECTION WITH THE FINALIZATION AND EXECUTION
OF A STANDARD LAP AGREEMENT; AUTHORIZING THE
EXECUTION AND DELIVERY OF DOCUMENTS IN
CONNECTION WITH SAID STANDARD LAP AGREEMENT;
PROVIDING FOR REPEAL OF PRIOR INCONSISTENT
RESOLUTIONS; SEVERABILITY AND AN EFFECTIVE DATE.
WHEREAS, the City Council of the City of Cape Canaveral ("City") establishes the
following procedures when working with federally funded highway transportation projects; and
WHEREAS, the City Council of the City of Cape Canaveral must comply with Federal
funding requirements to qualify for funding through the Florida Department of Transportation
("FDOT") Local Agency Program("LAP"); and
WHEREAS, the City Council of the City of Cape Canaveral hereby finds this Resolution
to be in the best interests of the public health, safety and welfare of the citizens of Cape Canaveral.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY OF CAPE CANAVERAL,
BREVARD COUNTY,FLORIDA,AS FOLLOWS:
Section 1. Recitals. The foregoing recitals are deemed true and correct and are hereby fully
incorporated herein by this reference.
Section 2. Bid Opening and Tabulation/Advertising for Bids. All bids received in
accordance with the terms of the advertisement shall be publicly opened and announced either item
by item or by total amount. If any bid received is not read aloud, the name of the bidder and the
reason for not reading the bid aloud shall be publicly announced at the opening. Negotiation with
contractors during the period following the opening of bids and before the award of the contract
shall not be permitted. All federally funded projects shall be advertised a minimum of three weeks.
Section 3. Bid Analysis and Award of Contract. The City will comply with the requirements
of 23 C.F.R. §635.114 on all federally funded transportation projects for bid analysis and award of
contracts as detailed in Exhibit "A." For such purposes, the City will act as "State Transportation
Department"and FDOT as "Division Administrator" as defined in 23 C.F.R. §635.102.
City of Cape Canaveral
Resolution No.2014-18
Page 1 of 3
Section 4. Contract Time. The City will follow the guidelines detailed in Exhibit "B" when
establishing a contract time for all federally funded transportation projects. Contract time
extensions shall be subject to the concurrence of FDOT and shall be considered in determining the
amount of federal participation. Contract time extensions submitted for approval to FDOT shall be
fully justified and adequately documented.
Section 5. Engineer's Estimate. The City will comply with the requirements of 23 C.F.R.
§§201-205 on all federally funded transportation projects for the preparation of engineer's
estimates as detailed in Exhibit "C". The City maintains continuing service contracts with a
number of consultants to develop engineer's estimates; these service contracts do not expire until
mid-2016 and may be extended for an additional five years.
Section 6. Warranty Clauses. The City will comply with the requirements of 23 C.F.R.
§635.413 on all federally funded transportation projects for warranty clauses as detailed in Exhibit
"D". The warranty will begin the day after final acceptance is awarded.
Section 7. Fair, Open and Competitive Selection of Qualified Consultants. In accordance
with 40 U.S.C. §§1101-1104 ("Brooks Act") and other federal regulations, the City will not use
local preference criteria in awarding contracts for federally funded transportation projects.
Section 8. Approval, Authorization and Execution of Standard LAP Agreement. The City
hereby authorizes the City Manager to execute and deliver on behalf of the City a standard LAP
agreement between the City and FDOT with such changes, insertions and additions as he may
approve, their execution thereof being conclusive evidence of such approval.
Section 9. Authorization of Other Documents to Effect Transactions. To the extent that
other documents, including but not limited to, notices, opinions or other items are needed to effect
any transactions referenced in this Resolution, the City Manager is hereby authorized to execute
and deliver such documents, opinions or other items and to take such actions as are necessary for
the full, punctual and complete performance of the agreements, provisions or other items as are
contained herein by reference.
Section 10. Repeal of Prior Inconsistent Resolutions. All resolutions or parts of resolutions in
conflict herewith are hereby repealed to the extent of the conflict.
Section 11. Severability. If any section, subsection, sentence, clause,phrase, word or portion of
this Resolution is for any reason held invalid or unconstitutional by any court of competent
jurisdiction, such portion shall be deemed a separate, distinct and independent provision and such
holding shall not affect the validity of the remaining portion hereto.
Section 12. Effective Date. This Resolution shall become effective immediately upon adoption
by the City Council of the City of Cape Canaveral, Florida.
City of Cape Canaveral
Resolution No.2014-18
Page 2 of 3
ADOPTED in regular meeting of the City Council of the City of Cape Canaveral, Florida, this 15th
day of July, 2014.
C.:1 --.4/ C.A4,‘ G..asav-C;(24.124._
Rocky Randels, Mayor
ATTEST:
Ang la Apperson, iY1 ,,:. w.
City Clem .1( `,,r
} �r� Name For Against
" ,
+'- Jury, ' " �s:' John Bond Motion
Robert Hoog Second
`; 'Y Buzz Petsos X
"II, ��'•
'rRocky Randels X
' ��p0 we 'CR'`��' `w Betty Walsh x
Approved as to legal form and sufficiency
for the City of Cape Canaveral only by:
71(1 - _ 1
Anthony A. Garganese, City Attorney
City of Cape Canaveral
Resolution No.2014-18
Page 3 of 3
Resolution No. 2014-18
EXHIBIT "A"
BID ANALYSIS AND AWARD OF CONTRACT
eCFR — Code of Federal Regulations Resolution No. 2014-18 Exhibit "A"
Page 1 of 1
t Back to Top
*§635.114 Award of contract and concurrence in award.
(a) Federal-aid contracts shall be awarded only on the basis of the lowest responsive bid
submitted by a bidder meeting the criteria of responsibility as may have been established by the STD
in accordance with §635.110, Award shall be within the time established by the STD and subject to the
prior concurrence of the Division Administrator.
(b) The STD shall formally request concurrence by the Division Administrator in the award of all
Federal-aid contracts. Concurrence in award by the Division Administrator is a prerequisite to Federal
participation in construction costs and is considered as authority to proceed with construction, unless
specifically stated otherwise. Concurrence in award shall be formally approved and shall only be given
after receipt and review of the tabulation of bids.
(c) Following the opening of bids, the STD shall examine the unit bid prices of the apparent low
bid for reasonable conformance with the engineer's estimated prices. A bid with extreme variations
from the engineer's estimate, or where obvious unbalancing of unit prices has occurred, shall be
thoroughly evaluated
(d) Where obvious unbalanced bid items exist. the STD's decision to award or reject a bid shall be
supported by written justification. A bid found to be mathematically unbalanced, but not found to be
materially unbalanced. may be awarded.
(e) When a low bid is determined to be both mathematically and materially unbalanced, the
Division Administrator will take appropriate steps to protect the Federal interest. This action may be
concurrence in a STD decision not to award the contract. If, however, the STD decides to proceed with
the award and requests FHWA concurrence, the Division Administrator's action may range from
nonconcurrence to concurrence with contingency conditions limiting Federal participation
(f) If the STD determines that the lowest bid is not responsive or the bidder is not responsible, it
shall so notify and obtain the Division Administrator's concurrence before making an award to the next
lowest bidder.
(g) If the STD rejects or declines to read or consider a low bid on the grounds that it is not
responsive because of noncompliance with a requirement which was not clearly identified in the
bidding documents. it shall submit justification for its action. If such justification is not considered by
the Division Administrator to be sufficient, concurrence will not be given to award to another bidder on
the contract at the same letting.
(h) Any proposal by the STD to reject all bids received for a Federal-aid contract shall be
submitted to the Division Administrator for concurrence. accompanied by adequate justification.
(i) In the event the low bidder selected by the STD for contract award forfeits the bid guarantee,
the STD may dispose of the amounts of such forfeited guarantees in accordance with its normal
practices.
(j) A copy of the executed contract between the STD and the construction contractor should be
furnished to the Division Administrator as soon as practicable after execution
(k) In the case of a design-build project, the following requirements apply: Design-build contracts
shall be awarded in accordance with the Request for Proposals document See 23 CFR Part 636.
Design-build Contracting, for details.
[56 FR 37004, Aug 2 1991, as amended at 67 FR 75925, Dec. 10 2002]
't_ Back to Top
§635.115 Agreement estimate.
http://www.ec r.gov/cgi-bin/text-idx?rgn=div5&node- 23:1.(1.1 .7.23 6/4/2(114
Resolution No. 2014-18
EXHIBIT "B"
CONTRACT TIME
Resolution No. 2014-18
Exhibit "B"
FLORIDA DEPARTMENT OF TRANSPORTATION
GUIDELINE FOR ESTABLISHING
CONSTRUCTION
CONTRACT DURATION
July 2010
Resolution No. 2014-18
Exhibit "B"
DISCLAIMER:
The following documentation as a whole was derived from Federal Highway
Administration's Guide for Construction Contract Time Determination Procedures
(TA 5080.15 dated 10/15/02)
Purpose
To provide guidelines for determining contract time for construction projects.
Authority
Sections 334.044(2)and 337.18, Florida Statutes
Background
A. Contract time is the maximum time allowed in the contract for completion of all
work contained in the contract documents. Contract time often arises as an
issue when there is too much time or too little time given in the contract. If too
much time is allowed then the traveling public is being inconvenienced and the
contractor does not appear to be aggressively pursuing the work. There may be
a number of reasons for a project to appear dormant, such as weather
limitations, concrete curing times, materials arriving late, etc. However, all too
often the causes are traceable to excessive time originally established by the
scheduling engineer to complete the project or poor contractor scheduling of
construction operations. If not enough time is allowed then the contractor will
submit claims for added cost and time to the contract.
B. In many instances, the duration of highway construction projects is more critical
today than it was in the past. Several of the reasons are listed below:
1. There are an increasing number of resurfacing, restoration, and
rehabilitation type projects being constructed under traffic, resulting in an
increase in the exposure of construction workers and motorists.
2. Traffic volumes on most highways are significantly greater and are
continuing to increase, thereby creating a greater impact on the motoring
public in both safety considerations and cost.
3. Proper selection of contract time allows for optimization of construction
engineering costs and other resources.
C. In addressing the need for completing critical construction projects where it is
important to minimize traffic inconvenience and delay, many States have applied
non-traditional contracting methods such as Bonuses and Incentive/Disincentive
specifications for early completion.
2 of 13
Resolution No. 2014-18 Exhibit "B"
Elements in Determining Contract Time
A. The application of written procedures for determining contract time is important so
that production rates and other considerations are applied uniformly throughout the
State. This document can be used in conjunction with the procedures in the
Construction Project Administration Manual (CPAM), Section 1.2 addresses
how to classify projects based upon appropriate factors such as high traffic
volumes, projects with incentive/disincentive clauses, etc. The requirements of this
document with regards to establishing contract time are not required when FDOT
Statewide Production Rates are utilized for determining the contract time.
Experience and judgment should be used in the final determination for which
projects are critical. These procedures also address the importance of geographical
and weather differences throughout the State, which could affect contractor
productivity rates. The fact that some types of work can or cannot be undertaken
during certain times of the year should also be addressed. Where applicable, the
affect of working under traffic also needs to be considered such as lane closure
restrictions, holidays and special events.
B. The reasonableness of the contract time included in contracts is important. If
time is insufficient, bid prices may be higher and there may be an unusual
number of time overruns and contractor claims. Contractors should be provided
the ability to schedule work to maximize equipment and labor, and if contract
time is too short, these efficiencies are more difficult to obtain resulting in higher
prices. If the time allowed is excessive, there may be cost inefficiencies by both
the Department and the contractor. The public may be inconvenienced
unnecessarily and subjected to traveling on a roadway where safety is less than
desirable for an extended period of time. In establishing contract time, the
scheduling engineer should strive for the shortest practical traffic interruptions to
the road user. If the time set is such that all work on a project may be stopped
for an extended period (such as scheduled events) and the contractor can still
complete the project on schedule, it means the contract time allowed was
excessive.
C. For most projects the essential elements in determining contract time include: (1)
establishing production rates for each controlling item; (2) adopting production
rates to a particular project; (3) understanding potential factors such as business
closures, environmental constraints: and (4) computation of contract time with a
progress schedule.
Establishing Production Rates
A. A production rate is the quantity produced or constructed over a specified time
period. Estimating realistic production rates is important when determining
appropriate contract completion time. Production rates may vary considerably
depending on project size, geographic location, and rural or urban setting, even
for the same item of work. Production rate ranges should be established in the
State's written procedures based on project type (grading, structures, etc.), size,
3 of 13
Resolution No. 2014-18
Exhibit "B"
and location for controlling items of work.
B. In establishing production rates to be used for determining contract time, an
accurate database should be established by using normal historical rates of
efficient contractors. One method of establishing production rates is to divide the
total quantity of an item on previously completed projects by the number of
days/hours the contractor used to complete the item. Production rates based
upon eight-hour crew days or per piece of equipment are recommended.
Production rates developed by reviewing total quantities and total time are not
recommended as they may result in misleading rates which tend to be low since
they may include startup, cleanup, interruptions, etc.
C. The most accurate data will be obtained from site visits or review of project
records (i.e., field diaries and other construction documents) where the
contractor's progress is clearly documented based on work effort, including work
crew make up, during a particular time frame. A data file based on three to five
years of historical data (time, weather, production rates, etc.) should be
maintained.
D. The production rates used should be based on the desired level of resource
commitment (labor, equipment, etc.) deemed practical given the physical
limitations of the project. Representatives of the construction industry are also
usually willing to assist in developing rates and time schedules. Rates should be
updated regularly to assure they accurately represent the statistical average rate
of production in the area.
E. Some jurisdictions apply production rate data taken from some of the published
rate guides. This data may be useful as guidance; however, the relationship of
these production rates to actual highway construction projects may be difficult to
correlate.
OTHER FACTORS WHICH INFLUENCE CONTRACT TIME
A. In addition to production rates, the following items should be considered when
determining contract time:
1. Effects of maintenance of traffic requirements on scheduling and the
sequence of operations;
2. Curing time and waiting periods between successive paving courses or
between concrete placement operations, as well as specified embankment
settlement periods;
3. Seasonal limitations for certain items when determining both the number
of days the contractor will be able to work as well as production rates;
4. Conflicting operations of adjacent projects, both public and private;
4 of 13
Resolution No. 2014-18
Exhibit "B"
5. Time for reviewing false-work plans, shop drawings, post-tensioning plans,
mix designs, etc.;
6. Time for fabrication of structural steel and other specialty items;
7. Coordination with utilities;
8. Time to obtain necessary permits;
9. The effect of permitting conditions and/or restrictions;
10. Restrictions for nighttime and weekend operations;
11. Time of the year of the letting as well as duration of the project;
12. Additional time for obtaining specialty items or materials with long-lead
requirements;
13. Other pertinent items as determined by the Scheduling Engineer.
In setting contract time it is recommended that the time is based on production rates per
hour or per day on a working day basis, a conversion factor of 1.4 should be used and
non-work days should not be programmed into the scheduling software. If non-working
days are calculated into the schedule such as holidays, keep in mind when granting day
for day time.
Adapting Production Rates to a Particular Project
A. Before time durations for individual work items can be computed, certain project
specific information should be determined and some management decisions
made. The relative urgency for the completion of a proposed project should be
determined. The traffic volumes affected as well as the effect of detours should
be analyzed. The size and location of the project should be reviewed, in addition
to the effects of staging, working double shifts, nighttime operations, and
restrictions on closing lanes. The availability of material for controlling items of
work should be investigated. For example, it might be appropriate to consider
the need for multiple crews on a specific item to expedite the completion when
there are exceptionally large quantities or when there is a large impact on traffic.
B. Procedures to accelerate project completion should be considered when
construction will affect traffic substantially or when project completion is crucial.
This is especially important in urban areas with high traffic volumes. When
accelerating contract time for time sensitive projects, production rates should be
based on an efficient contractor working more than eight hours per day, more
than five days per week and possibly with additional workers. The development
5 of 13
Resolution No. 2014-18
Exhibit "B"
and application of a separate set of production rates for critical projects is
recommended.
Computation of Contract Time - Develop a Progress Schedule
A. The contract time for most construction projects can be determined by
developing a progress schedule. A progress schedule shows the production
durations associated with the chosen production rates for the items of work. The
time to complete each controlling item of work included in the progress schedule
is computed based on the production rates applicable to that project. Items
should be arranged by chronological sequence of construction operations. Minor
items that may be performed concurrently should be shown as parallel activities.
B. In determining a progress schedule it should be remembered that the start and
end dates for each controlling item need to be based on the earliest date for
which work on that item will begin and how long it will take to complete. The
earliest start date for each activity will be determined by the completion of
preceding activities, and should allow for the fact that some activities can begin
before the preceding activity is entirely completed. Additional time should be
also allowed in the contract for initial mobilization.
Contract Time Determination Techniques
Contract time determination techniques generally fall into the categories of bar charts
and critical path techniques. These techniques are described below:
A. Bar Charts
1. Bar charts or Gantt charts are graphical representations of projects with
specific completion dates and activities. Bars or lines are drawn
proportional to the planned duration of each activity.
2. A brief description of the procedure used to develop a bar chart to
determine contract time is as follows:
a. The first step in developing a bar chart is to break a project down
into separate activities or operations necessary for project
completion.
b. Once all the activities necessary to complete a project have been
listed, the duration and completion date of each activity needs to be
determined based on production rates.
c. With this data established, the bar chart can be prepared. A line or
bar is drawn on the chart showing the time when work will be
performed for each activity. The resulting diagram will represent a
6 of 13
Resolution No. 2014-18
Exhibit "B"
project, showing when each activity will be undertaken and
completed.
d. With bar charts, the progress of a project may be monitored for
each activity by drawing a bar or line below the original scheduled
performance to show the actual duration for each activity as it is
completed.
3. Bar charts are advantageous in that they are simple to develop and easy
to understand, and they offer a good method of determining contract time.
Some disadvantages are that they do not show the interrelationship and
inter-dependency among the various phases of work. Bar charts are
difficult to properly evaluate when construction changes occur. Also,
controlling items are shown in the same manner as minor items, thus
making it more difficult to determine which items actually control the
overall time progress of the project. The use of bar charts are not
recommended for contract administration and project management of
large or complex construction projects.
C. Critical Path Method (CPM)
The Critical Path Method (CPM) focuses on the relationship of the critical
activities, specifically, those which must be completed before other activities are
started. Working from the project's beginning and defining individual project
tasks and the number of days to perform each task, a logical diagrammatic
representation of the project is developed. A CPM depicts which tasks of a
project will change the completion date if they are not completed on time. The
evaluation of critical tasks allows for the determination of the time to complete
projects. Because of the size and complexity of most projects, this method is
most often applied using a computer software program. Within the CPM
software, the ability to use a Program Evaluation Review Technique (PERT)
provides a breakdown of each activity to boxes. This enables the user to view
the connection of relationships to each activity. CPM software also has the
ability to display the contract time in a bar chart view as well.
1. The first step in applying the CPM method is to break a project down into
separate tasks or operations necessary for project completion. Each of
these separate operations or processes is called an activity. The
completion of an activity is called an event.
2. Once all the activities necessary to complete a project have been listed,
the relationship of these activities to one another needs to be determined.
In some instances, several activities can be undertaken concurrently, and
at other times, certain activities cannot be undertaken until others have
been completed. Generally, when determining the sequence of
operations, some questions need to be asked such as: 'What needs to be
7 of 13
Resolution No. 2014-18
Exhibit "B"
done before proceeding with this activity" or "what can be done
concurrently?" Every activity has a definite event to mark its relationship
with others with respect to completing a task.
3. In working with this procedure, a diagrammatic representation of the
project is developed showing the correct sequence and relationship of
activities and events. Each activity is shown as an arrow leading to a
node, which indicates the completion of an event or the passage of time.
The start of all activities leaving a node depends on the completion of all
activities entering a node. Therefore, the event represented by any node
is not achieved until all activities leading to the node have been
completed. The resulting diagram will be a schematic representation of a
project, showing all the relevant activities and events in correct sequence.
4. An actual time can be set to each activity based on production rates and
other appropriate factors. The time to complete each activity is then
shown on each arrow to indicate the duration. The "early start" for each
activity is the earliest point in time that an activity can start, provided that
all activities before it have finished. This is not necessarily the point in
time that it will start; however, it is the earliest time that it can start. The
"early finish" for an activity is merely the duration of the activity after its
early start. As is the case with the "early start," this is not necessarily the
point in time that the work represented by the activity will be over, but is
the earliest point in time that it can occur. A "finish" date in CPM is the
first day after the physical completion of the activity. The completion time
of a project is the sum of the longest time path leading to completion of the
project.
5. The optimum time and cost for performing the project can be evaluated by
assigning resources i.e. equipment, labor hours, and materials to each
activity. The diagrammatic representation of the project then provides a
means to evaluate the costs incurred with respect to the completion of
specified activities.
6. Advantages of using the CPM include:
• It is an accurate technique for determining contract time and
verifying that the project can be constructed as designed and with
identified construction sequences;
• It is a useful tool for project managers in monitoring a project,
especially when dealing with relationships of work items with
respect to time; and
Activities responsible for delays can be identified and corrective
measures to keep a project on schedule can be determined.
8 of 13
Resolution No. 2014-18
Exhibit "B"
7. Disadvantages of using the CPM include:
• The CPM requires experienced and knowledgeable staff to be used
effectively;
• They require regular updates to assure that the contractor's
operation is accurately represented.
Other Project Considerations
Construction time on certain projects such as lighting or signalization may be governed
by the long lead-time necessary to obtain materials. To minimize traffic disruption, the
contract may specify a completion date several months after the notice to proceed, but
the contractor should be limited to a relatively short on-site time. This may be
accomplished by including in the contract a "conditional notice to proceed" clause which
would allow a specified amount of time to purchase and assemble materials followed by
issuance of a full work order which would be issued upon expiration of the assembly
period or sooner, upon the contractor's request.
Delayed or flexible notice-to-proceed dates may be appropriate for certain projects
where the ultimate completion date is not critical. The contracting agency may wish to
provide a notice-to-proceed window in order to increase the probability of a competitive
bid where only a limited number of contractors are available to perform the work. Such
projects may include:
• Projects that consist of specialized work (seal coats, highway planting,
pavement grooving or bridge painting) where a large number of these
projects are being advertised within a short time period;
• Projects with a very limited number of working days;
• Building projects.
This allows the contractor to schedule this contract with consideration of other work
he/she may have in the same paving season. Net benefits include lower project
inspection cost and a minimal disruption to traffic.
An option that may be applicable to some projects is dividing a project into phases with
each phase having its own completion date. This may be applicable when coordinating
with other projects or activities in the area in order to meet tight deadlines.
9 of 13
Resolution No. 2014-18 Exhibit "B"
BASIS OF PRODUCTION RATES:
The production rates shown are divided into 3 categories: low, average and high. The
low rate is typically used on projects where there are large numbers of intersections,
driveways, high congested traffic and a large number of existing utilities which may
interfere with the proposed construction. The average rate is typically used in projects
where there are minimum existing utilities, low to medium traffic volume/congestion with
minimal intersections and driveways. The high rate is typically used on rural and
limited access facilities.
SCOPE OF WORK DEFINITIONS:
R.O.W. Preparation:
Clearing and grubbing (Acres): The removal of top soil, trees, minor physical objects
and other vegetation from the construction site using mechanical equipment.
Excavation (C.Y.): The removal and transporting of in situ soils on the construction site
using mechanical equipment.
Embankment (C.Y.): The placing and compaction of soil on the construction site using
mechanical equipment.
Drainage Structures/Storm Sewers:
Storm Sewers (L.F.): The excavation, installation, and backfilling of drainage or sewer
pipes including structures.
Box Culverts (C.Y.): The excavation, forming, reinforcing, pouring, finishing, stripping,
and backfilling of cast in place concrete box culverts on the construction site. If using
pre-cast units, then the units should be changed to L.F. and appropriate production
rates substituted.
Inlets & manholes (Each): The installation of pre-manufactured inlets manholes for
drainage or sewer systems. Time is included in Pipe.
Bridge Structures:
(Note: The production rates on several items appear low since they must include time
for the total scope of activities necessary to complete an item.)
Cofferdams (S.Y.): The installation, dewatering and minor excavation associated with
building a cofferdam system for a bridge construction site.
Sheet Piling (S.F.): The installation of sheeting for retaining walls and deep
excavations. Do not add to cofferdams.
10 of 13
Resolution No. 2014-18
Exhibit "B"
Piling (L.F.): The installation of piling for bridge foundations.
Footings (C.Y.): The layout, forming, reinforcing, placing, curing and removing forms for
reinforced concrete bridge footings.
Columns, Caps & Bents (C.Y.): The layout, forming, reinforcing, placing, curing and
removing forms for reinforced concrete bridge columns, caps and bents.
Wingwalls (S.Y.): The layout, forming, reinforcing, placing, curing and removing forms
for reinforced concrete wingwalls for bridges.
Bridge deck (total depth)(C.Y.): The layout, forming, reinforcing, placing, curing and
removing forms for reinforced concrete bridge decks. The production rates have been
set to include time for all components of the deck, including precast plank under slab,
thus the full depth of the deck is used to calculate quantity.
Bridge curbs/walks (L.F.): The layout, forming, reinforcing, placing, curing and
removing forms for reinforced concrete bridge curbs and walkways.
Bridge handrails (L.F.): The layout, forming, reinforcing, placing, curing and removing
forms for cast in place reinforced concrete bridge handrails.
Retaining walls (S.F.): The layout, excavation, forming, reinforcing, placing, curing and
removing forms for cast in place reinforced concrete retaining walls. The time for
precast proprietary wall systems in included in embankment.
Base Preparations:
Stabilized Roadbed (S.Y.): The placement, mixing and compaction operations involved
in the stabilization of subgrade soils.
Base material (S.Y.): The placement, mixing and compaction of flexible base material.
Hot mix asphalt base (Ton): The laydown and compaction of hot mix asphalt concrete
base course material. The production rates are taken from the graph for plant mix.
Curb and gutter(L.F.): The layout and construction of new roadway curb and gutter
using automated equipment or forms and hand finish.
Concrete pavement repair(S.Y.): The removal and replacement of sections of
unsatisfactory or failed Portland cement concrete pavement.
Milling/planning (S.Y.): The removal of the surface level of existing pavements using
automated milling or planning equipment.
11 of 13
Resolution No. 2014-18
Exhibit "B"
Plant mixed surfaces (Ton): The laydown and compaction of hot mix asphalt concrete
surface course material. The production rate is taken from the graph for Plant Mix.
Asphalt Friction Course (1 course) (Ton): The laydown and compaction of asphalt
concrete friction course material.
Cement Concrete paving(Rebar+ curing) (S.Y.): The layout, reinforcing, placing,
curing and jointing of Portland cement concrete pavement.
Precast traffic barriers (L.F.): The layout and installation of precast concrete traffic
barriers. If barriers are to be cast in place, then the units should be changed to C.Y.
and the production rates adjusted accordingly.
Permanent Signing and Traffic Signals:
Small Signs (Each): The installation of small highway information and warning signs
mounted on metal posts driven into soil along a highway.
Overhead signs (Each): The installation of large highway information and directional
signs mounted on metal frames over a highway. It is assumed that the footings and
poles that support
The frames are already in place.
Major traffic signals (Each): The installation of automated traffic signals and their
support systems at highway intersections.
Pavement markings (L.F.): The application of paint or thermoplastic pavement marking
materials to a highway pavement.
Raised Pavement Markers (RPM) (Ea.): The application of adhesive and raise
pavement markers.
Seeding (S.Y.): The seeding of grasses, application of fertilizer and mulch, and cutting
into soil.
Final clean-up (Sta.): The removal of debris, dirt and other construction materials from
a highway pavement and adjacent right of way at the end of a construction project. The
time for this activity is included in "General Time".
Structure demolition (WKDAYS): The demolition and removal of the materials for large
structures (multi-story buildings, retaining walls, towers underground tanks, etc.)from
the right of way of new construction projects.
Remove old structures (small) (WKDAYS): The demolition and removal of the materials
for small structures (Single-story wood buildings, storage sheds, fences, road signs,
12 of 13
Resolution No. 2014-18
Exhibit "B"
etc.)from the right of way of new construction projects. Time for this is included in
clearing and Grubbing.
Bridge demolition (WKDAYS): The demolition and removal of all materials for an
existing bridge structure and related appurtenances (approaches, gates, signals, etc.).
Erect temporary bridge (WKDAYS): The layout and construction of a temporary bridge
structure and related appurtenances for a highway construction project.
Remove temporary bridges (WKDAYS): The demolition and removal of all materials for
a temporary bridges structure and related appurtenances for a highway construction
project.
PRODUCTION RATES
The following Excel spreadsheet link is a compilation of statewide rates ranging from
low to high. Although this list is extensive, it may not include a production rate relevant
to a particular project. Other sources may need to be perused to achieve the required
rates for a particular scope of work within that contract.
Production Rates (Statewide)
13 of 13
Resolution No. 2014-18
EXHIBIT "C"
ENGINEER'S ESTIMATE
1
Guidelines for Preparation of Plans. Specifications. and Estimates - Design - FHWA Exhibit "C"
Page 1 of 1
Resolution No. 2014-18
special use areas that are required by the associated
highway project
5 Estimates
a The Engineer's Estimate should be prepared and reviewed
carefully to reflect as realistically and accurately as possible
the expected costs of the work at the time of receipt of bids
b. Has should establish consistent and compatible procedures
for the preparation, review, and updating of estimates
1 The unit prices used for estimates and corresponding
actual unit bid prices when available, for the preceding 12
months should be reviewed to determine if changes in
estimated unit prices are needed to reflect any trends that
have occurred.
2 The estimate should reflect prices that are realistic for the
areas. times. and characteristics of the work to be done
(regional adjustment and seasonal adjustment are
especially important).
3 Incentive/disincentive or escalation clauses should be
considered in determining the estimated unit costs since
such clauses may affect the estimate considerably
4 Other factors that can affect the estimated cost of a
project such as labor rates, equipment rates. interest
rates, time to complete, competition levels, and material
shortages should be considered and estimated costs
adjusted as necessary
5 Bid price data bases should be current at the time of
estimate preparation and should be current (within 4
weeks) at the time of advertisement
c Estimates should include a number of description of the item,
estimated quantity, unit, and price (words and numerals) for
each proposed item of work.
d For accounting purposes, the Engineer's Estimate should
identify separately.
1 urban and rural quantities,
2 county-by-county breakdown
3 tabulations of items coded on the basis of the
predominant Improvement and Construction Type Code
e Construction Engineering should be shown as a separate line
item
6 Required Contract Provisions
a Federal. State, and local agencies have certain required
contract provisions covering employment. records of
materials and supplies, subletting or assigning the contract,
safety, false statements, termination nonsegregated
facilities. and environmental requirements among others that
are to be included in contracts for construction projects
b Because requirements may change on short notice, required
contract provisions should not be included in bound books of
general specifications
7 PS&E Assemblies. PS&E assemblies should include
a complete sets of plans (Applicable plans previously approved
as standards should be incorporated by reference and need
not be included as part of each PS&E assembly ),
b proposal assembly including bidding documents. special
provisions and required contract provisions (Previously
http://www.fhwa.dot.gov/desiun/0630bsup.cfm 6/4/2014
1
Resolution No. 2014-18
EXHIBIT "D"
WARRANTY CLAUSES
Resolution No. 2014-18 Exhibit "D"
Page 1 of 1
§635.413 23 CFR Ch. I (4-1-10 Edition)
(c) A State transportation depart- will apply instead of paragraphs (a)
ment may require a specific material through(d)of this section.
or product when there are other ac- (1)General project warranties may be
ceptable materials and products, when used on NHS projects, provided:
such specific choice is approved by the (i) The term of the warranty is short
Division Administrator as being in the (generally one to two years): however,
public interest. When the Division Ad- projects developed under a public-pri-
ministrator's approval is not obtained. projects developed under apublic-p
the item will be nonparticipating un- vate agreement may include walran-
-
less bidding procedures are used that ties that are appropriate for the term
establish the unit price of each accept- of the contract or agreement.
able alternative. In this case Federal- (ii) The warranty is not the sole
aid participation will be based on the means of acceptance;
lowest price so established. (iii) The warranty must not include
(d)Reference in specifications and on items of routine maintenance which
plans to single trade name materials are not eligible for Federal participa-
will not be approved on Federal-aid tion:and.
contracts. (iv) The warranty may include the
(e) In the case of a design-build quality of workmanship, materials and
project, the following requirements other specific tasks identified in the
apply: Federal funds shall not partici- contract.
pate,directly or indirectly. in payment (2) Performance warranties for spe-
for any premium or royalty on any pat- cific products on NHS projects may be
ented or proprietary material. specs- used at the STD's discretion. If per-
• fication. or process specifically set formance warranties are used. detailed
forth in the Request for Proposals doc- performance criteria must be provided
ument unless the conditions of para- in the Request for Proposal document.
graph (a) of this section are applicable.
(3) The STD may follow its own pro-
141 FR 36209. Aug. 27. 1976. as amended at 67 cedures regarding the inclusion of war-
FR 75926. Dec. 10. 2002: 71 FR. 66454• Nov. 15. ranty provisions on non-NHS Federal-
20061 aid design-build contracts.
t 635.413 Guaranty and warranty (9)For best value selections, the STD
clauses. may allow proposers to submit alter-
The STD may include warranty pro-
upon
warranty proposals that improve
visions in National Highway System upon the warranty terms in the RFP
(NHS) construction contracts in ac- document. Such alternate warranty
cordance with the following: proposals must be in addition to the
(a)Warranty provisions shall be for a base proposal that responds to the RFP
specific construction product or fea- requirements.
ture. Items of maintenance not eligible 160 FR 49274. Aug_ 25. 1995, as amended at 67
for Federal participation shall not be FR 75926. Dec. 10, 2002: 72 FR 45336. Aug. 14.
covered. 20071
(b) All warranty requirements and
subsequent revisions shall be sub- §635.417 Convict produced materials.
mitted to the Division Administrator (a) Materials produced after July 1.
for advance approval. 1991. by convict labor may only be in-
(c)No warranty requirement shall be corporated in a Federal-aid highway
approved which, in the judgment of the construction project if such materials
Division Administrator. may place an have been:
undue obligation on the contractor for
items over which the contractor has no (1) Produced by convicts who are on
control. parole. supervised release. or probation
(d) A STD may follow its own proce- from a prison or
dures regarding the inclusion of war- (2) Produced in a qualified prison fa-
ranty provisions in non-NHS Federal- cility and the cumulative annual pro-
aid contracts. duction amount of such materials for
(e) In the case of a design-build use in Federal-aid highway construe-
project. the following requirements Lion does not exceed the amount of
1