Loading...
3. Authorize Invitation to Bid & Budget Transfer - 2nd Avenue East ReconstructionMEMORANDUM To: Charles Harball, City Manager�1 Mayor and City CouncilI� From: William Shaw, Public Works Director Subject: 2nd Avenue East Street Reconstruction Date: March 14, 2012 Among the streets proposed for an overlay for the 2012 work season was 2nd Avenue East. Upon further review of the site conditions it was determined that the pavement, curb, and subgrade are in such poor condition that it would be insufficient to merely overlay the existing surface with asphalt. Attached are components of the contract documents that are either unique to this project (drawing and measurement and payment) or generic documents that require some modification (invitation to bid and bid form). Other generic documents that complete an entire contract have not been provided here but will be remove and dispose assembled into a final contract cyd units $/unit package if the Council agrees that the Excavation above subgrade 835 cyd $ 10.00 $8,347 total project should proceed. $8,347 Road construction The estimate of cost for completing depth area cft cyd ton $/unit cost this project is shown right. The base 6 11714 5857 217 $ 18.00 $3,905 sub 9 11714 8786 325 $ 22.00 $7,159 estimates are based upon recent past area cft Ibs/cft projects completed since 2010. asphalt 4 9473 3158 145 229 $ 65.00 $9,425 total $20,489 Notice that the project description curb and sidewalk does not call for replacing either the length unit $/unit cost sidewalks or walkways (narrow curb 640 If $ 15.00 $9,600 radius 28If $ 1&00 $509 concrete connections from front ramp 44 If $ 5.00 $220 sidewalk to back of curb), except for dome 4 each $ 400.00 $1,600 those immediately adjacent to the 12th sidewalk 40 If $ 5.00 $200 curbwalk 55If $ 3.00 Street intersection —due to the $165 Ground Cover 500 sf lump $1,500 requirement that this street upgrade Lid adjustment 4 each $100.00 $400 makes it mandatory to provide ADA total $14,194 access at the sidewalk ends; the 11 `h Total $43,030 Street intersection sidewalk was Mob & other 7% $3,012 $46,042 constructed by an earlier project. contingency 5% $2,302 Total Project Funding for the project will have to be $48,345 1, 10 � C m +6 5i 'I 0++. 43 "� ca +{ � M M + rl 07 � M � ir, = 7- LA 6 a S L6F [+! OD OD P', CT] OD 'M L i LL7 � V, Iq � � � - 4+00 J 1 t �t- fY r r— +50 Ol uet . w ��_ � J C C p4 cm C5 d tj Li a, a Io a 0 Qj I� co ou C,,-1 C $ *, o L W * o V b � LU A _.I 3+Oo -+50 +00 1 +50 1+00 n L �F � II r # + -- U d W C p I ylr p L L Su 9! " if O vx L CL 11th Street East atch Line — ,taa..A*53 North Project End 50' B�-'nc'7mark Denotes Existing Ramp, ,,"sta. 4+29 23-40' Right Landing & Curb et tip Do Not u ev= 2946.33` J 400 jll M 111� 50 S I Denotes Denotes Existin 9 Driveway Sicewotk t, Lin Sta: 3+23 Do not disturb C5 1119 110 CY Denfltes Wolkwa RJ50 3„ U 11 � 1135 2 00 s water valve cover i � Sto:+ ## y 1145 stornwater catch basin i 0 g Sta3 1+17 F L— Denotes Constructs_ Limits Match Line Stn= 1*11 lth Street East South Project End Intersection Moftumerkt tornwater 12th St.E. & 2nd Ave. F. monhcle lid Ste. 1+00 Sta= 1+10 Prciect, 2nd Avenue East View- Plan - Sta. I+00 thru 4+67 Scale 1`-50' 11th Street East Fire Hydrant Project Bench Mark lla� Denotes Buried Piping Field Verify Do Not Disturb Denotes Water Curb Stop Field Verify location Do Not Disturb L Plan shows approximate location of some buried utilities. Contractor to Field verify location and other, necessary details about 1136 any infrastructure associated with this project. Do not excavate, bore or drive anything into the soil until required locate by others is complete. 1144 S 46+ 4t 54 � I ! I oo Intersection Monumen I � 12th Street East Project: 2nd Avenue East View: Plan - City Infrastructure Scale: 1'=50' `o � I +Ff 4.. O °' om c o -Cvl me ... V 1'JC ii *if+ ck. 6 y0 0 0 cz V pp, a.,iglJ uC, b' LA 0 6 9�i ' Q G N LP L in +' 0 s E r O y w d Sk a s L "' 3 Ul ° -£ " VL — m +t * d e atu d og++ x +',x ox c I C CS m 'o 40 o I c 0 0 E" aaa.� ai w x a w L t o I _0 u � p'0 u a+ t( ti m DL a: mLaa 'tl tn° U- uui 0 aw0 " . I lzILI X, llr� X /;// k k 0 0 0 Ln v cu ++ iLI i Q �503 anWaA# V 'Cal < i+! th}eo O• v W a€. s O ? +" 0 - m 4 i+ LA 4 ly ffleb n {h w p a dy I t m U 4r k c3 Q u b U7 i� + 75 LLt O ar o � � a U v Q(A i O kit d LJ QP V) Typical. Saw Concrete Walkway 1 ft back of curb or nearest joint not to exceed 3ft. Finish Elevl max longitudinal grade 1:12; max tranverse slope 2%, Typical: Topsail and Ground Cover-, disturbed areas back of curb Denotes Excavation Above Subgrade Area I E 0 ! ! ! Work; Sta, 1+00 to 2+75 j Confine work to ' Construction Limits, I Remove and dispose of existing pavement, curbing and subgrade materials to ! specified depth. n Haul, place and compact sub -base and base course material to specified depth, 3 7 Provide, install and cure concrete curbing, radius, landings, ramps, and sidewalk at the specified location and elevation, Provide, place and compact asphalt to the specified depth, crown and tolerance, Adjust the height of the right catch basin barrel to provide top of ring and grate height 1 1/2 inch below finished spill curb. Adjust height of valve riser and cover to 1/2 inch below finished asphalt surface. Provide and place topsoil and seed cover in disturbed areas back of curb. Wll UOD — u11 UO3 — --- 4411 No7 — — — Wl U07 — — — W11 uo7 — 0 - - Project, 2nd Avenue East View; Plan 1+00 - 2+75 Scale) 1"=20` I I V I Saw Asphalt — Con lG, M Denotes Exca ation Above Subgrade Area Typical Topsoil and Ground Cover; disturbed areas back of curb Typical: Saw Concrete Walkway 1 f t back of curb or nearest joint not to exceed 3f-t, Finish Elev1 max longitudinal grade 1•12) max tranverse slope 2%, Benchmark bolt "x" bonnet top Elev= I i n o 3 = � 2946,33` I 3 I Work; Sta. 2+00 to 4+53 Confine work to I _ Construction Limits, I lo Remove and dispose of -. existing pavement, curbing I I and Subgrade materials to o u - specified depth, n Haul, place and compact ° sub -base and base course I material to specified depth, I Provide, install and cure ° U concrete curbing, and I walkway at the specified �- location and elevation, I -- Provide, place and compact o asphalt to the specified I I - depth, crown and tolerance. J c Provide and place topsoil 3 -- and seed cover in I I disturbed area back of tcurb. I Q v � I I 00 I n i V I I I I3 I s u_ n I I '- � . ' I I s- Project• 2nd Avenue East Views Plan 2+75 - 4+53 Scale; 1'=20' 7� 2-J �kf b� » 2 ,■ nL i � rLi � q 2��� a-- ©tA± maw ROB' �_ } o . �I�� 2kq �0kLa � iDi 7(u{m k - �+�2 {iru ate- _� 6 e . a GO AQ - - C >- . _ 0 �03g � . @ $ b a i WM\X 0 q }iru OL aka O % CF') Cu m 0i Oj � � cr�l (�j � O9 7r 3 y3 U CD O U 3 - e7 c+ 7 i4 ----- --- Cl)N-N ..... LG N ...... ... ..... cu �-' IjE a Ln _. D do CDf ..._--. _ —._. ._. N tl11 cu CV QJ > > "� (U 0) 3 Q S to �1 �._-- ___ �F1,W.W.. _. .. .. � O en ��. _. __.—. f+{LJ._I._ ... © Y v I � N � :'• 11 i 4 O D Ln s i l no, _ ....... �x Ix + a Ifl V —j V _ to vj ; U] +> �m. I O u J7 ru cu 1 LO Qj If7 cu ❑� ON O'll p cr, ON - v d Oj 0i CU CU CU CU CU w CU CIN ON CU CU CLI it CO F+ err, 0 p q — � N q oCIE O CY Ln dy lOr m iU7� QuiC��" -�--- i u o clu a I d � CD}� = N cn S In Cal L ru — _ to — ` d In -- T� ...... .. Ill + ti d —--+ TI Ifl cA !f7 0 --- -- N I Ln ---�---- cu (4- _ ...--- t 0 0 0+ Co 6+ 0+ 0+ O+ cu CU (U cu nr ��a to-4 C I IJ + + + + r + CY3 {'y r r + r Lr uz Q 0-1 I I a 1 ' /H T 1 U3 O C3 c- s T LLJoU) a N6j 3 U V)S�I Q !n +1 ~ � (D IL+ Qj CU L) > d U +' v 5 U O [� L fh Ln V, cu F 3 sYY� .4� r w V • N � � y r- C Jlr+ cu q- i d � a+f � N In f Ln = J a 4 U1 !6 }U � i- w rt n rig x In M � ru q m [U cu CLj CLI (I (U rU fU v m ru N I 0 u� U un O lit IN � L fu G7 {"7 ru a Mo in + N Ln {y } ON cu Od Nr Cu (n CU ql- Nr a, Cu Ln N 4{ o `: to Z I J U Ln 6 141 00 40 ❑0 Cal lru � lru ku do 9& � tif]0 W zu ~ r!? W L7 r y�� yam'} - i+ {Y} V L-) M .� {7 in ru �= O C3) �+ ru O 1 LP L] ur) O in M -W US+ Ckl O ('7 3 A Lo v (1) qw q 0 ru n k q L,f L) -.3 CU Qj Ac +} LA CD 4- -0 p0 CC r) � U CLP u D v} i 2943 2942 tcL. 1+14.5 left L L right Project., 2nd Aven;Ae East View, Plop & Proflike Sta. 1+14.5 Scale 1'=20' 4 L o U CL L 6 d 0 in Cu L n 7 a -� S a C Ln S j1 +' VI L`" Ln L d LnO IZ C� a U d d S � � Q Lf) I Ln d 4 Q p Ln Q1 p.r Q Ul 4-' -p N O p +' O Q1 � O -P U Ln N O L a " o� ° 5 ry 4-1 d L Z cs C N d (, +' +� Ln O U1 t^1 N +� Iz � ��, a U L�J Qi o, aj >� 0 Q u U U Q �+ O CuF- C: +'yaw u � > Li O Vl L a_ i 0 IL Lq taken from funds currently set aside for overlay work. For the current fiscal year that item has remaining funds in excess of $350K. I believe that including this project in the summers work schedule will not deny work to other planned areas of work. Work period is anticipated to commence in mid -May and run through mid -September. Once the contactor commences work, the project must be complete within a contiguous two week period — except the seeding, which can only be done either before June or after August. I have corresponded with the owners of adjacent properties to ascertain if there are concerns with this proposal; to this point I have received no negative response. There is one consideration that Council should make: this project, if approved, will be completed without direct assistance from adjacent owners. Sometimes it is desirable to create an expectation that streets that do not bear unusual loading from outside traffic, will bear a share of the cost for work beyond ordinary maintenance (sealing or chip sealing). Approving this project could create a perception that the City does not expect such participation in such future projects. Staff Recommendation: Approve the Finance Director to create a line item for street reconstruction and transfer funds from Fund 2500-421-430244-354 Pavement Repairs — Pavement Mnt. Approve the Public Works Department to assemble the final contract documents advertise this project for bid. ACTION REQUESTED: At the City Council meeting of March 19, 2012, motion to direct staff to create a line item in Fund 2500 for Street Reconstruction and direct staff to advertise the 2°d Avenue East Street Reconstruction for bid. Fiscal Effects: As of the January Expenditures Statement Fund 2500-421-430244-354 had about $3511(remaining. Planned overlay and chip seal work prior to June 30 will allow this work to commence during this fiscal year or, if the work is performed after June 30, can be covered in Fiscal Year 12-13 as a council apportionment. SECTION 00100 INVITATION TO BID Separate sealed bids for construction of 2"`' Avenue East - 1100 Block - Street Reconstruction will be received by City of Kalispell at the office of City Clerk until local time on , and then publicly opened and read aloud. The project consists of: Reconstruction of one block of city street including: removing existing pavement and curbing-, removing existing subgrade material; providing and installing sub -base course and base course material; providing and installing concrete curbs and ADA compliant sidewalks, providing and installing asphalt concrete surfacing; providing; and installing_ topsoil and seeding ground cover, and miscellaneous work items necessary to complete the project.___ The contract documents consisting of Drawings and Project Manual may be examined or obtained at the office of Kalispell Public Works, 201, 0 Avenue East, Kalispell, Mt. in accordance with Article 2.01 of Instructions To Bidders. Required deposit is $ per set, which is not refundable. In addition, the Drawings and Project Manual may also be examined at the following locations: There will be a Pre -Bid Conference at the at o'clock on Interested CONTRACTORS are encouraged to attend_ CONTRACTOR and any of the CONTRACTOR'S subcontractors bidding or doing work on this project will be required to be registered with the Montana Department of Labor and Industry (DLI). Forms for registration are available from the Department of Labor and Industry, P.O. Box 8011, 1805 Prospect, Helena, Montana 59604-8011. Information on registration can be obtained by calling 1-406-444-7734. All laborers and mechanics employed by CONTRACTOR or subcontractors in performance of the construction work shall be paid wages at rates as required by the laws of the state of Montana. The CONTRACTOR must ensure that employees and applicants for employment are not discriminated against because of their race, color, religion, sex or national origin. Each bid or proposal must be accompanied by a Certified Check, Cashier's Check, or Bid Bond payable to City of Kalispell , in an amount not less than ten percent (10%) of the total amount of the bid. Successful BIDDERS shall furnish an approved Performance Bond and a Labor and Materials Payment Bond, each in the amount of one hundred percent (100%) of the contract amount. Insurance as required shall be provided by the successful BIDDER(s) and a certificate(s) of that insurance shall be provided. No bid may be withdrawn after the scheduled time for the public opening of bids, which is m. local time, 20,. The right is reserved to reject any or all proposals received, to waive informalities, to postpone the award of the contract for a period of not to exceed sixty (60) days, and to Section 00100 — Kalispell — 2nd Avenue Project - 2012 INVITATION TO BID Page 1 of 2 accept the lowest responsive and responsible bid which is in the best interest of the OWNER. City of Kalispell, Mt is an Equal Opportunity Employer. (Owner) Published at , Montana, this day of 20. (Title) Address: Montana 59 903 Section 00100 — Kalispell -- 2❑d Avenue Project - 2012 INVITATION TO BID Page 2 of 2 ■ PROJECT IDENTIFICATION: 11501111151 1 1 i1 2nd Avenue East - 1100 Block - Street Reconstruction (Name of Project) 2r,d Avenue East between 11 t" Street East and 12t" Street East, Kalispell, Flathead County, Montana (Location) THIS BID SUBMITTED TO: City of Kalispell (Organization) 201 First Avenue East — PO Box 1997 (Street; P.O. Box) Kalispell, Mt. 59903 (City) (State) (Zip Code) 1.01 The undersigned Bidder proposes and agrees if this Bid is accepted, to enter into an Agreement with Owner in the form included in the Bidding Documents, to perform and furnish all Work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents. 2.01 Bidder accepts all of the terms and conditions of the Advertisement or Invitation to Bid, and Instructions to Bidders, including without limitations those dealing with the disposition of Bid Security. This Bid will remain subject to acceptance for sixty (60) days after the Bid opening, or for such longer period of time that Bidder may agree to in writing upon request of Owner. 3.01 In submitting this Bid, Bidder represents, as set forth in the Agreement, that: A. Bidder has examined and carefully studied the Bidding Documents, other related data identified in the Bidding Documents, and the following Addenda, receipt of all which is hereby acknowledged: Addendum No. I Addendum Date B. Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work Section 00300 — Kalispell 2" `' Avenue Project 2012 BID FORM Pagel of 6 C. Bidder is familiar with and is satisfied as to all federal, state and local Laws and Regulations that may affect cost, progress, and performance of the Work. D. Bidder has carefully studied 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 (except Underground Facilities) which have been identified in the Special Provisions as provided in paragraph 4.02 of the General Conditions, and (2) reports and drawings of a Hazard Environmental Condition, if any, which has been identified in the Special Provisions as provided in paragraph 4.06 of the General Conditions. E. Bidder has obtained and carefully studied (or assumes 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 cost, progress, or performance of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents to be employed by Bidder, and safety precautions and programs incident thereto. F. Bidder does not consider that any further examinations, investigations, explorations, tests, studies or data are necessary for the determination of this Bid for performance of the Work at the price(s) bid and within the times and in accordance with the other terms and conditions of the Bidding Documents. G. Bidder is aware of the general nature of the Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Bidding Documents. H. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Bidding Documents, and all additional examinations, investigations, explorations, tests, studies and data with the Bidding Documents. I. Bidder has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents, and the written resolution thereof by Engineer is acceptable to Bidder . J. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work for which this Bid is submitted. 4.01 Bidder further represents that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; Bidder has not solicited or induced any person, firm or corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over Owner. The Bidder certifies that no official of the Owner, Engineer or any member of such officials immediate family, has direct or indirect interest in the pecuniary profits or Contracts of the Bidder. Section 00300 — Kalispell 2" d Avenue Project 2012 BID FORM Page 2 of 6 5.01 The Bidder will complete the Work in accordance with the Contract Documents for the following price(s): BID PRICE SCHEDULE Bid price in words govern Bid Item Description Quantity Unit Unit Price Total Price Mobilization and _ 1 Demobilization 1 Lump Excavation Above 2 834.7 Cyd Subgrade Saw cut Asphalt and 3 140 Lft Concrete 4 Install Sub -base Course 325 Cyd 5 Install Base Course 217 Cyd Install Concrete Curb & 6 640 Lft Gutter Install Concrete 7 4 each Pedestrian Ramp _ 8 Install Sidewalk 365 Sf Install Asphalt Concrete 9 229 ton Pavement Place Topsoil and Ground 10 500 Sf Cover 11 Adjust Covers and Grates 4 each 12 Excavate Below Subgrade 30 Cyd TOTAL ESTIMATED BID PRICE $ (Figures) TOTAL ESTIMATED BID PRICE (Words) A. Unit Prices have been computed in accordance with paragraph 11.03.B. of the General Conditions. B. 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. C. The undersigned agrees that the unit prices shall govern in checking the Bid, and should a discrepancy exist in the Total Estimated Price and Total Amount of Unit Prices Section 00300 — Kalispell 2°a Avenue Project 2012 BID FORM Page 3 of 6 Bid as listed above after extensions are checked and corrections made, if any, the Total Amount of Unit Prices Bid as corrected shall be used in awarding this Contract. D. The OWNER reserves the right to reject any or all bids. 6.01 Bidder agrees that the Work will be substantially completed and competed and ready for final payment in accordance with 14.07 of the General Conditions on or before the dates or within the number of calendar days indicated in the Agreement. 6.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified above, which shall be stated in the Agreement. 7.01 The following documents are attached to and made a condition of the Bid: A. Required Bid security in the amount of 10% of the maximum Bid price including alternates, if any, and in the form of a Bid Bond identified in the Instructions To Bidders. B. AGENCY required certifications. (Refer to Special Provisions, for AGENCY certifications and requirements.) C. Any requirements per Special Provisions, including: (1) tabulation of Subcontractors, Suppliers, and others; (2) individuals and entities required to be identified in this Bid; (3) required Bidder qualifications statement with supporting data; and, D. List other documents as pertinent. 8.01 The terms used in this Bid with the initial capital letters have the meanings indicated in the Instructions To Bidders, General Conditions, and the Supplementary Conditions. SUBMITTED on (Date and Year) Montana Contractor's Registration # (if any) . Employer's Tax ID No. If BIDDER is: An Individual: (Name typed or printed) By: (Individual's Signature) Doing business as: Section 00300 — Kalispell 2" d Avenue Project 2012 BID FORM Page 4 of 6 Business Address: Phone No.: FAX No: A Partnership: (Partnership Name) By: (Signature) (Name, typed or printed) Business Address: Phone No.: A Corporation: (Corporation Name) State of Incorporation: Type (General Business, Professional, Service, Limited Liability): Title: Attest: (Signature of Secretary) Business Address: Phone No.: Date of Qualification To Do Business Is: FAX No: Section 00300 — Kalispell 2°d Avenue Project 2012 BID FORM Page 5 of 6 A Joint Venture: Each Joint Venture Must Sign Joint Venturer Name: (Name) By: (Signature of Joint Venture Partner) Name: (Name, printed or typed) Title: Business Address: Phone No.: FAX No: Address of Joint Venture for Receipt of Official Communication: Address: Phone No.: FAX No: (Each Joint Venture must sign. The manner of signing for each individual, partnership and corporation that is a party to the joint venture should be in the manner indicated above.) Section 00300 — Kalispell 2"d Avenue Project 2012 BID FORM Page 6 of 6 SECTION 01150 MEASUREMENT AND PAYMENT Measurement and Payment shall be as specified in this section and shall include furnishing materials, labor and equipment required to complete and deliver the bid items in accordance with the plans and specifications. Bid Description Measurement and Payment Item 2 Excavation Above The item volume is computed based upon Plan lines and grades. Subgrade That volume is 834.7 cubic yards. The work includes all equipment, tools and labor necessary or incidental to remove and dispose of pavement, curbs and any and all subgrade materials at the location designate on the Plan, to the depth specified on the plan. The item is paid per cubic yard for 834.7 cubic yards. 4 Install Sub -base Course This item is measured by the cubic yards of uncrushed or crushed, 3" minus sub -base course of the specified gradations (Section 02234 2.4 A.), complete in place, at the contract unit price bid for "Install Sub -base Course", which constitutes full compensation for furnishing, loading, hauling, spreading, blending, shaping, watering, and compacting the sub -base course material, and for all tools, labor and incidentals necessary to complete this item to the grade shown on the Plan and tolerance prescribed in Section 02234 Part 3. This item is paid per cubic yard for approved work completed. 6 Install Concrete Curb & Price and payment is full compensation for all materials, curing of Gutter concrete, painting face gutter with primer, all pre -molded mastic material for expansion joints, contraction joints, steel dowels and sleeves, all equipment, tools, labor, and for the performance of all Section 00300 — Kalispell 2"d Avenue Project 2012 Measurement and Payment Page I of 3 Bid Description Measurement and Payment Item work and incidentals necessary to complete the item. The lineal feet measurement is the horizontal distance measured along the face of the curb. This item is paid per linearfoot. 8 Install Sidewalk This item is measured per square foot or top finished surface. Price and payment is full compensation for all materials, excavation, backfill and concrete in -place finished, cured and jointed, and all equipment, tools and labor necessary or incidental to complete the work. 10 Place Topsoil and Ground This item is measured by the square foot and paid for at the unit Cover price bid including topsoil salvage and/or importing, topsoil placement, seedbed preparation, and seeding, complete in place and accepted by the Engineer. Price and payment includes complete compensation for all labor, equipment, materials and incidentals required for the completion of the work. This item is paid per square foot. 12 Excavate Below Subgrade This item is field measured using the average end area method and paid for by the cubic yard in -place of material removed, measured in its original position. Price and payment constitutes full compensation for all labor, equipment, tools, and incidentals to complete the excavation and disposal of unsuitable material in the embankment foundation or in the subgrade. The cost of backfilling Section 00300 — Kalispell 2" d Avenue Project 2012 Measurement and Payment Page 2 of 3 Bid Description Measurement and Payment Item and compacting holes created by the removal of unsuitable material with the specified replacement material is also included in Excavate Below Subgrade Item. Section 00300 — Kalispell 2nd Avenue Project 2012 Measurement and Payment Page 3 of 3