HomeMy WebLinkAboutDocumentation_Regular_Tab 19_11/15/2021Agenda Item #19.
Regular Council
STAFF MEMO
Meeting: Regular Council - Nov 15 2021
Staff Contact: Doug Chambers, Director of
Public Works
MOME&M
Approve Wynn &Sons FY22 Sidewalk Improvements
Wynn & Sons FY22 Sidewalk Improvements
Department: Public Works
This document and any attachments may be reproduced upon request in an alternative format by completing
our Accessibility Feedback Form, sending an e-mail to the Village Clerk or calling 561-768-0443.
Please review for approval Wynn & Sons FY22 Sidewalk Improvements
2021.10 Wynn & Sons FY22 Sidewalk Improvements Comp Memo
2021.10 Wynn & Sons Est 4969 FY22 Sidewalk Improvements
Agreement General 2 11 2021 Wynn (1
PBC CONTRACT #2020055 WYNN AND SON PRICING
BID RANKING
Page 319 of 433
Agenda Item #19.
Village of Tequesta
r
345 Tequesta Drive
Tequesta, FL 33469
To: Jeremy Allen, Village Manager
From: Douglas M. Chambers, Director Public Works
Date: October 20, 2021
Subject: Fiscal Year 2022 Sidewalk Improvements
561-768-0700
www.tequesta.org
The following agenda item references the recommendations for Fiscal Year 2022 Sidewalk
Improvement Project. In Fiscal Year 2021, based on current sidewalk conditions and
assessments, the Public Works Department put together a five-year sidewalk plan.
Sidewalk Maintenance is essential in order to provide safe mobility and connectivity.
In addition, the sidewalk reduces the potential hazardous of walking in the roadway.
In accordance with the recommended phasing approach in the five year sidewalk improvement
plan, the Village of Tequesta requested a proposal based on current contract rates from Wynn
and Sons Environmental Construction Company Incorporated.
The project area is on the South side of Tequesta Drive from Seabrook Road to Venus Avenue.
Approximately 900' of 4' wide sidewalk will be replaced with 5' wide sidewalk. The new sidewalk
will meet the American disabilities requirements. The sidewalk maximum cross -slope will be not
greater than 2% and a maximum running slope of 5%.
The concrete sidewalk will be 5' wide by 6" deep at 3500 pounds per square inch.
The Contractor will be required to perform Density tests.
Vice -Mayor Kyle Stone Mayor Frank D'Ambra, III Council Member Laurie Brandon
Council Member Bruce Prince Council Member Molly Young
Village Manager Jeremy Allen
Page 320 of 433
Agenda Item #19.
The contractor will be required to obtain one permit for this project.
Inspections will be required throughout the project. The estimated cost of the project is
$42,114.00. Funding for this project is budgeted in Fiscal Year 2022 and available in the
Capital improvement fund 301-210-663.652.
It is my recommendation to the Village Council to approve this project in an effort to provide
safe mobility for the residents of Tequesta.
Douglas Chambers
Director
Department of Public Works
Page 321 of 433
Agenda Item #19.
W"N &SONS ENVIRONMENTAL CONSTRUCTION CO. INC.
WEST PALM BEACH, FL. 33411
Village of Tequesta
Estimate
Date Estimate #
10/13/2021 4969
Ship To
S.SIDE TEQUESTA DR.
SEABROOKRD TO VENUS AVE
SIDEWALK
Revised October 2021
Project
Item
Description
Qty
Rate
Total
9-131
4" CONCRETE REMOVAL PER SY
400
17.00
61800-00
9-006
REGULAR EXCAVATION PER CY
38
4.50
171.00
9-010
FINISH GRADING PER SY
400
2.00
800.00
9-125
CONCRETE SIDEWALK (6" THICK) (DRIVEWAY) 35 SY OR
400
45.00
18)000.00
GREATER PER SY
9-126
CONCRETE SIDEWALK (6" THICK) (CURB RAMPS) PER SY
9
45.00
405.00
9-127
CAST- IN- PLACE AND/OR SURFACE APPLIED TACTILE
8
17.00
136.00
SURFACE PER SF
9-152
ROOT PRUNING (0"-36" DEEP) PER LF
350
10.00
3)500.00
9-155
36" ROOT BARRIER PER LF
350
22.00
7,700.00
9-143
SODDING (TO MATCH EXISTING) PER SY
200
4.90
980.00
3562360 Et 364 TEQUESTA DRIVE
ASPHALT APRONS TO REMAIN - TEMPORARY ASPHALT
TRANSITIONS INSTALLED
9-005
REMOVE EXISTING ASPHALT (FULL DEPTH) (SEE NOTES) PER
600
0.75
450.00
SY
9-024
SUPERPAVE ASPHALTIC CONCRETE (SP-9.5) TRAFFIC LEVEL
9
200.00
1)800.00
C) (0-200 TON ORDERS) PER TN
9-143
SODDING (TO MATCH EXISTING) PER SY
30
4.90
147.00
352 TEQUESTA DRIVE BRICK DRIVE REMOVE AND RESLOPE
9-034
REMOVE PAVER BRICK PER SY
25
10-00
250.00
9-009
FINISH EXISTING ROCK BASE (INCL PRIME COAT) PER SY
25
4.00
100.00
9-035
RESET PAVER BRICK PER SY
25
35-00
875.00
Phnnp,l qm-AAA-Am Fny 0 9AJ -ARA-7411 rirkatyA/nn;i nr1cnncr5)rnmr1qt
Total $42)114.00
npt
Page 322 of 433
Agenda Item #19.
PUBLIC RECORDS. In accordance with Sec. 119.07011 Florida Statutes, CONTRACTOR must keep
and maintain this Agreement and any other records associated therewith and that are associated
with the performance of the work described in the Proposal or Bid. Upon request from the
Village's custodian of public records,. CONTRACTOR must provide the Village with copies of
requested records, or allow such records to be inspected or copied, within a reasonable time in
accordance with access and cost requirements of Chapter 119, Florida Statutes. A CONTRACTOR
who fails to provide the public records to the Village, or fails to make them available for
inspection or copying, within a reasonable time may be subject to attorney's fees and costs
pursuant to Sec. 119.0701, Florida Statutes, and other penalties under Sec. 119.10, Florida
Statutes. Further, CONTRACTOR shall ensure that any exempt or confidential records associated
with this Agreement or associated with the performance of the work described in the Proposal
or Bid are not disclosed except as authorized by law for the duration of the Agreement term, and
following completion of the Agreement if the CONTRACTOR does not transfer the records to the
Village. Finally, upon completion of the Agreement, CONTRACTOR shall transfer, at no cost to
the Village, all public records in possession of the CONTRACTOR, or keep and maintain public
records required by the Village. If the CONTRACTOR transfers all public records to the Village
upon completion of the Agreement, the CONTRACTOR shall destroy any duplicate public records
that are exempt or confidential and exempt from public records disclosure requirements. If the
CONTRACTOR keeps and maintains public records upon completion of the Agreement, the
CONTRACTOR shall meet all applicable requirements for retaining public records. Records that
are stored electronically must be provided to the VILLAGE, upon request from the Village's
custodian of public records, in a format that is compatible with the Village's information
technology systems.
IF CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER
119, FLORIDA STATUTES, TO CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS
RELATING TO THIS AGREEMENT, PLEASE CONTACT THE VILLAGE CLERK, RECORDS
CUSTODIAN FOR THE VILLAGE, AT (561) 768-0440, OR AT
Imcwilliams@tequesta.OR AT 345 TEQUESTA DRIVE, TEQUESTA, FLORIDA
33469.
Pursuant to Article XII of the Palm Beach County Charter, the Office of the Inspector General has
jurisdiction to investigate municipal matters, review and audit municipal contracts and other
transactions, and make reports and recommendations to municipal governing bodies based on
such audits, reviews, or investigations. All parties doing business with the Village shall fully
cooperate with the inspector general in the exercise of the inspector general's functions,
authority, and power. The inspector general has the power to take sworn statements, require
the production of records, and to audit, monitor, investigate and inspect the activities of the
Village, as well as contractors and lobbyists of the Village in order to detect, deter, prevent, and
eradicate fraud, waste, mismanagement, misconduct, and abuses.
Page 323 of 433
Agenda Item #19.
"The Village of Tequesta strives to be an inclusive environment. As such, it is the Village's policy
to comply with the requirements of Title II of the American with Disabilities Act of 1990 ("'ADA")
by ensuring that the Contractor's [ agreement /bid documents and specifications ] are accessible
to individuals with disabilities. To comply with the ADA, the Contractor shall provide a written
statement indicating that all [ agreement /bid documents and specifications], from Contractor,
including files, images, graphics, text, audio, video, and multimedia, shall be provided in a format
that ultimately conforms to the Level AA Success Criteria and Conformance Requirements of the
Web Content Accessibility Guidelines 2.0 (Dec. 11, 2008) ("WCAG 2.0 Level AA"), published by
the World Wide Web Consortium ("WK"), Web Accessibility Initiative UWAI"), available at
www.w3.org/TR/WCAG/."
Page 324 of 433
Agenda Item #19.
VILLAGE OF TEQUESTA
AGREEMENT FOR ANNUAL PATHWAY
AND MINOR CONSTRUCTION SERVICES
THIS AGREEMENT FOR ANNUAL PATHWAY AND MINO�
ftbruc�.yA%.00NSTRUCTION SERVICES is entered into and effective this day of4a*ua-P�4,02 1,
Y
by and between the VILLAGE OF TEQUESTA, a Florida municipal corporation with offices
located at 345 Tequesta Drive, Tequesta, Florida 33469, organized and existing in accordance with
Z:�
the laws of the State of Florida, hereinafter "the Village"; and WYNN & SONS
ENVIRONMENTAL CONSTRUCTION CO. INC., a Florida corporation with offices located at
7268 Belvedere Road, West Palm Beach, Florida 33411, hereinafter "the Contractor", and
collectively with the Village, "the Parties".
.
WITNESSETH
The Village and the Contractor, in consideration of the mutual covenants contained herein
and for other good and valuable consideration, the receipt and sufficiency of which is hereby
acknowledged by both Parties, hereby agree as follows:
1. SCOPE OF SERVICES: The Parties hereby agree to enter into this Annual
Pathway and Minor Construction Services Agreement, whereby the Contractor shall provide
annual services including, but not limited to, construction and/or resurfacing of pathways,
construction of parking areas, speed humps, traffic separators, miscellaneous concrete works
(inlets, manholes, curbing, etc.) and other minor construction projects, to the Village on an as -
needed, task Work Order basis. The Parties agree to enter into this Agreement and piggyback for
the provision of Annual Pathway and Minor Construction Services at the unit prices described in
the Palm Beach County Pathway and Minor Annual Contract ("Palm Beach County Contract"),
also designated as Project/Bid No. 2020055. Said contract, including its terms,, conditions,
specifications, and attached exhibits, are hereby fully incorporated into this Agreement and
attached hereto as Exhibit "A". Authorization to piggyback on the Palm Beach County Contract
and amendments,, as provided by the Contractor's letter dated December 18, 2020, is hereby fully
incorporated into this Agreement and attached hereto as Exhibit "B".
2. COMPENSATION: In consideration for the above Scope of Services, pricing
shall be pursuant to the unit prices provided within the Palm Beach County Contract's Bid
Tabulation Chart&-. attached hereto aq Exhibit "C". The Parties hereby agree to the Village's
Page I of 7
Page 325 of 433
Agenda Item #19.
purchase of supplies and/or services in greater or lesser amounts than those estimated in the Palm
Beach County Contract, as also referenced within the Bid Tabulation Charts in Exhibit "C". In
consideration for the above Scope of Services, the Village shall pay the Contractor a total amount
not to exceed nine million, five hundred and sixty-three thousand, two hundred and twenty-five
dollars ($9,563,225.00).
3. TERM; TERMINATION; NOTICE: Pursuant to the Palm Beach County
Contract, the original contract term, and this Agreement, will expire on November 16, 2023. This
Agreement may be terminated for convenience by either party upon written notice to the other
party. Notice shall be considered sufficient when sent by certified mail or hand delivered to the
Parties during regular business hours at the following addresses:
Village
Contractor
Village of Tequesta
Wynn & Sons Environmental
345 Tequesta Drive
Construction Co., Inc.
Tequesta, FL 33469
7268 Belvedere Road
Attn: Doug Chambers,
West Palm Beach FL 33411
Public Works Director
Attn-. Daniel P. Wynn!,
President
4. INSURANCE: The Contractor shall provide proof of workman's compensation
insurance and liability insurance in such amounts as are specified in Exhibit "A" and shall name
the Village as an "additional insured," on the liability portion of the insurance policy.
5. INDEMNIFICATION: The Contractor shall at all times indemnify, defend and
hold harmless the Village, its agents, servants, and employees, from and against any claim, demand
or cause of action of whatsoever kind or nature,, arising out of error, omission, negligent act,
conduct, or misconduct of the Contractor, its agents, servants, or employees in the performance of
services under this Agreement. Nothing contained in this provision shall be construed or
interpreted as consent by the Village to be sued, nor as a waiver of sovereign immunity beyond
the waiver provided in Section 768.28, Florida Statutes.
G. PUBLIC ENTITIES CRIMES ACT: As provided in Sections 287.132-133,
Florida Statutes, by entering into this Agreement or performing any work in furtherance hereof,
the Contractor certifies that it, its affiliates, suppliers, subcontractors and consultants who will
perform hereunder, have not been placed on the convicted vendor list maintained by the State of
Page 2 of 7
Page 326 of 433
Agenda Item #19.
Florida Department of Management Services within thirty-six (36) months immediately preceding
the date hereof This notice is required by Section 287.133(3)(a), Florida Statutes.
7, INDEPENDENT CONTRACTOR: It is specifically understood that the
Contractor is an independent contractor and not an employee of the Village. Both the Village and
the Contractor agrees that this Agreement is not a contract for employment and that no relationship
of employee —employer or principal —agent is or shall be created hereby, nor shall hereafter exist by
reason of the performance of the services herein provided.
S. INSPECTOR GENERAL- Pursuant to Sections 2-421-2-432 of the Palm Beach
a
County Code of Ordinances, the Office of the Inspector General has jurisdiction to investigate
municipal matters, review and audit municipal contracts and other transactions, and make reports
and recommendations to municipal governing bodies based on such audits, reviews, or
investigations. All parties doing business with the Village shall fully cooperate with the inspector
general in the exercise of the inspector general's functions, authority, and power. The inspector
general has the power to take sworn statements, require the production of records, and to audit,
monitor, investigate and inspect the activities of the Village, as well as contractors and lobbyists
of the Village in order to detect, deter, prevent, and eradicate fraud, waste, mismanagement,
misconduct!, and abuses.
9. E-VERIFY ELIGIBILITY: The Contractor warrants and represents that it is in
compliance with Section 448.095, Florida Statutes, as may be amended. No later than January 1,
2021, the Contractor shall: (1) register with and use the E-Verify System (E-Verify.gov) to
electronically verify the employment eligibility of all newly hired workers; and (2) verify that all
of the Contractor's subconsultants performing the duties and obligations of this Agreement are
registered with and use the E-Verify System to electronically verify the employment eligibility of
all newly hired workers. The Contractor shall obtain from each of its subconsultants an affidavit
stating that the subconsultant does not employ, contract with, or subcontract with an Unauthorized
Alien, as that term is defined in Section 448.095(l)(k), Florida Statutes, as may be amended. The
Contractor shall maintain a copy of any such affidavit from a subconsultant for, at a minimum, the
duration of the subcontract and any extension thereof. This provision shall not supersede any
provision of this Agreement which requires a longer retention period. The Village shall terminate
this Agreement if it has a good faith belief that the Contractor has knowingly violated Section
449.09(1), Florida Statutes, as may be amended. If the Contractor has a good faith belief that the
Page 3 of 7
Page 327 of 433
Agenda Item #19.
Contractor's subconsultant has knowingly violated Section 448.09(1), Florida Statutes, as may be
amended, the Village shall notify the Contractor to terminate its contract with the subconsultant
and the Contractor shall immediately terminate its contract with the SUbconSUltant. In the event of
such contract termination, the Contractor shall be liable for any additional costs incurred by the
Village as a result of the termination.
10. SCRUTINIZED COMPANIES: For Contracts under SIM, the Contractor
certifies that it is not on the Scrutinized Companies that Boycott Israel List created pursuant to
Section 215.4725, Florida Statutes, and that it is not engaged in a boycott of Israel. The Village
may terminate this Agreement at the Village's option if the Contractor is found to have submitted
a false certification as provided under Section 287.135(5), Florida Statutes, if the Contractor has
been placed on the Scrutinized Companies that Boycott Israel List created pursuant to Section
215.4725, Florida Statutes, or if Contractor is engaged in a boycott of Israel. For Contracts over
$I K the Contractor certifies that it is not on the Scrutinized Companies with Activities in Sudan
List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the
Scrutinized Companies that Boycott Israel List created pursuant to Section 215.4725, Florida
Statutes. The Contractor further certifies that it is not engaged in a boycott of Israel, and that it
does not have business operations in Cuba or Syria, as similarly provided in Section 287.135,
Florida Statutes. The Village may terminate this Agreement at the Village's option if the
Contractor is found to have submitted a false certification as provided under Section 287.135(5),
Florida Statutes or if the Contractor has been placed on one of the aforementioned lists created
pursuant to Section 215.4725, Florida Statutes. Additionally, the Village may terminate this
Agreement at the Village's option if the Contractor is engaged in a boycott of Israel or has been
engaged in business operations in Cuba or Syria, as defined in Section 287.135, Florida Statutes.
110 'ATTORNEY'S FEES: In the event a dispute arises concerning this Agreement,
the prevailing party shall be awarded attorney's fees, including fees on appeal.
12. EORCE MAJEURE: The Contractor shall not be considered in default by reason
of any failure M* performance under this Agreement if such failure arises out of causes reasonably
beyond the control of the Contractor or its subcontractors and without their fault or negligence.
Such causes include, but are not limited to: acts of God; acts of war; natural or public health
emergencies; labor disputes; freight embargoes; and abnormally severe and unusual weather
conditions.
Page 4 of 7
Page 328 of 433
Agenda Item #19.
13. CHOICE OF LAW; VENUE: This Agreement shall be governed and construed
in accordance with the laws of the State of Florida, and venue shall be in Palm Beach County
should any dispute arise with regard to this Agreement.
14. AMENDMENTS & ASSIGNMENTS: This Agreement, all Exhibits attached
hereto, and required insurance certificates constitute the entire Agreement between both parties;
no modifications shall be made to this Agreement unless in writing, agreed to by both parties, and
attached hereto as an addendum to this Agreement. The Contractor shall not transfer or assign the
provision of services called for in this Agreement without prior written consent of the Village.
15, PUBLIC RECORDS: In accordance with Section 119.070 1. Florida Statutes, the
Contractor must keep and maintain this Agreement and any other records associated therewith and
that are associated with the performance of the work described in the Scope of Services. Upon
request from the Village's custodian of public records, the Contractor must provide the Village
with copies of requested records, or allow such records to be inspected or copied, within a
reasonable time in accordance with access and cost requirements of Chapter 119, Florida Statutes.
A Contractor who fails to provide the public records to the Village, or fails to make them available
for inspection or copying, within a reasonable time may be subject to attorney's fees and costs
pursuant to Section 119.070 1, Florida Statutes, and other penalties under Section 119. 10, Florida
Statutes. Further, the Contractor shall ensure that any exempt or confidential records associated
with this Agreement or associated with the performance of the work described in Scope of Services
are not disclosed except as authorized by law for the duration of the Agreement term, and following
completion of the Agreement if the Contractor does not transfer the records to the Village. Finally,
upon completion of the Agreement, the Contractor shall transfer, at no cost to the Village, all
public records in possession of the Contractor, or keep and maintain public records required by the
Village. If the Contractor transfers all public records to the Village upon completion of the
Agreement, the Contractor shall destroy any duplicate public records that are exempt or
confidential and exempt from public records disclosure requirements. If the Contractor keeps and
maintains public records upon completion of the Agreement,, the Contractor shall meet all
applicable requirements for retaining public records. Records that are stored electronically must
be provided to the Village, upon request from the Village's custodian of public records, in a format
that is compatible with the Village's information technology systems.
Page 5 of 7
Page 329 of 433
Agenda Item #19.
I F THE CONTRACTOR HAS QUESTIONS REGARDING THE
APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE
CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING
TO THIS AGREEMENT, PLEASE CONTACT THE VILLAGE CLERK,
RECORDS CUSTODIAN FOR THE VILLAGE, AT (561) 768-06859 OR AT
Imewilliams L&,,teguesta.org, OR AT 345 TEQUESTA DRIVE, TEQUESTA5
FLORIDA 33469,
160 'HEADINGS: The headings contained in this Agreement are provided for
convenience only and shall not be considered in construing, interpreting or enforcing this
Agreement.
17. SEVERABILITYO The invalidity or unenforceability of any provision of this
I i.
Agreement shall not affect the validity or enforceability or any other provision of this
Agreement and this Agreement shall be construed and enforced in all respects as if the invalid
or unenforceable provision is not contained herein.
180 'WAIVER: No waiver by the Village of any provision of this Agreement shall
be deemed to be a waiver of any other provisions hereof or of any subsequent breach by the
Contractor of the same, or any other provision or the enforcement hereof. The Village's
consent to or approval of any act requiring the Village's consent or approval of any act by the
Contractor shall not be deemed to render unnecessary the obtaining of the Villacre's consent to
Z:�
or approval of any subsequent consent or approval of, whether or not similar to the act so
consented or approved.
190 ENTIRE AGREEMENT: This seven (7) page Agreement, including any Exhibits,,
constitutes the entire agreement between the parties,- no modification shall be made to this
Agreement unless such modification is in writing, agreed to by both parties and attached hereto as
an addendum to this Agreement.
[REMAINDER OF PAGE LEFT INTENTIONALLY BLANK]
Page 6 of 7
Page 330 of 433
Agenda Item #19.
IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the
date and year first above written.
WITNESSES:
ATTEST:
WYNN & SONS ENVIRONMENTAL
CONSTRUCTION CO., INC*
01 By: Daniel P. Wynj.,)Pifdent
(Corporate Seal)
VILLAGE OF TEQUESTA
N
By: AM ail Brennan, Mayor
0 F T�or�flee�rr� jr
jC7
0
ail
StA)L
1, INCORPORATED:
Lori McWilliams, MMC V'0
4 Acj
........ ..
Village Clerk OF F
fit 11111f ?fill I I 14101j0%
Page 7 of 7
Page 331 of 433
Agenda Item #19.
Ex. C -
WYNN & SONS ENVIRONMENTAL CONSTRUCTION CO. INC
7268 BELVEDERE RD.
WEST PALM BEACH, FL 33411
561-686-6077
561-686-2433 FAX
12/18/20
The Village
of Tequesta
Subject: piggyback contract
Authorization
To whom it may concern: Wynn & Sons Inc is pleased to allow the Village of Tequesta to piggyback our
Annual Contract for Pathway & minor construction 2020-055. Please feel free to call me anytime at
561-797-9452.
.. - -Rage--.332--of 433
Agenda Item #19.
BID PROPOSAL
ANNUAL PAT AY A" M KKR CONSTRUCTION
CONTIACT
PBC PROJECT # 2020055
M #1 ITEM DESCR"ON QTY
UNITS
UNIT PRICE I
AMOUNT
_
BASE BID
1
!Emergency Response, Less than 6 Hours
10
EA
$
100.00
$19000.00
2
Emergency Response, 6 Hours to 24 Hours
Emergency Response, 24 Hours to 72 Hours
20
EA
$
100.00
$23,000.00
$3,000.00
3
301 EA
$ 100.00
IKOADWAY ITEW .
4 Clearing & Grubbing
_ .
200
AC
$-
50.00
$10,000.00
5
Remove Existing Asphalt (Full Depth) (See Notes)
Regular Excavation
20,000
SY
$
0.75
$13,000.04
6
109000
31400
CY
CY
$
$
4.50
7.00
- -7.00
$45,000.00
7
Shallow Excavation (Depth <4 Ft.)
Embankment (Compacted in Placed
$21,000.00
$175500.00
8
2,500f
CY
$
__- -Finish
Existing Rock Base (Intl. Prune Coat)��
1,400
SY
$
4.00
$42000.00
10
Finish Gmding
4" Base (Inca. Prune Coat)
20,400
SY 1
a
SY
$
2.00
$40,000.00
11
157000
$ 4.00
$60,000.40
12
6" Base (Intl. Prime Coat)
8" Base (Intl. Prune Coat)
209000
SY
$
6.00--j
$1207000.00
13
5,300
SY
SY
$
$
17.50
9.00
$925750.00
$4,500,00
14
optional Base Group 4
500
15
optional Base Crroup 7
Optional Base Group 10---- ._.._�.. ..-_......., ...-•--•-----._..
optional Base Group 13
102000
SY
$
16.50
$1652000.00
16
SOA
SY
$ 25,00
$12,500.40
17
10,000
SY
$ 20.50
$205,040.00
{ 18 }�-! Asphalt Driveway (1 112") (Incl. 6" Base)
•"7•
•.�:�%''S'!' -'°"Xwy7t'Iq"�
1,800
SY
•'Y""�''S'"•.i:':�
$
- ----. -
15.50
$27,900.00
--
$141,000.00
��ri�•S_'1h 4"'�7 �'li'lli�k:F `+.'.,.....�rrar.�W.'A. _u••ia'.�STR'."*7'� •.•k•1 T.";:. .: F!'tL+A't`v.:'T+.l+f±'y''t`tLY
:y: -
.•-�4rl *YbkZ310 7{ e�Noj
hQLi-K,+j; _-
0
1.'9_:':;.. 3'70
,7ao.OQ�
:?:. ssr ' ;ch ;. :r� s1 ': `S• J' titi{•.. "yf '�?: s i� �'.��... �:-►.'i
'g_ •It '-
a•+ ��'• :�r'L•e._-;•:!..'_s ' • 4 • yy�'�. .a'
Mµ•► �
:i.0
^.:-
•.:.
1.- r . _..:.
d"}'1r. a
��siai
�l•S}}l•, .
p4. V1f.-
--___
$
11.01
�.
25 004 00
;'•
-' . r• ...-.r,.-. >>t•� .'t.;1•, �,.��._s.4.-»+r,da�aPrrw,� r�• ':. j.ti..Y!.»« s � .. i;:'.'.�.. d.•.•.•._
: .dQ•� ......
*MR Millin For Pathway6" Dee
c• .. ...._
3,400
SY
$ 6.00
$182000.00
Pk. Reuse s
�Y� .
=r: Misc. Asphalt (0-50 Ton Orders) (Intl. Tack Coat) (See Notes)
r
154
TN
$
200.00
$30 000.00
�+a• 2 :Y N isc. Asphalt NO Ton orders) (Intl. Tack Coat) (See Notes) �
100
TN
$
175.00
$17,500.00
$40 000.00
,
���� 5uperpave Asphaltic Concrete SP-9.5 Traffic Level C 0-2Un Tan orders 200
J ( } ( )
TN
$ 200.00
Superpave Asphaltic Concrete (SP-9.5 Traffic Level Q (> 200 Ton orders)
15,000
TN
$
111.54
$1,6723500.00
.; 6 5uperpave Asphaltic Concrete (SP-12.5 Traffic Level Q (0-200 Ton orders)
29000
TN
$
160.00
$320,000.00
Sue ave Asphaltic Concrete SP-12.5 Tram Level C 200 Ton Orders
4 000
TIC
$
$
11.2.00
30.00
$448,000.40
Pavement Texturing: Colored Coating - Standard Formula ii 100
I
SY
$32000.00
_ ..
9 ,-7 °;Pavement Texturing: Colored Coating -Trait Formula
100
$3 2000.00
SY
$ 30.00
..
. , _ �y ►` Heat & Imprint Existing Pavement
_� 3� � Pavement Texturing, P g
100
SY
$
50.00
$5,000.00
Pavement Texturing: Imprint New Installation
100
SY
$
50.00
$59000.00
`°`jjj 2 j�• Pavement Texturing: Sealer Concrete
100
SY
$
30.00
$39000.00
' Paver Brick
100
SY
$
100.00
$102000.00
P-•2A
Page 333 of 433
Agenda Item #19.
.
BED -PROPOSAL
-
ANNUAL PATHWAY AND NWOR CONSTRUCTION
CON11iACT
PBC PROJECT #2020055-
TEM ITEM DESCRIPTION
} QTY
uNrrs UNIT PRICE
AMOUNT
4*q%, i Remove Paver Brick
100
SY
$
10.00
$11,000.00
3S' ' Reset Paver Br1c1€
.
100
SY
$
35.00
$32500.00
'Inlets ( Curb ) ( Type P.I ) E 101
10
EA $
3,000.00
$30,004.00
3Inlets Curb ) (Type P-1 ) (Partial Top only)
15
10
15
10
15
EA
$
�_- 2,500.00
-� _ $37$00.00
`F Inlets Curb } Type P-2 ) < 10' _
- " 59- `' Inlets Curb (Type P-2(Partial - Top Only)_ _ �
EA
EA
EA
EA
i $
$
$
3,500.00
3 000.00
311500.00
$35,000.04
45 000.00
$35,400.00
40';"inlets Curb ) (Type P-5 ) < 10'
•..:" inlets ( Curb ) ( Type P-5 ) (Partial - Top only)
$ 3,000.00
$45,0013.00
+= Inlets ( Curb) ( Type P-6 } < 10'
10
EA
$
3,500.00
$35,000.00
= . Inlets Curb } Type P-6 } (Partial - Top only)
•
15
EA
$
$
31,000.00
2 800.00
a
$4.5,000.00
.meµ
- � 4w45Inlets itch Bottom (Type C
.�y -�. � } YP }
20
EA
$56 000.00
a
d•5 inlets (Ditch Bottom) (Type D)
10
EA
$
3,000.00
$3%000.00
Inlet (Closed Flume) Type I
$303,000.00
20
EA
$ 1,504.00
ti
p".
47 { . *Inlet (Closed Flume) Double Barrel
5
EA
$
3,000.00
$151,000.00
f
10
10
EA
$
500.00
,
$51,000.00
49 ;1 Inlet (Remove and Dispose)
Manhole. ("Type P-S) < 14
,:00
;. Mmhole (Type 8) (Parfial - Top only}
EA
$ 11500.00
$150000,00
5,1 :a 011.
:51 Steel Reticuline Frame & Grate (installed) (Index 232)
W__
25
EA
$
_ 12500.00
$37,500.04
�...
fin=Adjust Existing Manhole or Inlet
25
EA
$
500.00
$12,500.00
,f, 5's ' Manhole Cover (Replace)
10
EA
$
500.00
$5,000.00
Manhole Cover (Adjust)
$10,000.00
20
25
EA
EA
EA
EA
$
$
$
$
500.00
250.I)0
500.00
2,500.00
1(j/�1•i'�; Manhole Riser (1" to 2")
$5,250.0U
$12,500.00
$12,500-00
,:�16_1 F�-Manhole Ring and Cover (24"} (Traffic Ratted)
25
5
`-0 57•_ ` Modify Inlet & Install Reticuline Frame & Grate
Modify, Repair and/or Rebuild Existing Curb Inlet
�
10
EA
$
1,800.40
$18,004.00
't �yAdjust Valve Boy
;
20U EA
$4,04U.40
$ 20.04
. ' Valve Box Cover (Replace)
24
EA
1 $
50.00
$1,1000.00
`s1
Imo: 6. - � Valve Box Cover (Adjust)
j
20
EA
$
50.00
$1,000.00
$
3,500.00
$35,000.00
- 6 .;,;r Relocate Fire Hydrant
Yard Drain (Index 282)
10
10
EA
EA
$
2,500.00
$25,000.00
Concrete Pipe Culvert (15" RCP)
200
LF
$
50.00
$I05,000.00
_ = Concrete Pipe Culvert (18" RCP)
1,000
LF
$
72.00
$723,404.40
66, ; Concrete Pipe Culvert (24 RCP)
I,000 LF
$75,000.00
$ 75.00
$
125.00
Concrete Pipe•Culvert (36 RCP) 120001 LF
$1251,000.00
P-3A
Page 334 of 433
Agenda Item #19.
BAD PROPOSAL
AN. IWAL PAT W AN�3 MANOR C�3NSTl�.�JCTION
CONTRACT
PBC PROJECT •#2020055
M � ITEM DESCRIPTION QTY UMMS UNIT PRICE
AMOUNT
/ r:e • fi t_�+: •!^3e• --r•Ne'sa ^twso�, jJ`9�= ":.?ti= w.['�++ '�.: T +� rj*d a-,^ +�• :Q►rt• ter; ,•"Tc� --; •ir«rr.-
:ry�L�S -.: {': r r -' •sS'-' � '_!:{ � =' •y„�•.}�•-�'1:=`n!"ice •+• •f y .r}
'�� �� •per �e� - ��• �i��•i•t••�r: �• :r �r
LI _ ; �"�y-� •� ,r -�.. LF $ 45.00
•�•i a^ 'r ���e•� �y •�t���, •'-n�+�-S
�}Ly �r•� �yT•�v_t
••
$22 500.00
�
•'��
..S 4�;' �{�
r❑❑ ��'��/f,=��ij'r /� ��ss����•�� _ `r• {f., rFi; ..j j 1-i _yr ��i„ .. _ 'i=i..• .:R 5- - - :ems. •; ry
�7JC+T \/i'�T ifRfiV•i. '!/• -'fie^''L1%ri% ' C ". ra[ LF $ 7L.00
;tirt riT'
A' •1ti'' -%':
�y ]
$ V�0VI►.
_ i1 yy�. i -. .wf .• .`-ff •.•S , /t r! a:.-r /y_}r +J,: •_r• ". .' _� •. i---l--}i�►� t
•� T--' I', %��+_ •� -_: R�r---.s��4� _r '�~ •• �f r:iy� ''a�+•. r r �S'� i• �3� ]I.• yr��Y� �� •� 3 J4. `- �yf_ .•i •_f{•_••r''j1 /,l
::.;' .0. � 3xvy '! qy = ��L - �f. �_ :.•`T' -- a.'t` SQL LF $ 104.00
• T ,' R'.r• Y.Y..i.•L.. .Y' l r �� f •
•♦
$52,000.00
��a�
� ... .. Js3•� it �N •���t}r : J _ +t. r. fh��-•�' [•- � Y.' r
• i -=�YK � :�_ ' •t • ��� rT-�1- .� �:� "+
'i 1. HIDE' -ulre {4$ .,.G :•:i. -.-r: ':{ '' , z . ,,.:.:. LF 107UO
53,D
...r
r. sf: s' .. � � `�i.• ► . • 2j, .,�. ���_ •" ,a., t= .. tTa.-.•srA'••� �,
$24,440.0D
'7', 1 Pe °rt_'� (tea= ��• • : .� :-. '; : x : '_�.=:F �` s�. ,: i�r. $ 48.00
,..��
.•y • j _ -2 4.. .4 ' •_ ,, _. • .. • r.. - : - _ . t �; �a � •
t 7 +- ! �/ f :', rrt. -!_ .� t •tr ti:rj �rf3:. • �ti r.i:ti• •.r •. •.� tyY S^ti•'.t :[•:=mot ,�•�7 �
_::7 �ii.r � .�• �r#�::Z�r .Y• rw. - •••� •T•�tS'r.,
.j /•r.�/y••'=� i'iL'rOE }•.�!\.Ji iiV VT• �' 'y� 'llt,. `� •�VLI• 75.0
••t.' •t•
$37'5OO.00
v.� rt
r.r
•r7C:� . "• �� ►r: _ ':s'! ,,1:: ., 4i.. f •i �• i ]; _. y •} .t _-r -j,r�: r f '� _ '''{ra ��.._...
TF
_ '� 3£-•:i..Ir � •i ':�Stif r '+•t.�.s ors � � _ �F .��.'•it�:-'i•_,�'�`• 'p'� f
�]y •� ••[[��....��� •.� �1 ��Q �^•' yj_ ��it t�••�ti�. i't� ._r;f�.Y[ry�•^�i�ey.'.:,�tr-�� �aT .-f _ r. _
_W_-.0
•��`x�:• r6VSA!; 1 04.04
---. .. .- •--.._,.�,.�
iI . '••���y'.i./i?l7 'f •r '' i.yy-j�p'i+
C • .ii - r :•� '�.••�y�•, r�r �T'� �,=.;r,m:r�• .r.'.fl I.F $
%��u } 1�.f��•y
;jam• Y''�
) t •L 1].��ri'.Y�.+i�
$52,0QU 00
{{ �•f� n•'t ,�y.� y.,�-=. at. ti= a. .1 _ � ` r .j .5 r � 1 �S!-7 .S• i-- . �i .: y •y}' ''�[ 1' tii.r�Q
rL • •G• 7 ``'�'•T•i y� ��..% ��i� • 'f yi�f���f �`,�'• _ i'��.i 2� �, :� *.. .� �+Y f 'ii. •"•x •-i''%�' �{ �'•-? err i - �r ;�t..Y • 'f i.fr �`a•�r �'� ,
'r - •�i..-'� •ram •�1 + - '►• -ti .+1` S �I..•:
'A. f
�F�j
_�• r. r •,t1
�` pp� ��'I/������• �tl;:. f'.••�iS fi ; i;�'-�-• t`•"y, t• .t.. t�}j R• �] n
�J PE P�p��eL'fr,=(4�ills7.? •
TC�� ri rir r` ..s,r fs�� �,..r:i .,?:1 �•�S d' �.._: -: •�� :`�` ; f .� F 5 =ti lL- , $ �� / .OV
- •: J' •F, 4f f lti •rry�.• t; T• a ;, y� r_•• •r�,- r� .i ..: ��.' _ ' f:• ..
i1.
x:.-'.�:.:y.s '. •'.i'�.i'-.
4 n
LJ� 5��.�R
i
�+
��• .r�.7P3"+�e�.�--.•S - •- :>1� i. �'{'�rtti•.. r ..-'�� . w .:r :. ....• .. '\ .4 i yr. 4r f 7x•:F}fi5': �'.1ii,F ... �• '•� ..�1•i •«a '-��:7•r .... . J.._ .•i ra,_
'I A-2000 Pipe Culvert
(15''PVC) 140 LF $ 3.00
$3,900.00
•17.-:;A-2000 Pipe Culvert (18 PVC) 500 LF $ 50.00
$25,000.00
It'' A 2000 Pipe Culvert (24" PVC)
500
LF
$ 50.00
$25,000.00
�
LF
$ 200.00
73 � ' Corrugated Steel Pipe Culvert (42" Dia.)
25
$55,000.00
Ski ► BCCMP Pipe Culvert (15"}
100
LF
$ 25.00
$2,500.00
n
=.: ,S1►}#,
BCCMP 18 Culvert Pipe }
t� P (
500
LF
$ 20.00
$10 000.00
-82"' BCCMP Pipe Culvert (24"}
540
$10,Ot14.00
LF
$ 20.00
$ Mitered End Section (Round) (15 }
5
14
EA
EA
$ 17000.00
$ 1,000.00
$5,000.00
$10,000.00
F
Mitered End Section (Round) (18!!)
$ 1,000,00
Mitered End Section (Round) (24")
10
EA
$I0, 00.00
.$ _ Mitered End Section (Round) (36)
10
EA
$ 1,Q00.00
$10,004.00
10
EA
$ 1,UU0.00
$10,000.00
Mitered End Section (Round) (42 }
' $1 Mitered End Section (Round) 15" RCCMP
5
EA
$ 540.00
$2 500.00
¢�! ;° .; Mitered End Section (Round) (18" BCCMP)
10
10
EA
EA
$ 500.00
$ 540.00
$5,000.00
$5,000.00
0= � Mitered End Section (Round) (24" BCCMP}
-1; - ADS Flared End (18 HDPE)
2
EA
$ 12000.00
$2,000.00
r r= ADS Flared 24"
1
End HDPE
2
EA
$ 1000.4o
$2 000.00
' :9 - � ADS Flared End (36" HDPE} ` .93
2
EA
$ 17000.00
$21,000.00
�0., ADS Flared End (48" HOPE)
2
$49000.00
EA
$ 211000.00
95.'" French Drains (18" CMP) ( incl. Ballast Rock & Filter Fabric}
25
LF
$ 100.00
$25540.00
q. French Drains (24 CMP} (incl. Ballast Rock &Filter Fabric}
25
LF
$ 1.00.00
$22500.00
.� French Drains (18" RCP} (incl. Ballast Rock & Filter Fabric)
., rr .
100
_ LF
$ 20o.0t1
$20,OOD.04
tX
100
$20,(}00.00
Trench Drains (24" RCP) ( incl. Ballast Rock & Filter Fabric}
LF
$ 200.00
l=: z: l Rubble Rip -Rap
254
T1�1
15 0.00
$37,500.0a
1#b'� #57 Coarse Aggregate (FDDT) -___-- -_____ _..__ _. _ _-
101
TN
$ 300.00
- ---$3,000.00
- --
= � ' Sand Cement Endwall -
t'l
$9 000.00
15
Cy
$ 600.00
tr,
4his Dewatering (6" Pumplwellpoints)
10
i ED
$ 31500.00
$352000.00
P-4A
Page 335 of 433
Agenda Item #19.
BIB PROPOSAL -
ANNUAI. PATHWAY AND NEINOR CONSTRUCTION
CONTRACT
-PBC PROJECT # 2020055
M � ITEM DESCRIPTION I QTY JUNITSI UNIT PRICE AMOUNT
CONI�RETE UE1kL5 } -r
103: Misc. Concrete (I�xcl. Reinforcing Steel) 100 CY $ 950.00 $959000.00
y!
164 Class I Concrete (Gravity wail} 50 Cy $ 600.00 $3%0W.00
Concrete Curb (Type D) (See Dotes)
10,0001 LF
$ 8.75
$87 500.0fl
y 66.' �-Concrete Curb Type D Removal
750 LF
201,000 LF
$ 10,00
$ 14.75
$7,500.04
$295,000.00
:f {' Concrete Curb & Gutter (Type F)
.,,t a -vi Y i3
0, Concrete Curb & Gutter Type F Removal
11,440
LF
$ 9.00 I
$99,000.00
Concrete Malley Gutter
1600
LF
$ 18.00
$ 10.00
$28800.00
110 : Concrete Malley Gutter Removal
31000
LF
$302000-00
Concrete Curb & Gutter (9") (PBC Standard)
1001
LF
$ 50.00
$5,400.00
:112 Concrete Curb & Gutter (9) Removal
15.00
25
LF
$375-00
t.ts� Concrete Flush Header Curb (PBC Standard) #
�
25 I
LF
$ 50.00
$11250.00
:11 Concrete Flush Header Curb Removal.
500 �
LF
$ 15.00
$79500.00
i i �
3-
- 115 Concrete Mountable Gutter (PBC Standard)
50
.
LF
$ 50.00
-- •._-_ $2,500.00
146", Concrete Mountable Gutter Removal
= ii
50,
- LF
$ 15.00
$750.00
1
- V1 1 �•.• *� Traff c Separa�ior Cone (Type n
1 500
SY $ 54.50
�
$81 750.00
,
: 11 Traffic Separator Conc (Type IV)
$22750.00
501
SY $ 55.00
Traffic Separator Concrete, Removal
50
SY I
$ 25,00
-2-0 . Concrete Sidewalk (4" Thick) -Less Than 10 SY
19,0001
SY
$ 70.00
$702000.00
--I. Concrete Sidewalk (4" Thick) - 14 Sy to Less than 50 SY
1,000
SY
$ 95.00
$952,000-00
:�-122 I Concrete Sidewalk (4" Thick) - 50 SY or Greater
5,000
SY
$ 36.00
$180,000,00
ITy 3-3- Concrete Sidewalk (6" Thick) (Driveway) �- Less Than 8 SY �
r
500
SY
SY
$ 75.00
$ 95.00
$37,500.00
$95,000.00
x � Concrete Sidewalk (6" Thick) (Driveway) - 8 SY To Less Than 35 SY
19000
1-2_ �{i Concrete Sidewalk (6" Thick} (Driveway) - 35 SY or Greater
. .:
15,000
SY
$ 45.00
$675,000.0[}
;+ -2 :`1 Concrete Sidewalk (6 Thick) (Curb Ramps)
151,000
SY
$ 45.00
$6757000.00
a.
-9 = 2744. Cast -In -Place and/or Surface Applied Tactile Surface
21,000
$ 17.00
$357,000.00
SF
500
' $:t Pump Mix for Concrete Pumping
1.�.'�'--!--X-3,v'Purnping
Cy
$ 10.00
$5,000.00
Pumping or Hand Placement of Concrete -1/2 Day
51
EA
$ 750.00
$35750.00
•• L
or Hand Placement of Concrete - I Day
5
EA
$ 1,000.40
$5,000 00
4" Concrete Removal
5,000
SY
$ 17.00
$855000.00
= : f ' 6" Concrete Removal
590001,
SY
$ 17.00
$850000.00
FE Cliff •Ali:WRAELING rMML7 _`"'' :.
Type B Fence (T High) (w1Top Rail) Green Vinyl Clad 200 LF $ 65.00 $131000.00
• Type B Fence (6 High) (w/Top Rail) Green Vinyl Clad
400
LF
$ 75.00
$30,000.00
Chain Link Fence -Removal & Disposal
254
LF
$ 15.00
$3 )750.00
P-5A
Page 336 of 433
Agenda Item #19.
. - BID PROPOSAL
ANNUAL PATHWAY AND MINOR CONSTRUCTION
CONTRACT
•PBC PROJECT ##202055
1VI ITEM DESCRIPTION
i QTY
UNITS
UNIT PRICE
AMOUNT
1,36 Double Rail wood Fence - Furnish & Install
400
LF
f
$
3 5.00
$147004.40
:..3.7. .Double Rail wood Fence - Relocation
350
LF
$
35.00
$123,250.00
i
3 Double Rail 'Rood Fence -Removal
100
LF
$
15.00
$1,500.00
Aluminum Pipe Handrail [3. MI)
150
LF
$
200.00
$3 U,000.00
:1.4Q- ; Steel Pipe Handrail t3 Rail}
150
LF
$
200.00
$30,000.00
Safety Pipe Rail {2 }
100
LF
$
100.00
$ 10,000.00
LA -APING F i L�S F _Ai
-1 Seed and Mulch 500
:
SY
$
3.00
$110500.00
-- 41 Sodding (To Match Existing) (See Notes)
25,000
SY
$
4.90
$122,500.00
Synthetic Turf (ForeverLawn or Equal) with 2.5" Foam Underlay "FI}
19000
$359000.00
SY
$ 35.00
145 Top Soil (6Thick)
25100
SY
8.00
$16,000.00
y:446' Poured in Place Rubber Mulch (Rainbow Turf Products or. Equal) (F&I)
500
SY
$
50.00
$252000.04
$81,000.00
.114 .! Stump Removal
84
20
EA
$
100.00
14ri8 Tree Relocation
~ EA
$ 100.00
$23000.00
j"t-4
rt'•::4 Tree Removal (Less than 12" Caliper)
$12,500.00
�50
EA
$ 250.00
,,rrti
12"
SQ �r Tree Removal. ( - 24" Caliper}
50
EA
$
500.00
$25,000.00
' 11.T'Tree Removal Palms - All Sizes)
50
EA
t $
30t1.00
$15,400.00
•�2.., t Root Pwing (0 -36 deep)
$ 0,000,d0
23,000
LF I $ 10.00
:} r53.. 18 Root Barner
..
100
LF
$
20.00
$2,000.40
LF
$
20.00
$20,000.00
�.154.'24" Root Barrier
1 000
•yR . r 36" Root Barri•er
81000
500
LF
LF
$
$
22.00
35.00
$1762000.00
48" Root Barrier
$17,500.00
Vegetation Relocation (Including watering)
] 0
HR
$
50.00
$500.00
=1. 2" PVC Pipe (Schedule 40)
$99750.00
1,400
LF
$ 9.75
PVC Pipe (Schedule 40)
LF
$
25.00
1001
$2,500.00
1:64: 6" PVC Wipe (Schedule 40)
200
LF
$
25.00
$52000.00
EQUIPMENT ITEMS
161. ` 3 CY Loader - Day
10
EA
$
1,200.00 $12,000.00
b� 1- 112 CY I3ackhoe - Day
10
EA
$
1,500.00
$15X0.00
1.63: 40 Ton Crane, Crawler or Wheel Mount - I)ay
15
EA
$
2,000.00
$30,000.00
PILING AND SHEETING ITEMS r
��
164- •. 8" Treated Timber Piling
1001 LF
$
60.00
$63,000.00
165 10" Treated Timber Piling
100
LF
$
75.00 $7,500.00
166 10" Treated Timberguard"m Woad Piling
5001
LF
$
85.00
$42,500.00
167 12" Square Precast Pre -Stressed Concrete Piling
500
� LF
� $
105.00
$529500.00
P-6A
Page 337 of 433
Agenda Item #19.
BID PROPOSAL
ANWAL PATHWAY AND MINOR CONSTRUCTION
CONTIUC'T'
PBC PROJECT # 2020055
ITEM ITEM DESCRIPTION
QTY
UNITS
UNIT PRICE
AMOUNT
168 14" Square Precast Pre -Stressed Concrete Piling
100
LF
$ 110.00
$11,o00.00
Temporary or Permanent Steel Sheet Piling
100
SF
$ 100.00 $1 %900.00
SIGNIING AND - G ITEMS
-#: 10- ADA Handicapped Parking Sign - Furnish & Install 5 EA $ 650.00 $3,250.00
11= Traffic Paint (All widths & Colors) (See Notes)
5001 SF
$ 3.00
$1,500.00
i : `' l?" Thermoplastic Pavement Marking (All Widths & Colors) (See Notes)
500
SF
$ . 7.00
--- $3,500.00
wheel Stops - Furnish & Install
100
f EA
$ 60.00
$69000.00
a : , 41,1 Rernave & Re -Install wheel Stops
100
EA
$ 30.40
$3,000.00
Sign (Relocate)
20
EA
$ 100.00
$22000.00
?6, t Speed Humps
- $-- - -- - 95.00Y
_ f $95,404.00
1,000
SY --
- j 17 Stamped Colored Concrete (5 Thick)
1.041
SY
$ 65.00
$6,500.00
8 {_ Steel Bollard
20
EA
$ 600.00
$12,004.00
201
S
EA
$ 11,000.00
= . - Removable Dollard
$20,UU0.00
CLEOUS iums
= J90 Premium for Conflict Condition 5 EA $ 2,000.00 $10,000.00
Premium to Increase Box Depth to > 10' 5 EA $ 1,000.00 $5,000-00
8 Fremiurn to Increase Box from P to 3 5 EA $ 1,000.00 $5,400.00
�.;:. IPE Boardwalk Decking & Top Rail (51 6 ) Furnish & Install 13,000 LF $ 19.00 $191,000,00
=; -�I T Mail Boxes (Reset) 150 EA I $ 20.40 $3,000.00
I•$ .. Pull Boxes (Brooks) 5 EA $ 750.00 $3,750.00
Sandblasting - 1{2 Day
Yam•- '7.�
• Y
S Sandblasting -Full Day
20
10
EA
EA
$ 11,000.00
_ $ 1,9200.00
$20,000.00
$12,000.00
A", Pressure Cleaning
10
ED
$ 1,400.00
$103000,00
V Southern YeUow Pine Lumber - Furnish & Install
tin .•�: .�,.,
151,000
BF
$ 8.00
$12%040.00
203,000
BF
w 1.9,0 :'. Southern Yellow Pine Lumber - Removal & Disposal
$ 1.00
$20po.00
TMAL BID AMOUNT
3,5 ,22'5.04
THE COUNTY DOES NOT GUARANTEE THE ACCURACY OF THE FORMULAS AND EXTENSIONS USED IN THIS SPREADSHEET.
THE ITEMS AND QUANTITIES ABOVE, SHALL GOVERN OVER THE PLANS.
PAY ITEM FOOTNOTES IN CONSTRUCTION PLANS SHALL ALSO BE INCLUDED IN ITEM UNIT PRICE.
All costs for Maintenance of Traffic (MOT) shall be considered incidental to, and shall be included in, unit prices for the pay items.
As-builts shall be paid per plan sheet
Removable Ballard - Includes all costs associated with installation of removable bollards at locations designated by the County. All labor and materials,
including excavation, rock drain, concrete foundation, bollare pipe, ground sleeve with locking mechanism, painting and restoration of the area, are
incidental to the item.
P-7A
Page 338 of 433
Agenda Item #19.
BIRPROPOSAi,
AL PATHWAY Axe MWOR CONSTRUCTION
CONTRACT
-PBC PROJECT #2020055
TEM � ITEM DESCRIP' ON I STY UNITS UNIT PRICE � AMOUNT
Steel Bollard - Includes all costs associated with installation of steel bollards at locations designated by the County. All labor and materials, including
excavation, concrete foundation, bollard pipe, painting and restoration of the area, are incidental to the pay item:
Clearing and Grubbing Specifications for various processes required under clearing and grubbing item. Also includes cutting and capping irrigation
lines.
Pumping or Hand Placement of Concrete - These items shall include all equipment and labor required for placement of concrete in areas not accessible
by conventional concrete truck (assumed 12' long chute), either by hand or by pumping, and shall be in addition to the per square yard price for 4" and
6" concrete items.
Pump Mix for Concrete Pumping - This item represents a surcharge to the per square yard price for 4" and 6" concrete items to cover costs for special
admixtures, etc. required for pumping concrete under Pumping or Hand Placement of Concrete items.
Concrete Sidewalk Items - These items shall include all materials, labor and equipment.
Concrete Sidewalk (6" Thick) (ADA Ramps) - includes only areas of the ramps and transitions back to level sidewalk.
Concrete Traffic Separator Removal - Includes removal of base material or any other material unsuitable for planting which may be located in the
traffic separator area.
The cost to construct curb pads shall be included in the unit price for each respective curb item.
Concrete Curb Type D shall include Athletic Field Backstop Curbing.
Dewatering - well Point equipment up to 150 points complete, including pump and associated jetting equipment. well Point Equipment shall only be
used in the prosecution of work under this contract as requested by the appointed Palm Beach County Project Supervisor.
Double Rail wood Fence Relocation - Includes all labor, equipment and materials required for removal of wood fence rails and posts, stockpiling and
Protecting material and re -installation of posts and double rail wood fence. Furnishing and installing replacement items which have been damaged
during removal or storage shall be considered incidental to the pay item.
Double Rail wood Fence Removal -- Includes all labor) equipment and materials required for removal of wood fence rails and posts and stockpiling on -
.site, for recovery by C.Qwty personnel or proper disposal by Condor!
Removal and disposal of existing item to be replaced or repaired shall be incidental to all drainage structure items.
Drainage structures shall include as incidental removal of existing structure to be replaced.
Equipment Items - 40 Ton Crane, Crawler or wheel mount, 3 CY Loader, 1.5 CY Backhoe - Bid Price shall include all costs - equipment, labor,
materials, operator(s),delivery, pick-up, maintenance, fuel, etc. are incidental to this item.
Excavation includes cutting and capping irrigation lines.
Fin sh Existing Rock Base - Includes all labor, equipment and baserock material sufficient to level, lightly grade and compact the existing rock base
prior to application of prime coat.
Finish Grading - Includes all labor, equipment and materials required for fine grading and shaping of areasdisturbed by other operations. Finish
Grading does not replace grading and shaping incidental to the items Sodding and Seeding and Mulching.
Milling Existing Asphalt Pavement Items per square yard are based on the indicated depth of milling. In the event that other milling depths are
required, the contract price for Mill Existing Asphalt Pavement will be adjusted in (11211) increments.
.Mill Existing Asphalt, Full Size Milling Machine - Includes use of milling machine, broom tractor, and other equipment as required, transportation of
equipment to and from the work site, all labor for actual milling and clean-up and satisfactory disposal of milled material. Payment shall be based upon
actual time for milling and clean-up. Preparation of areas to be Milled, clean-up and disposal of milled material shall be considered incidental to the unit
price bid.
Misc Asphalt - Includes surface courses, friction courses and other miscellaneous asphalt as required.
Thermoplastic Pavement Marking and Traffic Paint . Includes all labor, equipment, materials, etc_ )required to furnish and install pavement marking in
parking lots and other areas. All items, including parking space markings, lane lines, stop bars. handicapped symbols, directional arrows and messages,
in any or all colors, shall be considered incidental to the pay item.
P-SA
Page 339 of 433
Agenda Item #19.
BID PROPOSAL
ANINWAL PATHWAY AND- MANOR CONS T RUC. TION
CONTACT
PBC PR03E. CT # 202,0055-
EM # ITEM IIESCRUMON QT'Y UNITS UNIT PRICE AMOUNT
T yr� �y�-�-..;e...r.ti.�•.•-...•fir..... w.. r....,... ���.Y,c :'C.r` ...�•-`-�...-_•tea-+�;7-+.w.••-.-..r+�.�r;� .�.�.1 �-�r-.•r.� w.�._.r,.•t w,r'�,a,••---------+-� ..-•;Y.^�1:{t'� 'TSi7•. ti
p�b�e� =Mac ' e= .hoer in ••��' .. �.4; _ � .. , ... ::. - �-� r..:.� � :��. .,•.. , _ �.:�::: � ..�����:
:1 o . drtableinlp :alb r fvr cI s ; > - t 3# •' _ d: tip: d=sabfao .chsf ed
• •'a+: •µ: - '�j. ;•,; . •ti-- 5J •- .; ti. _ �Y T, '. r•yfat~�1;�.
ni�a; Pa s1l+e 'mod:poit aeia hour =�� att olen�u; 0f41. a: berde _ _ id to
_ _ •il 'v. ' �• � _� _•:' �� �y �f - .� :X� � . . y� . ' y.��{q - =+ iv'� : 'C::. ..y .r. - _ �`I� :.c�.�ij�r:C �= �:;.��� .�: ',s f "y�•`/�S� :"- • r %:'� ;' �•r� • +� . • n1[ - k:� - :q t '�: : }� • � ;' s i.
/� 'x���•%� _ .[ T7 :.i :;, I. r '•l, ;4 .`�1:: _ •'�' * h. '.�i �•�' - _ _ i7: =Y-+: -�� yy'. F "� Y.: _ t. ;.*•L' ?}•y' .t± -: �+i y • t .
��r �o�le �� :s.�#�J�.��. • �•Y• 1. - �s'.� ~r' '1' _ . �� i � �-..+ _ r �'• , - �•� .� t �"iY • - � ��sh-�•�'. �.,,. s�•�.. • 1`. r �' �. i • ��,
�' � _ �•.ei�:' �'�`r :: - :4.. • �. �'� s. • i�.•� ..�i• v: Q-' . }'i'. ..:'•s �.0.. ►. - z...iy•i.:,;�C - .fix?. f�R3 r• n 7� *'•' ,?.!%�i�
:'.tie r rirtS>�'' - � t' �� ,,.. S• •.t- .S�.-. -•�.: L.. r'd�' �Ai� � "= V �..� ��i: •�• :Jy=�
.�-1i... .'.��•.�:• Rt.,: �a,�i_.,.�ir :;.;, ..-:�C:�� : n.. +�Ikia�.. �. •�Y� r�.i '.:i � .. _ ..r.. . �.i" ' • ._ �.. � � � %• .. .. .• •�... ... � C7�' ..� ii � ••.il_ '+ � .f, , r.. ..•• '.ti.7 y : .iC..•- -1'-•`r- '.S. .r7C• :r.:... .s:.t- .f91 • .�: ,4_ :y. S...s7��� �" '•k:' �.--.r r.3c.._v.:}�.•R;lA •
Pressure Cleaning -Can be paid in half day increments
Remove Existing Asphalt, and Mill Existing Asphalt items - Include all equipment, labor, etc. for removal and disposal of existing asphalt pavement
material. Unit Prices shall be based upon a I" depth of milling. The contract prices will be adjusted in Vz" increments for other milling depths.
Root Barrier - Root removal shall be incidental to all root barriers
Root Pruning shall be paid per each tree
Rubble Rip -Rap - includes finish grading, filter fabric, installation, etc. All labor and materials, including restoration of the area, are incidental to this
item.
Temporary or Permanent Steel Sheet Piling Piling material shall be PZ27 or equal. All work -shall be in accordance with FDOT Standard
Specifications, Section 455, Structures Foundations. Per square foot price is for Temporary or Permanent Sheet Piling actually installed and accepted by
the County, including all labor, equipment and materials, cutting, splicing, dynamic and static testing, adjustments resulting from testing, removal
offemporary piling and restoration of the area.
Sodding - Pay Item shall include all work necessary to install and establish, including watering and fertilizing to sustain an established turf until final
acceptance at no additional cost. Item shall also include the filling, leveling and repairing of any washed or eroded areas, as may be necessary.
Southern Yellow Pine Lumber (F&I) - Southern Yellow Pine Lumber shall be pressure treated marine grade southern pine # 1, or better, treated to 4.4
pcf retention of ACQ (AWPA UC4A, or better) and shall be paid for by boardfoot furnished and installed and accepted by the County. Cost per board
foot installed shall include all labor, equipment and materials, fasteners, and cutting and shall include a maximum of 10% wasteover and above installed
Material measured in the field.
Square Precast Prestressed concrete piling - Include all costs associated with installation of Pre -stressed Concrete pilings at locations shown on plans
or as designated by the County. Contractor shall receive detailed design plans for eachinstallation, signed and sealed by a Professional Engineer licensed
in the State of Florida.. All labor and materials, Gutting, splicing, dynamic and static testing, adjustments resulting from testing and restoration of the area
are incidental to the item. All work shall be in accordance with FDDT Standard Specifications, Section 455, Structures Foundations. Per foot price is
for Precast Pre -stressed Concrete Pilings actually installed and accepted by the County.
All Tree Removal items shall include all costs associated with tree removal including MDT (if required), reduction of canopy, felling of trunk, stump
removal, debris disposal and backfilli.ng of hole with suitable material to provide a uniform grade.
Replace Sprinkler System - Includes the cost of labor, as well as all parts, such as pipe, heads and fittings.
Treated Timber Piling - Include all costs associated with installation of treated Southern Pine pilings at locations shown on plans or as designated by
the County. Contractor shall receive detailed design plans for each installation, signed and sealed by a Professional Engineer licensed in the State of
Florida. Alllabor and materials, cutting splicing, dynamic and static testing, adjustments resulting from testing and restoration of the area are iMidental
to the item. All work shall be in accordance with FDCT Standard Specifications, Section 455, Structures Foundations. Southern Pine timber shall be
pressure treated, 2.5cca or better. Per foot price is for Treated Timber Pilings actually installed and accepted by the County.
Treated Timberguard Wood Piling-10" Treated TimberguardTM Wood Piles shall be paid for by Linear Feet furnished and installed and accepted by
the County. Cost per Linear Feet installed shall include all tabor, equipmentand materials, fasteners, and cutting and shall include a maximum of 10%
waste over and above installed material measured in the field.
P-9A
Page 340 of 433
Agenda Item #19.
Ow PROSAL
AN"AL PATHWAY AND NMOR CONS MUCTION
CONTRACT
PBC PROJECT #2020055
ITEM DESCRIPTION I QTY I UNITS UMT PRICE j AMOUNT
Wheel Stops - Includes all labor, equipment and materials required for removal of wheel stops and re -bar or other methods of attachment, stockpiling
and protecting wheel stops and accessories and re -installation of wheel stops by an acceptable attachment method. Furnishing and installing replacem
wheel stopsandlor attachment devices which have been damaged during removal or storage shall be considered incidental to the pay item.
P-10A
Page 341 of 433
Agenda Item #19.
Office of
Equal Business Opporturkit3r
50 South Military Trail, suite 202
West Palm Beach, FL 33415
(561) 616-6840
www.pbegov.com/oebo
PALM $EACH COUNTY
OEBO
Pain Beach Gonm►q
Board of County
Conunisstouers
Dave Kerner, MpLyor
Robert S. Weinroth, Vice Mayor
Hal R. Valeche
Gregg K. Weiss
Mary Lori Berger
Melissa NMcRinlay
Mack Bernard
County Admbmstrator
Verdenia C. Baker
"An -EgUal Opparnmfty
ffirmadve Action Emptoyer"
official Electrwic Letterhead
E"LUATIUN:
Low Biddr: Wynn & Sons Environmental Construction Co. is
responsive to the API of 15% minimum mandatory SBE participation.
Z'd Low Bidder: All Paving, Inc. is responsive to the API of 15%
minimum mandatory SBE participation.
3rd. Btdder: west Construction is responsive to the API of 15%
minimum mandatory SBE participation.
41h Bidder: Community Asphalt is responsive to the API of 15%
minimum mandatory SBE participation. However, they did not submit
a schedule 2 for all of their subcontractors. The Letter of Intent
indicates that ALL subcontractor must complete and it must be
submitted with the bid/proposal.
Page 342 of 433
Agenda Item #19.
Office of
Equal Business Opportunity
50 South Military Trait, Suite 202
West Palm Beach, PL 33415
(561) 61 b-6840
www pbcgov,comloebo
PALM BEACH COUNTY
0 E 0
Palnn Be"h County
BoaM of County
Commissioners
Dave Ziemer, Mayor
Robert S. Weinroth, Vice Mayor
Hal R. Valeche
Gregg K Weiss
Mary Lou Berger
Melissa McKinlay
Mack Bernard
County hdministmtor
Verdenia C. Baker
"An Equal Opport mity
Affinnative Action Employer"
Official Electronic Letterhead
DATE: August 25, 2020
To: Holly B. Knight, F.E., Contracts Section Manager
FROM: Angela D. Smith, Small Business Development Specialist III
Office of Equal Business opportunity
SUBJECT: Compliance Review on Annual Pathway and Minor
The following bids, opened by the Department of Engineering and Public Works
on August 4, 2020. have been evaluated according to the provisions set forth for
the Affirmative Procurement Initiative {API} for Construction: SBE Subcontracting
Program - 15% minimum mandatory, established for the above -mentioned
solicitation. There is no rounding. Non-SBE team members' participation are not
counted toward the API.
Bidder #1:
Phone:
Total Bid Amount:
SBE Prime:
Total API Achieved:
TEAM
'WYNN & SONS
FINE -LINE STRIPING, INC.
Wynn & Sons
7268 Belvedere Road
West Palm Beach, FL 33411
561-686-6077
$9,56,225.00
YES
90-69%
EBo STATUS EXP. DATE PERCENTAGE
SBE-PRIME 1/19/2023 8911%
SBE 5/29/2021 118 f
Bidder #2: All Paving, Inc.
23123 N. State Road 7
Boca Raton, FL 33428
Phone: (954) 688-9600
Total Bid Amount: $10,621,92 5.00
I Wynn & Sons indicated on their Schedule 2 that their SBE participation would be 98%
various services, this is not indicative of precisely what will be performed. Items listed
on the bid tab that are not included in their certification have been deducted in this
review.
2 Fine -Line Striping indicated they would be performing 2% of the work, the calculations
totaled at 1.8%, there is no rounding.
Page 343 of 433
Agenda Item #19.
a �
Office of
Equal Business Opportunity
50 South Military'Yail, Suite 202
West Palm Beach, FL 33415
(561) 616-6840
www phogav comloebo
PALM BEACH COUNTY
OESMSOPO
0"x2%WM1W Powum"
Ptxn Beach County
Board of County
Commissioners
Dave Kerner, Mayor
Robert S. Weinroth, Vice Mayor
Hal R. Valeche
Gregg K. Weiss
Mary Lou Berger
Melissa McKinlay
Mack Bernard
County Administrator
Verdenia C. Baker
"An Equal OWorttmf t'
Affirma&eAcdon Empkyer"
Official Electronic Letterhead
SBE Prime:
Total API Achieved:
TEAM
3ALL PAVING INC
YES
80%
EBO STATUS EXP. DATE
SBE 6/12/2021
PERCENTAGE
80%
Bidder #3:
'SI1Test Construction, Inc.
820 North 4thStreet
Lantana,, FL 33462
Phone:
(561) 588-2027
Total Bid Amount:
$10;660F293.75
SBE Prime:
NO
Total API Achieved:
I S%
TEAM EBO ST
D.W. RECREATION SERVICES, INC. S/WBE
POSEIDON DREDGE & MARINE, INC. SBE
Bidder #4:
Phone:
Total Bid Amount:
SBE Prime:
Total API Achieved:
PERCENTAGE
■' .&V/ LVLL i.jrr0J/V
1/25/2021 1105%
Community Asphalt Corp.
7795 Hooper Road
West Palm Beach, FL 33411
(786) 418-3489
$28,308,876.11
NO
20,9%
TEAM
EBO STATUS EXP. DATE
PERCENTAGE
MATADOR CONSTRUCTION
S/MWBE 1/15/2023
19.9%
Wm D. ADIEMY, JR.
SBE 3/21/2023
1%
AzoZA BROTHERS
NON-SBE --
1.89%
PAVEWAY SYSTEMS
NON-SBE
.18%
MURRAY LOGAN CONSTRUCTION
NON-SBE --
.87 %
3 All Paving Inc. indicated on their Schedule 2 that they would be providing bid tab items
1-190 as an SBE at 8094. They only received credit for services that they are certified for.
Page 344 of 433
Agenda Item #19.
Office of
Equal Business Opporhndty
50 South Military Trail, Suite 202
West Palm Beach, FL 53415
(561) 616-6840
www.pbcgov.com/oebo
PALM BEACH COUNTY
OEBO
QW�I��l,IS�IESS 4�P�A1'�IMTY
ftim Beau County
Board of County
Commissioners
Dave Ee rner, Mayor
Robert S. Weinroth, Vice Mayor
Hal R. Valeche
Gregg K. Weiss
Mary Lou Berger
Melissa McKinlay
Mack Bernard
County !Administrator
Verdenia C. Baker
"An Equal Opportunity
Affirmative Action Employer"
Official Electronic Letterhead
EVALUATION:
Ln Bidd r: Wynn & Sons Environmental Construction Co. is
responsive to the API of 15% minimum mandatory SBE participation.
ZRd Low Bidder; All Paring, Inc. is responsive to the API of 15%
minimum mandatory SBE participation.
3rd Bidder: West Construction is responsive to the API of 15%
minimum mandatory SBE participation.
41h Bidder: Community Asphalt is responsive to the API of 15%
minimum mandatory SBE participation. However, they did not subunit
a schedule Z for all of their subcontractors. The Letter of Intent
indicates that ALL subcontractor must complete and it must be
submitted with the bid/proposal.
Page 345 of 433