Loading...
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