Loading...
Agenda 06/24/2014 Item #16A 56/24/2014 16.A.5. EXECUTIVE SUMMARY Recommendation to award Contract No. 14 -6268 — 28`" Ave SE Bridge to Quality Enterprises USA, Inc., in the amount of $668,777, Project No. 60123. OBJECTIVE: To award contract 414 -6268 to Quality Enterprises USA, Inc., for construction of the 28t Ave SE at the Miller Canal to replace the existing crossing with a pile- supported bridge. CONSIDERATIONS: The South Florida Water Management District (SFWMD) has been experiencing a drainage problem in the Miller Canal in the Southeast portion of northern Golden Gate Estates. Currently there is a sand - cement bag (rip -rap) constructed crossing at the western end of 28th Avenue SE, to cross over the Miller Canal. The crossing is still structurally acceptable, however continued single family home development in the Estates over the years has generated more runoff which now cannot pass under the crossing at a sufficient rate. The three 60 -inch pipes installed through the structure have insufficient capacity to allow the desired amount of stormwater to flow through during storm events that are of significant duration and /or intensity. The bid for the 28th Avenue SE crossing Replacements project was advertised on April 21, 2014 in the Naples Daily News. Staff emailed 2367 notices to interested subscribers and 92 vendors downloaded the specifications. Six bids were received by the May 16, 2014 due date. The bids were reviewed by the Transportation Engineering staff and the Project's Design Professional in conjunction with the Purchasing Department. The following bids were received: The bids have been tabulated and verified by the Purchasing Department. Quality Enterprises USA, Inc., was shown to be the lowest, responsive, qualified bidder. A bid analysis was performed by Engineering staff to determine if there were any anomalies in the bids and to judge the credibility of the Engineer's estimate. The analysis showed that the bids are overall consistent. The Design Engineer's initial opinion of probable cost for the project was lower than the bids received. The Design Engineer's opinion of probable cost is $536,796.83. The bid analysis shows a cost increase in bridge related items that were similar to what we have recently experienced on comparable items related to road work, which comes from an increased demand for construction products and materials. Also the remote location and hence the logistics of furnishing materials Packet Page -522- Contractor Bid 1 Quality Enterprises USA $ 668,777.00 2 Anzac Contracting, Inc $ 694,923.67 3 Zep Construction, Inc. $ 71 7,426.23 4 Kelly Brothers, Inc. $ 848,601.55 5 Thomas Marine, Inc. $ 917,024.60 6 Shoreline, Inc $1,004,249.53 The bids have been tabulated and verified by the Purchasing Department. Quality Enterprises USA, Inc., was shown to be the lowest, responsive, qualified bidder. A bid analysis was performed by Engineering staff to determine if there were any anomalies in the bids and to judge the credibility of the Engineer's estimate. The analysis showed that the bids are overall consistent. The Design Engineer's initial opinion of probable cost for the project was lower than the bids received. The Design Engineer's opinion of probable cost is $536,796.83. The bid analysis shows a cost increase in bridge related items that were similar to what we have recently experienced on comparable items related to road work, which comes from an increased demand for construction products and materials. Also the remote location and hence the logistics of furnishing materials Packet Page -522- 6/24/2014 16.A.5. and crews to the 28th Av SE area contributed to higher prices. The unit prices were patterned similarly from all bidders. Given these factors, staff has determined that the bids received were reasonable and is therefore recommending that a contract be awarded to the low bidder, Quality Enterprises USA, Inc., whose bid is 24% above the estimate. FISCAL IMPACT: Funding from SFWMD Agreement 4600002912, in the amount of $575,000, is available in Growth Management Division (GMD) Grant Fund 711, Project 60123. The additional funding of $ 93,777 is available in the Stonnwater Capital Fund 325, Project 60123. Source of funds are local SFWMD and ad valorem funds. The annual general maintenance cost for this bridge will be approximately $1500. The bridge life expectancy is 75 years as determined by the design engineers. GROWTH MANAGEMENT IMPACT: Th objectives of the Drainage Sub - element of the Stormwater Management. project is in accordance with the goals and Growth Management Plan for Collier County LEGAL CONSIDERATIONS: This item is approved as to form and legality, and requires majority vote for Board approval. —SRT RECOMMENDATION: That the Board of County Commissioners award Contract No. 14- 6268 to Quality Enterprises USA, Inc. in the amount of $668,777 for the construction to replace the crossing for 28th Ave SE at the Miller Canal with a pile- supported bridge, and authorize the Chairman to sign the attached contract after final review by the Office of the County Attorney. Prepared by: Shane Cox, P.E., Sr. Project Manager, Transportation Engineering Department Attachments: (1) Bid Tabulation Sheet; (2) Bid Tab w analysis; (3) Engineer's Estimate; and (4) Contract 14 -6268 may be viewed at http: / /www.colliergov. net/ ftp// A2endaJune24/ Growt hM!zmt /ConstructionContract.pdf Packet Page -523- 6/24/2014 16.A.5. COLLIER COUNTY Board of County Commissioners Item Number: 16.16.A.16.A.5. Item Summary: Recommendation to award Contract No. 14 -6268 - 28th Ave SE Bridge to Quality Enterprises USA, Inc., in the amount of $668,777, Project No. 60123. Meeting Date: 6/24/2014 Prepared By Name: CoxShane Title: Project Manager, Senior, Road Maintenance 5/27/2014 3:24:09 PM Submitted by Title: Project Manager, Senior, Road Maintenance Name: CoxShane 5/27/2014 3:24:09 PM Approved By Name: TaylorLisa Title: Management/Budget Analyst, Transportation Administration Date: 5/28/2014 4:02:09 PM Name: AhmadJay Title: Director - Transportation Engineering, Transportation Engineering & Construction Management Date: 5/30/2014 9:52:19 AM Name: PutaansuuGary Title: Project Manager, Principal, Transportation Engineering & Construction Management Date: 5/30/2014 3:09:56 PM Name: Evelyn Colon Title: Purchasing - Procurement Specialist Date: 6/3/2014 3:03:22 PM Name: LynchDiane Packet Page -524- Title: Supervisor - Operations, Road Maintenance Date: 6/3/2014 3:21:55 PM Name: WardKelsey Title: Manager - Procurement, Purchasing & General Services Date: 6/3/2014 4:47:53 PM Name: JohnsonScott Title: Manager - Procurement, Purchasing & General Services Date: 6/3/2014 5:1.3:55 PM Name: ShueGene Title: Director - Operations Support, Transportation Administration Date: 6/3/2014 5:27:34 PM Name: Markiewiczloanne Title: Director - Purchasing /General Services, Purchasing & General Services Date: 6/4/2014 7:00:25 AM Name: KearnsAllison Title: Manager Financial & Operational Support, Transportation Administration Date:. 6/4/2014 4:40:48 PM Name: OberrathKaren Title: Accountant, Senior, Grants Management Office Date: 6/5/2014 12:43:23 PM Name: TeachScott Title: Deputy County Attorney, County Attorney Date: 6/5/2014 1:33:45 PM Name: MarcellaJeanne Title: Executive Secretary, Transportation Planning Date: 6/10/2014 9:49:16 AM Name: StanleyTherese Title: Management/Budget Analyst, Senior, Grants Management Office Date: 6/12/2014 4:29:16 PM Name: KlatzkowJeff Title: County Attorney, Date: 6/13/2014 11:27:44 AM Name: UsherSusan Packet Page -525- 6/24/2014 16.A.5. 6/24/2014 16.A.5. Title: Management/Budget Analyst, Senior, Office of Management & Budget Date: 6/17/2014 8:35:15 AM Name: OchsLeo Title: County Manager, County Managers Office Date: 6/17/2014 11:09:59 AM Packet Page -526- 6/24/2014 16.A.5. Packet Page -527- 8 8 8 m 8 F 8 p 8 8 P 8 8 8 8 8 8 P P p 8 8 8 8 2 8 a 8 8 81. 1. 8 I X F F 9 a m ai 9 2 1_ O 8 z 8 8 p ry 8 8 E 8 8 8 S. 8 8 R B S 8 8 8 8 8 8 8 8 y 8� 8 B. 8 8 8 8 8 8 0 8 8 8 s R S. 8$ n 8 s u g 9 9R N cr ti 9 2 9 z 2 s V �R g s a 5f a 4F g f2 s is si 2 2 9 88. E 8 P 8 8 8 8 8 8 8 8 88. 8 8 8 8 88. 8 8 8 8 8 8 8 8 888888 g g 9 B a 9 E 1 2 zi s a Z; Cr Z a a �2 E2 s Z; O I Iz S2 10 7 T 0 < < z z .0 2 N s o m a o Iz Iz I W w 8 8 8 a w < I a- M. RM N ;z S' ;-� $ I I H I I Packet Page -527- }\ \z 77; / {q Packet Page -528- 6/24/2014 16.A.§. !!!■, |! ;\ ° (k( °■lB,,,_.. #k #K; RPaas§!■ ,� ;:, ■n•© :A �� ■ #����_ 4r,■ ■!!B!�® � ; ■,B, §m■ ® »� ; ■ |�,�- )[/£■■® lBBEwwlrw kk ! &!§) (§ [ ) / ) \ � ) _ §E\ §! - -- !:(§ §)� --- «! - �..��, \z 77; / {q Packet Page -528- 6/24/2014 16.A.§. 6/24/2014 16.A.5. Bid Schedule - #60123 28th Avenue S.E. Bridge Replacement ROADWAY ITEMS ' Item No. 11tems jUnIt I Qty. jUnit Cost I Extented Cost 1 101-1 MOBILIZATION LS 1 $67,000.00 $67,000.00 2 101 -1.1 PROVIDEIMAINTAIN SIGNED AND SEALED "AS BUILT" PLANS LS 1 $2,000.00 $2,000.00 3 101 -1 -2 PROVIDE CONSTRUCTION SURVEYING AND LAYOUT LS 1 $7,000.00 $7,00020 4 101 -2 PROVIDEIMAINTAIN PROJECT SCHEDULE LS 1 $3,000.00 $3,000.00 5 102 -1 MAINTENANCE OF TRAFFIC LS 1 $8,770.00 $8,770.00 6 102 -2 -1 SPECIAL DETOUR 1 LS 1 $84,000.00 $84,000.00 7 102 -3 COMMERCIAL MATERIAL FOR DRIVEWAY MAINTENANCE CY 250 $34.00 $8,500.00 8 102 -60 WORK ZONE SIGN ED 2700 $0.401 $1,080.00 9 102 -71 -11 BARRIER WALL, TEMPORARY, F &1, CONCRETE LF 400 $23.00 $9,200.00 10 102 -74.1 BARRICADE, TEMPORARY, TYPES VP & DRUM OR LCD ED 1125 $0.30 $337.50 11 102 -74-2 BARRICADE, TEMPORARY, TYPE III, 6' ED 900 $0.50 $450.00 12 102 -76 ARROW BOARD /ADVANCE WARNING ARROW PANELS ED 450 $10.00 $4,500.00 13 102 -79 TYPE C STEADY BURN LIGHT, TEMPORARY, BARRIER WALL MOUNT ED 2025 $0.50 $1,012.50 14 102 -99 PORTABLE CHANGEABLE MESSAGE SIGN, TEMPORARY ED 478 $15.00 $7,170.00 15 104-11 FLOATING TURBIDITY BARRIERS LF 360 $10.00 $3,600.00 16 104 -10-3 ISEDIMENT BARRIER LF 531 $2.00j $1,062.00 17 107 -1 LITTER REMOVAL AND DISPOSAL AC 4.000 $250.00 $1,000.00 18 107 -2 MOWING AC 4.000 $350.00 $1,400.00 19 110.1 -1 CLEARING AND GRUBBING AC 0.573 $12,000.00 $6,876.00 20 110-3 REMOVAL OF EXISTING STRUCTURE LS 1 $4,000.00 $4,000.00 21 11 G-7-1 MAILBOX, F &I SINGLE EA 7 $100.00 $700.00 22 120-1 REGULAR EXCAVATION CY 152 $12.D0 $1,824.00 23 120-5 CHANNEL EXCAVATION CY 792 $17.00 $13464.00 24 120-6 EMBANKMENT CY 136 $20.00 $2,720.00 25 160 -4 TYPE B STABILIZATION SY 1023 $4.00 $4,092.00 26 285 -709 OPTIONAL BASE, BASE GROUP 09 SY 696 $12.00 $8,352.00 27 334 -1 -13 : SUPERPAVE ASPHATIC CONC, TRAFFIC C - TN. 147 -: $200.00 $29,400.00 28 G TN 0 $0.00 29 430 -174 -115 PIPE CULVERT, OPTIONAL MATERIAL ROUND, 15" SD LF 16 $70.00 $1,280.00 30 430 - 984 -123 MITERED END SECTION, OPTIONAL ROUND, 15" SD EA 2 $800.00 $1,600.00 31 514.71 -1 PLASTIC FILTER FABRIC, SUBSURFACE SY 880 $4.00 $3,520.00 32 520 -2 -4 CONCRETE CURB, TYPE D LF 60 $20.00 $1,200.00 33 530 -3-4 RIPRAP, RUBBLE, F & I, DITCH LINING TN 620 $54.00 $33,480.00 34 530 -74 BEDDING STONE TN 228 $40.00 $9,120.00 35 536 -1 -1 GUARDRAIL- ROADWAY LF 194 $19.00 $3,686.00 36 536 -1 -5 GUARDRAIL- ROADWAY, THRIE BEAM LF 150 $170.D0 $25,500.00 37 536-73 GUARDRAIL- REMOVAL LF 190 $5.00 $950.00 38 536-85 -22 GUARDRAIL END ANCHORAGE ASSEMBLY - FLARED EA 3 $2,500.00 $7,500.00 39 536.85 -26 GUARDRAIL END ANCHORAGE ASSEMBLY -TYPE CRT EA 1 $2,300.00 $2,300.00 40 570 -1 -2 PERFORMANCE TURF, SOD SY 590 $4.00 $2,360.00 41 700 -1 -11 SINGLE POST SIGN, F &I GROUND MOUNT, UP TO 12 SF EA 9 $295.00 $2,655.00 42 706-3 RETRO - REFLECTIVE PAVEMENT MARKER EA 26 $5.00 $130.00 43 711 -11 -125 THERMOPLASTIC, STANDARD, WHITE, SOLID 24" LF 26 $6.00 $156.00 44 711 -11 -251 THERMOPLASTIC, STANDARD, YELLOW, DOTTED /GUIDELINE /6-10 GAP EXTENSION, 6" LF 60 $1.25 $75.00 45 711 -15-211 1 ITHERMOPLASTIC, STANDARD -OPEN GRADED ASPHALT SURFACES, YELLOW, SOLID 6" NM 0.095 $5,600.00 $532.00 46 CC- 999 -999 PROJECT INFORMATION SIGN EA 2 $1,000.00 $2,000.00 47 TOTAL ROADWAY: $380,534.00 Bid Schedule - #60123 28th Avenue S.E. Bridge Replacement STRUCTURE ITEMS Item No. 11tems jUnit I Qty, jUnit Cost Extented Cost 48 40D-2 -4 CONCRETE CLASS II SUPERSTRUCTURE CY 6 $1,000.00 $6,000.00 49 400 -2 -5 CONCRETE CLASS II SUBSTRUCTURE CY 58 $700.00 $40.600.00 50 400 -2 -10 CONCRETE CLASS II CIP APPROACH SLABS CY 28 $430.00 $12.040.00 51 400 -2 -41 CONCRETE CLASS II TOPPING SLABS CY 48 $440.00 $21,120.00 52 400 -128 BRIDGE DECK GROUTED KEYWAY LF 450 $11.00 $4,950.00 53 400 -147 NEOPRENE BEARING PADS CF 4 $1,200.00 $4,800.00 54 415 -1 -4 REINFORCING STEEL (SUPERSTRUCTURE) LB 12972 $1.00 $12,972.00 55 415 -1 -5 REINFORCING STEEL (SUBSTRUCTURE) LB 7277 $1.00 $7,277.00 56 415 -1 -9 REINFORCING STEEL (APPROACH) LB 6,032 $1.00 $6,032.00 57 450 -3-21 PRESTRESSED CONCRETE SLAB UNITS LF 525 $190.00 $99,750.00 58 455 -34 -3 PRESTRESSED CONCRETE PILES (18 ") LF 449 $117.00 $52,533.00 59 455 -143 -3 TEST PILES (PDA) LF 46 $180.00 $8,280.00 60 458 -1 -11 BRIDGE DECK EXPANSION JOINT LF 137 $50.00 $6,850.00 61 563 -3 ANTI GRAFFITI COATING (SACRIFICIAL)' SF 852 $0.751 $639.00 62 N/A CAST IRON DECK DRAIN SHALL BE MODEL NO. R4015 -D BY NEENAH FOUNDARY CO. EA 4 $1.100.001 $4,400.00 63 TOTAL STRUCTURE : $288,243.00 64 TOTAL ROADWAY AND STRUCTURE BID: 1 $668,777.00 Packet Page -529- 6/24/2014 16.A.5. eg�em= 0 o Ba�fB� � ill { {{ {XXMXXXX {X { {M MXMXMMXMXM .anesta�exa °s °�e^ �sns2s?nen� XX :�s�ax XMMXMMXMX { { {MXM °s:onos�aes {M{MXXXX {y {XXMX - M { {M { { { { {{ { {XMX{MM�MM babe: „oc "e„ O� { {XXXMXXX Xis' { { { {X• { { { {MXXX a° "W „aaac.a q a -maane xag�eeamv =e a ° { { { { {X {geXXpN{ «aette�zR�accc�� B 8 { { { {XXXXXXX .. :gsamsn � mnai °mmmcnse= nsxmax 'd'onmmazzzemsn:= _."- Hasa ° -euew m_aaos sex. =s « ��p9y4 aR «R���« " sY” i L� R `R$BR: A aR =? Ba888 y ��M�gB «8 °8 ^: 6R$y ^ BSn68 8 =268 "8688 "8�ffi89C2Y� »9a2HG2cpFxq� R BB Baa96862aR �R�:9888 „R�«8m »FF " `a TS 9 9 B 9 6/24/2014 16.A.5. eg�em= 0 o Ba�fB� � ill { {{ {XXMXXXX {X { {M MXMXMMXMXM .anesta�exa °s °�e^ �sns2s?nen� XX :�s�ax XMMXMMXMX { { {MXM °s:onos�aes {M{MXXXX {y {XXMX - M { {M { { { { {{ { {XMX{MM�MM babe: „oc "e„ O� { {XXXMXXX Xis' { { { {X• { { { {MXXX a° "W „aaac.a q a -maane xag�eeamv =e a ° { { { { {X {geXXpN{ «aette�zR�accc�� XX { {XXXXXXS { { {{ F F Fi? na "a {X { { { { { { { {{ saaFe7e { { { {XXXXXXX .. :gsamsn �<�ae °soma °- saaasaFsao�ee °amen°_ mnai °mmmcnse= nsxmax 'd'onmmazzzemsn:= _."- Hasa ° -euew m_aaos sex. =s a a_a -a: ea a aassaszaas^ :� - f � a ' ^68882 86..,m BRSe&RBR96 888868885826966 8d2666 eA68868CF888 =4q i jp� «cep «E$�FPfl �.�RR:i60���YF �a8'�R$6�CRRSBC�'B:Cx�B « ��p9y4 aR «R���« " sY” i L� R `R$BR: A aR =? Ba888 y ��M�gB «8 °8 ^: 6R$y ^ BSn68 8 =268 "8688 "8�ffi89C2Y� »9a2HG2cpFxq� R BB Baa96862aR �R�:9888 „R�«8m »FF " S €6868689686 R 9286e 86886868868868889 R 6888 V d 9 „ 989888a 7 8886885 n 2sccy.c9 »» aM:aa x� »:aa�x2G : » »2 � cg "_3aa�Fxa_:aMFR 666RB828�99 9 8$88668686868 886888 R 8o 88 d869xd 88 8888882 888828" r g��g�aBFFRwF °a`eeagn�8� - °st R «tiyRw «an��gaaaYe ��egRgFFFR��r.� 88BRB688868R988a 28896& 888868668 68662288&26„ 6688889 68868RBq o ::�F2F " "2 "Fa" F� -•° -,F =�S » " »� zq „» - s s FR »C. :F »?a„ °a 668688282:8 ^- R68S668RA86R88 88RRRB98RRR99R688 ” 8888282224688 B 8” « ���88dF�FFSF`FFFF668c.�d6 y8Fx�29�2�9daaFcp ReR °aRFFF2azRF= 88 8 8 88 886 F p 8 ' •°.8d _ 8 6 8668686 8H 8668 RRS 888662, 88B6888xR2Ra 8 6 RR88 88 288 RF666 €288682 ^R6R886R8BBRRRB BRSRB B,B BRBR888'-°2266 epbe6x°t aA'�"eRB98: n � @��6��ce� �= R�e�H €��am•BaaRR �sRd�R�� "c���msmR��F B -a�e�BSg��E��. � 6888888:. R_ Oe^ 6R° eBRB8RBBFR8RR86888R6R8RR88 '�°SR8 8 aR °'- °222C696Y� ��$��� €� - °R��F ^ ° ° „R�RR�R ^Rg.c• ^AR ���a£� °set= _ c:.= Packet Page -530- B9 9 8889a 8 8 9 a 688885 x'68 F »G JR 3.'^. «A2Fj �xrW »8 »:wBFF 88 A BR 8:9 n6 88R66a °288 BRR F�Y�'� .•`.« �B8 aRF� 28866688886 88888_.R68a6 68688668886 88868 °66228 Fgg @�R9gaR edF "S” BS666H88888 86668 6866 98��`AR °p « «H �8 RR6ti «N�8 S «F3S3 «:: „„ Fw r;,FFF� RC °6686262888 8888€ ^8826 d8 a 888 8 FB88 T88 86 686 ° =R :6R8d886a6o$ 888RBm662a8C -- - - - - - - - - - ----- - - - - -- ^8868RSR68m 868 .826R8eB i lllllll MINE 6/24/2014 16.A.5. 100% PLANS CONSTRUCTION COST ESTIMATE PROJECT: 28th Avenue Bridge over Miller Canal DATE: 5/12/2014 Section 25, Township 49 South, Range 27 East PREPARED BY: RDF Section 30, Township 49 South, Range 28 East CHECKED BY. RDF Collier County, Florida PHASE: 100% Submission ROADWAY ESTIMATE ITEM No. DESCRIPTION UNITS CITY. UNIT PRICE TOTAL 101 -1 MOBILIZATION LS 1 $50,000.00 $ 50,000.00 101 -1 -1 PROVIDE /MAINTAIN SIGNED AND SEALED "AS BUILT" PLANS LS 1 $4,000.00 $ 4,000.00 101 -1 -2 PROVIDE CONSTRUCTION SURVEYING AND LAYOUT LS 1 $9,600.00 $ 9,600.00 101 -2 PROVIDE /MAINTAIN PROJECT SCHEDULE LS 1 $2,000.00 $ 2,000.00 102 -1 MAINTENANCE OF TRAFFIC LS 1 $10,000.00 $ 10,000.00 102 -2 -1 SPECIAL DETOUR 1 LS 1 $30,000.00 $ 30,000.00 102 -3 COMMERCIAL MATERIAL FOR DRIVEWAY MAINTENANCE CY 250 $30.00 $ 7,500.00 102 -60 WORK ZONE SIGN ED 2700 $0.21 $ 567.00 102 -71 -11 BARRIER WALL, TEMPORARY, F &I, CONCRETE LF 400 $12.50 $ 5,000.00 102 -74 -1 BARRICADE, TEMPORARY, TYPES I,II,DI, VP & DRUM OR LCD ED 1125 $0.10 $ 112.50 102 -74 -2 BARRICADE, TEMPORARY, TYPE III, 6' ED 900 $0.25 $ 225.00 102 -76 ARROW BOARD /ADVANCE WARNING ARROW PANELS ED 450 $0.25 $ 112.50 102 -79 TYPE C STEADY BURN LIGHT, TEMPORARY, BARRIER WALL MOUNT ED 2025 $0.15 $ 303.75 102 -99 PORTABLE CHANGEABLE MESSAGE SIGN, TEMPORARY ED 478 $14.00 $ 6,692.00 104 -11 FLOATING TURBIDITY BARRIERS LF 360 $7.50 $ 2,700.00 104 -10 -3 SEDIMENT BARRIER LF 531 $0.75 $ 398.25 107 -1 LITTER REMOVAL AND DISPOSAL AC 4.000 $15.00 $ 60.00 107 -2 MOWING AC 4.000 $25.00 $ 100.00 110 -1 -1 CLEARING AND GRUBBING AC 0.573 $7,500.00 $ 4,297.50 110 -3 REMOVAL OF EXISTING STRUCTURE LS 1 $1,000.00 $ 1,000.00 110 -7 -1 MAILBOX, F &I SINGLE EA 7 $120.00 $ 840.00 120 -1 REGULAR EXCAVATION CY 152 $12.00 $ 1,824.00 120 -5 CHANNEL EXCAVATION CY 792 $15.00 $ 11,880.00 120 -6 EMBANKMENT CY 136 $15.00 $ 2,040.00 160 -4 TYPE B STABILIZATION SY 1023 $6.50 $ 6,649.50 285 -709 OPTIONAL BASE, BASE GROUP 09 SY 696 $20.00 $ 13,920.00 334 -1 -13 SUPERPAVE ASPHATIC CONC, TRAFFIC C TN 147 $125.00 $ 18,375.00 337 -7 -73 ASPHALT CONCRETE FRICTION COURSE, TRAFFIC C, FC -9.5, PG 76 -22, ARB TN 0 $150.00 $ - 430- 174 -115 PIPE CULVERT, OPTIONAL MATERIAL ROUND, 15" SD LF 18 $60.00 $ 1,080.00 430 - 984 -123 MITERED END SECTION, OPTIONAL ROUND, 15" SD EA 2 $550.00 $ 1,100.00 514 -71 -1 PLASTIC FILTER FABRIC, SUBSURFACE SY 880 $4.00 $ 3,520.00 520 -2 -4 CONCRETE CURB, TYPE D LF 60 $20.00 $ 1,200.00 530 -3 -4 RIPRAP, RUBBLE, F & I, DITCH LINING TN 620 $72.50 $ 44,950.00 530 -74 BEDDING STONE TN 228 $65.00 $ 14,820.00 536 -1 -1 GUARDRAIL- ROADWAY LF 194 $20.00 $ 3,880.00 536 -1 -5 GUARDRAIL- ROADWAY, THRIE BEAM LF 150 $27.50 $ 4,125.00 536 -73 GUARDRAIL- REMOVAL LF 190 $2.50 $ 475.00 536 -85 -22 GUARDRAIL END ANCHORAGE ASSEMBLY - FLARED EA 3 $1,750.00 $ 5,250.00 536 -85 -26 GUARDRAIL END ANCHORAGE ASSEMBLY -TYPE CRT EA 1 $750.00 $ 750.00 570 -1 -2 PERFORMANCE TURF, SOD SY 590 $2.50 $ 1,475.00 700 -1 -11 SINGLE POST SIGN, F &I GROUND MOUNT, UP TO 12 SF EA 9 $290.00 $ 2,610.00 706 -3 RETRO - REFLECTIVE PAVEMENT MARKER EA 26 $5.00 $ 130.00 711 -11 -125 THERMOPLASTIC, STANDARD, WHITE, SOLID 24" LF 26 $3.76 $ 97.76 711 -11 -251 THERMOPLASTIC, STANDARD, YELLOW, DOTTED /GUIDELINE / 6 -10 GAP EXTENSION, 6" LF 1 60 1 $0.93 $ 55.80 711 -15 -211 THERMOPLASTIC, STANDARD -OPEN GRADED ASPHALT SURFACES, YELLOW, SOLID 6" NM 0.095 $5,500.00 $ 520.83 CC- 999 -999 PROJECT INFORMATION SIGN EA 2 $1,000.00 $ 2,000.00 Total for Roadway Items=j $ 278,236.39 Total for Bridge Items=j $ 258,560.44 TOTAL ESTIMATE CONSTRUCTION COST $ 536,796.83 Packet Page -531- 6/24/2014 16.A.5. 100% PLANS CONSTRUCTION COST ESTIMATE PROJECT: 28th Avenue Bridge over Miller Canal DATE: 5/12/2014 Section 30, Township 49 South, Range 28 East PREPARED BY: RJ Collier County, Florida CHECKED BY: BRS PHASE: 100% Submission BRIDGE ESTIMATE ITEM No. DESCRIPTION UNITS QTY. UNIT PRICE TOTAL 400 -2 -4 CONCRETE CLASS II SUPERSTRUCTURE CY 6 $780.00 $ 4,680.00 400 -2 -5 CONCRETE CLASS II SUBSTRUCTURE CY 58 $761.59 $ 44,172.22 400 -2 -10 CONCRETE CLASS II CIP APPROACH SLABS CY 28 $328.93 $ 9,210.04 400 -2 -41 CONCRETE CLASS II TOPPING SLABS CY 48 $592.06 $ 28,418.88 400 -128 BRIDGE DECK GROUTED KEYWAY LF 450 $10.07 $ 4,531.50 400 -147 NEOPRENE BEARING PADS CF 4 $900.16 $ 3,600.64 415 -1 -4 REINFORCING STEEL (SUPERSTRUCTURE) LB 12972 $0.82 $ 10,637.04 415 -1 -5 REINFORCING STEEL (SUBSTRUCTURE) LB 7277 $0.83 $ 6,039.91 415 -1 -9 REINFORCING STEEL (APPROACH) LB 6,032 $0.84 $ 5,066.88 450 -3 -21 PRESTRESSED CONCRETE SLAB UNITS LF 525 $161.79 $ 84,939.75 455 -34 -3 PRESTRESSED CONCRETE PILES (18 ") LF 449 $95.00 $ 42,655.00 455 -143 -3 TEST PILES (PDA) LF 46 $163.18 $ 7,506.28 458 -1 -11 BRIDGE DECK EXPANSION JOINT LF 137 $31.86 $ 4,364.82 563 -3 ANTI GRAFFITI COATING (SACRIFICIAL)* SF 852 $0.49 $ 417.48 N/A CAST IRON DECK DRAIN SHALL BE MODEL NO. R4015 -D BY NEENAH EA 4 $580.00 $ 2,320.00 FOUNDARY CO. * - QUANTITY INCLUDES ANTI - GRAFFITI COATING APPLIED TO CONCRETE CURBS, WING WALLS, ENDS FACES OF BENTS AND SIDE OF PRESTRESSED SLAB. Total for Bridge Items=1 $ 258,560.44 Packet Page -532-