Loading...
Agenda 10/28/2014 Item #16A1810/28/2014 16.A.18. EXECUTIVE SUMMARY Recommendation to approve a $546,837 Work Order under Request For Quotation 14- 6213 -7 to Douglas N. Higgins, Inc., to construct the stormwater improvements in Golden Gate City (20th Ct SW, 46th Terr. SW & 48th St. SW), Project No. 51029. OBJECTIVE: That the Board of County Commissioners approve a $546,837 work order to Douglas N. Higgins, Inc. to upgrade the stormwater management system in Golden Gate City. CONSIDERATIONS: In 2010, the Collier County Stormwater Section contracted for the Golden Gate City Stormwater System Inventory and Master Plan. This work inventoried the existing stormwater system and divided Golden Gate City into four quadrants of approximately one square mile each. Within these quadrants, the areas were further sub - divided into sub - systems. The inventory analyzed the conditions of the existing stormwater structures and pipes and made recommendations on a program to rehabilitate the existing stonmwater system. Most of the system is 50 years old and has passed its useful lifespan and is now functionally obsolete. The Board of County Commissioners (BCC) adopted the 2014 Capital Budget that identified the requirements for upgrading this stormwater system. One of the segments of this stormwater system rehabilitation project is included in the attached construction Work Order. In conjunction with a proposed FDOT LAP sidewalk that will be built following the completion of this project, the County is constructing a stormwater management system in the area of 20th Ct. SW, 46th Terr. SW & 48th St. SW. Request for Quotation (RFQ) 14- 6213 -7, "Golden Gate City Stormwater Drainage Improvements In Conjunction With Sidewalk Improvements (201h Ct. SW, 46th Tern SW & 481h St. SW)" was posted on September 4, 2014, and distributed to all vendors under the Fixed -Tenn Underground Utilities (Field/ Underground Utilities) Contract 14 -6213 via email. Four addenda were issued after the posting date. Five of the six vendors submitted quotations by the September 29, 2014, deadline. The quotations received are summarized below. VENDOR QUOTE Douglas N Higgins, Inc. $546,837.00 Enterprises USA, Inc. $582,317.72 -Quality Haskins, Inc. $741,478.00 Mitchell & Stark Construction Co., Inc. $747,530.68 Southwest Utility Systems, Inc. $845,950.00 Staff and local engineering consultant, Q. Grady Minor, Inc., determined the lowest quote is fair and reasonable, and recommend awarding the work order to Douglas N. Higgins, Inc. The quote is approximately 12% percent below the project consultant's $624,882.50 opinion of probable cost (Engineer's estimate). The Purchasing Department concluded that the quote was competitive and representative of market conditions. The quote summary, Work Order, Work Order Back -up and Engineer's estimate are attached (Attachments 1, 2, 3 and 4 respectively). The request for proposal informed the respondents that there may be unforeseen conditions associated with the project. The solicitation incorporated an allowance of $20,000 that included, but was not limited to, undocumented underground infrastructure which may be encountered during construction. The price for any additional work that would utilize this allowance shall be negotiated Packet Page -1158- 10/28/2014 16.A.18. prior to commencement in accordance with the county's Purchasing Ordinance and the terms of the agreement. FISCAL IMPACT: Funds in the amount of $546,837 are available in the Golden Gate City Outfall Replacement project #51029. The source of funding is a transfer from the Unincorporated General Fund 111 to the Stormwater Capital Projects Fund 325. The stormwater infrastructure will have a functional lifespan of fifty years. The recurring costs for periodic inspections and cleaning of all the stormwater system on a three to five year basis are estimated to be $5,000 per cycle. LEGAL CONSIDERATIONS: This item is approved as to form and legality, and requires majority vote for Board approval. -SRT GROWTH MANAGEMENT IMPACT: The project meets current Growth Management Plan standards to ensure the adequacy and availability of viable public facilities. RECOMMENDATION: That the Board of County Commissioners approve a $546,837 work order under Request for Quotation 14- 6213 -7 to Douglas N. Higgins, Inc.; and authorize the Chairman to sign and execute the work order after review and approval by the County Attorney's Office. Prepared by: Joseph F. Delate, ASLA, Senior Project Manager, Transportation Engineering, Growth Management Attachments: 1) Quote Summary; 2) Work Order; 3) Work Order Back -up and 4) Engineer's Estimate Packet Page -1159- 10/28/2014 16.A.18. COLLIER COUNTY Board of County Commissioners Item Number: 16.16.A.16.A.18. Item Summary: Recommendation to approve a $546,837 Work Order under Request For Quotation 14- 6213 -7 to Douglas N. Higgins, Inc., to construct the stormwater improvements in Golden Gate City (20th Ct. SW, 46th Terr. SW & 48th St. SW), Project No. 51029. Meeting Date: 10/28/2014 Prepared By Name: DelateJoseph Title: Project Manager, Senior, Transportation Engineering & Construction Management 10/1/2014 2:15:16 PM Submitted by Title: Project Manager, Senior, Transportation Engineering & Construction Management Name: DelateJoseph 10/1/2014 2:15:18 PM Approved By Name: PutaansuuGary Title: Project Manager, Principal, Transportation Engineering & Construction Management Date: 10/1 /2014 2:57:32 PM Name: Khawaj aAnthony Title: Chief Engineer - Traffic Operations, Traffic Operations Date: 10/2/2014 8:23:12 AM Name: TaylorLisa Title: Management/Budget Analyst, Transportation Administration Date: 10/2 /2014 3:10:13 PM Name: JohnsonScott Title: Manager - Procurement, Purchasing & General Services Date: 10/2/2014 3:39:31 PM Packet Page -1160- 10/28/2014 16.A.18. Name: KearnsAllison Title: Manager Financial & Operational Support, Transportation Administration Date: 10/2/2014 4:25:29 PM Name: ShueGene Title: Director - Operations Support, Transportation Administration Date: 10/3/2014 8:59:27 AM Name: EvelynColon Title: Purchasing - Procurement Specialist Date: 10/7/2014 11:55:31 AM Name: LynchDiane Title: Supervisor - Operations, Road Maintenance Date: 10/8/2014 11:44:08 AM Name: MarkiewiczJoanne Title: Director - Purchasing /General Services, Purchasing & General Services Date: 10/8/2014 2:12:39 PM Name: LynchDiane Title: Supervisor - Operations, Road Maintenance Date: 10/10/2014 3:34:42 PM Name: TeachScott Title: Deputy County Attorney, County Attorney Date: 10/10/2014 4:34:49 PM Name: MarcellaJeanne Title: Executive Secretary, Transportation Planning Date: 10/13/2014 8:41:31 AM Name: KlatzkowJeff Title: County Attorney, Date: 10/15/2014 2:23:32 PM Name: UsherSusan Title: Management/Budget Analyst, Senior, Office of Management & Budget Date: 10/20/2014 9:43:12 AM Name: UsherSusan Title: Management/Budget Analyst. Senior, Office of Management & Budget Date: 10/20/2014 10:03:22 AM Packet Page -1161- 10/28/2014 16.A.18. Name: OchsLeo Title: County Manager, County Managers Office Date: 10/20/2014 11:46:44 AM Packet Page -1162- 10/28/2014 16.A.18. "Golden Gate City Stormwater Draiange Improvements In Conjunction With Sidewalk Improvements" 20th Ct. SW, 46th Terr. SW & 48th St. SW Quote Summary under RFQ #14- 6213 -7 (Underground Utility Contractors) Construction Proposer Amount DN Higgins $546,837.00 Quality $582,317.72 Haskins $741,478.00 Mitchell& Stark $747,530.68 SW Utility $845,950.00 Kyle No quote Packet Page -1163- 10/28/2014 16.A.18 RFP #.14- 6213 -7 WORK ORDER/PURCHASE ORDER Contract 14 -6213 "Underground Utility Contractors" Contract Expiration Date: July 7, 2016 This Work Order is for General Utility Contracting services for work known as: Project Name: RFQ #14- 6213 -7 Golden Gate City Stormwater Drainage Improvements In Conjunction With Sidewalk Improvements, 201h CT. SW, 46`h R TER SW & 48t ST. SW Project No: 51029.4 The work is specified in the proposal dated September 29, 2014 which is attached hereto and made a part of this Work Order. In accordance with Terms and Conditions of the Agreement referenced above, Request for Quotation #14- 6213 -7 and Addenda 1 -4, this Work Order/Purchase Order is assigned to: Douglas N. Higgins, Inc. Scope of Work: As detailed in the attached proposal and the following: * Golden Gate City Stormwater Drainage Improvements In Conjunction With Sidewalk Improvements, 20 CT. SW, 46" TERR. SW & 48th ST. SW as described in the plans, bid form, specifications, and Addenda l- 4 of RFQ 414- 6213 -7 as provided to all six contractors on annual Contract # 14 -6213. Schedule of Work: Complete work (Substantial Completion) within 90 days from the date of the Notice to Proceed which is accompanying this Work Order. Complete final completion (Final j Completion) within 120 days from the date of the Notice to Proceed which is accompanying this Work Order. The Consultant agrees that any Work Order that extends beyond the expiration date of Agreement # 14 -6213 will survive and remain subject to the terms and conditions of that Agreement j until the completion or termination of this Work Order. Compensation: In accordance with the Agreement referenced above, the County will compensate the Firm in accordance with following method: Quotation as provided in the attached proposal. TOTAL FEE S 546,837.00 Page 1 of 3 Packet Page -1164- .y RFP #146213 -7 PREPARED BY: J ph F- Delate, Senior Project Manager Transportation Engineering Department APPROVED BY: APPROVED BY: Gary Putaansuu, P.E., Principal Project Manager ay Ahmad, P.E� Director . Nick Cksalanguic fiAdrdin-ist, Growth Management Division 10/28/2014 16.A.18. !C) / D to ' /�Y Date Date Date By the signature below, the Firm (including employees, officers and/or agents) certifies, and hereby discloses, that, to the best of their knowledge and belief, all relevant facts concerning past, present, or currently planned interest or activity. (financial, contractual, organizational, or otherwise) which relates to the proposed work; and bear on whether the Firm has a potential conflict have been fully disclosed. Additionally, the Firm agrees to notify the Procurement Director, in writing within 48 hours of learning of any actual or potential conflict of interest that arises during the Work Order and/or project duration. ACCEPTED BY: Douglas N. Higgins, Inc. Brandy Bartolone, Vice President'/ Regional Manager (Remainder of page intentionally left blank) Packet Page -1165- Date Page 2 of 3 v 10/28/2014 16.A.18. RFP #14-6213-7 IN WITNESS WHEREOF, the parties hereto, have each, respectively, by an authorized person or agent, have executed this Work Order on the date and year fast written below. ATTEST: Dwight E. Brock, Clerk of Courts e Dated: (SEAL) First Witness TType /print witness name' Second Witness TTypeiprint witness nameT Approved as to Form and Legality: Assistant County Attorney Print Name BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA By: Tom Henning, Chairman Name of Firm: Douglas N. Higgins, Inc. Signature �y i.i «rt TType/p"nt signature and title% Packet Page -1166- Page 3 of 3 ��lv 10/28/2014 16.A.18 BID SCHEDULE RFO,#14- 6213 -7 GOLDEN GATE CITY STORMWATER DRAINAGE IMPROVEMENTS IN CONJUNCTION WITH SIDEWALK IMPROVEMENTS 20TH COURT SW, 46TH TERRACE SW & 48TH STREET SW IREVISED 9/19/14 Packet Page -1167- DESCRIPTION QTY UNIT UNIT PRICE AMOUNT 1 Mobilization / Demobilization i L5 $50,655.00 $50,655.00 2 Survey Layout / Signed and Sealed Asbuilts 1 LS $14,091.00 $14,091.00 3 Stormwater Pollution Plan 1 LS $1,830.00 $1,830.00 4 Maintenance of Traffic 1 LS $6,442.00 $6,442.00 5 Project Sign 2 EA $563.00 $1,126.00 6 Misc. Storm Structure Demolition 45 EA $232.00 $10,440.00 7 Misc. Culvert Demolition 2800 LF $5.00 $14,000.00 8 Ditch Bottom - C -Box 14 EA $1,255.00 $17,570.00 9 Ditch Bottom - D -Box 8 EA $2,011.00 $16,088.00 10 Ditch Bottom - E -Box 3 EA $2,005.00 $6,015.00 11 Type P Bottom Type C Inlet 8 EA $2,865.00 $22,920.00 12 Type P- Bottom Type III Cover 1 EA $2,335.00 $2,335.00 13 15" RCP Culvert 0 LF $0.00 $0.00 14 18" RCP Culvert 312 LF $44.00 $13,728.00 15 24" RCP Culvert 592 LF $54.00 $31,968.00 16 42" RCP Culvert 754 LF $128.00 $96,512.00 17 48" RCP Culvert 43 LF $151.00 $6,493.00 18 12 X 18 ERCP 264 LF $51.00 $13,464.00 19 14 X 23 ERCP 161 LF $54.00 $8,694.00 20 19 X 30 FRCP 211 LF $79.00 $16,669.00 21 24 X 38 ERCP 135 LF $119.00 $16,065.00 22 16" PVC (Dir. Drill) 0 LF $0.00 $0.00 23 1 Ditch Bottom (Type X) 0 EA $0.00 $0.00 24 1 ME548" RCP 1 EA $1,512.00 $1,512.00 25 Pipe Connection Exist. 10 EA $1,403.00 $14,030.00 26 Pavement Removal / Replacement 600 LF $5.00 $3,000.00 27 Sidewalk Removal/ Replacement 30 Sy $43.00 $1,290.00 28 Driveway Removal / Replacement 420 Sy $111.00 $46,620.00 29 Asphalt Overlay 3400 Sy $23.00 $78,200.00 30 6" Double Yellow (Temp /Perm) 550 LF $5.00 $2,750.00 31 12" White (Temp /Perm) 125 LF $6.00 $750.00 32 24" White (Temp /Perm) 150 LF $10.00 $1,500.00 33 4" Water Main Deflection 1 EA $1,295.00 $1,295.00 34 6" Water Main Deflection 1 EA $1,469.00 $1,469.00 35 8" Water Main Deflection 1 EA $1,744.00 $1,744.00 36 4" Force Main Deflection 1 EA $2,040.00 $2,040.00 37 10" Force Main Deflection 1 EA $3,532.001 $3,532.00 38 Miscellaneous Contingencies Allowance 1 EA $20,000.00 $20,000.00 Total Bid $546,837.00 IREVISED 9/19/14 Packet Page -1167- 10/28/2014 16.A.18. COLLIER COUNTY FLORIDA REQUEST Quote /Contract 14-6213-7 Due Date: September 22, 2014 PROPOSAL PAGE DUE DATE: C? Li" The undersigned, as quoter, hereby declares that the firm has examined the specifications and is informed fully in regard to all terms and conditions pertaining to the project and, if this Proposal is accepted, to furnish same in full, according to the following: IN WITNESS WHEREOF, WE have hereunto subscribed our names on this �l day of September , 2014 in the County of Collier —, in the state of Florida Douglas N. Higgins, Inc. Firm's Complete Legal Name 239-774-3130 Telephone Number 239-774-4266 FAX Number BrandyB(McInhiggins.corn Email Address 4485 Enterprise Ave, Address Naples City Florida State 34104 Zip 830666 Florida Certificate of Authority Document Number (wvmr.sunbiz.oraJsearch!htmI) 38-1807765 Federal Tax Identification CCR --------------- Signature Vice President'Regional Mgr. Title Brandy Bartolone If /1;1. Print Name Date RFQ-CantradDriver)-01 012013 Packet Page -1168- 10/28/2014 16.A.18. " r Services D€vison Memorandum Email: joedelate @coihergov,net Telephone: (239) 252 -5821 FAX: (239) 252 -5885 , ADDENDUM #1 Date: September 17, 2014 From: Joseph Deiate, Senior Project Manager, Transportation Engineering To: Potential Proposers Subject: Addendum #1 — RFQ #14- 6213 -7 Golden Gate City Drainage Protect The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: - Deadline for RFQ (Quotes) has been extended to Monday, September 29 at Sa.m. -in response to questions from several vendors, please see the following responses: 1.) Is laser profiling or videoing of the new storm drain pipe required? Yes to both, per FDOT standards. 2.) Can a pay item for sod restoration be added? No, that is Contractor's responsibility. 3.) Cana pay item for utility pole holding or relocation be added? No. if in R.O.W. or County easement, it's on utility company. 4.) Can the directional drills be changed to open cut if rock is encountered? Will you create an alternate pay item for this? If so, how are we to be paid for the installation and restoration? We are looking at this now. Our Engineer is determining whether the work associated with these directional drills is necessary. Addendum # 2, which is forthcoming, will address this issue. 5.) Can the material for the directional dri €ls be HDPE pipe or fusible PVC pipe? See answer for # 4 above. 6.) The Technical Specs require that the permits are the responsibility of the contractor. Will the contract time start once all permits are received or can additional contract time be added for the time it will take to get the permits? Goal is to have low bidder begin permit process immediately once bids are open and low bidder identified. Work Order has to go to BCC for award so it will take some time for that process. Contractor can get started on dewatering permit ROW permit, and any other necessary permits during that process. Time can be added by Change Order, or beginning of project delayed, to account for time expended to acquire permits. -The following note is hereby added to the project: ROCK NOTE: IT HAS SEEN THE EXPERIENCE OF THE DEPARTMENT WITH PROJECTS CONSTRUCTED WITHIN THIS GENERAL GEOGRAPHIC AREA THAT, ALTHOUGH PRELIMINARY BORINGS DID NOT 114DICATE A CONTSTANT PRESENCE OF ROCK, ROCK WAS ENCOUNTERED WHILE PERFORMING UNDERGROUND INSTALLATIONS. THEREFORE, THE CONTRACTOR SHOULD CONSIDER THE INCREASED COST OF ALL UNDERGROUND WORK ACTIVITIES WHILE PERPARING THEIR BID. ALL COSTS OF ROCK EXCAVATION SHALL BE INCLUDED IN THE Packet Page - 1169 - i F 10/28/2014 16.A.18. APPROPRIATE ITEMS OF WORK CONTAINED WITHIN THE CONTRACT. NO EXTRA COMPENSATION OR TIME EXTENSION, WILL BE ALLOWED FOR ADDITIONAL WORK DIRECTLY ASSOCIATED WITH THE SPLITTING, EXCAVATION, CRUSHING, DISPOSAL, REPLACEMENT OF DISPLACED VOLUME OF EXTRACTED ROCK WITH FILL MATERIAL, OR SPECIAL HANDLIONG OF ROCK. If you require additional information please post a question on the Online Bidding site or contact'me using the above contact information. c: Evelyn Colon, Purchasing Packet Page -117Q- 10/28/2014 16.A.18. C:,tf1�ir County Acir ninisbalh a SeMmis Purwasir4 Memorandum Email: joedelate@colliergov.net Telephone: (239) 252 -5821 FAX: (239) 252 -5885 ADDENDUM #2 Date: September 18, 2014 From: Joseph Delate, Senior Project Manager, Transportation Engineering To: Potential Proposers Subject: Addendum #2 — RFQ #14- 6213 -7. Golden Gate City Drainage Project The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: - Directional drilling (16" PVC pipe) and Ditch Bottom type "x" boxes have been removed from the bid (Bid items # 21 and 22). This work associated with these items will not be performed with this project. - Quantities in the bid schedule have been revised to reflect correct quantities of materials for Bid Items # 10, 12, 13,15, 16, 17, 18, 19, 20, 21, and 22. -Bid form has been revised to reflect these changes (see attachment). Please only use this revised bid schedule, and not the original bid schedule or the bid schedule in the specifications that were previously emailed. - Revised plans will not be issued until after bid opening - Submittal deadline is still Monday, September 29 at 8a.rn. due to the BCC Agenda deadline for award. -Bid may be submitted via email, or dropped off at 2885 South Horseshoe Drive office of Transportation Engineering, prior to the bid deadline. If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Evelyn Colon, Purchasing Packet Page -1171- 10/28/2014 16.A.18. a Je r Ccx� Administt�e Services Division Purchasing Memorandum Email: joedelate @cotliergov.net Telephone: (239) 252 -5821 FAX: (239) 252 -5885 ADDENDUM #3 Date: September 19, 2014 From: Joseph Delate, Senior Project Manager, Transportation Engineering To: Potential Proposers Subject: Addendum #3 — RFQ #14- 6213 -7, Golden Gate. City Drainage Proiect The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: -Bid schedule (bid form) has been revised to reflect that Bid item (Pay item) #2 includes: Construction Survey Layout, and Signed and Sealed As- builts (see attachment). - Please only use this revised bid schedule (bid form), and not the original bid schedule or the bid schedule in the specifications or those that were previously emailed. -In response to Proposer's question concerning swales: Could we put a line item in this bid for swales per LF? Also a detail of the swale? No. Please see PROJECT DESCRIPTION in the Technical Specifications where Site Restoration is defined and is the responsibility of the Contractor and is included in his bid. Following final completion of this drainage project, the County will begin a separate sidewalk project that includes in its scope the regrading of the entire swaie. - Submittal deadline is still Monday, September 29 at 6 a.m. due to the BCC Agenda deadline for award. -Bid may be submitted via email, or dropped off at 2885 South Horseshoe Drive office of Transportation Engineering, prior to the bid submittal deadline. If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Evelvn Colon, PUrChaSin-o Packet Page -1172- 10/28/2014 16.A.18. Adrrrasrative Servroes Dnrrsxiri Memorandum Email: joedetatei@coiliergov.net Telephone: (239) 252 -5821 FAX: (239) 252 -5885 ADDENDUM #4 Date: September 23, 2014 From: Joseph Delate, Senior Project Manager, Transportation Engineering To: Potential Proposers Subject: Addendum #4 — RFQ #14- 6213 -7 Golden Gate Cit Dralna a Pro'ect The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: -In response to Proposer's question concerning road crossings (open cut restoration): Are we to be using flowable fill on these road crossings? The open cut road restoration design detail In the plan set calls for a conventional road crossing restoration utilizing compacted backfill and compacted limerock with an asphalt overlay on local roads, which this project entails. However, the contractor may use ftowable fill for the open cut restoration in accordance with the design detail in the plan set if he desires. - submittal deadline is still Monday, September 29 at 8 a.m, due to the BCC Agenda deadline for award, -Bid may be submitted via email, or dropped off _at 2885 South Horseshoe Drive office of Transportation Engineering, prior to the bid submittal deadline. If you require additional information please post a question on the Online Bidding site or contaot me using the above contact information. c: Evelyn Colon, Purchasing Packet Page -1173- 10/28/2014 16.A.18. "Golden Gate City Stormwater Draiange Improvements In Conjunction With Sidewalk Improvements" 20th Ct. SW, 46th Terr. SW & 48th St. SW Quote Summary under RFQ #14- 6213 -7 (Underground Utility Contractors) Construction Proposer Amount DN Higgins $546,837.00 Quality $582,317.72 Haskins $741,478.00 Mitchell& Stark $747,530.68 SW Utility $845,950.00 Kyle No quote Packet Page -1174- 10/28/2014 16.A.18. ENGINEER'S COST ESTIMATE GOLDEN GATE CITY STORMWATERDRAINAGE IMPROVEMENTS IN CONJUNCTION WITH SIDEWALK IMPROVEMENTS 20TH COURT SW, 46TH TERRACE SW & 48TH STREET SW r '. !D.BrAi-t ` iSon, P.E I`lorida Reg:No. 7061f Packet Page - 1175 - ft',I- f; "t DESCRIPTION QTY UNIT UNIT PRICE AMOUNT 1 Mobilization / Demobilization 1 LS $20,000.00 $20,000.00 2 Survey Layout / Signed and Sealed Asbuilts 1 LS $12,000.00 $12,000.00 3 Stormwater Pollution Plan 1 LS $1,500.00 $1,500.00 4 Maintenance of Traffic 1 LS $10,000.00 $10,000.00 5 Project Sign 2 EA $2,000.00 $4,000.00 6 Misc. Storm Structure Demolition 45 EA $250.00 $11,250.00 7 Misc. Culvert Demolition 2800 LF $10.00 $28,000.00 8 Ditch Bottom - C -Box 14 EA $3,000.00 $42,000.00 9 Ditch Bottom - D -Box 8 EA $3,500.00 $28,000.00 10 Ditch Bottom - E -Box 3 EA $3,900.00 $11,700.00 11 Type P Bottom Type C Inlet 8 EA $3,000.00 $24,000.00 12 Type P Bottom Type III Cover 1 EA $5,000.00 $5,000.00 13. . 1"' RCP .t✓ia Ivert. , .: 0.; l $4 t)13 14 18" RCP Culvert 312 LF $65.00 $20,280.00 15 24" RCP Culvert 592 LF $85.00 $50,320.00 16 42" RCP Culvert 754 LF $200.00 $150,800.00 17 48" RCP Culvert 43 LF $240.00 $10,320.00 18 12 X 18 ERCP 264 LF $50.00 $13,200.00 19 14 X 23 ERCP 161 LF $75.00 $12,075.00 20 19 X 30 ERCP 211 LF $100.00 $21,100.00 21 24 X 38 ERCP 135 LF $150.00 $20,250.00 'L'F. 23.:.; Ditch Bottom" (Type X) >: •'" . 0 ".. _ ....:EA . ........ .$0 00," 24 MES 48" RCP 1 EA $4,000.00 $4,000.00 25 Pipe Connection Exist. 10 EA $500.00 $5,000.00 26 Pavement Removal / Replacement 600 LF $60.00 $36,000.00 27 Sidewalk Removal / Replacement 30 SY $40.00 $1,200.00 28 Driveway Removal / Replacement 420 SY $50.00 $21,000.00 29 Asphalt Overlay 3400 SY $6.00 $20,400.00 30 6" Double Yellow (Temp /Perm) 550 LF $2.00 $1,100.00 31 12" White (Temp /Perm) 125 LF $3.50 $437.50 32 24" White (Temp /Perm) 150 LF $7.00 $1,050.00 33 4" Water Main Deflection 1 EA $2,000.00 $2,000.00 34 6" Water Main Deflection 1 EA $3,500.00 $3,500.00 35 8" Water Main Deflection 1 EA $4,900.00 $4,900.00 36 4" Force Main Deflection 1 EA $2,000.00 $2,000.00 37 10" Force Main Deflection 1 EA $6,500.00 $6,500.00 38 Miscellaneous Contingencies Allowance 1 EA $20,000.00 $20,000.00 Total Bid $624,882.50 r '. !D.BrAi-t ` iSon, P.E I`lorida Reg:No. 7061f Packet Page - 1175 - ft',I- f; "t