Loading...
Agenda 11/18/2014 Item # 11E11/18/2014 11.E. EXECUTIVE SUMMARY Recommendation to award Contract No. 14 -6349 — Lely Area Stormwater Improvement Project (LASIP), County Barn Road Weir and Canal Improvements to D. N. Higgins, Inc., in the amount of $7,415,247.53. Project No. 33384. OBJECTIVE: To continue with the construction of the Lely Area Stormwater Improvement Project (LASIP) Project by awarding contract No. 14 -6349, LASIP - County Barn Road Weir and Canal Improvements, to D.N. Higgins Inc., the lowest, responsive and qualified bidder. CONSIDERATIONS: The LASIP SFWMD Environmental Resource Permit ( 4I1- 01140 -S) was issued on October 14, 2004 and is extended each time a new construction phase is approved. However, the USACE Environmental Resource Permit SAJ- 2002- 2436(IP -MJD), which was issued on July 28, 2005, will expire on July 25, 2015. This project is bringing us closer to completion and compliance with these permits. Thus far, each phase has been completed successfully according to the phasing schedule. (Phasing map attached.) At this time, all of the channel segments have been constructed and the final two are in design. The bid for the LASIP /County Barn Road Stormwater Improvement project was advertised on September 8, 2014, in the Naples Daily News. 2126 notices were emailed to subscribers and 107 vendors downloaded the specifications. Four (4) bids were received by the October 9, 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 were tabulated and verified by the Purchasing Department. D.N. Higgins Inc, was the apparent low bidder. A bid analysis was performed by Transportation Engineering staff to determine if there were any anomalies in the bids, and these compare very well with the Engineer's Estimate which was $7,683,851.96. D.N. Higgins's bid was 3.5% below the Engineer's Estimate. Therefore, staff recommends awarding the construction contract to the D.N. Higgins Inc., the lowest, responsive and qualified bidder. FISCAL IMPACT: Total funding needed is $ 7,415,247.53. The project was approved by the BCC in the FY 2014 budget. SFWMD Agreement 9 4600003145 was approved by the BCC 10/28/2014 to provide Stormwater grant assisted funding for this project. Source of funds will be grant funding, gas taxes, water and sewer capital funds and ad valorem. Public Utilities will reimburse GMD up to $ 218,353.76 for project related cost. GMD will invoice Public Utilities quarterly on an Intergovernmental invoice. Source of funding will be as follows: Packet Page -747- Contractor Bid I D.N. Higgins, Inc. $7,415,247.53 2 Quality Enterprises, Inc. $7,495,082.05 3 Owen - Ames - Kimball Company $8,366,903.09 4 Mitchell & Stark Construction Company Inc $9,677,375.78 The bids were tabulated and verified by the Purchasing Department. D.N. Higgins Inc, was the apparent low bidder. A bid analysis was performed by Transportation Engineering staff to determine if there were any anomalies in the bids, and these compare very well with the Engineer's Estimate which was $7,683,851.96. D.N. Higgins's bid was 3.5% below the Engineer's Estimate. Therefore, staff recommends awarding the construction contract to the D.N. Higgins Inc., the lowest, responsive and qualified bidder. FISCAL IMPACT: Total funding needed is $ 7,415,247.53. The project was approved by the BCC in the FY 2014 budget. SFWMD Agreement 9 4600003145 was approved by the BCC 10/28/2014 to provide Stormwater grant assisted funding for this project. Source of funds will be grant funding, gas taxes, water and sewer capital funds and ad valorem. Public Utilities will reimburse GMD up to $ 218,353.76 for project related cost. GMD will invoice Public Utilities quarterly on an Intergovernmental invoice. Source of funding will be as follows: Packet Page -747- 11/18/2014 11.E. Fund Type Amount Project 711 GMD Grant Fund (SFWMD) $1,250,000.00 33384 712 GMD Match Grant Fund $3,750,000.00 33384 325 Stormwater Management Fund $144,844.26 51101 313 Gas Taxes Fund $2,052,049.51 60101 (W /WW) (Utilities reimbursement) $218,353.76 NA TOTAL $7,415,247.53 The county currently maintains County Barn Road, so incremental maintenance costs ultimately related to the improvements will be minimal compared to the overall benefits of the project. Additional right -of -way acquisitions have been acquired which will add acreage to the mowing and garbage removal maintenance at approximately $500 per year. GROWTH MANAGEMENT IMPACT: The project is in accordance with the goals and objectives of the Drainage Sub - element of the Growth Management Plan for Collier County Stormwater Management. 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. 13- 6138 to D.N. Higgins, Inc. in the amount of $7,415,247.53 for the construction of the County Barn Road Weir and Canal Improvements phase of the LAS1P project 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) Construction Contract Mink: litto://wv <,,A-.colIieraov.net /fti)/Aaendallov 1814 /GrowthMamt /f20141015 -F114- 6349DNHi!2ginsContractCAOApp .pdf (3) LASIP Construction Phasing Map (4) Engineer's drainage costs statement (5) Costs - Drainage only Packet Page -748- COLLIER COUNTY Board of County Commissioners Item Number: 11.11.E. 11 /18/2014 11. E. Item Summary: Recommendation to award Contract No. 14 -6349 - Lely Area Stormwater Improvement Project (LASIP), County Barn Road Weir and Canal Improvements to D. N. Higgins, Inc., in the amount of $7,415,247.53. Project No. 33384. Meeting Date: 11/18/2014 Prepared By Name: CoxShane Title: Project Manager, Senior, Road Maintenance 1 0/22/2014 3:27:47 PM Approved By Name: PutaansuuGary Title: Project Manager, Principal, Transportation Engineering & Construction Management Date: 10/23/2014 4:21:21 PM Name: MarkiewiczJoanne Title: Director - Purchasing /General Services, Purchasing & General Services Date: 10/28/2014 1:44:19 PM Name: BrilhartBrenda Title: Procurement Specialist, Purchasing & General Services Date: 10/28/2014 3:12:36 PM Name: LynchDiane Title: Supervisor - Operations, Road Maintenance Date: 10/28/2014 3:40:17 PM Name: AhmadJay Title: Director - Transportation Engineering, Transportation Engineering & Construction Management Date: 10/29/2014 3:10:36 PM Name: JohnsonScott Title: Manager - Procurement, Purchasing & General Services Date: 10/30/2014 8:51:29 AM Packet Page -749- 11 /18/2014 11. E. Name: KearnsAllison Title: Manager Financial & Operational Support, Transportation Administration Date: 10/30/2014 9:14:27 AM Name: Nathan Beals Title: Project Manager, Public Utilities Engineering Date: 10/30/2014 10:20:16 AM Name: TaylorLisa Title: ManagementBudget Analyst, Transportation Administration Date: 10/31/2014 11:25:22 AM Name: ShueGene Title: Director - Operations Support, Transportation Administration Date: 11/3/2014 10:47:57 AM Name: TeachScott Title: Deputy County Attorney, County Attorney Date: 11/3/2014 4:41:59 PM Name: MarcellaJeanne Title: Executive Secretary, Transportation Planning Date: l 1 /3/2014 4:58:00 PM Name: OberrathKaren Title: Accountant, Senior, Grants Management Office Date: 11/6/2014 12:48:46 PM Name: KlatzkowJeff Title: County Attorney, Date: 11/6/2014 4:19:37 PM Name: StanleyTherese Title: Manager - Grants Compliance, Grants Management Office Date: 1 1/7/2014 11:31:14 AM Name: UsherSusan Title: Management/Budget Analyst, Senior, Office of Management & Budget Date: l l /7/2014 4:20:33 PM Name: OchsLeo Title: County Manager, County Managers Office Date: 11/12/2014 9:02:06 AM Packet Page -750- 11 /18/2014 11. E. Packet Page -751- �o am z€ 2 0 z 2 K m a � m Z �= O U \l t U m m g m m as 11 /18/2014 11. E. Packet Page -752- ° S o °, S 8g umi S S S V N S Y Q D � - CD � N m Q NN b v - w N w N wp w N w w wp w w wp w w w w w w q w w w w Oq Ow ON 1wOO U S 9 9 S N m m S ug � Z w w w q q w q w » N » w q q q w w w w w » w w w q q w w w w w J Si Si O�i �i O t6 6 f Y N N b W � 4 S 8 q z o � � w w w w w w w w w w w w w w q w w q w w w w » w w « w w w « « gi S S S S S S S S S N S S 8 S W J Q � � - m z O a wF m N w w w w w w w w w w w w w w « w w w w w w w q w w w w w w w z n 7 o S o 91. poll- z o » « «» N w » » »» w w N» q w q« g q q q q N N »» N q S N 2 (7 v S S ti Z w w w w w w N q w q w w w w w w w w w w w w w « q w w w w « w > � N Wa Q Q m S N S N N � D Y N � � w U O O w U m m F ¢ w a T O O Y O O O a w = K m in C7 z O W LL O O N Z CID - rn O O in w w w ❑ w v ? w w vNi � z Z z Z w U O a O ¢ z ¢ w m ¢ Z w O m m O O ¢ ¢ O w x w > > > J J ui D w ui z w z w ¢ Z x y m S G z c7 a a d U U Z in O O w > > > > o > o > w z a g > O ¢ O m ¢ z ¢ ¢ m z O z O 7 w ¢ w w in w N a v m - U U U m 0 0 o ¢ f w g < U m `r o a a a a a a g g a wm o a a d O O w w w x o � m a > > > U U v Packet Page -752- {!| ,\ \\ 5 \\ 11 /18/ 2 01411.E. Packet Page -753- \ ( ° _ @ a a ! a # a a ! ! $ a 6 \ \ \ \ \ \ \ ( \ } \ ( (} () . . . . . . . . . . . . . . . . . . ® . . . . . . ( / \ . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ) ) \ 9 9 E \ S § « § ! { [ & , ! ! ! ! $ @ ! @ @ ! ! a @ ! 5 4 5 f S e± i 6 �g . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . \ \ \ \ \ \) \ \ \ \ \ } \ \ \ \ \ \ \ \ \ \ ° \ \ \ \ \ \ \ \ \ y ® § y / - - . . . . . . . . . . ! ! < < ! ± ! ! §\ \ \ § § Ei jj § Z" - - _ - - - §!$ / _ \ § : -- ` \ / , ; ; / - _ } \ ! j \ - j - I \ / ) ) ) ) ) ) ) ) $ 2 $ / \ / \ \ ) [ [ ) § § \ § § § 2 Packet Page -753- z€ ❑ a ° °z Z rn K O mQ m Z �o N 5 U m N m a a 11 /18/2014 11. E. Packet Page -754- $ s g vk Q Y C 0 Q f N m b b - H w q H w w w w « q w H w w H w H w w w w w w . . . . . . . J d wz S 8 S O S S 8 8 2 U$ p IrO $ H $ ONi � Z w w w q w w « w q w w w w w w w w w « w w w H M w w w w w 14 14 m 1 f W b w Z a $ W F O z w w w w w w w w w w w w w w w w w w w w w w w w w w w H w $ $ $ J W Q N O a ¢ n w b F— q w w w w w w w « w w w w w w q w w w w w w w w w w w w w w z c N S $ 8 J 0 a z w q q w w g q w g w w w w w w q H w H w w q w w w w H H q 0 - N Z U' a �= 6 Z q w w w w H w w w w H w w w w g q H w q w w w w w w w H w o z N a � x a m Z ? m Iw- W iD m � m N ry w N N ❑W x' ° ° ❑ ° °- °- k m 0 0 0 -° 0 0 0 0 0 0❑ N N❑ ¢ ❑ a s w_ 0 0 0 o C _ _ 1D w _ Z Z a W Z (J � z - > N W m _ U N w � Q w O W Z ❑ ❑ ❑ O ❑ ❑ O ❑ ❑ ❑ ❑ Z Z N ❑ ❑ p N ¢ U O N W Y ¢ Q ¢ ¢ ¢ ¢ ¢ ¢ ¢ ¢ 6 5 w J Q w = g — O w w Q tt ¢ ❑ z ❑ - ❑ z ❑ z ❑ z ❑ z ❑ ❑ z ❑ z ❑ z ❑ z z ❑ ¢J w ❑ Y Y NLL° o LL m w m as> a ¢ ¢ ¢ Q Q Q ¢ Q Q ¢ ¢ o - U Q Z Z Z Z Z Z > Z Q m m �- Z Q N C7 C7 C1 O _O w W U O W > N u> (n N w U W O Lu LLi 2 j Q o o o a a �j K a O o o o 0 o O o o o o O U U v v w € ❑ w w w w w a ❑ p c�7 z c�7 z z z z 'm ¢ i = _ = = _ = i x x ¢ r- s 0 0 d a g a E U d d d C5 U U m U U Packet Page -754- z �m a a Q O C 2 am v Qm W y m � � O U R C m g N m n. a 11 /18/2014 11. E. Packet Page -755- 8 J _ a Y � a � N x M d w M w w w w w w w w w w n w M w w M w w w w w w w w n w w M J 6 8 v H � Z � w w w w w w w w w w w w w w w w w w w M w w w w w w w w w - � a m � f Y a W � f f W F N (V O = w w w w w w w w w n w w w w w w w w w w w w w w w w w w w S S 8 S S 8 614 6 S S 8 R S S J o w a N N z O � a z w a w w w w w w w w w w w w w w w w w w w w w w w w w - 8 o Z w w w w w w w w w w w w w w w w w w w w w w w w w w w w w S 8 8 O J H O ti N 2 O d N Z w w w w w w w w w w w w w w w w w w w w w w w w w w w w w O 6 a w n ug w a n O � w z w z a° Q _ ❑ LL W Z m w N w J❑ � m N LL d ❑ p w o p o � w a z v d m a U w > o o > o! 03 O w N U 4 � w o N O j N 2 Q ❑ W N LL LL ❑ O _ d to f� 7 J W W U m Yi z o tt w o' 7 w m w � � > > z > o o ❑ m u � O mU z w C7 r Z D! a Q < Q ❑ ��- U K - Z N o' S O ❑ Q ¢ Q Q ¢ ry W OJ � '- U ¢ e o G v z x x x z z U � a w W � _ a Y W z 2 z z z z z Z > K W w m m N N f� N y N G �wi w (7 U O v w u u U LL N N a w O a W N W N n v - U -- > N N z O w O ❑ w W z W w 3 J w Z Z w w Z w x m W U J m Q N Q m m m ¢ = 0o z o o w - > N O N o W Z m Z Z Z Z m ¢ ¢ J a O ro a cQJ m ¢ U O U O U O U O U O U W o O a U W ❑ Z C7 Q Q z z z N m w w w ❑ z o LLe m U v v v w v a w N N in in C7 O O a w w w w a o w Q ~ ~ ¢ U F d U >. N N w i J ¢ ¢ Ul Ul N ¢ W N W ¢ U ¢ O > > O O O O O O z LL ❑ ¢ LL o Z ❑ O ❑ O w w w m m w j w ¢ Q 0 Z Q N v o N m m m m w i- O ¢ o o w w > o v o 2 � m 7 f f o o � d w 7 �2 �5 � m .1 n d e d 8 8 - U - U Packet Page -755- �om z€ O d Q Z C wm m z �o U 5 C U m �g Nm 11 /18/2014 11. E. Packet Page -756- s 6 g ngS sSgo ss J Q _ Y O K Q F Nm ep d « w w w « w w q w w w N w w q w N w N w « w « w w w w « wz 8 8�R 8 O« F 2 N N 7 w N w « « w w w w w w w w w w w w w w « w w w « w w w w « w J °S rte• �I - �i �i �i Q C6 _ S � 0 f W d « w 8 yw O S 8 w - - O j w w n w w « w « w N « w w w w w w w w « w w w w w w w w « w 8 8 8 BEEBE 888 BE g S S S W J H N O tY a �' z w d « w « w w w w w w w w « w w w w w w w w w w w w w w w w z a 7 8 R S 8 j F _ _ O = w w w w w w w w w w « N w w w w N w w w w w w w w w w w w w S J Q _ O F N 2 �d c� a z z S S 8 8 8 S S z w N w N w w w w w w w w w w w w w w w w w w w w« w w w w w a 0 a 0 z O N aNF U ll J Q J O m � m ~ 2 U. p W Q G � � J a a d O > v S > w > ~ w w W y Z W W W Z Z O O a ¢ S Z ¢ m J o J Z 2 w ¢ m ? cn OJ z z O w o O O O 4 � m J p 4 Q m U O O Q = Q to W J W > j Z U o W W w & w W w Z Z Z x is x O a > a ¢ O O ¢ ¢ ¢ a ¢ m O a w J J � � W ¢ a � za 2 z w z 3 > > > w o O > > z N F E - w — U U Packet Page -756- ohm z€ a Q O N» b b W Z i U f Z M 7 C 2 m � e ¢m a > m � � o N 5 U m N m d d J f NW W � f aLL N 2 W t O � J N ¢ N O C � a w b = n w z � t O Z Q D 2 O b m a 2 z 0 z a E w a '= a F � � F w K O o s � a w v > > > > > > > > > > > > > > > > > > > > > Ep � as is N o w i c Ea °a m` Packet Page -757- 11 /18/2014 11. E. uj E —cc z OE i Z6 3: 0 cn .0 .0 �: M (D -,5c m Z cm > C.: C2 cp c 0 0 Lo, T 12 T :D 0 :2 d) (OD (5 MI > 0 O , m L) m 0 0 MCI 0 L) m —0 c Cc ca -0 16 1 , 'D Lj UJ a L) L) LC (D o 7!5 (L) a) LU CD O' cu (U J- 0 LU E a) LU CI! LU E 6 C) z 0 m ca m cl) m M M�; M- M (D L) c (u L) m i - (.) (D I 0 C, 0 (v m cc (D ca E 0 M 0 M OM M' M, 0 0 M 11, ID m m 3 o o CD E m m , 75 0 dl Iv L.' 03 (D (D a) . . 3: . cm - e . "a 'a 'a .0 .5 5: 2 0 V5! ca 'M m —i J. J. -J, U) C), ci o -. = 0� L) L) L) -�Q A C11 cli C, C-4 N N N eq 11 /18/2014 11. E. U- LL U- U- U- m C: 0 0 C) 0 0 0 O CD 2 CL Li- U- U- UL LL a , - 11 /18/2014 11. E. o " GI LI KOW 1 Y ER & 9WOMM ETEEEIRORUNDAGEINC Professional engineers, planners & land surveyors 7400 Tatniami Trail North, Suite 200, Naples, Florida 34108 - (239) 597-3111 - FAX: (239) 5661 -2203 October 28, 2014 R. Shane Cox, P.E. Sr. Project Manager Roadway Stormwater and Bridge Section Transportation Engineering Department Growth Management Division - Capital Construction and Maintenance Re: LASIP — County Barn Road Costs for Drainage Improvements County Project No. 511011 ABB Project No. 7599 -7 Dear Shane: The attached spreadsheet, based -upon the low -bid, was prepared to determine the costs for drainage improvements on the above - referenced project. These include both direct costs such as pipe, box culverts, inlets, earthwork, etc. and indirect costs, i.e. items that have to be removed, replaced or relocated such as utility relocations, driveway replacements, fencing /landscaping, etc. as a direct consequence of constructing the stormwater facilities. Very truly yours, AGNOLI, BARBER & BRUNDAGE, INC. Edward F. Tryka, III, P.E. Project Manager Enclosures Packet Page -759- 11 /18/2014 11. E. Agnoli, Barber & Brundage, Inc. 100% Low Bidder - Bid Addendum #1 Costs for Drainage Improvements - Direct and Indirect October 28, 2014 LASIP - COUNTY BARN ROAD (Rattlesnake Hammock Road to Davis Boulevard) Item No. Description Unit Quantity Unit Cost Total Cost 101 -1 MOBILIZATION LS 0.7345 $358,326.00 $263,190.45 101 -1 -1 JPROVIDEIMAINTATN AS -BUILT PLANS LS 0.7345 $30,936.00 $22.72149 101 -1 -2 PROVIDE CONSTRUCTION SURVEYING AND LAYOUT LS 0.7345 $31.986.00 $23,493.72 101 -2 PROVIDE/MAINTAIN PROJECT SCHEDULE LS 0.7345 $2.360.00 $1.733.42 102 -1 MAINTENANCE OF TRAFFIC LS 0.7345 $31.333.00 $23.014.09 102 -3 COMMERCIAL MATERIAL FOR DRIVEWAY MAINTENANCE CY 1,000 $41.00 $41.000.00 104 -18 INLET PROTECTION SYSTEM EA 28 $89.00 $2.492.00 104 -10 -3 SEDIMENT BARRIER LF 23,335 $1.00 $23.335.00 110 -4 REMOVAL OF CONCRETE PAVEMENT SY 862 $28.00 $24.136.00 110 -1 -1 CLEARING AND GRUBBING AC 37.26 $3.823.00 $142.444.98 110 -7 -1 MAILBOX - FURNISH & INSTALL (SINGLE) EA 21 $341.00 $7.161.00 120 -1 EXCAVATION CY 28.400 $19.00 $539.600.00 120 -6 EMBANKMENT CY 9,145 $8.00 $73,160.00 121 -70 FLOWABLE FILL CY 450 $105.00 $47250.00 285 -704 OPTIONAL BASE GROUP 4 (6 ") SY 1,657 $13.00 $21,541.00 334- 1 -13 -15 SUPER PAVE A.C. (I2.5)(TRAFFIC C)(1 1/2 ") TN 152 $256.00 $38,912.00 400 -1 -2 CLASS 1 CONCRETE (ENDWALLS) CY 1.56 $1,345.00 $2,09820 400 -1 -15 CLASS 1 CONCRETE (DRIVEWAYS)(6" THICK) SY 392 $49.00 $19,208.00 400 -0 -11 CLASS NS CONCRETE (GRAVITY WALLS) CY 329 $414.00 S136.20600 404 -84 PRECAST 8'x 4' BOX CULVERT LF 2.293 $61300 $1405.609.00 404 -84 -1 8' x 4' BOX CULVERT INLET PROTECTION EA 15 $9.718.00 $145.770.00 430 -173 -115 SLOTTED DRAIN PIPE (15" ALUMINIZED ROUND SHAPE) LF 174 $201.00 $34.974.00 430 -175 -112 PIPE CULVERT (HDPE)(STORM SEWER)(ROUND SHAPE) (1211) LF 36 $35.00 $1,260.00 430 - 175 -115 PIPE CULVERT (CLASS III CONCRETE)(STORM SEWER)(ROUND SHAPE )(15 ") LF 68 $64.00 $4352.00 430 - 175 -118 PIPE CULVERT (CLASS Ili CONCRETE)(STORM SEWER)(ROLIND SHAPE)(18 ") LF 122 $100.00 $12.20000 430 -175 -130 PIPE CUI.VERT (CLASS III CONCRETF..)(STORM SFWER)(ROUND SHAPE)(30 ") LF 38 5289.00 $10.98100 430 -175 -136 PIPE CULVERT (CLASS Ill CONCRETE )(STORM SEWER)(ROIJND SHAPE)(36 ") LF 2.587 $171.00 $442377.00 430 - 175 -236 PIPE CULVERT (CLASS III CONCRETE)(STORM SEWER)(ELLIPTICAL)(29 "x45 ") LF 965 $214.00 $206.510.00 425 -1 -361 INLETS (CURB TYPE P- 6)( <10') EA 2 $5.368.00 $10.736.00 425 -1 -521 INLETS (DITCH BOTTOM TYPE C)( <10') EA 15 $1.483.00 $22.245.00 425 -1 -525 INLETS (DITCH BOTTOM TYPE C)(RISER TO BOX CULVERT) EA 1 $763.00 $763.00 Packet Page -760- 11 /18/2014 11. E. Agnoli, Barber & Brundage, Inc. 100% Low Bidder - Bid Addendum #1 Costs for Drainage Improvements - Direct and Indirect October 28, 2014 LASIP - COUNTY BARN ROAD (Rattlesnake Hammock Road to Davis Boulevard) Item No. Description Unit Quantity Unit Cost Total Cost 425 -1 -529 INLETS (DITCH BOTTOM TYPE C)(MODIFIED SLOPE) EA 1 $1.614.00 $1.614.00 425 -1 -541 1 INLETS (DITCH BOTTOM TYPE D)(<l0') EA 3 $2,565.00 $7.695.00 425 -1 -549 INLETS (DITCH BOTTOM TYPE D)(MODIFIED SLOPE) EA 2 $2,521.00 $5.042.00 425 -1 -581 INLETS (DITCH BOTTOM TYPE H)( <10') EA 1 $3.134.00 $3.134.00 425 -1 -711 INLETS (GUTTER TYPE V)( <I0') EA 1 $3,334.00 $3334.00 425 -1 -901 INLETS (SPECIAL) EA 1 $6,049.00 $6.049.00 425 -2 -71 MANHOLES (J -7) (<] 0') EA 1 $3.941.00 $3.941.00 425 -2 -91 MANHOLES 0-8) ( <10') EA 9 $3.165.00 $28,485.00 425 -2 -101 MANHOLES (J -8) (12'X1Z)(<1 0') EA 1 $25.505.00 $25,505.00 425 -10 12" NYOPLAST DRAIN BASIN EA 4 $972.00 $3,888.00 429 -1 WEIR CONTROL STRUCTURE WITH GATES EA 1 $170.305.00 $170.305,00 430 - 880 -18 2' X 2' SLUICE GATE EA 1 $6.142.00 $6.142.00 30- 982 -125 MITERED END SECTION (CROSS DRAIN)(ROUND)(18 ") EA 3 $1,623.00 $4.869.00 430 - 984 -138 MITERED END SECTION (SIDE DRAIN)(ROUND)(36 ") EA 18 $2.344.00 $42.19200 430 - 984 -638 MITERED END SECTION (SIDE DRAIN)(ELLIPTICAL)(29 "X45 ") EA 32 $2.854.00 $91.328.00 520 -2 -1 CONCRETE CURB, TYPE A LF 105 $21.00 $2.205.00 520 -2 -4 CONCRETE CURB. TYPE D LF 164 $16.00 $1624.00 522 -2 SIDEWALK CONC, 6" THICK SY 181 $64.00 $11,584.00 526 -1 RESET BRICK PAVER DRIVEWAY SY 96 $40.00 $3.840.00 550 -10 -110 FENCING. 14OGWIRE (INCLUDES GATE RELOCATIONS) LF 1.970 $16.00 $31,520.00 550 -10 -212 FENCING_ BLACK CLAD VINYL COATED CHAIN LINK (4' HIGH) LF 214 $22.00 $4.708.00 550 -10 -222 FENCING. BLACK CLAD VINYL COATED CHAIN LINK (6' HIGH) LF 405 $26.00 $10.530.00 550 -10 -242 FENCING, BLACK CLAD VINYL COATED CHAIN LINK (8' HIGH) LF 1,658 $30.00 $49.740.00 550 -10 -929 FENCING. RELOCATE EXISTING VINYL FENCE LF 315 $20.00 550 -60 -212 FENCE GATE. BLACK CLAD VINYL COATED CHAIN LINK (8' WIDE. 8' HIGH. SING EA 1 $1.025.00 550- 60 -_22 FENCE GATE. BLACK CLAD VINYL COATED CHAIN LINK (16' WIDE. R' HIGH, DUA EA 2 $1.891.00 ES36 570 -1 -2 PERFORMANCE TURF (Bahia Sod)(lncludes Water. Fertilization and Mowina) SY 120.360 $3.00 CC -LS -1 WALTERS VIBURNUM HEDGE PLANTINGS LF 780 $14.00 $10.920.00 CC -LS -2 .ALUMINUM PRIVACY SLATS (8' HIGH. 2" MESH) (BLACK) LF 855 S2200 $18.810.00 950 -RDW ROADWAY ITEMS ALLOWANCE FIXED 0.7345 $485.000 00 $356.232.50 WM -1 6" WATERMAIN DEFLECTION AS 1 1 $7,975.00 1 $7.975.00 Packet Page -761- 11 /18/2014 11. E. Agnoli, Barber & Brundage, Inc. 100% Low Bidder - Bid Addendum #1 Costs for Drainage Improvements - Direct and Indirect October 28, 2014 LASIP - COUNTY BARN ROAD (Rattlesnake Hammock Road to Davis Boulevard) Item No. Description Unit Quantity Unit Cost Total Cost WM -2 8" WATERMAIN DEFLECTION AS 4 $5.583.00 $22.332.00 WM -3 10" WATERMAIN DEFLECTION AS 1 $9,892.00 $9.892.00 WM -4 12" WATERMAIN DEFLECTION AS 1 $17.659.00 $17.659.00 WM -5 ADJUST WATERMAIN VALVE TO GRADE FA 15 $221.00 $3.315.00 WM -6 ADJUST WATERMAIN MH -ARV TO GRADE EA 4 $266.00 $1.064.00 WM -7 ADJUST WATER SERVICE EA 14 5266.00 $3.724.00 WM -8 FIRE HYDRANT ASSEMBLY EA 2 $4343 00 $8.686.00 WM -9 RELOCATE EXISTING FIRE HYDRANT ASSEMBLY EA 2 $2,124.00 $4,248.00 WM -10 REMOVE EXISTING FIRE HYDRANT ASSEMBLY EA 2 $915.00 $1.830.00 WM -11 ADJUST FIRE HYDRANT LINE EA 1 $1.18000 $1.180.00 FM -1 4" C -900 SDR -14 LF 1.880 $23.00 $43240.00 FM -2 REMOVE EXISTING 4" FORCE MAIN LF 2028 $6.00 $12,168.00 FM -3 4" FORCEMAIN DEFLECTION AS 7 $12666.00 $88.662.00 FM -4 ADJUST FM VALVE TO GRADE EA 2 $224.00 $448.00 RCWM -1 ADJUST RCWM VALVE TO GRADE EA 2 1 $224.00 $448.00 RCWM -2 AD.TUST IRRIGATION SERVICE LINE EA 1 $325.00 $325.00 CC 950 -UTL UTILITY ITEMS ALLOWANCE FIXED 1 $38.000.00 $38.0W00 PROJECT DRAINAGE TOTAL $5294.095.84 Packet Page -762-