Loading...
HomeMy WebLinkAbout2024-191SECTION 00520 Agreement (Public Works) 0i;i;Jt�y LtLe 03 - ARTICLE1- WORK...................................................................................................................2 ARTICLE2 - THE PROJECT.......................................................................................................2 ARTICLE3 - ENGINEER............................................................................................................2 ARTICLE4 - CONTRACT TIMES................................................................................................2 ARTICLE5 - CONTRACT PRICE.................................................................................................3 ARTICLE 6 - PAYMENT PROCEDURES.....................................................................................4 ARTICLE7 - INDEMNIFICATION..............................................................................................5 ARTICLE 8 - CONTRACTOR'S REPRESENTATIONS...................................................................5 ARTICLE9 - CONTRACT DOCUMENTS....................................................................................6 ARTICLE10- MISCELLANEOUS...............................................................................................8 [The Remainder of THIS Page WAS LEFT BLANK INTENTIONALLY] Agreement (Public Works) REV 04-07 - 00520 - 1 F.\Purchasfng\B1dA2023-2024 FV (2024000)\2024043 43rd Ave Bike & Pedestrian Improvements\IRC-1818 Agreement.d= SECTION 00520 Agreement (Public Works) THIS AGREEMENT is by and between INDIAN RIVER COUNTY, a Political Subdivision of the State of Florida organized and existing under the Laws of the State of Florida, (hereinafter called OWNER) and Timothy Rose Contracting, Inc. (hereinafter called CONTRACTOR). OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1 - WORK 1.01 CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows: The proposed project for 43rd Avenue Bicycle & Pedestrian Access Improvements from 12t' Street to 18111 Street includes but is not limited to adding 6-footbike lanes, drainage improvements, milling, resurfacing, striping, 6 -foot wide sidewalks, pedestrian signalization improvements, and utility relocations. ARTICLE 2 - THE PROJECT 2.01 The Project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: Project Name: 43RD AVENUE BICYCLE & PEDESTRIAN IMPROVEMENTS (12TH STREET TO 18TH STREET) County Project Number: IRC -1818 FM Number: 44270-1-54-01 Bid Number: 2024043 Project Address: 43RD AVENUE VERO BEACH, FL 32966 ARTICLE 3 - ENGINEER 3.01 The Indian River County Public Works Department is hereinafter called the ENGINEER and will act as OWNER's representative, assume all duties and responsibilities, and have the rights and authority assigned to ENGINEER in the Contract Documents in connection with the completion of the Work in accordance with the Contract Documents. ARTICLE 4 - CONTRACT TIMES 4.01 Time of the Essence Agreement (Public Works) REV 04-07 - 00520 - 2 F.\Purchasing\Bids\2023-2024 FY (2024000)\2024043 43rd Ave Bike & Pedestrian Improvements\IRC-1818 Agree ment.dooa A. All time limits for Milestones, if any, Substantial Completion, and completion and readiness for final payment as stated in the Contract Documents are of the essence of the Contract. 4.02 Days to Achieve Substantial Completion, Final Completion and Final Payment A. The Work will be substantially completed on or before the270th calendar day after the date when the Contract Times commence to run as provided in paragraph 2.03 of the General Conditions, and completed and ready for final payment in accordance with paragraph 14.07 of the General Conditions on or before the 300th calendar day after the date when the Contract Times commence to run. 4.03 Liquidated Damages A. CONTRACTOR and OWNER recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not completed within the times specified in paragraph 4.02 above, plus any extensions thereof allowed in accordance with Article 12 of the General Conditions. Liquidated damages will commence for this portion of work. The parties also recognize the delays, expense, and difficulties involved in proving in a legal proceeding the actual loss suffered by OWNER if the Work is not completed on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty), CONTRACTOR shall pay OWNER $3,786.00 for each calendar day that expires after the time specified in paragraph 4.02 for Substantial Completion until the Work is substantially complete. After Substantial Completion, if CONTRACTOR shall neglect, refuse, or fail to complete the remaining Work within the Contract Time or any proper extension thereof granted by OWNER, CONTRACTOR shall pay OWNER $3,786.00 for each calendar day that expires after the time specified in paragraph 4.02 for completion and readiness for final payment until the Work is completed and ready for final payment. ARTICLE 5 - CONTRACT PRICE 5.01 OWNER shall pay CONTRACTOR for completion of the Work in accordance with the Contract Documents, an amount in current funds equal to the sum of the amounts determined pursuant to paragraph 5.01.A and summarized in paragraph 5.01.8, below: A. For all Work, at the prices stated in CONTRACTOR's Bid, attached hereto as an exhibit. B. THE CONTRACT SUM subject to additions and deductions provided in the Contract: Numerical Amount: $5,517,900.05 Written Amount: Five million, five hundred seventeen thousand, nine hundred dollars and five cents Agreement (Public Works) REV 04-07 - 00520 - 3 F:\Purchasing\Olds\2023-2024 FY (2024000)\2024043 43rd Ave Bike & Pedestrian ImpmvementAIRC-1818 Agreement.do ARTICLE 6 - PAYMENT PROCEDURES 6.01 Submittal and Processing of Payments A. CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the General Conditions. Applications for Payment will be processed by ENGINEER as provided in the General Conditions and the Contract Documents. 6.02 Progress Payments. A. The OWNER shall make progress payments to the CONTRACTOR on the basis of the approved partial payment request as recommended by ENGINEER in accordance with the provisions of the Local Government Prompt Payment Act, Florida Statutes section 218.70 et. seq. The OWNER shall retain five percent (5%) of the payment amounts due to the CONTRACTOR until substantial completion of all work to be performed by CONTRACTOR under the Contract Documents. B. For construction projects less than $10 million, at the time the OWNER is in receipt of the Certificate of Substantial Completion, the OWNER shall have 30 calendar days to provide a list to the CONTRACTOR of items to be completed and the estimated cost to complete each item on the list. OWNER and CONTRACTOR agree that the CONTRACTOR'S itemized bid shall serve as the basis for determining the cost of each item on the list. For projects in excess of $10 million, OWNER shall have up to 45 calendar days following receipt of Certificate of Substantial Completion of the project to provide CONTRACTOR with said list. C. Payment of Retainage - Within 20 business days following the creation of the list, OWNER shall pay CONTRACTOR the remaining contract balance including all retainage previously withheld by OWNER except for an amount equal to 150% of the estimated cost to complete all of the items on the list. Upon completion of all items on the list, the CONTRACTOR may submit a payment request for the amount of the 150% retainage held by the OWNER. If a good faith dispute exists as to whether one or more of the items have been finished, the OWNER may continue to withhold the 150% of the total cost to complete such items. The OWNER shall provide CONTRACTOR written reasons for disputing completion of the list. 6.03 Pay Requests. A. Each request for a progress payment shall be submitted on the application provided by OWNER and the application for payment shall contain the CONTRACTOR'S certification. All progress payments will be on the basis of progress of the work measured by the schedule of values established, or in the case of unit price work based on the number of units completed. 6.04 Paragraphs 6.02 and 6.03 do not apply to construction services work purchased by the County as OWNER which are paid for, in whole or in part, with federal funds and are subject to federal grantor laws and regulations or requirements that are contrary to any provision of the Local Agreement (Public Works) REV 04-07 - 00520 - 4 F:\Purchasing\B1ds\2023-2024 FY (2024000)\2024043 43rd Ave Bike & Pedestrian Impmvements\IRC-1818 Agreement.dooa Government Prompt Payment Act. In such event, payment and retainage provisions shall be governed by the applicable grant requirements and guidelines. 6.05 Acceptance of Final Payment as Release. A. The acceptance by the CONTRACTOR of final payment shall be and shall operate as a release to the OWNER from all claims and all liability to the CONTRACTOR other than claims in stated amounts as may be specifically excepted by the CONTRACTOR for all things done or furnished in connection with the work under this Contract and for every act and neglect of the OWNER and others relating to or arising out of the work. Any payment, however, final or otherwise, shall not release the CONTRACTOR or its sureties from any obligations under the Contract Documents or the Public Construction Bond. ARTICLE 7 - INDEMNIFICATION 7.01 CONTRACTOR shall indemnify OWNER, ENGINEER, and others in accordance with paragraph 6.20 (Indemnffication) of the General Conditions to the Construction Contract. 7.02 To the fullest extent permitted by law, the Recipient's contractor/consultant shall indemnify and hold harmless the Recipient and the State of Florida, Department of Transportation, including the Department's officers and employees, from liabilities, damages, losses and costs, including, but not limited to, reasonable attorney's fees, to the extent caused by the negligence, recklessness or intentional wrongful misconduct of the contractor or consultant and persons employed or utilized by the contractor or consultant in the performance of this Agreement." ARTICLE 8 - CONTRACTOR'S REPRESENTATIONS 8.01 In order to induce OWNER to enter into this Agreement CONTRACTOR makes the following representations: A. CONTRACTOR has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. CONTRACTOR has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. CONTRACTOR is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, and performance of the Work. D. CONTRACTOR has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified in the Supplementary Conditions as provided in Agreement (Public Works) REV 04-07 - 00520 - 5 F:\Purchas1ng\B1ds\2023-2024 FY (2024000)\2024043 43rd Ave Bike & Pedestrian Impr0vements\IRC-1818 Agreement.docx paragraph 4.02 of the General Conditions and (2) reports and drawings of a Hazardous Environmental Condition, if any, at the Site which have been identified in the Supplementary Conditions as provided in paragraph 4.06 of the General Conditions. E. CONTRACTOR has obtained and carefully studied (or assumes responsibility for having done so) all additional or supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by CONTRACTOR, including applying the specific means, methods, techniques, sequences, and procedures of construction, if any, expressly required by the Contract Documents to be employed by CONTRACTOR, and safety precautions and programs incident thereto F. CONTRACTOR does not consider that any further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. G. CONTRACTOR is aware of the general nature of work to be performed by OWNER and others at the Site that relates to the Work as indicated in the Contract Documents. H. CONTRACTOR has correlated the information known to CONTRACTOR, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. I. CONTRACTOR has given ENGINEER written notice of all conflicts, errors, ambiguities, or discrepancies that CONTRACTOR has discovered in the Contract Documents, and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR. J. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. K. CONTRACTOR is registered with and will use the Department of un Security's E -Verify system (www.e-verify.gov) to confirm the employment eligibility of all newly hired employees for the duration of this agreement, as required by Section 448.095, F.S. CONTRACTOR is also responsible for obtaining an affidavit from all subcontractors, as required in Section 448.095(5)(b), F.S., stating the subcontractor does not employ, contract with, or subcontract with an unauthorized alien. ARTICLE 9 - CONTRACT DOCUMENTS 9.01 Contents A. The Contract Documents consist of the following: 1. This Agreement (pages 00520-1 to 00520-10, inclusive); Agreement (Public Works) REV 04-07 - 00520 - 6 F:\Purchasing\Bids\2023-2024 FY (2024000)\2024043 43rd Ave Bike & Pedestrian improvements\IRC-1818 Agreement.docx 2. Notice to Proceed (page 00550-1); 3. Public Construction Bond (pages 00610-1 to 00610-4, inclusive); 4. Sample Certificate of Liability Insurance (page 00620-1); 5. Contractor's Application for Payment (pages 00622-1 to 00622-6 inclusive); 6. Certificate of Substantial Completion (pages 00630-1 to 00630-2, inclusive); 7. Contractor's Final Certification of the Work (pages 00632-1 to 00632-2, inclusive); 8. Professional Surveyor & Mapper's Certification as to Elevations and Locations of the Work (page 00634-1 9. General Conditions (pages 00700-1 to 00700-37, inclusive); 10. Supplementary Conditions (pages 00800-1 to 00800-12, inclusive); 11. Specifications as listed in Division 1 (General Requirements) and Division 2 (Technical Provisions); 12. Drawings consisting of a cover sheet (1), and sheets numbered 2 through 68, inclusive, with each sheet bearing the following general title: 4311 Avenue Pedestrian & Bicycle Access Improvements 13. Drawings consisting of a cover sheet (1), and sheets numbered 2 through 14, inclusive, with each sheet bearing the following general title: C O V B Utility Relocation — I.R.C. Pedestrian & Bicycle Access Improvement Project 431 Ave. -121 St. to 18' St. 14. Addenda (1-3); 15. Appendices to this Agreement (enumerated as follows): Appendix A — Permits Appendix B — Indian River County Fertilizer Ordinances Appendix C — Indian River County Traffic Engineering Special Conditions for Right of Way Construction Appendix D — Subsurface Soil Exploration and Geotechnical Engineering Evaluation Appendix E — City of Vero Beach Water & Sewer Department, Technical Specifications Utility Relocation 16. CONTRACTOR'S BID (pages 00310-1 to 00310-8, inclusive); 17. Bid Bond (page 00430-1 18. Sworn Statement Under Section 105.08, Indian River County Code, on Disclosure of Relationships (pages 00452-1 to 00452-2, inclusive); Agreement (Public Works) REV 04-07 - 00520 - 7 F:\Purchas1ng\8(ds\2023-2024 FY (2024000)\2024043 43rd Ave Bike & Pedestrian Improvements\IRC-1818 Agreement.doa 19. Sworn Statement Under the Florida Trench Safety Act (pages 00454-1 to 00454-2, inclusive); 20. Qualifications Questionnaire (page 00456-1 to 00456-3, inclusive); 21. List of Subcontractors (page 00458-1); 22. Certification Regarding Prohibition Against Contracting with Scrutinized Companies (page 00460-1); 23. The following which may be delivered or issued on or after the Effective Date of the Agreement and are not attached hereto: a) Written Amendments; b) Work Change Directives; c) Change Order(s); ARTICLE 10 - MISCELLANEOUS 10.01 Terms A. Terms used in this Agreement will have the meanings indicated in the General Conditions. 10.02 Assignment of Contract A. No assignment by a party hereto of any rights under or interests in the Contract will be binding on another party hereto without the written consent of the party sought to be bound; and, specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 10.03 Successors and Assigns A. OWNER and CONTRACTOR each binds itself, its partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. 10.04 Severability A. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to Agreement (Public Works) REV 04-07 - 00520 - 8 F.\Purchasin&Ids\2023-2024 FY (2024000)\2024043 43rd Ave Bike & Pedestrian Improvements\I1IC-1818 Agreement.d— be valid and binding upon OWNER and CONTRACTOR, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. 10.05 Venue A. This Contract shall be governed by the laws of the State of Florida. Venue for any lawsuit brought by either party against the other party or otherwise arising out of this Contract shall be in Indian River County, Florida, or, in the event of a federal jurisdiction, in the United States District Court for the Southern District of Florida. 10.06 Public Records Compliance A. Indian River County is a public agency subject to Chapter 119, Florida Statutes. The CONTRACTOR shall comply with Florida's Public Records Law. Specifically, the CONTRACTOR shall: (1) Keep and maintain public records required by the County to perform the service. (2) Upon request from the County's Custodian of Public Records, provide the County with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119 or as otherwise provided by law. (3) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the County. (4) Upon completion of the contract, transfer, at no cost, to the County all public records in possession of the CONTRACTOR or keep and maintain public records required by the County to perform the service. If the CONTRACTOR transfers all public records to the County upon completion of the contract, 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 contract, the CONTRACTOR shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the County, upon request from the Custodian of Public Records, in a format that is compatible with the information technology systems of the County. B. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Agreement (Public Works) REV 04-07 - 00520 - 9 FAPurchas1ng\B1ds\2023-2024 FY (2024000)\2024043 43rd Ave Bike & Pedestrian ImprovementsWC-1818 Agreement.d— (772) 226-1424 publicrecords(a)indianriver.gov Indian River County Office of the County Attorney 1801 27th Street Vero Beach, FL 32960 C. Failure of the Contractor to comply with these requirements shall be a material breach of this Agreement. [The remainder of this page was left blank intentionally] Agreement (Public Works) REV 04-07 - 00520 - 10 FAPurchasing\Bids\2023-2024 FY (2024000)\2024043 43rd Ave Bike & Pedestrian Improvements\IRC-1818 Agreement.docx IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed this Agreement in duplicate. One counterpart each has been delivered to OWNER and CONTRACTOR. All portions of the Contract Documents have been signed or identified by OWNER and CONTRACTOR or on their behalf. This Agreement will be effective on August 20, 2024 (the date the Contract is approved by the Indian River County Board of County Commissioners, which is the Effective Date of the Agreement). OWNER: CONTRACTOR: ............ Sj'• IL APPROVED AS TO AND LEGAL SUFFICIEN Y: By: san rado, Deputy County Attorney Ryan L. Butler, Clerk of Court and Comptroller Attest: w" - Deputy Clerk (SEAL) Designated Representative: Name: Kirstin Leiendecker, P.E. Title: Acting Public Works Director 1801 27th Street Vero Beach, Florida 32960 (772) 226-1327 CSlkv�- (CORPORATE SEAL) Address . . . . - • 1:KQW- 1 Imo_ l- Lila .3 �. License No. 0 Sag K) (Where applicable) Agent for service of process: Designated Representative: Name: Title: Address: Phone: Facsimile: (If CONTRACTOR is a corporation or a partnership, attach evidence of authority to sign.) * * END OF SECTION Agreement (Public Works) REV 04-07 - 00520 - 11 F:\Purchas1ng\Bids\2023-2024 FY (2024000\2024043 43rd Ave Bike & Pedestrian Improvements\I1IC-1818 Agreement.docx ITEMIZED BID SCHEDULE PROJECT NAME: 43RD AVENUE BICYCLE & PEDESTRIAN IMPROVEMENTS (12TH STREET TO 18TH STREET) PROJECT NO. IRC -1818 BID NO. 2024043 FM NO. 444270-1-54-01 ** ADDENDUM 3 7/1/2024 * ADDENDUM 1 6/10/2024 BIDDER'S NAME: Timothy Rose Contracting, Inc Item No. I Description Unit Quantity Unit Price Amount ROADWAY IMPROVEMENTS 101-1 MOBILIZATION/DEMOBILIZATION LS 1 $ 617,560.00 $ 617,560.00 102-1 MAINTENANCE OF TRAFFIC LS 1 $ 162,430.00 $ 162,430.00 104-2 PREVENTION, CONTROL, & ABATEMENT OF EROSION & WATER POLLUTION LS 1 $ 20,005.00 $ 20,005.00 110-1-1 CLEARING AND GRUBBING LS 1 $ 106,330.00 $ 106,330.00 110-7-1 MAIL BOX (F&I) EA 15 $ 212.00 $ 3,180.00 120-1 REGULAR EXCAVATION CY 2,424 $ 20.50 $ 49,692.00 120-6 EMBANKMENT CY 3,034 $ 25.50 $ 77,367.00 160-4 TYPE 'B'STABI LIZATION SY 7,800 $ 14.00 $ 109,200.00 210-1-2A REWORKING EXISTING BASE SY 12,390 $ 3.27 $ 40,515.30 285-706 OPTIONAL BASE GROUP 06 (CEMENTED COQUINA, LBR 100, 8") SY 5,900 $ 25.00 $ 147,500.00 285-716 OPTIONAL BASE GROUP 18 (CEMENTED COQUINA, LBR 100, 18") SY 300 $ 159.00 $ 47,700.00 327-70-13 MILLING EXISTING ASPHALT PAVEMENT (1.75") SY 12,390 $ 4.89 $ 60,587.10 334-1-13 SUPERPAVE ASPHALT CONCRETE (SP -12.5) (TRAFFIC C) (1.5") TN 1,591 $ 200.00 $ 318,200.00 337-7-82 ASPHALTIC CONCRETE FRICTION COURSE (FC -9.5) (TRAFFIC C, PG 76-22) (1.011) TN 1,070 $ 234.00 $ 250,380.00 400-0-11 CLASS NS CONCRETE (GRAVITY WALL) (SCHEME 2) CY 270 $ 850.00 $ 229,500.00 400-153 NON -SHRINK GROUT CF 630 $ 9.99 $ 6,293.70 400-2-1A CONCRETE, CLASS II (4,000 PSI) (CONCRETE COLLARS) EA 4 $ 1,301.00 $ 5,204.00 400-91A CONSTRUCTION DEWATERING LS 1 $ 37,769.00 $ 37,769.00 425-1-521 INLETS, DT BOT, TYPE'C', < 10' EA 11 $ 4,650.00 $ 51,150.00 425-1-551 INLETS, DT BOT, TYPE 'E', < 10' EA 31 $ 4,827.00 $ 149,637.00 425-1-551A INLETS, DT BOT, TYPE'E', < 10'w/ CONC. APRON EA 1 $ 5,878.00 5 5,878.00 425-2-41 MANHOLE, TYPE 7 W/ P -BOTTOM (<10') (w/ T DIA. RING & COVER) EA 4 $ 7,316.00 $ 29,264.00 425-2-61 MANHOLE, TYPE 8 W/ P -BOTTOM (<10') (w/ 3' DIA. RING & COVER) EA 3 $ 7,746.00 $ 23,238.00 425-6 ADJUST VALVE BOX EA 12 $ 680.00 $ 8,160.00 430-175-118 PIPE CULVERT, ROUND, 18" REINFORCED CONCRETE PIPE (CL III), S/CD LF 1,284 $ 121.00 $ 155,364.00 430-175-124 PIPE CULVERT, ROUND, 24" REINFORCED CONCRETE PIPE (CL III), S/CD LF 3,348 $ 141.00 $ 472,068.00 430-175-124A PIPE CULVERT, ROUND, 24" CORRUGATED ALLUMINUM PIPE (12 GAUGE), 5/CD LF 50 $ 202.00 $ 10,100.00 430-175-130 PIPE CULVERT, ROUND, 30" REINFORCED CONCRETE PIPE (CL III), S/CD LF 668 $ 192.00 $ 128,256.00 430-175-215 PIPE CULVERT, ELLIPTICAL, 12"x18" REINFORCED CONRETE PIPE (CL III), 5/CD LF 40 $ 106.00 $ 4,240.00 430-175-230 PIPE CULVERT, ELLIPTICAL, 24"x38" REINFORCED CONCRETE PIPE (CL III), S/CD LF 49 $ 231.00 $ 11,319.00 430-175-260 PIPE CULVERT, ELLIPTICAL, 48"x76" REINFORCED CONCRETE PIPE (CL III), S/CD LF 136 $ 844.00 $ 114,784.00 430-982-125 MITERED END SECTION (18" ROUND) (4:1) (CD) EA 2 $ 2,599.00 $ 5,198.00 430-984-623 MITERED END SECTION (12"x18" ELLIPTICAL) (4:1) (SD) EA 2 $ 2,506.00 $ 5,012.00 00310-3 S:\3 - ACTIVE BIDS\IRC-43rd Ave Bicycle & Ped 12th -18th 6-26-24\IRC Addendum 3 Bid Schedule -FINAL I I EMIZED BID SCHEDULE PROJECT NAME: 43RD AVENUE BICYCLE & PEDESTRIAN IMPROVEMENTS (12TH STREET TO 18TH STREET) PROJECT NO. IRC -1818 BID NO. 2024043 FM NO. 444270-1-54-01 "ADDENDUM 3 7/1/2024 BIDDER'S *ADDENDUM 1 6/10/2024 NAME: Timothy Rose Contracting, Inc Item No. Description Unit Quantity Unit Price Amount 515-1-2 PIPEHANDRAIL- GUIDERAIL(ALUMINUM) LF 840 $ 50.50 $ 42,420.00 520-1-10 CONCRETE CURB AND GUTTER (TYPE F) (3000 PSI MIN.) LF 206 $ 36.00 $ 7,416.00 522-2 CONCRETE SIDEWALK AND DRIVEWAYS (6" THICK) (FIBER REINFORCED) (3000 PSI MIN.) SY 5,104 $ 65.50 $ 334,312.00 527-2 DETECTABLE WARNINGS SF 576 $ 29.00 $ 16,704.00 530-3-4 RIPRAP - RUBBLE (F&I) (DITCH LINING) TN 175 $ 98.50 $ 17,237.50 570-1-1 PERFORMANCE TURF (SOD) (BAHIA) SY 15,100 $ 3.26 $ 49,226.00 630-2-12A CONDUIT (F&I) (DIRECTIONAL BORE) (2-2" PVC) LF 2,646 $ 14.00 $ 37,044.00 630-2-100 CONDUIT (RELOCATE CONDUIT WITH FIBER/WIRE REMAINING OPERATIONAL) LF 50 $ 34.00 $ 1,700.00 633-1-121 FIBER OPTIC CABLE (F&I) (UNDERGROUND) (12 STRAND) LF 75 $ 6.99 $ 524.25 633-1-124 FIBER OPTIC CABLE (F&I) (UNDERGROUND) (144 STRAND) LF 4,542 $ 8.82 $ 40,060.44 633-1-620 FIBER OPTIC CABLE (REMOVE) (UNDERGROUND) (96 STRAND) LF 1,377 $ 1.83 $ 2,519.91 633-2-31 FIBER OPTIC CONNECTION (F&I) (SPLICE) EA 204 $ 80.00 $ 16,320.00 633-2-32 FIBER OPTIC CONNECTION (F&I) (TERMINATION) EA 108 $ 150.00 $ 16,200.00 635-2-12 PULL & SPLICE BOX (F&I) (24"X36") (PULL BOX) (24" DEEP) EA 4 $ 3,577.00 $ 14,308.00 635-2-15 PULL & SPLICE BOX (F&I) (30"X48") (SLACK BOX) (24" DEEP) EA 2 $ 5,656.00 $ 11,312.00 SIGNING AND MARKINGS 700-1-111 SINGLE POST SIGN, F&I, GROUND MOUNT, UP TO 12 SF EA 5 $ 659.00 $ 3,295.00 700-1-112 SINGLE POST SIGN, F&I, GROUND MOUNT, 12 TO 20 SF EA 11 $ 1,318.00 $ 14,498.00 706-1-3 RETRO -REFLECTIVE PAVEMENT MARKERS (RPMs) EA 149 $ 8.79 $ 1,309.71 711-11-121 THERMOPLASTIC (STANDARD) (WHITE) (SOLID) (6") LF 11,109 $ 1.65 $ 18,329.85 711-11-123 THERMOPLASTIC (STANDARD) (WHITE) (SOLID) (12") LF 1,431 $ 7.69 $ 11,004.39 711-11-125 THERMOPLASTIC (STANDARD) (WHITE) (SOLID) (24") LF 855 $ 13.00 $ 11,115.00 711-11-141 THERMOPLASTIC (STANDARD) (WHITE) (2'-4' SKIP) (6") LF 2,002 $ 1.65 $ 3,303.30 711-11-160 THERMOPLASTIC (STANDARD) (WHITE) (MESSAGES) EA 17 $ 330.00 $ 5,610.00 711-11-171 THERMOPLASTIC (STANDARD) (WHITE) (6'-10' SKIP) (6") LF 433 $ 1.65 $ 714.45 711-11-221 THERMOPLASTIC (STANDARD) (YELLOW) (SOLID) (6") LF 5,821 $ 1.65 $ 9,604.65 711-14-170 DIRECTIONAL ARROW (PREFORMED THERMOPLASTIC) EA 6 $ 879.00 $ 5,274.00 SIGNALIZATION 630-2-11 CONDUIT, F&I, OPEN TRENCH LF 153 $ 33.00 $ 5,049.00 630-2-12 CONDUIT, F&I, DIRECTIONAL BORE LF 190 $ 51.50 $ 9,785.00 630-2-14 CONDUIT, F&I, ABOVEGROUND LF 40 $ 50.50 $ 2,020.00 632-7-1 SIGNAL CABLEF&I PI 2 $ 15,098.00 $ 30,196.00 632-7-6 SIGNAL CABLE, REMOVE- INTERSECTION PI 2 $ 2,613.001 $ 5,226.00 635-2-14 PULL & SPLICE BOX (F&I) (17" X 30" COVER SIZE) (12" DEEP) EA 10 $ 2,730.00 $ 1 27,300.00 00310-4 SA3 - ACTIVE BIDSURC-43rd Ave Bicycle & Ped 12th -18th 6-26-24%IRC Addendum 3 Bid Schedule -FINAL ITEMIZED BID SCHEDULE PROJECT NAME: 43RD AVENUE BICYCLE & PEDESTRIAN IMPROVEMENTS (12TH STREET TO 18TH STREET) PROJECT NO. IRC -1818 BID NO. 2024043 FM NO. 444270-1-54-01 "ADDENDUM 3 7/1/2024 *ADDENDUM 1 6/10/2024 BIDDER'S NAME: Timothy Rose Contracting, Inc Item No. Description Unit Quantity Unit Price Amount 646-1-11 ALUMINUM SIGNALS POLE, PEDESTAL EA 10 $ 4,242.00 $ 42,420.00 646-1-60 ALUMINUM SIGNALS POLE, REMOVE EA 3 $ 653.00 $ 1,959.00 653-1-11 PEDESTRIAN SIGNAL, F&I, LED COUNTDOWN, 1 WAY AS 10 $ 1,162.00 $ 11,620.00 653-1-60 PEDESTRIAN SIGNAL, REMOVE PED SIGNAL- POLE/PEDESTAL TO REMAIN AS 2 $ 82.00 $ 164.00 665-1-11 PEDESTRIAN DETECTOR, F&I, STANDARD EA 10 $ 343.00 $ 3,430.00 665-1-60 PEDESTRIAN DETECTOR, REMOVE- POLE/PEDESTAL TO REMAIN EA 1 $ 40.50 $ 40.50 UTILITY ITEMS 1050-15-222 UTILITY PIPE (ADJUST/MODIFY) (PVC) (WATER MAIN) (2") LF 40 $ 38.50 $ 1,540.00 1050-15-222A UTILITY PIPE (ADJUST/MODIFY) (PVC) (WATER MAIN) (4") LF 120 $ 85.50 $ 10,260.00 1050-15-223 UTILITY PIPE (ADJUST/MODIFY) (PVC) (WATER MAIN) (6") LF 40 $ 127.00 $ 5,080.00 1050-15-224 UTILITY PIPE (ADJUST/MODIFY) (PVC) (WATER MAIN) (8") LF 160 $ 135.00 $ 21,600.00 1055-31-208 UTILITY FITTING (F&I) (45 DEGREE BEND) (WATER MAIN) (8") EA 16 $ 884.00 $ 14,144.00 1080-21-518 UTILITY FIXTURE WATER METER (ADJUST) EA 10 $ 141.00 $ 1,410.00 1644-800 FIRE HYDRANT (RELOCATE) EA 1 $ 4,266.00 $ 4,266.00 999-1 ASBUILT SURVEYING AND RECORD DRAWING PREPARATION (BY REGISTERED SURVEYOR) LS 1 $ 8,100.00 $ 8,100.00 SUB -TOTAL ROADWAY IMPROVEMENTS = $ 4,360,053.05 999-25 FORCE ACCOUNT = $ 500,000.00 TOTAL ROADWAY IMPROVEMENTS (INCLUDING FORCE ACCOUNT) = $ 4,860,053.05 UTILITY WORK BY HIGHWAY CONTRACTOR (UWHC) 1 MOBILIZATION, DEMOBILIZATION, MOT (See City of Vero Beach Specification Section 01025), PUBLIC CONSTRUCTION BOND LS 1 $ 9,720.00 $ 9,720.00 2 INSTALL 2 -INCH HDPE WATER MAIN, HDD LF 200 $ 22.00 $ 4,400.00 3 INSTALL 2 -INCH HDPE FORCE MAIN, HDD LF 3,800 $ 23.50 $ 89,300.00 4 INSTALL 6 -INCH PVC WATER MAIN C900 LF 150 $ 92.00 $ 13,800.00 5 INSTALL 8 -INCH PVC WATER MAIN C900 LF 3,600 $ 62.00 $ 223,200.00 6 INSTALL 8 -INCH HDPE WATER MAIN, HDD LF 280 $ 84.50 $ 23,660.00 7 INSTALL 6 -INCH LINE STOP EA 2 $ 8,482.00 $ 16,964.00 8 INSTALL 8 -INCH LINE STOP EA 1 $ 14,162.00 $ 14,162.00 9 FIRE HYDRANT ASSEMBLY (include 1 Anchor Coupling & 1- 6"Gate Valve with Valve Box) EA 7 $ 8,327.00 $ 58,289.00 10 RESILIENT SEAT GATE VALVE - 6 -INCH EA 2 $ 2,710.00 $ 5,420.00 11 RESILIENT SEAT GATE VALVE - 8 -INCH EA 7 $ 3,723.00 $ 26,061.00 12 INSTALL WATER SERVICE SINGLE 2 -INCH EA 10 $ 2,217.00 $ 22,170.00 13 INSTALL WATER SERVICE DOUBLE 2 -INCH EA 3 $ 2,829.00 $ 8,487.00 14 REMOVE EXISTING 6 -INCH WATER MAIN (Including all Fittings, Valves, Water Service Taps, Retainer Glands, & Etc.) LF 2,400 $ 11.50 $ 27,600.00 00310-5 S:\3 - ACTIVE BIDS\IRC-43rd Ave Bicycle & Ped 12th -18th 6-26-24\IRC Addendum 3 Bid Schedule -FINAL ITEMIZED BID SCHEDULE PROJECT NAME: 43RD AVENUE BICYCLE & PEDESTRIAN IMPROVEMENTS (12TH STREET TO 18TH STREET) PROJECT NO. IRC -1818 BID NO. 2024043 FM NO. 444270-1-54-01 ** ADDENDUM * ADDENDUM 1 BIDDER'S NAME: Timothv Rose Contractine. Inc 1 7/1/2024 6/10/2024 Item No. Description Unit Quantity Unit Price Amount 15 ADJUST VALVE BOX EA 3 $ 620.00 $ 1,860.00 16 GROUTAND ABANDON 6 -INCH WATER MAIN LF 70 $ 12.00 $ 840.00 17 GROUT AND ABANDON 8 -INCH WATER MAIN LF 70 $ 14.50 $ 1,015.00 ** 18 INSTALL SAMPLE POINTS PER DETAIL EA 7 $ 1,411.00 $ 9,877.00 ** 19 INSTALL TEMPORARY JUMPER PER DETAIL EA 1 $ 3,275.00 $ 3,275.00 ** 20 INSTALL BRANCH CONNECTIONS PER DETAIL EA 9 $ 2,575.00 $ 23,175.00 21 AS -BUILT SURVEY LS 1 $ 11,572.00 $ 11,572.00 SUB -TOTAL OF UTILITY WORK BY HIGHWAY CONTRACTOR (UWHC) = $ 594,847.00 999-25A FORCE ACCOUNT = $ 63,000.00 TOTAL BID AMOUNT (INCLUDING FORCE ACCOUNT) FOR UTILITY WORK BY HIGHWAY CONTRACTOR = $ 657,847.00 TOTAL BID AMOUNT (INCLUDING FORCE ACCOUNT) FOR ROADWAY IMPROVEMENTS WITHOUT UWHC = $ 4,860,053.05 TOTAL BID AMOUNT 43RD AVENEUE BICYCLE & PEDESTRIAN ROADWAY IMPROVEMENTS AND UTILITY WORK BY HIGHWAY CONTRACTOR $ 5,517,900.05