Loading...
HomeMy WebLinkAbout2024-188SECTION 00520 Agreement (Public Works) TABLE OF CONTENTS Title Page ARTICLE1 - WORK...................................................................................................................2 ARTICLE2 - THE PROJECT.......................................................................................................2 ARTICLE 3 - ENGINEER............................................................................................................2 ARTICLE 4 - CONTRACT TIMES................................................................................................2 ARTICLE 5 - CONTRACT PRICE.................................................................................................3 ARTICLE 6 - PAYMENT PROCEDURES.....................................................................................3 ARTICLE 7 - INDEMNIFICATION..............................................................................................5 ARTICLE 8 - CONTRACTOR'S REPRESENTATIONS...................................................................5 ARTICLE 9 - CONTRACT DOCUMENTS....................................................................................6 ARTICLE 10 - MISCELLANEOUS...............................................................................................7 [The Remainder of THIS Page WAS LEFT BLANK INTENTIONALLY] Agreement (Public Works) REV 04-07 - 00520 - 1 F\Purchasing\Bids\2023-2024 FY (2024000)\2024041 Fire Station 7\IRC-1911_AGREEMENT.docx 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 W&J Construction Corporation (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 includes the construction of a 9,035 square foot new Fire Station/EMS building located at 9700 26th PL Fellsmere, FL. The space will be split between dorm, office, facility and equipment storage, as well as a three bay apparatus room. The building will consist of a single -story concrete block structure with a standing seam metal roof over self-sealing underlayment. Civil site work will include the construction of a paved road along 98th Avenue: and construction of concrete driveway and parking lot. Proposed work will also include installation of drainage structures, construction of drainage swales, utility pipework for forcemains and watermains, and the construction of a lift station. 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: INDIAN RIVER COUNTY FIRE STATION 7 County Project Number: IRC -1911 FM Number: N/A Bid Number: 2024041 Project Address: 970026 th PL, Fellsmere, 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 Agreement (Public Works) REV 04-07 - 00520 - 2 F:\Purchasing\Bids\2023-2024 FY (2024000)\2024041 Fire Station 7\IRC-1911_AGREEMENT.docx 4.01 Time of the Essence 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 the 400th 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 430th 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 $3,813.00 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 $3,813.00 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.B, 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: $7,130,185.74 Written Amount: Seven million, one hundred thirty thousand, one hundred eighty-five dollars and seventy-four cents Agreement (Public Works) REV 04-07 - 00520 - 3 F\Purchasing\Bids\2023-2024 FY (2024000)\2024041 Fire Station 7\IRC-1911_AGREEMENT.docx 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 Government Prompt Payment Act. In such event, payment and retainage provisions shall be governed by the applicable grant requirements and guidelines. Agreement (Public Works) REV 04-07 - 00520 - 4 F:\Purchasing\Bid5\2023-2024 FY (2024000)\2024041 Fire Station 7\IRC-1911_AGREEMENT.docx 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 (Indemnification) of the General Conditions to the Construction Contract. 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 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 Agreement (Public Works) REV 04-07 - 00520 - 5 F.\Purchasing\Bids\2023-2024 FV (2024000)\2024041 Fire Station 7\I1RC-1911AGREEMENTA— 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); 2. Notice to Proceed (page 00550-1); 3. Public Construction Bond (pages 00610-1 to 00610-3, 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); Agreement (Public Works) REV 04-07 - 00520 - 6 F\Purchasing\Bids\2023-2024 FY (2024000)\2024041 Fire Station 7\IRC-1911_AGREEMENT.docx 9. General Conditions (pages 00700-1 to 00700-38, inclusive); 10. Supplementary Conditions (pages 00800-1 to 00800-13, inclusive); 11. Specifications as listed in Division 1 (General Requirements) and Division 2 (Technical Provisions); 12. Drawings consisting of a cover sheet (COVER), and sheets numbered ABB, ACC, A-1 to A-14; 1-1; LS -1; S-1.1, S-1.2, S-1.3, S-2.1, S-2.2, S-2.3, S-2.4, S-2.5, S-2.6, S-2.7, S- 2.8, S-2.9, S-2.10, S-3.1, S-3.2, S-3.3, S-3.4, S-4.1, S-4.2, S-4.3, S-5.1, S-5.2, S-5.3, S- 5.4, S-5.5, S-6.1; M-0, M-1, M-1 A, M-2.1, M-2.2, M-5.1, M-5.2; E-0, E-1, E-1 A, E-2, E- 3, E-4, E-5, E-6, E-7; P-0 to P-7; C1 to C21, EX1, inclusive, with each sheet bearing the following general title: STATION # 7; 13. Addenda (1-6); 14. 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 15. CONTRACTOR'S BID (pages 00310-1 to 00310-6, inclusive); 16. Bid Bond (page 00430-1); 17. Sworn Statement Under Section 105.08, Indian River County Code, on Disclosure of Relationships (pages 00452-1 to 00452-2, inclusive); 18. Sworn Statement Under the Florida Trench Safety Act (pages 00454-1 to 00454-2, inclusive); 19. Qualifications Questionnaire (page 00456-1 to 00456-2, inclusive); 20. List of Subcontractors (page 00458-1); 21. Certification Regarding Prohibition Against Contracting with Scrutinized Companies (page 00460-1); 22. 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); Agreement (Public Works) REV 04-07 - 00520 - 7 F:\Purchasing\Bids\2023-2024 FY (2024000)\2024041 Fire Station 7\IRC-1911_AGREEMENT.docx 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 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. Agreement (Public Works) REV 04-07 - 00520 - 8 F.\Purchasing\Bids\2023-2024 FY (2024000)\2024041 Fire Station 7\IRC-1911_AGREEMENT.docx (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: (772) 226-1424 publicrecords@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 - 9 F.\Purchasing\Bids\2023-2024 FV (2024000(\2024041 Fire Station 7\1RC-1911_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). INDI ER COUNTY .••'' pb�MtsSj� �'�l► By: n Adams, h man 0. hn A. Titkanich, Jr., County Adminis't R couN APPROVEF AS M AND LEGAL SUFFICIE CY: By: " -I Susan Prad u o orney Ryan L. Butler, Clerk of Court and Comptroller Attest: �a" 4)4Jx'j 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 Facsimile: (772) 226-1371 CONTRACTOR: W&J Construction Corporation Erik Costin (Contractor) President ORP RATE SEAL) Attest SfieRey Sut rland, Cot'p. Se retary Address for giving notices: 1005 Viera Blvd. Suite 202 Rockledge FI 32q55 License No. CGC1536113 (Where applicable) Agent for service of process: Erik Costin Designated Representative Name: Frik C:nstin Title: PrPGidPnt Address: 1005 Viera Blvd, Suite 202 Rockledge, FL 32955 Phone: 321.632.7660 Facsimile: 191 519 5497 (If CONTRACTOR is a corporation or a partnership, attach evidence of authority to sign.) * * END OF SECTION * * Agreement (Public Works) REV 04-07 - 00520 - 10 F:\Purchasing\Bids\2023-2024 FY (2024000(\2024041 Fire Station 7\IRC-1911_AGREFMENT.docx MINUTES OF A SPECIAL MEETING OF THE BOARD OF DIRECTORS OF W & J CONSTRUCTION CORPORATION Minutes of a Special Meeting of the Board of Directors of W&J CONSTRUCTION CORPORATION held at the offices of the corporation in Rockledge, Florida on May 1, 2024. The following director, being the sole director of the corporation, was present: ERIK COSTIN By his signature to these minutes at the end hereof, the sole director waived notice of this meeting and approved and consented to the business transactions set forth in these minutes. ERIK COSTIN was chairman of the meeting. Upon motion made and unanimously carried, it is, RESOLVED, that Erik Costin is named as the President of W&J Construction Corporation, is authorized to sign and execute all documents required to submit on behalf of W&J Construction Corporation. The chairman then opened the meeting for consideration of the stated items of business. After discussion and upon motion duly made and carried, the above items were unanimously adopted. There being no further business to come before the meeting, the same was, on motion duly made and carried, adjourned. ERIK COSTIN, Chairman, President and Sole Director ATTEST: Shelley Suterland, Corporate Secretary ITEMIZED RID SCHEDULE PROJECT NAME: INDIAN RIVER COUNTY FIRE STATION 7 PROJECT NO. IRC -1911 BID NO. 2024041 FM NO. N/A NIX Unit Quantity Unit Price Amount OBILIZATION/DEMOBILIZATION LS _ 14,9)191 5 I4.9S191 AINTENANCE OF TRAFFIC 7104-117 LS - 35.474.18 E 35.474.18 REVENTION, CONTROL & ABATEMENT OF EROSIONAND WATER POLLUTION LS 1 11.923.43 f 11.923.43 DIMENT BARRIER, SILT FENCE TYPE 3 LF 7,`082 3.34 S IL TRACKING PREVENTION DEVICE 25.674.7; _ - EA 1 4.058.60 S 4,058.60 LET PROTECTION SYSTEM EA 4 205.11 S 820.47 110-1.1 CLEARING AND GRUBBING AC 4.88 18,176.85 S 88,703.03 110-4-10 REMOVAL OF EXISTING CONCRETE(SIDEWALKS) SY 226 34.30 S 7,752.13 110-23 TREES TO BE REMOVED (29 PINES, 21 PALMS 6"-28") EA 50 1,231.34 f 61,566.75 120-1 REGULAR EXCAVATION CY 2,637 7.41 S 19.544.03 120-6 EMBANKMENT C 3,343 16.12 S 53,904,67 160-4A TYPE B STABILIZATION (SIDEWALK AND PADS) 5' THICK SV 518_ 10.26 $ 5,315.76 160-4B TYPE B STABILIZATION (PARKING LOT), 8" THICK SY 778 674 f 4,935.87 160-4C TYPE B STABILIZATION (ROADWAYS AND DUMPSTER PAD) 12" THICK SY 10,267 8.09 $ 83.076.77 285-709 OPTIONAL BASE GROUP 09 SY 6,625 37.29 S 747.058.57 334-1-13 5UPERPAVE ASPHALTIC CONCRETE TYPE C, 2" THICK 728 190.56 S 138.730.41 337-7-82 ASPHALTIC CONCRETE FRICTION COURSE, TRAFFIC C, FC -9.5, PG76-22, 1" THICK 364 226.25 S 82,354.64 350-4A REINFORCED CEMENT CONCRETE PAVEMENT, (DRIVEWAY), 5" THICK 4TN 777 98.88 S 76,831.36 350-48 REINFORCED CEMENT CONCRETE PAVEMENT, (SIDEWALK & PADS), 6" THICK 89 98.88 S 8.800.50 350-4C REINFORCED CEMENT CONCRETE PAVEMENT, (DRIVEWAY), 8" THICK 3,717 113.55 S 42_'.074.79 425-1-521 INLET, DITCH BOTTOM, TYPE C, < 10' EA 1 4,}01.76 S x.301.75 425-1-561 INLET, DITCH BOTTOM, TYPE F, < 10' EA 3 6.471.29 S 19.41},86 430-175-118 PIPE CULVERT OPTIONAL MATERIAL, ROUND, 18" 5/CD (RCP) LF 190 91.29 $ 17,3x5.99 43D-175-218 PIPE CULVERT OPTIONAL MATERIAL, ELLIPTICAL, 18" S/CD (RCP) LF 491 128.35 E 63.02014 430-982-625A MITERED END SECTION, ELLIPTICAL, S/CD, 14'X23" EA 5 2,016.35 S 10.081.76 430-982-625 MITERED END SECTION, ELLIPTICAL, 5/CD, 18" EA 4 1.932.61 $ 7.730.44 430.984.625 MITERED END SECTION, ELLIPTICAL, S'SD, 14"X23' EA 2 2.015.84 S 4.031.67 519-78 BOLLARDS EA 12 727.19 S 8 726.30 520-1-10 CONCRETE CURB & GUTTER, TYPE F LP 132 33g5 $ 4.4SI,16 520-2-4 CONCRETE CURB & GUTTER, TYPE D LF 345 20.26 S 6.991.17 522-2 CONCRETE SIDEWALK AND DRIVEWAYS (FIBER REINFORCED) (6" THICK)(3000P51) SY 424 99.01 S 41.980.69 527.2 DETECTABLE WARNINGS (SAFETY YELL OW) SF 20 32.94 S 658.82 542-70 BUMPER GUARD, CONCRETE EA 10 138.98 f 1,389.77 550-30-222 FENCE, TYPE B, BLACK VINYL -COATED, 6FT LF 1,618 33.05 S 53,469.54 550-60-211 FENCE GATE, TYPE B, BLACK VINYL -COATED, 0'-6'0" OPENING EA 1 1.288.01 f 1,288.01 550.60.236 FENCE GATE, TYPE B, SLIDING/CANTILEVER, 24'-30' OPENING EA 1 41,500.56 S 41,500.56 55030-237 FENCE GATE, TYPE 3, SLIDING/CANTILEVER, 130' OPENING EA 1 83.001.13 S 83.W I. i} 570-1-2 PERFORMANCE TURF, SOD, MATCH EXISTING SY 16,350 5.07 S 82.830.15 580-4 LANDSCAPE -TREES, EP HOLLY, PRIVET AND CAPE MERTLE, 30 GAL EA 53 483.15 E 251,07.08 580-4-343LANDSCAPE-PALMS, SABAL PALMETTO, 9'-12' CLEAR TRUNK EA 57 293.18 $ 16,710.98 5803-24 LANDSCAPE - TREES. ALL OAKS, AND DAHOON HOLLY, 45 GAL EA 46 613 h7 S 28.32071 5847-499 LANDSCAPE - ORNAMENTAL GRASS, PAMPAS GRASS EA 36 17 XG S642.97 97 580-7-697 LANDSCAPE - SMALL SHRUB, DWARF SCEFFLERA, TO" HEIGHT EA 664 X217 S 36,095.71 580-7398 LANDSCAPE - SMALL SHRUB, WALTER'S VIBURNUM, 3'0" HEIGHT EA 142 72.71 S 10.32.1.45 590-70 LANDSCAPE -IRRIGATION SYSTEM (INCL. WELL) LS 1 72,707.40 S 77,707.40 700-1-11 SINGLE SIGN POST, F&I GROUND MOUNT. UP TO 12 SF EA 16 531.54 S 8.504.G1 LE SIGN POST, F&I GROUND MOUNT, SHEETING AREA FOR BACK -TO BACK SIGNS EA 2 783.88 f Ij67.76 MN!GE GLE PANEL, F&I, GROUND MOUNT,UPTO12 SFEA 4 1,255.49 S 5,021.97 NTED PAVEMENT MARKINGS (ALL STRIPING ONSITE) LS 1 2,798.91 f 2,798.97 RMOPLASTIC, PAVEMENT MARKINGS, STANDARD SOLID WHITE, 6"LF 3,285 4.44 S 14.600.29ERMOPLASTIC. PAVEMENT MARKINGS, STANDARD SOLID WHITE, 12" LF 225 9.02 S 2,029.06 711-11-125 THERMOPLASTIC, PAVEMENT MARKINGS, STANDARD SOLID WHITE, 24" LF 125 11.69 S 1,461.48 711-11-160 THERMOPLASTIC, PAVEMENT MARKINGS, BIKE LANE EA 5 L 12114 S 5,606.21 711-11-170 THERMOPLATIC, PAVEMENT MARKINGS, ARROW EA 2 808.59 S 1,617.18 711-11-221 THERMOPLASTIC, PAVEMENT MARKINGS STANDARD, SOLID YELLOW, 6" Lf 2,235 2.85 S 6.36899 715-6-100 LIGHT POLE COMPLETE (LUMINAIRE, POLE, FOUNDATION) EA 12 5.081.31 S 60.975.71 1050-31-202 UTILITY PIPE F&I, PVC PIPE, 2" FM LF 24 50.77 S 1,21839 1050-31-202A UTILITY PIPE, FBI, PE PIPE, 2" WS LF 128 31.12 $ 3,983.80 1050-31-2028 UTILITY PIPE, F&I, PVC PIPE, 2" SANITARY SEWER FORCE MAIN LF 62 10.77 S 3,147.50 1050-31-204A UTILITY PIPE F&I, PVC PIPE, 4" WM LF 46 190.68 S 8,771.33 1050-31-204D UTILITY PIPE F&I, PVC PIPE, 4" FM LF 305 40,75 f 12,429.15 1050-31-2048 UTILITY PIPE, F&I, PVC PIPE, 4" GRAVITY SANITARY SEWER LF 241 43.14 S 10,397.62 1050-31-204C UTILITY PIPE, F&1, HDPE PIPE, 4" FM LF 3,080 81.66 S 251.497.71 1050-31-206 UTILITY PIPE, F&I, PVC PIPE, 6" WM LF 376 214.69 $ 38,137,71 1050-31-208A UTILITY PIPE, F&I, PVC PIPE, 8" WM LF 1,322 81.50 S 107,746.50 1050.31-2088 UTILITY PIPE, F&I, HDPE PIPE, 8- WM LF 482 186.98 S 90,122.09 1055-31-108 UTILITY FITTING, F&I, PVC ELBOWS, 8" EA 4 653,53 f 2.614.14 1055-31-208 UTILITY FITTING. F&I, PVC TEE, 8" EA 1 824.70 $ 821.70 1055-31-508 LTILITY FITTING, F&I, PVC CAP, 8" EA I 42 1,00 S 321.00 1055-31-808 UTILITY FITTING, F&1, PVC CROSS, 8" EA 1 1.091.78 $ 1.091.78 1055-41-108 UTILITY FITTING, F&I, PE ELBOWS. 8" EA 2 498.40 S 996.80 1060-11-211 UTILITY STRUCTURE, BELOW GROUND, F&I (500 GAL OWS), 0'-6- DEPTH EA 2 46,836.09 S 93,672.18 1060-21-11 UTILITY STRUCTURE, SANITARY CLEANOUT, 4" EA 1 831.34 f 831.14 1080-11-214 UTILITY FIXTURE, F&I, FDC, 4" EA I 2.826.03 S 2.826.03 1080-21-102 UTILITY FIXTURE, F&I, METERBOX, 2" EA 1 73514 S 735A4 1080-22-102 UTILITY FIXTURE, F&I, BACKFLOW ASSEMBLY, 2" EA 1 3.353.34 S 3,353.34 1080-22-106 UTILITY FIXTURE, F&I, DDCV, 6" EA 1 13,549.Q3 S 13.54993 1080-23-106A UTILITY FIXTURE, F&I, TAPPING SADDLE, 4"X6" EA 1 8,773.68 S 8.773.08 1080-23-1068 UTILITY FIXTURE, F&I, TAPPING SADDLE, 6"X2" EA 1 2,947.95 b 3.917.85 1080-24-102A UTILITY FIXTURE, F&i, VALVE ASSEMBLY, GATE VALVE. 2" EA 1 6.129.19 S 6.129.19 1080-24-1028 UTILITY FIXTURE, F&I, VALVE ASSEMBLY, CHECK VALVE, 2" EA 1 5.469.67 $ 5.169.67 1080-24-1020 UTILITY FIXTURE, F&I, VALVE ASSEMBLY, CURB STOP, 2" EA 1 769.81 S 769.81 1080-24-104 UTILITY FIXTURE, F&I, VALVE ASSEMBLY, GATE VALVE, 4" EA 3 2366.58 $ 7,099.74 1080-24.1064 UTILITY FIXTURE, F&I, VALVE ASSEMBLY, GATE VALVE, 6" EA 1 2,826.48 S 2,82648 1080-24-1068 UTILITY FIXTURE, F&I, POST INDICATOR VALVE (PIV), 6" EA 1 6.372.43 S 6372.93 1080-24-108 UTILITY FIXTURE, F&I, VALVE ASSEMBLY, GATE VALVE, 8" EA 6 3,524.68 S 17,423.39 1080-25-102 UTILTY FIXTURE, FBI, BLOWOFF, 2" EA 1 5,374.48 f 5.374.48 1080-26-104A UTILITY FIXTURE, F&I, AIR RELIEF VALVE, IN GROUND, 4" EA 2 19,713.27 S 39426.55 1080-32-102 UTILITY FIXTURE. F&I, SAMPLE POINT, 2" EA 1 826.64 $ 324.64 3080-32-108 UTILITY FIXTURE, F&I, SAMPLE POINT, 8" EA 2 1,951.14 S 3,910.27 1501-1 LIFT STATION, SANITARY SEWER, PRIVATE, 6' DIA WET WELL EA 1 221.073.89 S 221.073.89 1644-111-08 FIRE HYDRANT ASSEMBLY (INC.G.V.) EA 4 9,821.}q g 39185.54 CIVIL/SITEWORK SUBTOTAL 5 3 63.035.62 BUILDING DIVISION 3 CONCRETE - SEE ENGINEERING DRAWINGS AND SPECIFICATIONS LS 1 64 L648.G7 S 611.648.67 DIVISION 4 MASONRY -SEE ENGINEERING DRAWINGS AND SPECIFICATIONS LS 1 _ S DIVISION 5 METALS- SEE ENGINEERING DRAWINGS AND SPECIFICATIONS LS 1 22,539,29 S _ 22,539.29 DIVISION 6 WOOD, PLASTICS, AND COMPOSITES- SEE ENGINEERING DRAWINGS AND SPECIFICATIONS LS 1 46,247.02 S 46 X97.02 DIVISION 7 THERMAL AND MOISTURE PROTECTION- SEE ENGINEERING DRAWINGS AND SPECIFICATIONS LS 1 200,742.79 S 300,742.79 DIVISION 8 OPENINGS- SEE ENGINEERING DRAWINGS AND SPECIFICATIONS LS 1 488.461.21 S 488,461.21 DIVISION 9 FINISHES- SEE ENGINEERING DRAWINGS AND SPECIFICATIONS LS 1 417,177.47 S 417,177.47 DIVISION 10 SPECIALTIES-SEE ENGINEERING DRAWINGS AND SPECIFICATIONS LS 1 44,575.10 S 14,575.50 DIVISION 11 EQUIPMENT- SEE ENGINEERING DRAWINGS AND SPECIFICATIONS LS 1 24,392.16 S 24,392.16 DIVISION 12 FURNISHINGS-SEE ENGINEERING DRAWINGS AND SPECIFICATIONS LS 1 99,843.68 S 99,843.68 DIVISION 13 SPECIAL CONSTRUCTION- SEE ENGINEERING DRAWINGSAND SPECIFICATIONSLS1 E DIVISION 15 MECHANICAL/PLUMBING- SEE ENGINEERING DRAWINGS AND SPECIFICATIONSLS 1 786,959.10 S 786.959.10 DIVISION 16 ELECTRICAL- SEE ENGINEERING DRAWINGS AND SPECIFICATIONS LS 1 544.323.95 S 544.323.95 BUILDING SUBTOTAL $ .311.060.84 999-1 ASBUILT SURVEYING AND RECORD DRAWING PREPARATION (BY REGISTERED SURVEYOR) LS 1.0 82,593.26 5 82.593.20 SUB-TOTAL - 999-25A S ,562.589,72 FORCE ACCOUNT= S 570,000.00 TOTAL PROJECT BID AMOUNT (INCLUDING FORCE ACCOUNTSI = S ,132589.72 LS--LUMP Sum AC=Acre EA=Each ry=n.h:, v.a cv_c.,....._ ,. •� •••-.v- -- -,- Na=n55emmy NOTE: IF THERE IS A DISCREPANCY BETWEEN THE PLANS SUMMARY OF PAY ITEMS AND THE ITEMIZED Seven Million, One Hundred Thirty Two Thousand, Five Hundred Eighty Nine Dollars and Seventy Two Cents TOTAL PROJECT BID AMOUNT IN WORDS