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