Loading...
Schedule fo Prices Bid vember 5, 2010 00408 SCHEDULE OF PRICES BID Addendum No. 9, No CITY OF MIAMf.BEACH ITB NO.02 -0 9110, Addendum No': 9 AY INFRASTRUCTURE FOR -CITY OF MIAMI BEACH RIGHT OF W IMPROVEMENT. PROGRAM, NEIGHBORHOOD 8B, BAYSHORE: LOWER NORTH BAY ROAD u This Excel document has been formatted to show two decimal places on.the form. Bidders are requested'to provide unitprices.'with no more than two decimal places. Should the Bidder provide more than two decimals on the unit price, the.City will round the- number to the nearest hundredth, this is two decimal places to arrive at the total. Our GRAND TOTAL BASE BID AMOUNT includes the total cost for the work specified in this bid, consisting of.furnishing all materials; labor, supervision, mobilization, demobilization, overhead & profit, insurance, permits and taxes to complete the Work to the full intent a shown or indicated in the Contract Documents. : . The administrative evaluation process will allocate a total of fifty (50) points based on the GRAND TOTAL BASE BID AMOUNT plus none, or all alternatives which,may be selected at the City's sole discretion and based on funding availability.. Bidders must.fully complete the Schedule of Prices Bid Form to include Unit Pricing and totals: The cost of any items) of Work not covered by a specific Contact unit price shall be included in the Contract unit price towhich the items) is most applicable. IN THE .EVENT OF ARITHMETICAL ERRORS; THE BIDDER AGREES THAT THESE ERRORS ARE ERRORS WHICKMAY BE CORRECTED BY THE�CITY. GIVE BOTH UNIT PRICE AND EXTENDED TOTAL. PRICES MUST BE STATED IN UNITS OF QUANTITY SPECIFIED IN THE BIDDING SPECIFICATIONS. BIDDER AGREES THAT ANY UNIT PRICE LISTED IN THE BID IS TO BE MULTIPLIED BY THE STATED QUANTITY REQUIREMENTS IN ORDER TO ARRIVE AT THE TOTAL, IN CASE OF DISCREPANCY IN COMPUTING THE AMOUNT OF THE BID, THE UNIT PRICE SHALL GOVERN. EPT ANY REVISION TO THIS UNIT PRICE FORM, DIVISIONS, LINE ITEMS, ADD ALTERNATES, OR THE CITY WILL NOT ACC GRAND TOTAL BID, AFTER THE DEADLINE FOR RECEIPT OF BIDS. IN ABSENCE OF ANY TOTALS SUBMITTED, THE CITY SHALL INTERPRET 'AS ZERO. Company Name. TRANS FLORIDA DEVELOPMENT CORP SUMMARY 1 General Conditions $ 383,566.35 2 -Water and Sewer $ 695,869.60 3 - Stormwater $ 1,838,392.95 4 Pavement and Streetscape $ 91.2,369-02 GRAND TOTAL BASE - BID AMOUNT (1 + 2 + 3'+ 4): $ 3,830,197.92 ALLOWANCES Indemnification LS 1 x $ 25.00 $ 25.00 Permit'Allowance LS 1 x . $ 35,000.00 = $ 35,000.00 Repair /replacement'of the existing outfalls LS 1 x $ 190,000.00 = $ 190,000.00 ALLOWANCE TOTAL: $ 225,025.00 DEDUCTIVE Alternate Bid Items . 5.01.a Furnish and install 8" restrained joint (RJ) PVC pipe in lieu of 8". RJ DIP LF. 1,323 x $ 17.15 $ 22,6 89.45 5.01.b Furnish and install 12" restrained joint - (RJ) PVC pipe in lieu of 12" RJ- DIP LF 5,660 X $ 25.68 _ $ 145,348.80 5,02.a Furnish and Install 18" HDPE drainage pipe in lieu of 18" RCP drainage pip LF 3 396 x $: 11.97 = $ 40,650 -12. 5.02 Furnish and install 24 HDPE.drainage pipe in lieu of 24" RCP drainage pip LF 222 x $ 11.77 $ 2 2,612.94 DEDUCTIVE Alternate Total - $ 11,301.31 BID NO: 2- 09/10 CITY OF MIAMI BEACH . Page 1 of 7. 00408 SCHEDULE OF PR Addendum No. 9. November 5, 2010 Company Name: TRANS FLORIDA ;DEVELOPMENT .CORP Unit Quantity Unit Price Total .Item No, Description_. � Y •1 - General Conditions 1.01.a Bonds and Insurance LS. 1 x : $ 95 = $ 95,426.93 1.02.a Mobilization /Demobilization LS 1 x $ 79,875.00 $ 79; 1.03.a Survey-Layout and As- builts LS 1 x $ 75;500.00 = $ 75 1•.04.a Maintenance of Traffic LS 1 x $ ` 89,564:42 $ 89,564.42 1.05.a 'Engineer's Field Office LS 1 x $ 3,600.00 $ 3,600.00 1.064 Public Information / Liaison Services LS 1 x $ 15, 600.00 = $ 15,600.00 1 07 a Trench Safety Act LS 1 $ .2 4,'000.00 = $ 24 000.00 - 1 -'Subtotal $ 383 2 -'Water and Sewer 2.014 12 restrained joint DIP water main LF 5,660 x $ 50.70 $ 286,962.00 I . •, 40 x 4.34 _ $. 1 2.01.b 10 . restrained jo.Int DIP water main •LF $ 4 2.01:c . 8" restrained joint DIP water main LF 1;323 x $ 36.91 - $ 48,831.93 • 2.01:d 6" restrained joint DIP water main .LF 56. x $ 35.88. _ $ 2 '2:01.e .4" restrained joint DIP water main L'F - 30 x., $ 35:07 $ 1;052.10 2.02.a Restrained joint ductile iron fittings LB 38,291 x $ 1:52 = $` 58,202.32 03.a 12" Gate valve w /box EA 10 x $ 1,952.37 = $ 19,523.70 2. 2 b 8 Gate valve w /box EA 6 x. $ 1,239.75 $ 7,438.50 ' ( 53.38 _ $ 5,120.28 :2.03.c 6 Gate valve w /box EA 6 x 2.03.d 4 " Gate - valve w /box EA 2 x 8 � . 689.24 , _ $ 1,378.48 $ 1 x .5 $ 5,781.00 2.04:a 20"x8" Tapping s 9 leeve &valve w /box EA $ 2.04.b 12''x10" Tapping sleeve & valve w /box EA 2 x $ 5,750.15 $ 11,500.30 , 1 = $ 7,222.62 .2.04.c 8x6 � Tapping sleeve & valve w /box EA 2 x $ 3 2.05.a Cut -1n tee on existing '4 „ „ thru 8 water main EA 3 x ' � $ 1,500.00 = $ 4,500.00 2.:06.a Air release valve w /box EA 9 x $ 1;034._40 $ 9,309:60 BID NO: 2- 09/10 CITY OF MIAMI BEACH Page 2 of 7 00408 SCHEDULE OF PRICES BID. Addendum No 9 November 5 2010 Company Name: TRANS FLORIDA DEVELOPMENT CORP 2:07:* Furnish.and install fire hydrant assembly w /new hydrant EA 10 x $ 4,154.54 = $ 41,545.40 2.08.a. Furnish and install fire hydrant assembly I w /salvaged hydrant EA ` 2. x $ 2,782.13 $ 5,564.26 2,09:a 2" Water service EA 163 x $ 900:63 _ $ 146,802.69 . . � 40 x $ 267.60 $ = 10 704.00 2.10.a New water meter box EA _ I _ 706.80. - .2,11.a Sample point, installed on fire hydrant EA 6 x $ 117.80 $ 2.11.b Sample point, ffeestanding EA 8 x $ 191.77 $ 1,534.16 2.12.a Abandon and cap existing water main 2". thru 4" : EA 3 x $ 272.76 = $ 818.28. 2.12.b Abandon and cap.existing water main 6 ,. thru 8" EA 7 x $ 253.50 = $ 1774.50 21 3.a Remove and - dispose of existing valve box I EA 20 x $ 75.00 2 '..14.a Remove and dispose of existing fire hydrant EA 5 x $ 100.00 _ $ 500.00 2 15 a 8" - DIP sanitary sewer main replacement LF . 140 x $ 98.67 = $ 13,813. 2 - Subtotal $ 695,869.60 3 Stormwater 3.01.a, Type C inlet w /slot and inlet flume EA 13. x $ 2,420.81 = $ 31,470.53 3.01.b Type D inlet, 4 ' ia. w /storm manhole top EA 23 x $ 2,506.13 - 57,640.99 = . 3.01.c Type, D inlet, 4 dia. w /valley gutter top E $ A 18 x 2,494.36 $ 44 898.48 1 x 3 025.89. _ $ 3 025.89 3:01.d Type E inlet w /slot and inlet flume EA $ , . - 3.01.e Type. Einlet w /concrete apron EA $ 2 x - 2 817.21 $ 5,634:42 _ - 3.01.f Type D inlet, 5 dia w /valley gutter top EA 1 x $ 2,851.83 $ :2 3.01.8 NO DUMPING ( stencils EA 42 x $ 50.00 3.02.a. 18 dia. R.CP drainage p i pe LF x $ $ 2,100.00 I 3 396 56.67 _ $ 192,451.32 , 3.02 24" :dia. RCP drainage pipe LF 222 x $ . 69.09 = $ 15,337.98 3.03.a Connect new drainage pipe to existing drainage struct re EA 3 x $ 1,900:00.. _ $ 5,700.00 = 3.04.a Outfall manhole, 5 2 x -13 dia. w /tideflex�valve EA $ , 487.18 $ 26 3.05:a Manatee grate, aluminum, for 24" outlet EA 4 x $ 632.02 $ 2,528.08 BID NO: 2 -09/10 CITY OF MIAMI BEACH Page 3 of 7 00408 SCHEDULE OF PRICES BID Addendum No. 9, November 5 2010 Company Name: TRANS-FLORIDA DEVELOPMENT CORP manhole, I 4' dia. EA 2 x $ '14 706.51 $ 29 . 3.06.a Passive relief , 413.02 3.07.a Outfall pipe cleaning, 8" thru 24" dia. LF 600 x $ 4.00 = $ 2,400.00 . ter detention box EA 2 x $ 66,161.94 _ $ 132,323:88 3.08.a Storm water _ 3.09.a Storm water- pumping station EA 2 x =$ 358,300.00 _ $ 716,600.00 3.10.a. 16" Restrained joint, DIP storm water - force main LF 281 ; x $ 122.05 $ 34,296.05 110:1b 24" Restrained joint,UP storm water force main LF 32 *x $ 196.97 = $ 6,303.04 3.10.c 30" Restrained joint, DIP storm water force main LF 17 x $ '234:60 _ $ 3,988.20 3.11.a _ .Ductile iron fittingsJor storm water force - mains LB 17,190 x $ 1.92 = $ 33,004.80. 3.12.a 16" Resilient wedge gate valve EA 4 x $ 4,222.04 $ 16,888.16 3.13.a.1 Drainage well EA 4 x $ _ 51,076.33' _ $. 204,305.32 3.13.a.2 Reaming for casing setting LF ' 240. x $ 125.00 _ $ 30,000.00 3.13.a.3 Casing installation and cementing, complete LF' 240 x $ 270:00 = $ 64,800.00 313 a.4 Reaming open hole from bottom of casing to total depth LF 560 x $ 30.00 = $ 16,800.00 3.13.a.5 Well development time HR 96. x :$ 120.00 $ 11,520. 3.14.a Remove ex stirig storm drainage manhole or-cat ch basin EA 28 x $ 250.00 $ 7 ... �. . _ � , �2 469..60 - 3.14.b Remove existing storm sewer pipe LF. 504 x $ 4.90 $ , 3.15. - a In -The -Wet Storm Sewer Pipe Installation.. LF 500 x $ 0.01 _ $ 5.00 3.16.a in -The -Wet Storm Sewer Structure Installation I EA '2 x $ 1.00 = $ 2.00 3.17.a CCTV Inspection of Existing Gravity Piping LF 3,500 x $ 4.00 = $ 14,000:00 3.18.a Soil /Groundwater sampling and testing - Field Arsenic EA 15 x $ 151.00 = $ 2,265.00 3.18.b - Soil /Groundwater sampling and testing- Lab Arsenic I EA 5 x $ 55.00 . = $ 275.00 3:18:c Soil /Groundwater sampling and testing- - Field VOC's ( EA 15 x $ .148.00 $ 2,220.00 3.18.d Soil /Groundwater sampling and testing- Lab VOC's I EA 5 x $ 180.0.0 _ ' $ 900.00 3. -1.9.a - Removal and Disposal of Contaminated Soil CY 2, 000 x $ 58.00 $ 116,000-00 3 - Subtotal $ 1,838,392.95 BID NO:.2- 09/10 CITY OF MIAMI BEACH Page 4 of 7 00408 SCHEDULE OF PRICES BID, Addendum No. 9, November 5,201 Company Name TRANS FLORIDA DEVELOPMENT CORP 4 - Pavement and Streetscape 4:•01.a Roadway pavement removal -full depth SY 20,100 x $ 2.10 _ $ 42,210.00 -4.02.x. Encroachment removal - palm tree up to 10 , EA 16 x ' $ 45.00 = $ 720.00 4.02 . Encroachment removal palm tree - 11' • Jo 20' EA 4 x - $ 138.00 $ 552.00 4.02.c Encroachment removal palm tree ' 21` 'to 30' EA 4. x $ 264.00 $ 1,056.00 4.02.d' Encroachment removal - palm tree - greater than 30' EA -1 x, $ 335.00 $ 335.00 . 4.03:a Encroachment removal - trees (non palm) 6" to 18" dia. EA 18 x $ 385.00 _ $ 6,930.00 4.03_b Encroachment removal - trees (non palm) greater than 18'' up , to 36" dia. EA 2„ x $ 650:00 =` $ 1,300.00 4'03.c Encroachmentlremoval - trees (non palm) greater than 36" dia. EA 2 x. $ 860.00 $ 1,720.00 •4.04:a Encroachment removal.- hedges /shrubs SF 4,370 x $ 0.85 = $ 3,714.50 4 En removal misc. paving SF 2,525 x $ 2.00 $ 5,050.00 4.05.b Encroachment removal - curbing LF 1,000 x $ 1.50 $ 1,500.00 -4.06a. 18" Concrete valley gutter LF 11,000 x $ 10.04 _ $ 110 $ . 4.06.'b Type F concrete curb -and ,gutter LF 210 $ 3, 334 80 4.07:a Stabilized sub grade, 1 2" 15.88 k SY 19 573 , x $ 1.50 = $ 29, 359.50 , t th i c , 4.08.a Lirnerock base course, 8 thick SY 19,573 x $ 9.25 = $ 181,050.25 4.09.a 4" Concrete sidewalk replacement SF 6,050 x $ 3.55 $. 21,477,50 ­4:09:b 6 Concrete sidewalk replacement SF 950. x $ 4.17 = $ 3,961.50 ' I - _ 4.1 Stamped asphalt traffic calming device EA 4 x $ 1,200 -00. $ 4,800.00 4:11.a Driveway restoration - asphalt SF i6,900 x $ 2.50 = $ 17,250.00 4.11.b Driveway restoration - concrete SF 11,016. x $ 3.82 = $ 42,081,12 4.11.c Driveway restoration - :remove & stack /store existing brick pavers SF 1 . 5,717 x $ 5.55 = $ 87,229.36 4 'Temporary pavement markings SF . 1,200 x $ .0.50 4.12.b 24 p " thermoplastic sto bars L F 221 x $ 3.50 - $ 773.50 . 4:12.c 12" thermoplastic crosswalk markings LF 948 x $ 1.00 $ 948.00 BID NO: 2- 09/10, CITY OF MIAMI BEACH Page 5 of '7. 00408 SCHEDULE-OF PRICES BID, Addendum No. 9, November 5 2010 Company Name: TRANS-FLORIDA DEVELOPMENT CORP 4 6" double striped thermoplastic pavement- markings LF 655 x $ 1:00 , $ 655.00., 4.1.2.e 6" single stripe thermoplastic pavement marking LF 165 x $ 0.50 = $ . 82.50 4:12.f Turn arrow the 1moplastic , EA 2 x $ 50.00 = $ 100.00 4.12.g 6 Yellow Centerline Striping 10'w/30' skip thermoplastic LF. 5 x $ 0.55 - $ 3,228.50 4.12.h. ' .Misc. _pavement marking thermoplastic SF 500 x $ 2.00 4.12.1. BI- Directional pavem - I ent marker EA 182 x $ 3.00 = $ 546.00 • 4.13.a Furnish and install D11. -1 sign EA 25 x $ 200.00 = $ '5,000.00 - - = .. • 4.13.b Furnish and Install D -3 sign EA 1 x $ 100 .00 $ 100.00 4.13c Furnish and install M4 -11 sign EA 2 x. $ 100.00 $ 200.00 4.13.d Furnish and install M4 -12 sign -EA 2 x $ 100.00 = $ 200.00 4.13.e Furnish and install M7 -1 sign EA 1 . .x $ .200.00 $ 200.00 •4.13.f Furnish and install. R1 1.sign ` EA 1 x $ 200.00 $ 200.00 4.13.g Furnish and install R1-4 sign EA 2 x $ 100.00 _ $ 200.00 4.1.3.h 6 x Furnish and in W11 -1 sign EA $ $ 200.00 1200.00 , - �4.13.I furnish and Install W11 -2 sign EA 2 400.00 x $ 200.00 $ - _ . 4.13.E Furnish and Install W14 -1 sign EA 1 x $ 200.00 200.00 $ 4:13.k Furnish and install W16 -7p sign EA 2 x $ - 100.00 $ 200.00 _ 600:00 4.13.1 Furnish and Install W16 -9p sign EA 6 x $ 100.00 $ _ � 90. 4.1.3.m Relocate exists g sign EA 20 x $ 195.00 $ 3 0.00 4.14.a . Sod - St. Augustine SF 58,500 x $ 0.31 = $ 18 4.15.a ' Remove & re- install existing traffic calming speed cushions EA 2 x ' $ '500.00 _ $ 1,000.00 4.16.a Asphalt concrete, type S -I, 1 -1/2" thick SY 19,573 x $ 6.90 $ :.135,053.70 4.16.b Asphalt concrete, type S =111, 1" thick SY 22,000 - x $ 5.15 = $ 113,300.00 4.16.c Temporary asphalt concrete, type S -111 1" thick I SY 4,832 x $ 5.15 $ 24 4.16.d Asphalt' concrete type , S-111, leveling course TN 130 x $ 90.00 = $ 11,700.00 BID NO; 2- 09/10 CITY OF MIAMI BEACH Page 6 of 7 00408 SCHEDULE OF PRICES BID, Addendum'No. 9,-November 5, 2010 Company Name: TRANS .FLORIDA DEVELOPMENT CORP 4.17.a Asphalt milling,) variable depth, up to 2" Sy'' 2,427. x $ 1.50 4.18.a Strip and grade swale SF � 58,500 x $ 0.30 _ $ 17,550.00 4.19.a Remove and replace traffic signal loops at intersection N. Bay Rd. and Alton Rd. LS 1 x- $ 500.00 $ 500.00 4 - Subtotal $ 912,369.02 GRAND'TOTAL BASE.BID AMOUNT (1.+ 2 + 3 + 4): $ 3,830,197.92 l I -Seven Dollars and Ninety-two cen . Three million Eight Hundred Thirty Thousand One Hundred Ninety (written) 5 - DEDUCTIVE Alternate Bid Items '5.01.a Furnish and install 8 restrained joint (RJ) PVC pipe in lie of 8 "'RJ DIP LF 1,323 x $ 17.15 $ 22,689.45 5.01b Furnish and Install 12 restrained point (RJ) PVC pipeIin lieu ,of 12 ".RJ DIP L:F 5,660 x $ 25.68. _ $ 145,348.80 5.;02.a Furnish and install 18 HDPE drainage pipe in lieu of. 18" RCP drainage pip LF' 3,396 x $ 11.97 = $ 40,650.12 " 5.02.b Furnish and install 24" HDPE drainage - e in lieu of 24 RCP drainage pip `LF 222 x $ 11.77 - $ 2,612.94 pipe " 9 DEDUCTIVE Alternate' Total: $ 211,301.31 . :affirmation: FIRMS NAME (Print or Type): TRANS .F RI EVELOPMENT CORP SIGNATURE: . TITLE/PRINTED NAME: li o lo, President ADDRESS: 13960 SW 144 AVE RD., MIAMI, FL. 33186 TELEPHONE NUMBER: (305) 378 -2323 FAX: (305) 378 -6161 EMAIL: iIIJertCcDtransflorida.net BID NO: 2 -09/10 CITY OF MIAMI BEACH Page 7 of 7