HomeMy WebLinkAbout2006-189 RESOLUTION NO. 2006- 189
A RESOLUTION OF THE DOAK OF COUNTY COMMISSIONERS
OF INDIAN RIVER COUNTY, FLORIDA, APPROVING A
FLORIDA DEPARTMENT OF TRANSPORTATION JOINT
PARTICIPATION AGREEMENT FOR FUNDING OF REGIONAL
TRANSPORTATION PROJECTS THROUGH TEE
TRANSPORTATION REGIONAL INCENTIVE PROGRAM (TRIP).
WHEREAS, Florida Department of Transportation (FDOT)
provides funding for transportation projects of regional significance through
its TRIP program pursuant to the terms of a Joint Participation Agreement
(JPA) between FDOT and the County, prepared by FDOT, and approved by
County staff, and
WHEREAS, . FDOT requires .,that. the Board of County
Commissioners adopt a resolution approving the JPA and authorizing the
execution of the JPA by the proper officials of the County,
NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF
COUNTY -COMMISSIONERS OF INDIAN RIVER COUNTY,
FLORIDA, that .the Board of County Commissioners of Indian River
County; Florida, hereby approves the JPA between the Board of County
Commissioners of Indian River County, Florida, and FDOT attached to this
Resolution as Exhibit "A" and authorizes the Chairman to execute such
IPA.
The foregoing resolution was offered by Commissioner Davi s
and seconded -by Commissioner Wheel er and, upon
being put to a vote,the vote was as follows;
Chairman Gary Wheeler Aye-
Vice-Cliairman
yeVice-Chairman Sandra Bowden Awe
Commissioner Wesley Davis Aye
Commissioner'Joseph Flescher g�
Commissioner Peter O'Bryan
The Chairman thereupon declared the resolution duly passed and adopted
this 12th day ofnP�r2006,
. 1
5
INDIAN RIVER COUNTY BOARD OF COUNTY COMMISSIONERS
Gary Wh er, Cnairman
ATTEST: 3. K Barton; Clerk
By ".
Deputy.Clerk
APPROVED AS TO FORM AND
LEGAL SUFFICIENCY:
c
By
Tilliam K eBraal
Assistant County Attorney
2
EXHIBIT - "A"
STATE RESOURCES:
State Agency Cataloc, of State Financial Assistance (Number li Title)
Amount
'
DOT 55.026 Transportation Regional incentive Program
$4,000,000.00
(Department of Transportation)
Compliance Requirements
1.- The project must be regionally significant and derived from a regional transportation plan.
2. The regional transportation plan must be created by a regional transportation area created
pursuant to Section 339.155(5) Florida Statutes.
3. The project must meet the minimum eligibility criteria listed in Section 339.2819 Florida Statutes.
4. Funds will only be provided for capital expenses. Operations are not covered through TRIP.
5. For roadway projects, the Florida Department of Transportation's level of service must be adopted
for the logical termini specified .in the Joint Participation Agreement once: the additional capacity
from the project is available for purposes of concurrency under Fla. Stat. 5163.3180.
NOTE: Section .400(d) of OMB Circular A-133, as revised, and Section 215.97(5)(a), Florida
Statutes,� require that the information about Federal Programs and State Projects included in
Exhibit'1 be provided to the recipient.
13
r
SHELTRA&SON J.W. CHEATHAM COMMUNITY ASPHALT
OSLO ROAD WIDENING
Item No. Description uanit Unit Unit Price Amount Unit Price Amount Unit Price Amount
M-Wlflffll
101-1 MOBILIZATION 1 LS $420,000.00 $420.000.00 $848,000.00 $848,000.00 $1,135,000.00 $1,135,000.00
102-1 MAINTENANCE OF TRAFFIC 1 LS $220,000.00 $220,000.00 $370,000.00 $370,000.00 $600,000.00 $600,000.00
102-1-1 TEMPORARY PAVEMENT 14,180 SY $30.00 $425,400.00 $22.00 $311,960.00 $3.50 $49,630.00
102-14 TRAFFIC CONTROL OFFICER 176 MH $55.00 $9,680.00 $52.00 $9,152.00 $46.00 $8,096.00
102-61 BUSINESS SIGNS 24. EA $60.00 $1,440.00 $75.00 $1,800.00 $150.00 $3,600.00
102-71-11 CONCRETE BARRIER WALL TEMPORARY 10,119 LF $17.00 $172,023.00 $10.00 $101,190.00 $13.00 $131,547.00
102-74-1 BARRICADE TEMPORARY TYPE II 85,360 ED $0.25 $21,340.00 $0.25 $21,340.00 $0.40 $34,144.00
102-74-2 BARRICADE TEMPORARY TYPE III 12,264 ED $0.50 $6,132.00 $1.25 $15,330.00 $1.00 $12,264.00
102-76 ADVANCE WARNING ARROW PANEL 730 ED $10.00 $7,300.00 $10.00 $7,300.00 $10.00 $7,300.00
102-99 CHANGEABLE VARIABLE MESSAGE SIGN TEMPORARY 560 ED. $25.001 $14,000.00 $25.00 $14,000.00 $32.00 $17,920.00
102-104-1 SIGNAL,TEMPORARY TRAFFIC CONTROL PORTABLE 902 ED .$250.00 $225,500.00 $257.00 $231,814.00 $130.00 $117,260.00
102-104-2 SIGNAL,TEMPORARY TRAFFIC CONTROL FIXED 730 ED• $135.00 $98,550.00 $132.00 $96,360.00 $130.00 $94,900.00
104-10--1 HAY OR STRAW BALE 18"X 18"X 36" 3840 EA $8.00 $30,720.00 $15.00 $57,600.00 $7.00 $26.880.00
104-11 TURBIDITY BARRIER FLOATING 180 LF $12.00 $2,160.00 $20.00 $3,600.00 $15.00 $2,700.00
104-12 TURBIDITY BARRIER STAKED 430 LF $6.00 $2,580.00 $10.00 $4,300.00 $7.00 $3,010.00
104-13-1 SILT FENCE STAKED TYPE III 49,380 LF $1.00 $49,380.00 $2.75 $135,795.00 $1.30 $64,194.00
104-16 ROCK BAGS 1140 EA $10.00 $11,400.00 $14.00 $15,960.00 $3.00 $3,420.00
108-1 AS-BUILTS 1 LS $90.000.00 $90,000.00 $28,770.00 $28,770.00 $40.000.00 $40,000.00
110-1-1 CLEARING&GRUBBING 38.5 AC $5,000.00 $192,500.00 $18,100.00 $696,850.00 $9,300.00 $358,050.00
110-7-1 MAILBOX F&I SINGLE 38 EA $175.00 $6,650.00 $100.00 $3,800.00 $430.00 $16,340.00
120-1 EXCAVATION REGULAR 76,898 CY $4.00 $307,592.00 $2.00 $153,796.00 $8.30 $638,253.40
120-4 EXCAVATION SUBSOIL 8,698 CY $10.00 $86,980.00 $12.00 $104,376.00 $7.00 $60,886.00
120-6 EMBANKMENT 57,834 CY $3.00 $173,502.00 $4A0 $231,336.00 $12.00 $694,008.00
160-4 STABILIZATION TYPE B 78,011 SY $4.00 $312,044.00 $3.00 $234,033.00 $3.60 $280,839.60
162-5 FINISH SOIL LAYER LANDSCAPING 1,210 CY $5.00 $6,050.00 $17.00 $20,570-00 $42,00_ $50,820.00
285-707 BASE OPTIONAL BASE GROUP 07 70775 SY $12.00 $8=19,300.00 $13.00 $920,075.00 $17.00 $1,203,175.00
286-1-1 TURNOUT CONSTRUCTION ASPHALT 627.1 SY $55.00 $34,490.50 $22.00 $132796.20 $33.00 $20,694-30
327-70-1 MILLING EXISTING ASPHALT PAVEMENT 1" 5000.0 SY $3.00 $15,000.00 $2.00 $10,000.00 $3.00 $15,000.00
334-1-13 SUPERPAVE ASPHALTIC GONG TRAFFIC C 14799.5 TN $125.00 $1,849,93T.50 $91.60 $1,355,634.20_ $96.00 $1,420,752.00
339-1 ASPHALT PAVEMENT"MISCELLANEOUS 73.1 TN $400.00 $29,240.00 $250.00 $18,275.00 $320.00 $23,392.00
400-1-11 GONG CLASS I RETAINING WALLS 23 CY $900.00 $20.700.00 $650.00 $14,950.00 $720.00 $16,560.00
400-2=2 CONC CLASS II ENDWALLS 58 CY $900.00 $52,200_00 $745.00 $43,210.00 $1,450.00 $84,100.00
415-1-1 REINFORCING STEEL ROADWAY 3650 LB $2.00 $7,300.00 $1.75 $6,387.50 $2.20 $8,030.00
425-1-311 INLETS CURB TYPE P-1 <10' 2 EA $2,725.00 $5,456.00 $7,460.00 $14,920.00 $3,500.00 $7,000.00
425=1-321 INLETS CURB (TYPE P-2)(<10' 1 EA $2,725.00 $2,725.00 $7,835.00 $7,835.00 $3.500.00 $3,500.00
425-1-322 INLETS CURB TYPE P-2 >10' 1 EA $3,000.00 $3,000.00 $7,952.00 $7,952.00 $3,900.00 $3,900.00
425-1-351 INLETS CURB TYPE P-5 <10' 9 EA $4,000.00 $36,000.00 $5,530.00 $49,770.00 $5,100.00 $45,900.00
425-1-352 INLETS CURB TYPE P-5 >10' 4 rEA
$4,175.00 $16,700.00 $5,900.00 $23,600.00 $5,300.00 $21,200.00
425-1-361 INLETS CURB TYPE P-6 (<10'). 17 $4,275.00 $72,676.00 $5,735.00 $97,495.00 $5,400.00 $91,800.00
425-1-352 INLETS CURB TYPE P-6 >10' 4 $5,050.00 $20,200.00 $6,115.00 $24,460.00 $6,500.00 $26,000.00
425-1-411 INLETS CURB TYPE J-1 <10' 1 $5,825.00 $5,825.00 $19,050.00 $19,050.00 $7.500.00 $7,500.00
425-1-412 INLETS CURB TYPEJ-1 >10' 3 $6,335.001 $19,005.00 $19,800.00 $59,400.00 $8,100.00 $24,300.00
425-1-416 INLETS CURB (TYPE J-1) SPECIAL 1 EA $9,875.001 $9,875.001 $19,100.00 $19,100.00 $13,400.00 $13,400.00
SHELTRA&SON J.W. CHEATHAM COMMUNITY ASP14ALT
OSLO ROAD WIDENING
Item No. Description. Eanity Unit Unit Price Amount , Unit Price Amount Unit Price Amount
am
425-1-421 INLETS CURB TYPE J-2 <10' 1 EA $6,175.00 $6.175.00 $19,750.00 $19,750.00 $8,000.00 $8,000.00
425-1-422 INLETS CURB (TYPE J-2) >10' 1 EA $6,300.00 $6,300.00 $20,470.00 $20,470.00 $8,200.00 $8,200.00
425-1-451 INLETS(CURB) TYPE J-5 <10' 1 EA $5,100.00 $5,100.00 $9,090.00 $9,090.00 $6,500.00 $6,500.00
425-1-452 INLETS CURB TYPE J-5 (>10) 3 EA $5,825.00 $17,475.00 $9,845.00 $29,535.00 $7,500.00 $22,500.00
425-1-456 INLETS,CURB TYPE J-5 (SPECIAL) 2 EA $16,000.00 $32,000.00 $16,465.00 $32,930.00 $21,000.00 $42,000.00 _
425-1-459 INLETS,CURB TYPE J-5 CONFLICT 1 EA $9,350.00 $9,350.00 $16,465.00 $16,465.00 $12,000.00 $12,000.00
425-1-462 INLETS(CURB) TYPE J-6 >10' 4 EA $5,000.00 , $20.000.00 $9,972.00 $39,888.00 $6,500.00 $26,000.00
425-1-521 INLETS DT BOT TYPE C)(<10' 5 EA $5.000.00 $25.000.00 $2,560.00 $12,800.00 $6,500.00 $32,500.00
425-1-523 INLETS DT BOT TYPE C J BOT,<10' 1 EA $1,750.00 $1,750.00 $9,954.00 $9,954.00 $2,200.00 $2,200.00
425-1-526 INLETS DT BOT TYPE C SPECIAL 2 EA $4,500.00 $9,000.00 $8,610.00 $17,220.00 $6,000.00 $12,000.00
425-1-551 INLETS DT BOT TYPE E <10' 2 EA $6,600.00 $13,200.00 $6,950.00 $13,900.00 $8,500.00 $17,000.00
425-2-71 MANHOLES J-7 <10' 11 EA $5,560.00 $61,160.00 $5,863.00 $64,493.00 $7.200.00 $79,200.00
425-2-74 MANHOLES TYPE J-7 CONFLICT 2 EA $9,450.00 $18,900.00 $9,850.00 $19,700.00 $12,000.00 $24,000-00
425-2-91 MANHOLES J-8 <10' 3 EA $3,475.00 $10,425.00 $8,512.00 $25,536.00 $4,500.00 $13,500.00
425-2-92 MANHOLES J-8 >10' 2 EA $5,500.00 $11,000.00 $9,268.00 $18,536.00 $7,000.00 $14.000.00
425-2-94 MANHOLES(TYPE J-8) CONFLICT 1 EA $7,600.00 $7,600.00 $9,410.00 $9,410.00 $10,000.00 $10,000.00
425-10 YARD DRAINS 7 EA $2,125.00 $14,875.00 $840.00 $5,880.00 $2,800.00 $19,600.00
425-11 DRAINAGE STRUCTURE MODIFY 1 EA $1,500.00 $1,500-00 $924.00 $924.00 $1,700.00 $1,700.00
121A HDPE.PIPE CULVERT 12"SS) 92 LF $20.00 $1.840.00 $22.00 $2,024.00 $45.00 $4,140.00
430-171-123 GONG.PIPE CULVERT 15"SS 18 LF $35.00 $630.00 $34.00 $612.00 $45.00 $810.00
123A HDPE.PIPE CULVERT 15"SS 12 LF $30.00 $360.00 $28.00 $336.00 $45.00 $540.00
430-171-125 CONC.PIPE CULVERT 18"SS 1,362 LF $37.00 $50,394.00 $43.00 $58,566.00 . $45.00 $61,290.00
125A HDPE.PIPE CULVERT 16"SS 17 LF $33.00 S561.00 • $35.00 $595-00 $45.00 $765.00
430-171-125 TEMPORARY CAP PIPE CULVERT 18"SS 137 LF $35.00 $4,795.00 $47.00 $6,439.00 $45.00 $6,165.00
430-171-129 GONG-PIPE CULVERT 24"SS 2,417 LF $45.00 $108.765.00 $59.00 $142,603.00 $61.00 $147,437.00
430-171-129 HDPE.PIPE CULVERT 24"SS 19 LF $38.00 $722.00 $47.00 $893.00 $61.00 $1,159.00
430-171-129 CAP.PIPE CULVERT 24"S5 125 LF $42.00 $5,250.00 $62.00 $7,750.00 $61.00 $7,625.00
430-171-133 CONC.PIPE CULVERT 30"SS 2,262 LF $60.00 $135,720.00 $77.00 $174,174.00 $78.00 $176,436.00
430-171-133 CAP.PIPE CULVERT 30"SS) 20 LF $55.00 $1,100.00 $84.00 $1,680.00 $78.00 $1,560.00
430-171-138 CONC.PIPE CULVERT 36"SS 2,344 LF $80:00 $187,520-00 $103.00 $241,432.00 $106.00 $248,464.00
430-171-138 CAP.PIPE CULVERT 36"S5 90 LF $78.00 $7.020.00 $107.00 $9,630.00 $106.00 $9,540.00
430-171-140 CONC.PIPE CULVERT 42"S5 247 LF $100.00 $24,700.00 $160.00 $39,520.00 $140.00 $34,580.00
430-171-140 HDPE.PIPE CULVERT 42"S5 695 LF $80.00 $55,600.00 $104.00 $72,280.00 $140.00 $97,300.00
430-171-140 CAP.PIPE CULVERT 42"SS 201 LF $90.00 $18,090.00 $160.00 $32,160.00 $140.00 $28,140.00
430-171-238 ELLIPTICAL CONC.PIPE CULVERT 29"x45"SS 121, LF $130.00 $15,730.00 $181.00 $21,901.00 $180.00 $21,780.00
430-171-240 ELLIPTICAL CONC.PIPE CULVERT(34"x53"SS) 6 LF $225.00 $1,350-00 $230.00 $1,380.00 $300.00 $1,800.00
430-172-229 ELLPTICAL CONC.PIPE CULVERT(19"x30"CD 80 LF $65.00 $5.200.00 $99.00 $7,920.00 $90.00 $7,200.00
430-172-238 ELLPTICAL CONC.PIPE CULVERT 29"x45"CD 129 LF $130.00 $16.770.00 $181.00 $23,349.00 $180.00 $23,220.00
430-172-243 ELLPTICAL CONC.PIPE CULVERT 48"x76"CD 32 LF $340.00 $10,880.00 $398.00 $12,736.00 $450.00 $14,400.00
430-721-22 CONC.SLOTTED CULVERT W/GRAVEL BEDDING 54"SS) E1760 LF $200.00 $152,000.00 $336.00 $255,360.00 $280.00 $212,800.00
30-721-441 HDPE.PERFORATED CULVERT W/GRAVEL BEDDING 48"SS LF $110.00 $169,510.00 $206.00 $317,446.00 $170.00 $261,970.00
430-721-442 HDPE.PERFORATED CULVERT W/GRAVEL BEDDING 54"SS LF $140.o0 $184,940.00 $320.00 $422,720.00 $220.00 $290,620.00
430-725-08 CONC.SLOTTED CULVERT W!EXFILTRATION TRENCH 34"X53" LF $200.00 $289,200.00 $364.00 $526,344.00 $305.00 $441,030.00
430 961-218 PVC PIPE COULVERT 8" LF $27.00 $44,550.00 $44.00 $72,600.00 $34.00 $56,100.00
SHELTRA&SON J.W. CHEATHAM COMMUNITY ASPHALT -
OSLO ROAD WIDENING
Item No. Description Quanit Unit Unit Price Amount Unit Price Amount Unit Price Amount
owwgm - "+a---s.� "� :. .....mow,. ,. ,K�. :3i�ua."ilx' a a �ki�� -E�+..a'<,i+u9� �,i�.;�1"�sy5 h�• �.°. ,. ��si��'�;'at'� i
430-982-1251 MITERED END SECTION CONC. 18"CD 3. EA 1 $1,000.00 $3,000.00 $1,053.00 $3,159.00 $1,400.00 $4,200.00
430-982-129 MITERED END SECTION CONC. 24"CD 4 EA $1,400.00 $5,600.00 $1,305.00 $5,220.00 $1,800.00 $7,200.00
430-982-138 MITERED END SECTION CONC- 29"x45"CD 1 EA $2,300.00 $2,300.00 $5,600.00 $5,600.00 $3,000.00 $3,000.00
440-1-60 ROCK DRAIN SPECIAL 100 LF $37.00 $3,700.00 $28.00 $2,800.00 $50.00 $5,000.00
455-133-2 TEMPORARY SHORING TEMPORARY SHEETING 1 LS $25,000.00 $25,000.00 $92,680.00 $92.680.00 $55,000.00 $55,000.00
515-1-2 PIPE HANDRAIL ALUMINUM 90 LF 380-00 57,200.00 $50.00 $4,500.00 $78.00 $7,020.00
520-1-8 CURB&GUTTER CONC MODIFIED TYPE F 4,473 LF $12.75 $57,030.75 $12.50 $55,912.50_ $18.50 $82,750.50
520-1-10 CURB&GUTTER CONC(TYPE F) 20,793 LF $12.75 $265,110.75 $12.50 $259,912.50 $18.50 $384,670.50
522-1 SIDEWALK CONC 4"THICK 8,798 SY $26.00 $228,748.00 $34.60 $304,410.80 $34.00_ $299,132.00
522-2 SIDEWALK CONC 6"THICK 1,232 SY $332.00 $39,424.00 $40.00 $49,280.00 $43.00 $52,976.00
523-1-2 PATTERNED/TEXIURED CONCRETE 120 SY $90.00 $10,800.00 $105.00 $12,600.00 $72.00 $8,640.00
530-3-4 RIPRAP(RUBBLE) F&I)(DITCH LINING 256 TN $50.00 $12,800.00 $157.00 $40,192.00 $170.00 $43,520.00
536-1-1 GUARDRAIL ROADWAY 2,042 Lf 1 $20.00 $40.840.00 $29.00 $59,218.00 $28.00 $57,176.00
536-85-26 GUARDRAIL END ANCHORAGE ASSEMBLY TYPE CRT 1 EA $1.,900.00 $1.900.00 $2,250.00 $2,250.00 $2,200.00 $2.200.00
536-85-26A GUARDRAIL END ANCHORAGE ASSEMBLY TYPE ET-2000 12 EA $2,500.00 $30,000.00 $3,400.00 $40,800.00 $3,200.00 $38,400.00
536-85-26B GUARDRAIL END ANCHORAGE ASSEMBLY TYPE MELT 4 . EA $1,700.00 $6,800.00 $2,394.00 $9,576.00 $2,300.00 $9,200.00
538-1 GUARDRAIL RESET 200 LF $15.00 $3,000.00 $15.00 $3,000.00 $14.00 $2,800.00
550-10-110 FENCING,TYPE A 5'HEIGHT 74 LF $16.00 $1,184.00 $25.00 $1,850.00 $28.00 $2,072.00
550-10-210 FENCING,TYPE B 4'HEIGI-IT 120 LF $18.00 $2,160.00 $20.00 $2,400.00 $28.00 $3,360.00
550-10-220 FENCING,TYPE B 6'HEIGHT 1,536 LF $19.00 $29,184.00 $25.00 $38,400.00 $28.00 $43,008.00
550-10-222 FENCING,TYPE B(6'HEIGHT)(VINYL COATED 986 LF $21.00 $20,706.00 $26.00 $25,636.00 $31.00 $30,566.00
550-60-225 FENCE GATE TYPE B DOUBLE (24'OPENING) 2 EA $2,000.00 $4,000.00 $3,312.00 $6,624.00 $2,200.00 $4,400.00
r`•555-1-1 DIRECTIONAL BORE LESS THAN 6" 950 LF $11.00 $10,450.00 $11.00 $10,450.00 $10.00 $9,500.00
555-1-2 DIRECTIONAL BORE 6"TO<12" 125 LF $30.00 $3,750.00 $29.00 $3,625.00 $25.00 $3,125.00
570-2 SEED&MULCH 2,467 SY $0.50 $1,233.50 $0.70 $1,726.90 $1.00 $2,467.00
575-i-1 SODDING BAHIA 80,173 SY $1.75 $140,302.75 $1.85 $148,320.05 $3.50 $280,605.50
583-1 EAST PALATKA HOLLY 10'-12'OA,4'SPREAD 45 EA $575.00 $25,875.00 $505.00 $22,725.00 $420.00 $18,900.00
583-2 PYGMY DATE PALM 4'-6'OA,SINGLE 51 EA $300.00 $15,300.00 $226.00 $11,526.00 $130.00 $6,630.00
583-3 PYGMY DATE PALM 5'OA,DOUBLE 44 EA $300.00 $13,200.00 $300.00 $13,200.00 $180.00 $7,920.00
583-4 HIGH RISE LIVE OAK 12'-14'HT,4'-6'SPREAD,4"CAL. 36 EA $1,200.00 $43,200.00 $505.00 $18,180.00 $800.00 $28,800.00
583-5 CABBAGE PALM 14'-22'OA 74 EA 1 $475.00 $35.150.00 $320.00 $23,680.00 $210.00 $15,540.00
584-1 YAUPON HOLLY #3, 14"x14" 450 EA $17.00 $7.650.00 $17.50 $7,875.00 $11.00 $4,950.00
584-2 GULF MUHLEY #3,18"x18" 211 EA $15.00 $3,165.00 $16.00 $3,376.00 $11.00 $2,321.00
584-3 INDIAN HAWTHORN #3, 12"x12" 1,253 EA $15.00 $18,795.00 $16.50 $20,674.50 $11.00 $13,783.00
584-4 DWARF FAKAHATCHEE #3,24"-30"x18"-24" 258 EA $15.00 $3,870.00 $15.00 $3,870.00 $11.00 $2,838.00
584-5 SOCIETY GARLIC #1,8"x8" 787 EA $7.00 $5,509-00 $6.50. $5,115.50 $6.00 $4,722.00
564-6 DWARF WALTERS VIBURNUM #3, 12"x12" 188 EA $18.00 $3.384.00 $16.50 $3,102.00 $11.00 $2,068.00
630-1-12 CONDUIT FURNISH&INSTALL UNDERGROUND 2"PVC 10,340 LF $9.00 $93,060.00 $8.25 $85,305.00 $8.00 $82.720.00
630-1-22 CONDUIT FURNISH UNDERGROUND 2"PVC 11,780 LF $5.00 $58,900.00 $4.25 $50,065.00 $4.00 $47,120.00
632-7-1 SIGNAL CABLE FURNISH&INSTALL 1 PI $8,000.00 $8,000.00 $7,640.00 $7,640.00 $7,300.00 $7,300.00
635-1-11 PULL BOX FURNISH&INSTALL TRAFFIC SIGNAL 33 EA $400.00 $13,200.00 $401.00 $13,233.00 $400.00 $13200.00
635-1-15 PULL BOX FURNISH&INSTALL FIBER OPTIC 6 EA $1,500.00 $9,000.00 $1.500.00 $9,000.00 $1,500.00 $9.000.00
639-1-13 ELECTRICAL POWER SERVICE OVERHEAD 1 AS $1.125.00 $1,125.00 $1,085.00 $1,085.00 $1,000.00 $1,000.00
639-2-1 ELECTRICAL SERVICE WIRE FURNISH &INSTALL 100 LF $10.00 $1,000.00 $2.00 $200.00 $2.00j.. $200.00
SHELTRA&SON J.W. CHEATHAM COMMUNITY ASPHALT
OSLO ROAD WIDENING
Item No. Description uanit Unit Unit Price Amount Unit Price Amount Unit Price Amount
i lfl, - 7Re ani • 7 7777N,7775=77-
641-42-120 CONCRETE SERVICE POLE(FURNISH&INSTALL-DIRECT BURIAL)(TYPE N-III)(20') ) EA $2,100.00 $2,100.00 $2,030.00 $2,030.00 $2,000.00 $2,000.00
649-433-008 MAST ARM ASSEMBLY(F&I/HIGH LOADING)(SINGLE ARM'W/LUMINAIRE)(B3-Q22LUM) 1 EA $31,000.00 $31,000.00 $32,712.00 $32,712.00 $29,000.00 $29,000.00
649-436-010 MAST ARM ASSEMBLY(F&UHIGII LOADING)(SINGLE ARM W/LUMINAIRE)(136-0241-UM) 1 EA $34,000.00 $34,000.00 $50,000.00 $50,000.00 $31,000.00 $31,000.00
649-431-007 MAST ARM ASSEMBLY(WHIGH LOADING)(SINGLE ARM W/LUMINAIRE)(B1-Q21LUM) 1 EA $44,000.00 $44,000.00 $30,044.00 $30,044.00 $41,000.00 $41,000,00
649-435-009 MAST ARM ASSEMBLY(WHIGH LOADING)(SINGLE ARM W/LUMINAIRE)(85-Q23LUM) 1 EA $52,000.00 $52,000.00 $42,690.00 $42,690.00 $48,000.00 $48,000.00
650-51-311 TRAFFIC SIGNAL(F&I)(3-SECTION 1-WAY STANDARD 4 AS $1,200-00 $4,800.00 $1,206.00 $4,824.00 $1,200.00 $4,800.00
650-51-511 TRAFFIC SIGNAL(F&I)(5-SECTION 1-WAY STANDARD 4 AS $1,900.00 $7,600.00 $1,790.00 $7,160.00 $1,700.00 $6;800.00
653-192 PEDESTRIAN SIGNAL F&1 LED-COUNTDOWN 2-WAY 4 AS $1,500.00 $6,000.00 $1,400.00 $5,600.00 $1,400.00 $5,600.00
659-106 SIGNAL HEAD AUX.(F&I)(TUNNEL VISOR 32 EA $10.00 $320.00 $2.00 $64.00 $1.00 $32.00
659-107 SIGNAL HEAD AUX-(F&I) ALUMINUM PEDESTAL 4 EA $1,200-00 $4,800.00 $1,090.00 $4,360.00 $1,100.00 $4,400.00
659-120 SIGNAL HEAD AUX.(F&I)(LED MODULE 24 EA $10.00 $240.00 $2.00 $48.00 $1.00 $24.00
663-74-11 VEHICLE DETECTOR F&I VIDEO DETECTOR 4 EA $8,500.00 $34,000.00 $8,306.00 $33,224.00 $8.000.00 $32,000.00
665-11 PEDESTRIAN DETECTOR F&I)(POLE MOUNTED 8 EA $150.00 $1,200.00 $146.00 $1,168.00 $140.00 $1,120.00
670-5-111 TRAFFIC CONTROLLER ASSEMBLY(F&I)(NEMA)W/FIRE PREEMPTION 1 AS $25,000.00 $25,000.00 $24,600.00 $24,600.00 $24,000.00 $24,000.00
680-106 SYSTEM CONTROL EQUIPMENT(F&I)(COMMUNICATION INTERFACE 1 EA $5,200.00 $5,200.00 $4,900.00 $4,900.00 $4,700.00 $4,700.00
690-10 REMOVE TRAFFIC SIGNAL HEAD ASSEMBLY 8 EA $75.00 $600.00 $71.00 $568.00 $68.00 $544.00
690-20 REMOVE PEDESTRIAN SIGNAL ASSEMBLY 3 EA $75.00 $225.00 $754.00 $2,262.00 $68.00 $204.00
690-32-1 POLE REMOVAL SHALLOW DIRECT BURIAL CLASS V 40' 4 EA $1,000.00 $4,000-00 $71.00 $284.00 $1,000.00 $4,000.00
690-50 REMOVE CONTROLLER ASSEMBLY 1 EA $350.00 $350.00 $1,010.00 $1,010.00 $300.00 $300.00
690-60 REMOVE VE141CLE DETECTOR ASSEMBLY 6 EA $200.00 $1,200.00 $325.00 $1,950.00 $200.00 $1,200.00
690-70 REMOVE PEDESTRIAN DEI ECTOR ASSEMBLY 4 EA $20.00 $80.00 $200.00 $800.00 $15.00 $60.00
690-80 REMOVE SPAN WIRE ASSEMBLY 1 EA $850.00 $850.00 $15.00 $15.00 $800.00 $800.00
690-90 REMOVE CONDUIT AND CABLING 1 PI $450.001 $450.00 $812.00 $812.00 $400.00 $400.00
690-100 REMOVE MISCELLANEOUS SIGNAL EQUIPMENT 1 PI $785.00 $785.00 $420.00 $420.00 $800.00 $800.00
699-1-1 INTERNALLY ILLUMINATED SIGN(F&I)(STREET NAME 4 EA $3,000.00 $12,000.00 $2,830.00 $11,320.00 $2,700.00 $10,800.00
700-40-1 SIGN SINGLE POST LESS THAN 12), 38 AS $440.00 $16,720.00 $331.00 $12,578.00 $420.00 $15,960.00
700-46-21 SIGN EXISTING RELOCATE SINGLE POST 6 AS $130.00 $780.00 $115.00 $690.00 $130.00 $780.00
701-89 RELOCATION/RECONSTRUCTION OF MONUMENT SIGN 1 EA $1,000.00 $1,000.00 $10,000.00 $10,000.00 $1,500.00 $1,500.00
705-1 DELINEATOR SINGLE UNIT 90 EA $100.00 $9,000.00 $53.00 $4,770.00 $95.00 $8,550.00
706-3 RETRO-REFLECTIVE PAVEMENT MARKERS 1,533tLF
$5.00 $7,665.00 $4.70 $7,205.10 $6.00 $9,198.00
711-4 DIRECTIONAL ARROWS THERMOPLASTIC 74 $58.00 $4,292.00 $58.00 $4,292.00 $55.00 $4,070.00
711-33 TRAFFIC STRIPE SKIP THERMOPLASTIC (WHITE) 20,999 $0.60 $12,599.40 $0.60 $12,599.40 $0.60 $12,599.40
711-34 TRAFFIC STRIPE SKIP THERMOPLASTIC YELLOW 10,918 $0.60 $6,550.80 $0.60 $6,550.80 $0.60 $6,550-80
711-35-61 TRAFFIC STRIPE SOLID THERMOPLASTIC WHITE 6" 20,920 $0.90 $18,828.00 $0.60 $12,552.00 $0.80 $16,736.00
711-35-121 TRAFFIC STRIPE SOLID THERMOPLASTIC WHITE 12" 2,765 LF $1.75 $4,838.75 $1.20 $3,318.00 $2.00 $5,530.00
711-35-241 TRAFFIC STRIPE SOLID(THERMOPLASTIC) WHITE 24" 609 LF $1.75 $1,065.75 $3.00 $1,827.00 $4.00 $2,436.00
711-36-61 TRAFFIC STRIPE SOLID(THERMOPLASTIC YELLOW 6" 20,525 LF $0.90 $18,472.50 $0.60 $12,315.00 $0.80 $16,420.0()
711-36-181 TRAFFIC STRIPE SOLID THERMOPLASTIC YELLOW 18" 156 LF $3.25 $507.00 $2.001 $312.00 $3.00 $468.00
730-88 TEMPORARY PUMPING SYSTEM 10,000 GPM 5 EA $2,900.00 $14,500.00 $10,000.00 $50,000.00 $6,500.00 $32500.00
10124 FORCE ACCOUNT ROADWAY 1 LS $200,000.00 $200,000.00 $200,000.00 $200,000.00 $200,000.00 $200,000.00
ROADWAY SUB-TOTAL $9,611,778.95 $11,335,741.95 $12,292,919.00
737-70 1 UTILITY LOCATE UNDERGROUND 150 EA $225.00 $33,750.001 $185.001 $27,750.00 $300.001 $45,000.00
SHELTP,A&SON J.W. CHEATHAM COMMUNITY ASPHALT
OSLO ROAD WIDENING
Item No. Description uanit Unit Unit Price Amount Unit Price Amount Unit Price Arnount
-W 7,
F� .. �t',5RRwr A�.,..�`4
737-70-2 UTILITY LOCATE UNDER PAVEMENT) 50 EA $600.00 $30.000.00 $350.00 $17,500.00 $800.00 $40,000.00
1070-11110 VALVE ASSEMBLY GATE F&I CI 150 PSI 6" 21 EA $725.00 $15,225.00 $1,075.00 $22,575.00 $1,000.00 $21,000.00
1070-111-10 VALVE ASSEMBLY GATE(F&I)(CI 150 PSI 8" 20 EA $1,000.00 $20,000.00 $1,512.00 $30,240.00 $1,300.00 $26,000.00
1100-111-90 6"DIP WM CEMENT LINED 350 PSI 50 LF $20.00 $1,000.00 $30.00 $1,500.00 $26.00 $1,300.00
1100-111-90 8"DIP WM CEMENT LINED 350 PSI 1,231 LF $25.00 $30,775.00 $37.00 $45,547.00 $30.00 $36,930.00
1100-112-90 6"DIP FM EPDXY LINED 350 PSI 1,089 LF $30.00 $32,670.00 $46.50 $50,638.50 $41.00 $44,649.00
1510-12 FITTINGS,SANITARY SEWER 2.7 TN $8,800.00 $23,760.00 $2,180.00 $5,886.00 $11,000.00 $29,700.00
1543-111-11 VALVE BOX,TAPPING SLEEVE&VALVE(F&I)(DUCTILE IRON SLEEVE ('12") 4 EA $3.300.00 $13,200.00 $5,185.00 $20;740.00 $4,500.00 $18,000.00
1543-111-12 VALVE BOX,TAPPING SLEEVE&VALVE(F&I)(DUCTILE IRON SLEEVE 18" 11 EA $3,600.00 $39,600.00 $6,210.00 $68,310.00 $4,500.00 $49,500.00
1543-111-13 VALVE BOX,TAPPING SLEEVE&VALVE(F&I)(DUCTILE IRON SLEEVE 24" 1 EA $3,700.00 $3,700.00 $11,300.00 $11,300.00 $5,000.00 $5,000.00
1610-14 WATER FITTINGS 5.7 TN $8,800.00 $50,160.00 $1,660.00 $9,462,00 $11,000.00 $62,700,00
1635-142-43 VALVE BOX,TAPPING SLEEVE&VALVE(F&I)(DUCTILE IRON SLEEVE)(20") 13 EA $4,100.00 $53,300.00 $7,025.00 $91,325.00 $5.400.00 $70,200.00
1643-700 VALVE BOX ADJUST&MODIFY 45 EA $250.00 $11,250:00 $440.00 $19,800.00 $340.00 $•15,300.00
1644-116-8 FIRE HYDRANT STANDARD)(F&I)(3 WAY 2 HOSE (1 PUMPER) 6" 10 EA $2,900.00 $29,000.00 $3,635.00 $36,350.00 $3,800.00 .$38,000.00
1644-$00 FIRE HYDRANT RELOCATE 8 EA $575.00 $4,600.00 $3,210.00 $25,680.00 $900.00 $7,200.00
1645-800 WATER METER RELOCATE 20 EA $375.00 $7,500.00 $790.00 $15,800-00 $500.00 $10,000.00
10125 FORCE ACCOUNT UTILITY 1 LS $50,000.00 $50,000.00 $50,000.00 $50,000.00 $50,000.00 $50,000.00
UTILITY SUB-TOTAL $449,490.00 $550,403.50 $570,479.00
ALTERNATE BID ITEM
589-1 LANDSCAPE MAINTENANCE lj MO $6,800.00 $81,600.00 $5,200.00 $62,400.00 $900.00 $10,800.00
ALTERNATE BID .ITEM $812600.00 $62,400.00 $10,1300.00
BID TOTAL 1 10 142 868.95 1 $1119481545.45
$12,8T4,198.00
RANGER CONSTRUCTION DICKERSON ASTALDI
OSLO ROAD WIDENING
tem No. Description uanit Unit Unit Price Amount Unit Price Amount Unit Price Amount
i+tse'-_- gwe-up,m.`+ 1.54':...
OS 1 MOBILIZATION 1 LS $89,200.00 $89,200.00 $1,447,000.00 $1,447,000.00 .$1,672,700.00 $1,672,700.00
02-1 MAINTENANCE OF TRAFFIC 1 LS $1,430,000.00 $1,430,000.00 $458,000.00 $458,000.00 $613,000.00 $613,000.00
02-1-1 TEM ORARY PAVEMENT 14,180 SY $25.20 $357,336.00 $47.00 $666,460.00 $30.50 $432,490.00
02-14 TRAFFIC CONTROL OFFICER 176 MH $58.50 $10,296.00 $50.00 $8,800.00 $52.50 $9,240.00
02-61 BUSINESS SIGNS 24 EA $79.55 $1,909.20 $56.00 $1,344.00 $56.00 $1,344.00
02-71-11 CONCRETE BARRIER WALL TEMPORARY 10,119 LF $0.01 $101.19 $66.00 $667,854.00 $20.00 $202,380.00
02-74-1 BARRICADE TEMPORARY TYPE 11 85,360 ED $0.20 $17,072.00 $0.25 $21,340.00 $0.50 $42,680.00
02-74-2 BARRICADE TEMPORARY .TYPE 111 12,264 ED $0.60 $7,358.40 $0.45 $5,518.80 $1.00 $12,264.00
02-76 ADVANCE WARNING ARROW PANEL 730 ED $14.60 $10,658.00 $9.00 $6,570.00 $18.00 $13,140.00
02-99 CHANGEABLE VARIABLE MESSAGE SIGN(TEMPORARY) 560 ED $35.10_ $19,656.00 $22.00 $12,320.00 $43.00 $2.4,080.00
02-104-1 SIGNAL,TEMPORARY TRAFFIC CONTROL PORTABLE 902 ED $258.00 $232,716.00 $3.00 $2,706-00 $257.00 $231,814.00
02-104-2 SIGNAL,TEMPORARY TRAFFIC CONTROL FIXED 730' ED $132.00 $96,360.00 $6.00 $4,380.00 $131.00 $95,630.00
04-10-1 HAY OR STRAW BALE 18"X 18"X 36" 3840 EA $8.50 $32,640.00 $7.00 $26,880.00 $14.00 $53,760.00
04-11 TURBIDITY BARRIER FLOATING 180 LF $9.95 $1,791.00 $8.00 $1,440.00 $8.00 $1,440.00
04-12 TURBIDITY BARRIER STAKED 430 LF $9.95 $4,278.50 $4.00 $1,720.00 $7.00 $3,010.00
04-13-1SILT FENCE STAKED TYPE III) 49,380 LF $0.75 $37,035.00 $1.00 $49,380.00 $0.90 $44,442.00
04-16 _ ROCK BAGS 1140 EA $12.30 $14,022.00 $11.00 $12,540.00 $5.00 $5,700.00
08-1 AS-BUILTS 1 LS $23,400.00 $23,400.00 $45,000.00 $45,000.00 $47,000.00 $47,000.00
10-1-1 CLEARING&GRUBBING 38.5 1 AC. 1 $5,310.00 $204,435.00 $9.850.00 $379.225-00 $21,029.17 $809,623.05
10-7-1 MAILBOX(F&I) SINGLE 38 EA $351.00 $13,338.00 $185.00 $7,030.00 $100.00 $3,800.00
20-1 EXCAVATION REGULAR 76,898 CY $8.70 $669,012.60 $12.00 $922,776.00 $10.00 $768,980-00
20-4 - EXCAVATION SUBSOIL 8,698 CY $31.85 $277,031.30 $33.00 $287,034.00 $45.00 $391,410.00
20-6 EMBANKMENT 57,834 CY $4.40 $254,469.60 $22.00 $1,272,348.00 $7.00 $404,838.00
60-4 STABILIZATION TYPE B 78,011 SY $4.90 $382,253.90 $4.00 $312,044.00 $11:00 $858,121.00
62-5 FINISH SOIL LAYER LANDSCAPING 1,210 1 CY 1 $39.30 $47,553.00 $57.00 $68,970.00 $28.00 $33,880.00
.85-707 BASE OPTIONAL BASE GROUP 07 70775 SY $15.75 $1,114,706.25 $15.00 $1,061,625.00 $13.00 $920,075.00
86-1-1 TURNOUT CONSTRUCTION ASPHALT 627.1 SY $98.95 $62,051.55 $91.00 $57,066.10 $79.00 $49,540.90
27-70-1 MILLING EXISTING ASPHALT PAVEMENT 1" 5000.0 SY $3.60 $18,000.00 $4.00 $20,000.00 $6.00 $30,000.00
34-1-13 SUPERPAVE ASPHALTIC CONC TRAFFIC C 14799.5 TN $95.95 $1,420,012.03 $101.00 $1,494,749.50 $118.00 $1,746,341.00
39-1 ASPHALT PAVEMENT MISCELLANEOUS 73.1 TN $392.00 $28,655.20 $225.00 $16,447.50 $85.00 $6,213.50
00-1-11 CONC CLASS 1 RETAINING WALLS 23 1 CY $760.00 $17,480.00 $725.00 $16.675.00 $1,139.00 $26,197.00
00-2-2 CONC CLASS II ENDWALLS 58 CY $21410.00 $139,780.00 $1,450.00 $84,100.00 $1,008.00 $58,464.00
15-1-1 REINFORCING STEEL ROADWAY 3650 LB $1.25 $4,562.50 $3.00 $10,950.00 $2.00 $7,300.00
25-1-311 INLETS CURB TYPE P-1) <10' 2 EA 1 $7,800.00 $15,600.00 $3,500.00 $7,000.00 $4,341.00 $8,682.00
25-1-321 INLETS(CURB)(TYPE P-2) <10' 1 EA $7,950.00 $7,950.00 $3,500.00 $3,500.00 $4,700.00 $4,700.00
25-1-322 INLETS(CURB) PE P-2 >10') 1 EA $8,330.00 $8,330.00 $3,900.00 $3,900.00 $4,800.00 $4,800.00
25-1-351 INLETS CURB PE P-5 <10' 9 EA $4,980.00 $44,820.00 $5,130.00 $45.170.00 $5,300.00 $47,700.00
25-1-352 INLETS CURB TYPE P-5 >10' 4 EA $7,430.00 $29,720.00 $5,350.00 $21,400.00 $4,900.00 $19,600.00
25-1-361 INLETS CURB TYPE P-6).L<10'j, 17 EA $5,270.00 $89,590.00 $5,470.00 $92,990.00 $5,500.00 $93,500.00
25-1-362 INLETS CURB TYPE P-6 >10' 4 EA $6,670.00 $26,680.00 $6,470.00 $25,880.00 $6,658.00 $26,632.00
25-1-411 INLETS CURB TYPE J-1 <10' 1 EA $,1 100.00 $10,100.00 $7,470.00 $7,470.00 $7,758.00 $7,758.00
25-1-412 INLETS CURB TYPE J-1 >10' 3 EA $13,800.00 $41,400.00 $8,180.00 $24,540.00 $5,644.00 $16,932.00
25-1-416 INLETS CURB TYPE J-1 SPECIAL 1 EA $26,500.00 $26,500.00 $13,440.00! $13,440.00 $18,000.00 $18,000.00
RANGER CONSTRUCTION DICKERSON ASTALDI
OSLO ROAD WIDENING
Item No. Description uan4 Unit Unit Price Amount Unit Price Amount Unit Price Amount
�'r;'� <'���q`�7�:�`.�i��? ��:x`x?,k�'�=Q'3�'",%'�x.-rf'�.-���. .�0`":,s .+,.-�;us�r..,�,:, .. ..; - - _Wi' ' 'n-e�•J�"xsm+���'z _ y�'�a�� _-��r
CaA`� :;t��a�s''��
425-1-421 INLETS CURB PE J-2 <10' 1 EA $11,800.00 $11,800.00 $8,070.00 $8,070.00 $4,800.00 $4,800.00
125-1-422 INLETS CURB (TYPE J-2)(>10' 1 EA $12,900.00 $12,900.00 $8,290.00 $8,290.00 $5,200.00 $5,200.00
125-1-451 INLETS CURB TYPE J-5 <10' 1 EA $8,120.00 $8,120.00 $6,600.00 $6,600.00 $5,200.00 $5,200.00
425-1-452 INLETS CURB TYPE J-5 >10' 3 EA $9,520.00 $28,560.00 $7,600.00 $22,800.00_ $5,200.00 $15,600.00
425-1-456 INLETS,CURB TYPE J-5 SPECIAL 2 EA $18,800.00 $37,600.00 $21,300.00 $42,600.00 $11,200.00 _ $22,400.00
325-1-459 INLETS,CURE TYPE J-5 CONFLICT 1 EA $14,300.00 $14,300.00 $12,300.00 S12,300.00 $6,300.00 $6,300.00
125-1-462 INLETS CURB TYPE J-6 >10' 4 EA $10,300.00 $41,200.00 $6,500.00 $26,000.00 $7,100.00 $28,400.00
425-1-521 INLETS(DT BOT)(TYPE C)(<10' 5 EA $2,770.00 $13,850.00 $6,500.00 $32,500.00 $5,700.00 $28,500.00
125-1-523 INLETS DT BOT TYPE C J BOT,<10' 1 EA $5,920.00 $5,920.00 $2,240.00 $2,240.00 $3,512.00 $3,512.00
125-1-526 INLETS DT BOT TYPE C SPECIAL 2 1 EA $9,1.10.00 $18,220.00 $5,940.00 $11,880.00 $5,700.00 $11,400.00
425-1-551 INLETS(DT BOT)(TYPE E (<10') 2 EA $4,280.00 $8,560.00 $8,625.00 $17,250.00 $8,000.00 $16,000.00
425-2-71 MANHOLES(J-7)_(<10' 11 EA $7,540.00 $82,940.00 $7,280.00 $80,080.00 $7,100:00 $78,100.00
425-2-74 MANHOLES(TYPE J-7)(CONFLICT) 2 EA $11,800.00 $23,600.00 . $12,320.00 $24,640.00 $6,400.00 $12,800.00
125-2-91 MANHOLES J-8 (<10' 3 EA $7,350.00 $22,050.00 $4,600.00 $13,800.00 $6,400.00 $19,200.00
125-2-92 MANHOLES J-8)(>10' 2 EA $6,340.00 $12,680.00 $7,170.00 $14,340.00 $5,900.00 $11,800.00
425-2-94 MANHOLES PE J-8 (CONFLICT) 1 EA $11,100.00 $11,100.00 $'10,000.00 $10,000.00 $7,200.00 $7,200.00
425-10 YARD DRAINS 7 EA 5946.00 $6,622.00 $2,800.00 $19,600.00 $175.00 $1,225.00
425-11 DRAINAGE STRUCTURE MODIFY A1,3652
EA $5,400.00 $5,400.00 $1,680.00 $1,680.00 $4,867.00 $4,867.00
121A HDPE.PIPE CULVERT 12"SS LF $64.45 $5.929.40 $45.00 $4,140.00 $95.00 $8,740.00
430-171-123 GONG.PIPE CULVERT 15"SS LF $54.15 $974.70 $45.00 3810.00 $159.00 $2,862.00
123A HDPE.PIPE CULVERT 15"SS LF $187.00 $2,244.00 .$45.00 $540.00 $235.00 $2,820.00
130-171-125 CONC.PIPE CULVERT 18"SS LF 975.25 $102,490.50 $45.00 $61,290.00 $90.00 $122,580.00
125A HDPE.PIPE CULVERT 18"SS 17 LF $63.35 $1,076.95 $45.00 $765.00 $165.00 $2,805.00
430-171-125 TEMPORARY CAP PIPE CULVERT 18"SS 137 LF $58.05 $7,952.85 $45.00 $6,165.00 $94.00 $12,878.00
130-171-129 CONC.PIPE CULVERT 24"SS 2,417 LF $79.30 $191,668.10 $61.00 $147,437.00 $100.00 $241,700.00
130-171-129 HDPE.PIPE CULVERT 24"SS 19 LF $71.95 $1,367.05 $61.00 $1,159.00 $157.00 $2,983.00
130-171-129 CAP.PIPE CULVERT 24"S5 125 LF $83.65 -610,456.25 $61.00 $7,625.00 $179.00 $22,375.00
130-171-133 CONC.PIPE CULVERT 30"S5 2,262 LF $106.00 $239,772.00 $78.00 $176,436.00 $124.00 $280,488.00
130-171-133 CAP.PIPE CULVERT 30"SS 20 LF $71.75 $1,435.00 $78.00 $1,560.00 $175.00 $3,500.00
130-171-138 GONG.PIPE CULVERT 36"SS 2,344 LF $122.00 $285,968.00 $106.00 $248,464.00 $142.00 $332,848.00
130-171-138 CAP.PIPE CULVERT 36"55 90 LF $102.00 $9,180.00 $106.00 $9,540.00 $193.00 $17,370.00
`.30-171-140 CONC.PIPE CULVERT 42"SS 247 LF $136.00 $33,592.00 $140.00 $34,580.00 $175.00 $43,225.00
130-171-140 HDPE.PIPE CULVERT 42"SS 695 LF $75.10 $52,194.50 $140.00 397,300.00 $148.00 $102,860.00
30-171-140 CAP.PIPE CULVERT 42"SS 201 LF $108.00 $21,708.00 $140.00 $28,140.00 $196.00 $39,396.00
,30-171-238 ELLIPTICAL CONC.PIPE CULVERT 29"x45"SS) 121 LF $159.00 $19,239.00 $180.00 $21,780.00 $228.00 $27,588.00
30-171-240. ELLIPTICAL CONC.PIPE CULVERT(34"x53"SS) 6 LF $195.00 $1,170.00 $290.00 $1,740.00 $426.00 $2,556.00
30-172-229 ELLPTICAL CONC.PIPE CULVERT 19"x30"CD 80 LF $$.98.65 $7,892.00 $90.00 $7,200.00 $142.00 $11,360.00
30-172-238 ELLPTICAL CONC.PIPE CULVERT 29"x45"CD 129 1 LF $166.00 $21,414.00 $180.00 $23,220.00 $140.00 $18,060.00
30-172-243 ELLPTICAL CONC.PIPE CULVERT 48"x76"CD 32 LF $297.00 $9,504.00 $450.00 $14,400.00 $395.00 $12,640.00
30-721-22 GONG.SLOTTED CULVERT W/GRAVEL BEDDING 54"SS 760 LF $266.00 $202,160.00 $280.00 $212,800.00 $370.00 $281,200.00
30-721-441 HDPE.PERFORATED CULVERT W/GRAVEL BEDDING(48"SS) 1,541 LF $182.00 $280,462.00 $168.00 $258,888.00 $300.00 $462,300.00
30-721-442 HDPE.PERFORATED CULVERT W/GRAVEL BEDDING 54"SS 1,321 LF $268.00 $354,028.00 $225.00 $297,225.00 $360.00 $475,560.00
30-725-08 CONC.SLOTTED CULVERT W/EXFILTRATION TRENCH 34"X53" 1,446 LF $248.001 $358,608.00 $_308.00 $445,368.00 $365.00 $527,790.00
:30-961-218 PVC PIPE COULVERT 8" 1,650 LF $27.60 $45,540.00 $33.00 $54,450.00 $85.00 1,140,250.00
RANGER CONSTRUCTION DICKERSON ASTALDI
OSLO ROAD WIDENING
tem No. Description uani Unit Unit Price Amount Unit Price Amount Unit Price Amount
�' n._� _
130-982-125 MITERED END SECTION CONC. 18"CD 3 EA $1,720.00 $5,160.00 $1,345.00 $4,035.00 $1,592.00 $4,776.00
130-982-129 MITERED END SECTION CONC. 24"CD 4 EA $1,850.00 $7,400.00 $1,790.00 $7,160.00 $1,864.00 $7,456.00
130-982-138 MITERED END SECTION CONC. 29"x45"CD 1 EA $3,740.00 $3,740.00 $2,900.00 $2,900.00 $5,347.00 $5,347.00
140-1-60 ROCK DRAIN SPECIAL 100 LF $54.00 $5,400.00 $50,00 $5,000.00 $22.00 $2,200.00
155-133-2 1EMPORARY SHORING(TEMPORARY SHEETING i LS . $65,500.00 $65,500.00 $56,000.00 $56,000.00 $28,000.00 $28,000.00
05-1-2 PIPE HANDRAIL ALUMINUM 90 LF $81.85 $7,366.50 $46.00 $4,140.00 $81.00 $7,290.00
i20-1-8 CURB&GUTTER CONC MODIFIED TYPE F 4,473 LF $22.90 $102,431.70 $13.00 $58,149.00 $13.00 $58,149.00
i20-1-10 CURB&GUTTER CONC TYPE F 20,793 LF $14.30 $297,339.90 $13.00 $270,309.00 $13.00 $270,309.00
i22-1 SIDEWALK CONC 4"THICK 8,798 SY $40.35 $354,999.30 $37.00 $325,526.00 $32.00 $281,536.00
i22-2 SIDEWALK CONC 6"THICK 1,232 SY $55.50 $68,376.00 $45.00 $55,440.00 $50.00 $61,600.00
>23-1-2 PATTERNED/TEXTURED CONCRETE 120 SY $117-00 $14,040.00 $112.00 $13,440.00 $89.00 $10,680.00
130-3-4 RIPRAP RUBBLE)(F&I)(DITCH LINING) 256 TN $144.00 $36,864.00 $112.00 $28,672.00 $77.00 $19,712.00
i36-1-1 GUARDRAIL ROADWAY 2,042 1 LF $21.35 $43,596.70 $21.00 $42_,882.00 $37.00 $75,554.00
i36-85-26 GUARDRAIL END ANCHORAGE ASSEMBLY TYPE CRT 1 EA $1,870.00 $1,870.00 $1,790.00 $1,790.00 $1,860.00 $1,860.00
i36-85-26A GUARDRAIL END ANCHORAGE ASSEMBLY TYPE ET-2000 12 EA $2,570.00 $30,840.00 $2,465.00 $29,580.00 $2,559.00 $30,708.00
i36-85-26B GUARDRAIL END ANCHORAGE ASSEMBLY TYPE MELT 4 EA $1,640.00 $6,560.00 $1,570.00 $6,280.00 $1,628.00 $6,512.00
138-1 GUARDRAIL RESET 200 LF $14.05 $2,810.00 $14,00 $2,800.00 $14.00 $2,800.00
60-10-110 FENCING,TYPE A 5'HEIGHT 74 LF $11.70 $865.80 $25.00 $1,850.00 $11.00 $814.00
150-10-210 FENCING,TYPE B 4'HEIGHT 120 LF $11.70 $1.404.00 $14.00 $1,680.00 $15.00 _ $1,800.00
150-10-220 FENCING,TYPE B(6'HEIGHT) 1,536 LF $17.55 $26,956.80 $15.00 $23.040.00 $18.00 $27,648.00
60-10-222 FENCING,TYPE B 6'HEIGHT VINYL COATED)_ 986 LF $23.40 $23,072.40 $18.00 $'17,748.00 $27.00 $26,622.00
50-60-225 FENCE GATE TYPE B (DOUBLE) 24'OPENING 2 EA $2,340.00 $4,680.00 $2,335.00 $4,670.00 $872.00 $1,744,00
,55-1-1 DIRECTIONAL BORE LESS THAN 6" 950 LF $10.50 $9,975.00 $18.00 $17,100.00 $10.00 $9,500.00
X55-1-2 DIRECTIONAL BORE 6"TO<12" 125 LF $28.40 $3,550.00 $20.00 $2,500.00 $28.00 $3,500.00
;70-2 SEED&MULCH 2,467 SY $1.65 $4,070.55 $0.30 $740.10 $58.00 $143,086.00
175-1-1 SODDING BAHIA 80,173 SY $2.85 $228,493.05 $1.50 $120,259.50 $2.90 $232,501.70
83-1 EAST PALATKA HOLLY 10'-12'OA,4'SPREAD 45 EA $493.00 $22,185.00 $420.00 $18,900.00 $528.00 $23,760.00
;83-2 PYGMY DATE PALM 4'-6'OA,SINGLE 51 EA $253.00 $12,903.00 $125.00 $6,375.00 $188.00 $9,588.00
;83-3 PYGMY DATE PALM 5'OA,DOUBLE 44 EA $253.00 $11,132.00 $182.00 $8,008.00 $254.00 $11,176.00
83-4 HIGH RISE LIVE OAK 12'-14'HT,4'-6'SPREAD,4"CAL. 36 EA $901.00 $32,436.00 $760.00 $28,080.00 $872.00 $31,392.00
83-5 CABBAGE PALM(14'-22'OA) 74 EA $205.00 $15,170.00 $210.00 $15,540.00 $262.00 $19,388.00
84-1 YAUPON HOLLY(#21, 14N14") 450 EA $13.35 $6,007.50 $11.00 $4.950.00 $14.00 $6,300.00
84-2 GULF MUHLEY #3,W'x18" 211 EA $19.00 $4,009.00 $11.00 $2,321.00 $13.00 $2,743.00
84-3 INDIAN HAWTHORN #3,12"x12" 1,253 EA $13.35 $16,727.55 $11.00 $13,783.00 $14.00 $17,542.00
84-4 DWARF FAKAHATCHEE #3,24"-30"x18"-24" 258 EA $11.25 $2,902.50 $11.00 $2,838.00 $13.00 $3,354.00
84-5 SOCIETY GARLIC #1,8"x8" 787 EA $6.35 $4,997.45
$6.00 $4,722.00 $7.00 $5,509.00
846 DWARF WALTERS VIBURNUM #3,12"x12" 188 EA $13.35 $2,509.80 $11.00 $2,068.00 $17.00 $3,196.00
30-1-12 CONDUIT FURNISH&INSTALL UNDERGROUND 2"PVC 10,340 LF $8.30 $85,822.00 $6.00 $62,040.00 $8.00 $82,720.00
30-1-22 CONDUIT FURNISH (UNDERGROUND)(2"PVC) 11,780 LF $4.25 $50,065.00 $4.00 $47,120.00 $4.00 $47,120.00
32-7-1 SIGNAL CABLE FURNISH&INSTALL 1 PI $7,700.00 $7,700.00 $5,540.00 $5,540.00 $7,700.00 $7,700.00
35-1-11 PULL BOX FURNISH&INSTALL TRAFFIC SIGNAL) 33 EA $405.00 $13,365.00 $380.00 $12,540.00 $807.00 $26,631.00
35-1-15 PULL BOX(FURNISH&INSTALL)(FIBER OPTIC 6 EA $1,510.00 $9,060.00 $1,460.00 $8,760.00 $2,138.00 $12,828.00
39-1-13 ELECTRICAL POWER SERVICE(OVERHEAD) 1 AS $1,090.00 $11,090.00 $1,420.00 $1,420.00 $1,086.00 $1,086.00
39-2-1 ELECTRICAL SERVICE WIRE FURNISH &INSTALL 100 LF A2.101 $210.00 $5.001 $500.00 $2.00 $200.00
- . RANGER CONSTRUCTION DICKERSON ASTALDI
OSLO ROAD WIDENING
Item.N�o Descxiriptiotluanit Unit Unit Price Amount Unit Price Amount Unit Price Amount
{.�iY'IktSy'ii�23;i�kSx''�;�`S['•tr�3.E.��f .,._$'�F;Rd`24e�L' �'�'= `� '5"C'=2':�-�F�?��rt".rvVl��`"3"..P�` gnei-rn�eYr7j'�i•. ..v�r-zrs.^-i, 3� _
541-42-120 CONCRETE SERVICE POLE(FURNISH&INSTALL-DIRECT BURIAL)(TYPE N-III)(20) 1 EA $2,050.00 $2,050.00 $1,950.00 $1,950.00 $2,035.00 $2,035.00
549-433-008 MAST ARM ASSEMBLY(WHIGH LOADING)(SINGLE ARM W/LUMINAIRE)(B3-Q22LUM) 1 EA $30,300.00 $30,300.00 $25,650.00 $25,650.00 $32,794.00 $32,794,00
349-436-010 MAST ARM ASSEMBLY(F&InI IIGH LOADING)(SINGLE ARM W/LUMINAIRE)(B6-024WM) 1 EA $33,000.00 $33,000.00 $39,500.00 $39,500.00 $50,121.00 $50,121.00
349-431-007 MAST ARM ASSEMBLY(F&UHIGH LOADING)(SINGLE ARM W/LUMINAIRE)(81-021LUM) 1 EA $43,000.00 $43,000.00 $23,500.00 $23,500.00 $30,119.00 $30,119.00
549-435-009 MAST ARM ASSEMBLY(F&I/HIGH LOADING)(SINGLE ARM W/LUMINAIRE)(85•023LUM) 1 EA $50,400.00 $50,400.00 $33,500.00 $33,500.00 $42,795.00 $42,795.00
350-51-311 TRAFFIC SIGNAL F&1 3-SECTION 1-WAY STANDARD 4 AS $1,220.00 $4,880.00 $670.00 $2,680.00 $1,209.00 $4,836.00
350-51-511 TRAFFIC SIGNAL(F&1)(5-SECTION 1-WAY STANDARD 4 AS $1,800.00 $7,200.00 $1,165.00 $4,660.00 $1,791.00 $7,164.00
353-192 PEDESTRIAN SIGNAL(F&I)(LED-COUNTDOWN 2-WAY 4 AS $1,400.00 $5,600.00 $1.570.00 $6,280.00 $1,396.00 $5,584.00
359-106 SIGNAL HEAD AUX.(F&I)(TUNNEL VISOR 32 EA $1.15 $36.80 $4.00 _$128.00 $1.16 $37.12
359-107 SIGNAL HEAD AUX. F&1 ALUMINUM PEDESTAL 4 EA $1,100.00 $4,400.00 $1,400.00 $5,600.00 $1,090.00 $4,360.00
359-120 SIGNAL HEAD AUX_(F&I)(LED MODULE 24 EA $1.15 $27.60 $115.00 $2,760.00 $2.00 $48.00
i63-74-11 VEHICLE DETECTOR(F&1)(VIDEO DETECTOR) 4 EA $8,370.00 $33,480.00 $10,500.00 $42,000.00 $8,330.00i $33,320.00
365-11 PEDESTRIAN DETECTOR F&1 POLE MOUNTED 8 EA $147.00 $1,176.00 $235.00 $1,880.00 $146.00 $1,168.00
570-5-111 TRAFFIC CONTROLLER ASSEMBLY(F&I)(NEMA)W/FIRE PREEMPTION 1 AS $24,800.00 $24.800.00 $27,500.00 $27,500.00 $24,653.00 $24,653.00
i80-106 SYSTEM CONTROL EQUIPMENT(F&I)(COMMUNICATION INTERFACE) 1 EA $4,950.00 $4,950.00 $2,070.00 $2,070.00 $4,919.00 $4,919.00
i90-10 REMOVE TRAFFIC SIGNAL HEAD ASSEMBLY 8 EA $71.60 $572.80 $78.00 $624.00 $71.00 $568.00
i90-20 REMOVE PEDESTRIAN SIGNAL ASSEMBLY - 3 EA $71.60 $214.80 $71.00 $213.00 $71.00 $213.00
190-32-1 POLE REMOVAL SHALLOW DIRECT BURIAL (CLASS V 40') 4 EA 51,020.00 $4,080.00 $1,420.00 $5,680.00 $1,014.00 $4,056.00
i90-50 REMOVE CONTROLLER ASSEMBLY 1 EA $327.00 $327.00 5.425.00 $425.00 $325.00 $325.00
i90-60 REMOVE VEHICLE DETECTOR ASSEMBLY 6 EA $201.00 $1,206,00 $73.00 $438.00_$200,00 $1,200.00
;90-70 REMOVE PEDESTRIAN DETECTOR ASSEMBLY 4 EA $1520 $60.80 $18.00 $72.00 $15.00 $60.00
;90-80 REMOVE SPAN WIRE ASSEMBLY 1 EA $819.00 $819.00 $570.00 S570.00 $814.00 $814.00
90-90 REMOVE CONDUIT AND CABLING 1 PI $421.00 $421.00 $355.00 $355.00 $418.00 $418.00
90-100 REMOVE MISCELLANEOUS SIGNAL EQUIPMENT i PI $760.00 $760.00 $570.00 $570.00 $755.00 $755.00
99-1-1 INTERNALLY ILLUMINATED SIGN(F&I)(STREET NAME 4 EA $2,850.00 $11,400.00 $1,920.00 $7,680.00 $2,837.00 $11,348.00
00-40-1 SIGN SINGLE POST LESS 1 HAN i2 38 A5 $433.00 $16,454.00 $415.00 $'15,770.00 $308.00 $11,704.00
00-46-21 SIGN EXISTING RELOCATE SINGLE POST. 6 AS $129.00 $774.00 $123.00 $738.00 $174.00 $1,044.00
01-89 RELOCATION/RECONSTRUCTION OF MONUMENT SIGN 1 EA $11,700.00 $11,700.00 $11,200.00 $11,200.00 $1744.00 $1,744.00
05-1 DELINEATOR SINGLE UNIT 90 EA ,$99.40 $8,946.00 $95.00 $8,550.00 $208.00 $18,720.00
06-3 RETRO-REFLECTIVE PAVEMENT MARKERS 1,533 EA $5.65 $8,661.45 $5.00 $7,665.00 $7.00 $10,731.00
11-4. DIRECTIONAL ARROWS(THERMOPLASTIC) 74 EA $56.15 $4,155.10 $54.00 $3,996.00 $58.00 $4,292.00
11-33 TRAFFIC STRIPE SKIP THERMOPLASTIC WHITE 20,999 LF $0.60 $12,599.40 $1.00 $20,999.00 $0.70 $14,699.30
11-34 TRAFFIC STRIPE SKIP THERMOPLASTIC (YELLOW). 10,918 LF $0.60 $6,550.80 $1.00 $10,918.00 $0.70 $7,642.60
11-35-61 TRAFFIC STRIPE SOLID THERMOPLASTIC WHITE 6" 20,920 LF $0.80 $16,736.00 $1.00 $20,920.00 $0.70_ $14,644.00
11-35-121 TRAFFIC STRIPE SOLID THERMOPLASTIC WHITE 12" 2,765 LF $1.75 $4,838.75 $2.00 $5,530.00 $1.80 $4,977.00
11-35-241 TRAFFIC STRIPE SOLID THERMOPLASTIC WHITE 24" 609 LF $3.75 $2,283.75 $4.00 $2,436.00 $5.80 $3,532.20
11-36-61 TRAFFIC STRIPE SOLID THERMOPLASTIC YELLOW 6" 20,5251 LF _ $0.80 $16,420.00 $1.00 $20,525.00 $0.70 $14,367.50
11-36-181 TRAFFIC STRIPE SOLID THERMOPLASTIC (YELLOW) 18 156 LF $3.05 $475.80 $3.00 $468.00 $4.00 $624.00
30-88 TEMPORARY PUMPING SYSTEM i0.000 GPM 5 1 EA $13,100.00 $65,500.00 $13,500.00 $67,500.00 $12,000.00 $60,000.00
1124 FORCE ACCOUNT ROADWAY 1 IS $200,000.00 $200,000.00 $200,000.00 $200,000.00 $200,000.00 $200,000.00
ROADWAY SUB-TOTAL $12,272,461.02 _
$14,196,970.50 $15,616,808.87
37-70-1 UTILITY LOCATE(UNDERGROUND) 150 EA $182.00 $27,300.00 $308.00 $46,200.00 $213.00 $31,950.00
RANGER CONSTRUCTION DICKERSON ASTALDI
OSLO ROAD WIDENING
Item No. Description uanit Unit Unit Price Amount Unit Price Amount Unit Price Amount
r37-70-2 UTILITY LOCATE UNDER PAVEMENT 50 EA $274.00 $13,700.00 $785.00 $39,250.00 $323.00 $16,150.00
1070-111-101 VALVE ASSEMBLY GATE(F&I)(CI 150 PSI 6" 21 EA $973.00 $20,433.00 5950.00 $19,950.00 $4,423.00 $92,883.00
1070-111-10 VALVE ASSEMBLY GATE F&1 CI 150 PSI 8" 20 EA $1,300.00 $26,000.00 $1,350.00 $27,000.00 $4,693.00 $93,860.00
1100-111-90 6"DIP WM CEMENT LINED 350 PSI 50 LF $36.85 $1,842.50 $26.00 $1,300.00 $94.00 $4,700.00
1100-111-90 8"DIP WM CEMENT LINED 350 PSI 1,231 LF $57.35 $70,597.85 $30.00 $36,930.00 $82.00_ $100,942.00
1100-112-90 6"DIP FM(EPDXY LINED 350 PSI .00 1,089 LF $69.55 $75,739.95 $41.00 $44,649 $93.00 $101,277.00'
1510-12 FITTINGS,SANITARY SEWER 2.7 TN $6,000.00 $16,200.00 $11,200.00
$30,240.00 $16,078.00 $43,410.60
1543-111-11 VALVE BOX,TAPPING SLEEVE&VALVE F&I DUCTILE IRON SLEEVE 12" 4 EA $5,600.00 $22,400.00 $4,500.00 $18,000.00 $3,374.00 $13,496.00
1543-111-12 VALVE BOX,TAPPING SLEEVE&VALVE F&I (DUCTILE IRON SLEEVE)(18" 11 EA $6,560.00 $72,160.00 $4,500.00 $49,500.00 $3,931.00 $43,241.00
1543-111-13 VALVE BOX,TAPPING SLEEVE&VALVE(F&I) DUCTILE IRON SLEEVE)(24"ll 1 EA $6,710.00 $6,710.00 $4,900.00 $4,900.00 $4,434.00 $4,434.00
1610-14 WATER FITTINGS 5.7 TN $4,610.00 $26,277.00 $11,200.00 $63',840.00 $8,071.00 $46,004.70
1635-142-43 VALVE BOX,TAPPING SLEEVE&VALVE(F&Q(DUCTILE IRON SLEEVE 20' 13 EA $6,870.00 $89,310.00 $5,380.00 $69,940.00 $4,807.00 $62,491.00
1643-700 VALVE BOX ADJUST&MODIFY 45 EA $312.00 $14,040.00 $335.00 $15,075.00 $346.00 $15,570.00
1644-116-8 FIRE HYDRANT STANDARD F&1 3 WAY 2 HOSE 1 PUMPER 6" 10 EA $3,430.00 $34,300.00 $3,800.00 $38,000.00 $38,177.00 $381,770.00
1644-800 FIRE HYDRANT(RELOCATE) 8 EA $3,250.00 $26,000.00 $900.00 $7,200,00 $1,973.00 $15,784.00
1645-800 WATER METER(RELOCATE) 20 EA $544.00 $10,880.00 $500.00 $10,000.00 $4,351.20 $87,024.00
10125 FORCE ACCOUNT UTILITY 1 LS $50,000.00 $50,000.00 $50,000.00 $50,000.00 $50,000.00 $50,000.00
UTILITY SUB-TOTAL $603,890.30
$571,974.00 $1,204,987.30
ALTERNATE BID ITEM
i89-1 ILANDSCAPE MAINTENANCE ��lMO $468.00 $5,616.00 $900.00 $10,800.00 $6,200.00 $74,400.00
ALTERNATE BID ITEM $5,616.00 $10,800.00 $74,400.00
BID TOTAL
$12,881,967.32 $14,779,744.50 1 $16,896 196.17
SECTION 00520 -Agreement (Public Works)
TABLE OF CONTENTS
Title Page
ARTICLEI -WORK.....................................................................
ARTICLE2 - THE PROJECT ................................................................................................................2
ARTICLE 3—ENGINEER......................................................................................................................2
ARTICLE 4- CONTRACT TfMES........................................................................................................2
ARTICLE 5- CONTRACT PRICE........................................................................................................3
ARTICLE 6- PAYMENT PROCEDURES............................................................................................3
ARTICLE 7 -INDEMNIFICATION................................................................
ARTICLE S- CONTRACTOR'S REPRESENTATIONS....................................................................5
ARTICLE 9- CONTRACT DOCUMENTS...........................................................................................6
ARTICLE 10 -MISCELLANEOUS.......................................................................................................7
FTHE REMALNDER OF THIS PAGE WAS LEFT BLANK INTENTIONALLY]
00520-Agreement(Public Works)2006091
00520-1
F:\Public Works\Capital Projects\Oslo RoadlOsio Road-Old Dixie to 27th Ave1CONTRACT DOCUMEN 1100520-Agreement(Public Works)2006091.doc Rev,05/01
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
(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:
Widening of Oslo Road to a 5-lane Roadway from West of Old Dixie Highway
to 27 n Avenue including construction of Stormwater Facilities and Sub-Lateral
Canal Enclosure
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: Oslo Road (CR 606) Phase I Roadway Widening
County Project Number: 9705C
Project Address: Oslo Road (CR 606) from West of Old Dixie Highway to 27th Avenue
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
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 and Final Payment
A. The Work will be substantially completed on or before the 365 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 425 calendar day after the date when the
Contract Times commence to run.
00520-Agreement(Public Works)2006091
00520-2
FAPubllc Works\Caplial Projecls\0slo Road\Oslo Road-Old Dixle to 27th Ave\CONTRACT DOCUMENT\00520-Agreement(Public Works)2006091.doc Rev.05/01
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. The parties also recognize the delays, expense, and difficulties involved in
proving in a legal or arbitration 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 $1,500.00 for each calendar day that expires after the time
specified in paragraph 4.02 for Substantial Completion until the Work is substantially complete.
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 5.01.13, 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:
Written Amount:
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.
6.02 Progress Payments; Retainage
A. The OWNER shall make progress payments to the CONTRACTOR on the basis of the
approved partial payment request at intervals not less than once each month as
recommended by ENGINEER in accordance with the provisions of the Local
Government Prompt Payment Act, Florida Statutes section 218.70 et. seq. All such
payments will be measured by the schedule of values established in paragraph 2.07.A of
the General Conditions (and Supplementary Conditions if applicable) (and in the case of
Unit Price Work based on the number of units completed) or, in the event there is no
schedule of values, as provided in the General Requirements, The OWNER shall retain
ten percent (10%) of the payment amounts due to the CONTRACTOR until fifty percent
(50%) completion of the work. After fifty percent (50%) completion of the work is
attained as certified to OWNER by ENGINEER in writing, OWNER shall retain five
percent (5%) of the payment amount due to CONTRACTOR until final completion and
acceptance of all work to be performed by CONTRACTOR under the Contract
Documents. Pursuant to Florida Statutes section 218.735(8)(b), fifty percent (50%)
completion means the point at which the County as OWNER has expended fifty percent
(50%) of the total cost of the construction services work purchased under the Contract
Documents, together with all costs associated with existing change orders and other
00520-Agreement(Public.Works)2006091
00520-3
F:\Public Works\Capltal Projects\Oslo Road\Oslo Road-Old Dixie to 27th Ave\CONTRACT DOCUMENT100520-Agreement(Public Works)2006091.doc Rev.05/01
additions or modifications to the construction services work provided under the
Contract Documents.
B. Pay Requests. Each request for a progress payment shall be submitted on the
application for payment form supplied 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. After fifty percent (50%)
completion, and pursuant to Florida Statutes section 218.735(8)(d), the CONTRACTOR
may submit a pay request to the County as OWNER for up to one half (1/2) of the
retainage held by the County as OWNER, and the County as OWNER shall promptly
make payment to the CONTRACTOR unless such amounts are the subject of a good
faith dispute; the subject of a claim pursuant to Florida Statutes section 255.05(2005); or
otherwise the subject of a claim or demand by the County as OWNER or the
CONTRACTOR. The CONTRACTOR acknowledges that where such retainage is
attributable to the labor, services, or materials supplied by one or more subcontractors
or suppliers, the Contractor shall timely remit payment of such retainage to those
subcontractors and suppliers. Pursuant to Florida Statutes section 218.735(8)(c)(2005),
CONTRACTOR further acknowledges and agrees that: 1) the County as OWNER shall
receive immediate.written notice of all decisions made by CONTRACTOR to withhold
retainage on any subcontractor at greater than five percent (5%) after fifty percent
(50%) completion; and 2) CONTRACTOR will not seek release from the County as
OWNER of the withheld retainage until the final pay request.
C. Paragraphs 6.02 A and 6.02 B 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.
6.03 Acceptance and Final Payment
Upon receipt of written notice that the work is ready for final inspection and acceptance, the
ENGINEER will promptly make such inspection and when the ENGINEER finds the work
acceptable under the terms of the Contract and the Contract fully performed, the ENGINEER
will promptly issue a final completion certificate stating that the work provided for in this
Contract has been completed, and acceptance by the OWNER under the terms and the condi-
tions thereof is recommended and the entire balance found to be due the CONTRACTOR, will
be paid to the CONTRACTOR by the OWNER following County Commission approval of the
final Contract payment.
6.04 Acceptance of Final Payment as Release
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 Payment and
Performance Bonds.
00520-Agreement(Public Works)2006091
00520-4
FAPublic Works\Caplial Prolects\Oslo Road\Oslo Road-Old Dixie to 27th Ave\CONTRACT DOCUMEN OO520-Agreement(Public Works)2006091.doc Rev.05101
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 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.
00520-Agreement(Public Works)2006091
00520-5
F:\Public Works\Capital Projects0slo RoadlOslo Road•Old Dixie to 271h Ave\CONTRACT DOCUMEN7\00520-Agreement(Public Works)2006091.doc Rev.05/01
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.
ARTICLE 9 - CONTRACT DOCUMENTS
9.01 Contents
A. The Contract Documents consist of the following:
1. Section 00520—Agreement (pages 00520-1 to 00520-8, inclusive);
2. Section 00610 — Performance Bond (pages 00200-1 to 00200-5, inclusive);
3. Section 00612 — Payment Bond (pages 00612-1 to 00612-5, inclusive);
4. Section 00620— Sample Certificate of Liability Insurance (page 00620-1);
5. Section 00622 — Contractor's Application for Payment (pages 00622-1 to 00622-3,
inclusive);
6. Section 00630 — Certificate of Substantial Complete (pages 00630-1 to 00630-2,
inclusive);
7. Section 00632 — Contractor's Final Certification of Work (pages 00632-1 to 00632-2,
inclusive);
8. Section 00634— Professional Surveyor and Mapper's Certification (page 00634-1);
9. Section 00700— General Conditions (pages 00700-1 to 00700-47, inclusive);
10. Section 00800— Supplementary Conditions (pages 00800-1 to 00800-14, inclusive);
11. Specifications as listed in the table of contents of the Project Manual;
12. Drawings consisting of a cover sheet and sheets numbered 1 through 142, inclusive,
with each sheet bearing the following general title: Roadway Improvements to SR A1A
and CR 510.
13. Addenda (numbers to , inclusive);
14. Exhibits to this Agreement (enumerated as follows):
a. Section 00100—Advertisement (pages 00100-1 to 00100-2, inclusive);
b. Section 00200— Instructions to Bidders (pages 00200-1 to 00200-12, inclusive);
c. Section 00300—Bid Package (page 00300-1);
d. Section 00310— Bid Form (pages 00310-1 to 00310-15, inclusive);
e. Section 00430— Bid Bond (pages 00430-1 to 00430-4, inclusive);
f. Section 00450— Statement of Public Entity Crime (page 00450-1);
g. Section 00452 — Sworn Statement Under Section 105.08, Indian River County
Code, on Disclosure of Relationships (pages 00452-1 to 00452-2, inclusive);
h. Section 00454 — Sworn Statement Under the Florida Trench Safety Act (pages
00454-1 to 00454-2, inclusive);
00520-Agreement(Public Works)2006091
00520-6
FAPublic WorkslCapltal Projects\Oslo Road\Oslo Road-Old Dixie to 27th AvetCONTRACT DOCUMENT\00520.Agreement(Public Works)2006091.doc Rev.05101
i. Section 00456 — Qualifications Questionnaire (pages 00456-1 to 00456-4,
inclusive);
j. Section 00458— List of Subcontractors (page 00458-1);
k. Section 00510— Notice of Award (pages 00510-1 to 00510-2, inclusive);
1. Appendix A - Permits
10. 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).
B. The documents listed in paragraph 9.01.A are attached to this Agreement (except as
expressly noted otherwise above).
C. There are no Contract Documents other than those listed above in this Article 9.
D. The Contract Documents may only be amended, modified, or supplemented as provided
in paragraph 3.04 of the General Conditions.
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
00520-Agreement(Public Works)2006091
00520-7
FAPublic Works\Capltal PmjeclslOslo Road\Oslo Road-Old Dixie to 27th Ave\CONTRACT DOCUMENfn00520-Agreement(Public Works)2006D91.doc Rev.05/01
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.
[The remainder of this page was left blank intentionally]
00520-Agreement(Public Works)2006091
00520-8
F:\PubllcWorks\CapHa1 Projects\Oslo Road\Oslo Road-Old Dixie to 27th Ave\CONTRACT OOCUMENT\00520-Agreement(Public Worl(s)2006091.doc Rev.05101
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 cn December 12 20 06 (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:
INDIAN RIVER COUNTY
By: By:
Gary Wheeler, Chair n (Contractor)
By. (CORPORATE SEAL)
J eph A. Baird, County Administrator
Attest
APPROVED AS TO AND LEGAL
SUFF CIE Y:
By:
(� William G. Collins, Il, County Attorney Address for giving notices:
X41
Jeffrey K. Barton, Clerk of Court
License No.
Attest: (Where applicable)
Deputy Clerk
(SEAL) Agent for service of process:
Designated Representative:
Name: sanet_ Dunlap . Designated Representative:
Title: Acting Capita]. Projects Manager Name:
1840 25th Street Title:
Vero Beach, Florida 32960 Address:
(772) 226-1282
Facsimile: (772) 226-1988
.Phone:
Facsimile:
(If CONTRACTOR is a corporation or a
partnership, attach evidence of authority to sign.)
*" END OF SECTION
00520-Agreement(Public Works)2006091
00520-9
FAPublic Works\Capital Projectsk0slo Road\Oslo Road-Old Dixie to 27th Ave\CONTRACT OOCUMENT\00520-Agreement(Public Works)2006091.doc Rev.05/01