HomeMy WebLinkAbout2025-147BSECTION 00520 Agreement
THIS AGREEMENT is by and between INDIAN RIVER COUNTY, a Political Subdivision of the
State of Florida organized and existing under the Laws of the State of Florida, (hereinafter called
OWNER) and Timothy Rose Contracting, Inc. (hereinafter called CONTRACTOR).
OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree
as follows:
ARTICLE 1 -WORK
1.01 CONTRACTOR shall complete all Work as specified or indicated in the Contract
Documents. The Work is generally described as follows:
The proposed resurfacing/widening of Indian River Blvd from 41 Street to 17th Street will
include milling and resurfacing, widening of the shoulder to guarantee a minimum 6 -foot -
wide buffered bike lane along the major North/South corridor, ADA sidewalk return
improvements, drainage improvements, and interconnect improvements for hardening
and resiliency. This project is a FDOT Small County Outreach Program (SCOP) funded
project, FM No. 444269-1-54-01.
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 Boulevard Bike & Pedestrian Improvements (4th Street to 17th
Street)
County Project Number: IRC -1817
Bid Number: 2025025
FM Number: 444269-1-54-01
Project Address: Indian River Boulevard (411 Street to 17th Street)
Vero Beach, FL 32960
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, Final Completion and Final Payment
A. The Work will be substantially completed on or before the 640th 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
Agreement -00520-1
of the General Conditions on or before the 6701 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
$3,819.00 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 $3,819.00 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 5.01.13, 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: $10,826,000.00
Written Amount: Ten million eight hundred twenty-six thousand dollars and zero cents
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%)
Agreement -00520-2
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.
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.
Agreement -00520-3
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.
7.02 "To the fullest extent permitted by law, the Recipient's contractor/consultant shall indemnify
and hold harmless the Recipient and the State of Florida, Department of Transportation,
including the Department's officers and employees, from liabilities, damages, losses and
costs, including, but not limited to, reasonable attorney's fees, to the extent caused by the
negligence, recklessness or intentional wrongful misconduct of the contractor or consultant
and persons employed or utilized by the contractor or consultant in the performance of this
Agreement."
ARTICLE 8 - CONTRACTOR'S REPRESENTATIONS
8.01 In order to induce OWNER to enter into this Agreement CONTRACTOR makes the
following representations:
A. CONTRACTOR has examined and carefully studied the Contract Documents and the other
related data identified in the Bidding Documents.
B. CONTRACTOR has visited the Site and become familiar with and is satisfied as to the
general, local, and Site conditions that may affect cost, progress, and performance of the
Work.
C. CONTRACTOR is familiar with and is satisfied as to all federal, state, and local Laws and
Regulations that may affect cost, progress, and performance of the Work.
D. CONTRACTOR has carefully studied all: (1) reports of explorations and tests of subsurface
conditions at or contiguous to the Site and all drawings of physical conditions in or relating
to existing surface or subsurface structures at or contiguous to the Site (except Underground
Facilities) which have been identified in the Supplementary Conditions as provided in
paragraph 4.02 of the General Conditions and (2) reports and drawings of a Hazardous
Environmental Condition, if any, at the Site which have been identified in the Supplementary
Conditions as provided in paragraph 4.06 of the General Conditions.
E. CONTRACTOR has obtained and carefully studied (or assumes responsibility for having
done so) all additional or supplementary examinations, investigations, explorations, tests,
studies, and data concerning conditions (surface, subsurface, and Underground Facilities)
at or contiguous to the Site which may affect cost, progress, or performance of the Work or
which relate to any aspect of the means, methods, techniques, sequences, and procedures
of construction to be employed by CONTRACTOR, including applying the specific means,
methods, techniques, sequences, and procedures of construction, if any, expressly required
by the Contract Documents to be employed by CONTRACTOR, and safety precautions and
programs incident thereto
F. CONTRACTOR does not consider that any further examinations, investigations,
explorations, tests, studies, or data are necessary for the performance of the Work at the
Contract Price, within the Contract Times, and in accordance with the other terms and
conditions of the Contract Documents.
G. CONTRACTOR is aware of the general nature of work to be performed by OWNER and
others at the Site that relates to the Work as indicated in the Contract Documents.
Agreement -00520-4
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 00520-9, 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
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 sheets numbered 1 through 139, inclusive, with each sheet
bearing the following general title: INDIAN RIVER BOULEVARD PEDESTRIAN &
BICYCLE ACCESS IMPROVEMENTS PROJECT.
Agreement - 00520 - 5
13. Addenda (if applicable );
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
15. CONTRACTOR'S BID (pages 00310-1 to 00310`: , 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. Anti -Human Trafficking Affidavit (page 00462-1);
23. Certification Regarding Lobbying (page 0466-1
24. The following which may be delivered or issued on or after the Effective Date of the
Agreement and are not attached hereto:
a) Written Amendments;
b) Work Change Directives;
c) Change Order(s)
ARTICLE 10 - MISCELLANEOUS
10.01 Terms
A. Terms used in this Agreement will have the meanings indicated in the General Conditions.
10.02 Assignment of Contract
A. No assignment by a party hereto of any rights under or interests in the Contract will be
binding on another party hereto without the written consent of the party sought to be bound;
and, specifically but without limitation, moneys that may become due and moneys that are
due may not be assigned without such consent (except to the extent that the effect of this
restriction may be limited by law), and unless specifically stated to the contrary in any written
Agreement - 00520 - 6
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.
(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.
Agreement - 00520 - 7
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
pub Iicrecords(�indianrive r.gov
Indian River County Office of the County Attorney
180127 th 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 - 00520 - 8
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 15th day July of 2025(the date the Contract is
approved by the Indian River County Board of County Commissioners).
OWNER:
CONTRACTOR:
•• � 0 ht MIS"°.
INDIAN RIVER COUNTY :��>�� '' STHY ROSE CONTRACTING, INC.
By: , *• "may. *';
se E. Flescher, Chairman Name'. 1 S2
By: i =.�; • . �:
Jo A. Titk nich, Jr., County Administ; ....... •°° (Corporate Seal)
. FRCouNONTRACTOR is a corporation or
APPROVED AS TO FORM AND LEGAL partnership, attach evidence of authority to
SUFFICIENCY: "sign)
By: N
J ifer W. huler, County Attorney Attest:
tJ11y 4b :l
Title: \e
Ryan L. Butler, Clerk of Court and Comptroller
Designated Representative: a `
Name:c� �R
Attest:?04k��6-
Title:
Deputy Clerk Address:vlia() Q_ ?,u�N4qfo "jf ZL
(SEAL) Phone -l} 'a—Slo4 - AQ 32519LD
Designated Representative:
Addie Javed, P.E., Public Works Director
1801 27`h Street, Vero Beach, FL 32960
(772) 226-1234
aiaved(@indianriver.gov
* * END OF SECTION * *
Agreement - 00520 - 9
TIMOTHY ROSE CONTRACTING, INC.
Total Co
$10,826,000.00
Selected
0
Selected
$ 0
#
Items Description
Unit
QuantitinitPrice
TotalCost
#1-1
101-1 MOBILIZATION/ DEMOBILIZATION
LS
1 $ 1,320,000.0 $ 1,320,000.0
#1-2
102-1 MAINTENANCE OF TRAFFIC
LS
1
$ 709,101.46
$ 709,101.46
#1-3
104-2 PREVENTION, CONTROL & ABATEMENT OF EROSION AND WATER POLLUTION
LS
1
$ 132,600.0
$ 132,600.0
#1-4
110-1-1 CLEARING & GRUBBING
AC
17.6
$ 16,761.36
$294,999.94
#1-5
110-21 TREE PROTECTION BARRIER
LF
500
$ 6.6
$ 3,300.0
#1-6
110-22 TREE ROOT & BRANCH PRUNING
EA
10
$ 364
$ 3,640.0
#1-7
120-1 REGULAR EXCAVATION
CY
4896
$ 21.75
$106,488.0
#1-8
120-6* EMBANKMENT
CY
8389
$ 40
$ 335,560.0
#1-9
210-1 REWORKING BASE
SY
2678
$ 14.5
$ 38,831.0
#1-10
285-702 OPTIONAL BASE GROUP 02 (CEMENTED COQUINA, LBR 100, 5")
SY
4294
$ 28.7
$ 123,237.8
#1-11
285-716 OPTIONAL BASE GROUP 18 (CEMENTED COQUINA, LBR 100, 16")
SY
3014
$ 65.4
$ 197,115.6
#1-12
327-70-1 MILLING EXISTING ASPHALT PAVEMENT (1")
SY
74444$2.3
$171,221.20
#1-13
334-1-13A' SUPERPAVE ASPHALT CONCRETE (SP -12.5) (TRAFFIC C) (1.5") TRAFFIC, PG76-22 WITH POLYME
TN
318
$ 244.5
$ 77,751.0
#1-14
334-1-1313' SUPERPAVE ASPHALT CONCRETE (SP -12.5) (TRAFFIC C) (2.0") TRAFFIC, PG76-22 WITH POLYME
TN
145
$ 314
$ 45,530.0
#1-15
337-7-82 ASPHALTIC CONCRETE FRICTION COURSE (FC -9.5) (TRAFFIC C) (1")
TN
4429
$ 232
$ 1,027,528.0
#1-16
339-1 MISCELLANEOUS ASPHALT PAVEMENT (2" THICK, MIN.)
TN
90
$ 371.5
$ 33,435.0
#1-17
400-0-11 CLASS NS CONCRETE (GRAVITY WALL) (SCHEME 2)
CY
1853
$ 909
$ 1,684,377.0
#1-18
425-1-541' INLETS - DRAINAGE (DITCH BOTTOM TYPE D) (<=10')
EA
4
$ 7,995.0
$ 31,980.0
#1-19
425-1-541/ INLETS - DRAINAGE (DITCH BOTTOM TYPE D) (<=10') (W/ CONC. APRON)
EA
1
$ 10,140.0
$ 10,140.0
#1-20
425-1-5434 INLETS - DRAINAGE (DITCH BOTTOM TYPE D) (<=10') (W/ J -BOTTOM) (DELETED)
EA (DELETE 0
$ 0
$ 0
#1-21
425-1-551' INLETS - DRAINAGE (DITCH BOTTOM TYPE E) (<=10')
EA
1
$ 10,215.0
$ 10,215.0
#1-22
425-1-701 INLETS - DRAINAGE (GUTTER TYPE S) (<=10')
EA
5
$ 5,880.0
$ 29,400.0
#1-23
425-1-910" INLETS - DRAINAGE (CLOSED FLUME)
EA
2
$ 21,550.0
$ 43,100.0
#1-24
425-2-41* MANHOLE (TYPE 7) ( P -BOTTOM) (<10')
EA
6
$ 7,685.0
$ 46,110.0
#1-25
425-2-72 MANHOLE (TYPE 7) (1 -BOTTOM) (<10')
EA
6
$ 9,395.0
$ 56,370.0
#1-26
425-2-72A' MANHOLE (TYPE 7) (J -BOTTOM) (<10') (W/ 36" DIA. RING & COVER)
EA
1
$ 9,780.0
$ 9,780.0
#1-27
425-5-1 ADJUST MANHOLES (UTILITY ARV MANHOLE)
EA
6
$ 1,395.0
$ 8,370.0
#1-28
425-6 VALVE BOX (ADJUST)
EA
11
$ 1,100.0
$ 12,100.0
#1-29
430-94-01 DESILTING PIPE (12")
LF
107
$ 4.4
$ 470.8
#1-30
430-94-01/ DESILTING PIPE (15")
LF
49
$ 5
$ 245
#1-31
430-94-01E DESILTING PIPE (18")
LF
283
$ 5.5
$ 1,556.5
#1-32
430-94-01( DESILTING PIPE (14"x23")
LF
62
$ 6.6
$ 409.2
#1-33
430-94-011 DESILTING PIPE (24")
LF
343
$ 6.6
$2,263.80
#1-34 430-94-02 DESILTING PIPE (30")
#1-35 430-94-021 DESILTING PIPE (24"x38")
#1-36 430-94-021 DESILTING PIPE (36")
#1-37 430-94-02( DESILTING PIPE (54")
#1-38 430-175-13 PIPE CULVERT (ROUND) (18") (REINFORCED CONCRETE PIPE) (CL III)
#1-39 430-175-1; PIPE CULVERT (ROUND) (24") (REINFORCED CONCRETE PIPE) (CL III)
#1-40 430-175-1- PIPE CULVERT (ROUND) (36") (REINFORCED CONCRETE PIPE) (CL III)
#1-41 430-175-23 PIPE CULVERT (ELLIPTICAL) (14"x23") (REINFORCED CONCRETE PIPE) (CL III)
#1-42 430-175-23 PIPE CULVERT (ELLIPTICAL) (19"00") (REINFORCED CONCRETE PIPE) (CL 111)
#1-43 430-175-2� PIPE CULVERT (ELLIPTICAL) (24"08") (REINFORCED CONCRETE PIPE) (CL 111)
#1-44 430-530-1C STRAIGHT CONCRETE ENDWALLS (30") (SINGLE) (0 DEGREES)
#1-45 430-982-12 MITERED END SECTION (ROUND) (24") (SD)
#1-46 430-982-62 MITERED END SECTION (ELLIPTICAL) (14"x23") (SD)
#1-47 430-982-6= MITERED END SECTION (ELLIPTICAL) (24"08") (SD)
#1-48 515-1-2* PIPE HANDRAIL - GUIDERAIL (ALUMINUM)
#1-49 520-1-10 CONCRETE CURB AND GUTTER (TYPE F) (3,000 PSI MIN.)
#1-50 520-6 CONCRETE SHOULDER GUTTER
#1-51 522-2* CONCRETE SIDEWALK AND DRIVEWAYS (6" THICK) (FIBER REINFORCED) (3,000 PSI MIN.)
#1-52 527-2* DETECTABLE WARNINGS
#1-53 536-1-1* GUARDRAIL (W -BEAM) (TL -3)
#1-54 536-6* PIPE RAIL FOR GUARDRAIL
#1-55 536-7-2 SPECIAL GUARDRAIL POST (SPECIAL STEEL POST FOR CONCRETE STRUCTURE MOUNT)
#1-56 536-7-3 SPECIAL GUARDRAIL POST (ENCASED FOR SHALLOW MOUNT)
#1-57 536-85-20" GUARDRAIL END TREATMENT (TYPE II TRAILING ANCHORAGE)
#1-58 536-85-244 GUARDRAIL END TREATMENT (PARALLEL APPROACH TERMINAL) (TL -3)
#1-59 570-1-1 PERFORMANCE TURF (SOD) (BAHIA)
#1-60 630-2-11 CONDUIT (SIGNAL) (F&I) (OPEN TRENCH)
#1-61 630-2-12 CONDUIT (DIRECTIONAL BORE) (F&I) (2-2" HDPE)
#1-62 630-2-14 CONDUIT (SIGNAL) (F&I) (ABOVEGROUND)
#1-63 632-7-1 SIGNAL CABLE (F&I)
#1-64 632-7-6 SIGNAL CABLE (REMOVE - INTERSECTION)
#1-65 633-1-121 FIBER OPTIC CABLE (F&I) (UNDERGROUND) (12 FIBER)
#1-66 633-1-124 FIBER OPTIC CABLE (F&I) (UNDERGROUND) (144 STRAND)
#1-67 633-2-31 FIBER OPTIC CONNECTION (INSTALL) (SPLICE)
#1-68 633-2-32 FIBER OPTIC CONNECTION (INSTALL) (TERMINATION)
#1-69 635-2-12 PULL BOX (F&I) (24"X36")
#1-70 635-2-14 PULL & SPLICE BOX (F&I) (17" X 30")
#1-71 635-2-15 SLACK BOX (F&I) (30"X48")
#1-72 646-1-11 ALUMINUM SIGNALS POLE (F&I) (PEDESTAL)
#1-73 646-1-60* 1ALUMINUM SIGNALS POLE (REMOVE)
LF
162
$ 8.9
$ 1,441.8
LF
318
$ 8.9
$2,830.20
LF
339
$ 11.1
$ 3,762.9
LF
26
$ 17.7
$ 460.2
LF
566
$ 151
$ 85,466.0
LF
951
$ 184.5
$ 175,459.5
LF
137
$ 302.5
$ 41,442.5
LF
76
$ 284
$ 21,584.0
LF
62
$ 253
$ 15,686.0
LF
880
$ 274.5
$ 241,560.0
EA
1
$ 6,870.0
$ 6,870.0
EA
11
$ 2,365.0
$ 26,015.0
EA
1
$ 2,085.0
$ 2,085.0
EA
3
$ 2,885.0
$ 8,655.0
LF
3106
$ 60.8
$ 188,844.8
LF
565
$ 37.2
$ 21,018.0
LF
264
$ 43.7
$11,536.80
SY
6010
$ 95.7
$ 575,157.0
SF
371
$ 37.7
$ 13,986.7
LF
1550
$ 33.2
$51,460.00
LF
1738
$ 19.9
$ 34,586.2
EA
6
$ 332
$ 1,992.0
EA
2
$ 193.5
$ 387.0
EA
5
$ 2,045.0
$ 10,225.0
EA
5
$ 3,430.0
$ 17,150.0
SY
91200$3.5
$ 319,200.0
LF
145
$ 20.5
$ 2,972.5
LF
10135$34.8
$ 352,698.0
LF
100
$ 45.9
$ 4,590.0
PI
2
$ 11,415.0
$ 22,830.0
PI
1
$ 1,635.0
$ 1,635.0
LF
500
$ 5
$ 2,500.0
LF
12285$5.4
$ 66,339.0
EA
24
$ 61.4
$ 1,473.6
EA
24
$ 116
$ 2,784.0
EA
22
$ 4,095.0
$ 90,090.0
EA
10
$ 2,670.0
$ 26,700.0
EA
8
$ 4,835.0
$ 38,680.0
EA
8
$ 2,890.0
$ 23,120.0
EA (DELETE 0
$ 0
$ 0
#1-74 650-2-109 VEH. SIGNALS AUX (RETROFIT) (F&I) (REFLECTIVE FLEXIBLE BACKPLATE) (3 -SEC, STRAIGHT)
#1-75 650-2-109/ VEH. SIGNALS AUX (RETROFIT) (F&I) (REFLECTIVE FLEXIBLE BACKPLATE) (5 -SEC, CLUSTER)
#1-76 653-1-11 PEDESTRIAN SIGNAL (F&I) (LED COUNTDOWN) (1 -WAY)
#1-77 653-1-60 PEDESTRIAN SIGNAL (REMOVE PED SIGNAL) (POLE TO REMAIN)
#1-78 654-2-26 MIDBLOCK CROSSWALK: RECTANGULAR RAPID FLASHING BEACON SIGN ASSEMBLY (SOLAR)
#1-79 665-1-11 PEDESTRIAN DETECTOR (F&I) (STANDARD)
#1-80 665-1-60 PEDESTRIAN DETECTOR (REMOVE) (POLE TO REMAIN)
#1-81 671-2-40 TRAFFIC CONTROLLER (MODIFY)
#1-82 695-3-11 TMS VEHICLE SPEED/CLASSIFICATION SENSOR
#1-83 695-5-1 TMS SOLAR POWER UNIT
#1-84 695-6-12 TMS INDUCTIVE LOOP ASSEMBLY (2 LOOPS)
#1-85 695-7-172 TMS CABINET (TYPE 4 PLANE BACK) (PEDESTAL)
#1-86 695-8-11 TMS SYSTEM COMMUNICATIONS MODEM (INCLUDES ANTENNA)
#1-87 700-1-111 SINGLE COLUMN SIGN (POST) GROUND SIGN ASSEMBLY (F&I) (<12 SF)
#1-88 700-1-112 SINGLE COLUMN SIGN (POST) GROUND SIGN ASSEMBLY (F&I) (12-20 SF)
#1-89 700-1-500 SINGLE COLUMN SIGN (POST) GROUND SIGN ASSEMBLY (RELOCATE)
#1-90 700-1-600 SINGLE COLUMN SIGN (POST) GROUND SIGN ASSEMBLY (REMOVE)
#1-91 706-1-3 RETRO -REFLECTIVE MARKERS
#1-92 711-11-12]THERMOPLASTIC PAVEMENT MARKINGS (STD) (WHITE) (SOLID) (6")
#1-93 711-11-12; THERMOPLASTIC PAVEMENT MARKINGS (STD) (WHITE) (SOLID) (8")
#1-94 711-11-12- THERMOPLASTIC PAVEMENT MARKINGS (STD) (WHITE) (SOLID) (12")
#1-95 711-11-12Z THERMOPLASTIC PAVEMENT MARKINGS (STD) (WHITE) (SOLID) (18")
#1-96 711-11-12! THERMOPLASTIC PAVEMENT MARKINGS (STD) (WHITE) (SOLID) (24")
#1-97 711-11-13]THERMOPLASTIC PAVEMENT MARKINGS (STD) (WHITE) (6") (SKIP 2'-4')
#1-98 711-11-131 THERMOPLASTIC PAVEMENT MARKINGS (STD) (WHITE) (6") (SKIP 6'-10')
#1-99 711-11-13]THERMOPLASTIC PAVEMENT MARKINGS (STD) (WHITE) (6") (SKIP 10'-30')
#1-100 711-11-16(THERMOPLASTIC PAVEMENT MARKINGS (STD) (WHITE) (MESSAGE)
#1-101 711-11-17(THERMOPLASTIC PAVEMENT MARKINGS (STD) (WHITE) (ARROW)
#1-102 711-11-221 THERMOPLASTIC PAVEMENT MARKINGS (STD) (YELLOW) (6")
#1-103 711-11-231 THERMOPLASTIC PAVEMENT MARKINGS (STD) (YELLOW) (6") (SKIP 2'-4')
#1-104 711-11-231 THERMOPLASTIC PAVEMENT MARKINGS (STD) (YELLOW) (6") (SKIP 6'-10')
#1-105 1050-11-2i UTILITY PIPE (F&I) (PVC) (FORCE MAIN) (4") (OPEN TRENCH)
#1-106 1050-11-22 UTILITY PIPE (F&I) (PVC) (FORCE MAIN) (6") (OPEN TRENCH)
#1-107 1050-11-22 UTILITY PIPE (F&I) (PVC) (FORCE MAIN) (12") (OPEN TRENCH)
#1-108 1050-11-22 UTILITY PIPE (F&I) (PVC) (WATER MAIN) (16") (OPEN TRENCH)
#1-109 1050-11-3� UTILITY PIPE (F&I) (HDPE) (FORCE MAIN) (6") (HDD)
#1-110 1050-11-32 UTILITY PIPE (F&I) (HDPE) (FORCE MAIN) (8") (HDD)
#1-111 1050-18-22 EXISTING 4" FORCE MAIN (REMOVE & DISPOSE OR CAP & PRESSURE GROUT)
#1-112 1050-18-2e EXISTING 6" FORCE MAIN (REMOVE & DISPOSE OR CAP & PRESSURE GROUT)
#1-113 1050-18-22 EXISTING 12" FORCE MAIN (REMOVE & DISPOSE OR CAP & PRESSURE GROUT)
EA
6
$ 678
$ 4,068.0
EA (DELETE 0
$ 0
$ 0
AS
8
$ 972.5
$ 7,780.0
AS
3
$ 109
$ 327
EA
2
$ 13,090.0
$ 26,180.0
EA
8
$ 285.5
$ 2,284.0
EA
4
$ 54.2
$ 216.8
EA
2
$ 2,110.0
$ 4,220.0
EA
2
$ 8,640.0
$ 17,280.0
EA
2
$ 2,605.0
$ 5,210.0
EA
4
$ 2,885.0
$ 11,540.0
EA
2
$ 7,125.0
$ 14,250.0
EA
2
$ 5,880.0
$ 11,760.0
EA
2
$ 514.5
$ 1,029.0
EA
1
$ 1,215.0
$ 1,215.0
EA
23
$ 238
$ 5,474.0
EA
3
$ 11.1
$ 33.3
EA
1397
$ 7
$ 9,779.0
LF
42865$1.2
$ 51,438.0
LF
1131
$ 1.2
$ 1,357.2
LF
1474
$ 2.4
$ 3,537.6
LF
655
$ 3.5
$ 2,292.5
LF
1425
$ 5.9
$ 8,407.5
LF
4931
$ 1.2
$ 5,917.2
LF
1574
$ 1.2
$ 1,888.8
LF
16691$1.2
$ 20,029.2
EA
32
$ 141
$ 4,512.0
EA
93
$ 111.5
$ 10,369.5
LF
18249$1.2
$ 21,898.8
LF
334
$ 1.2
$ 400.8
LF
948
$ 1.2
$ 1,137.6
LF
15
$ 143.5
$ 2,152.5
LF
15
$ 146.5
$ 2,197.5
LF
460
$ 90.8
$ 41,768.0
LF
115
$ 155
$ 17,825.0
LF
260
$ 55.9
$14,534.0
LF
120
$ 90.8
$ 10,896.0
LF
952
$ 5.6
$ 5,331.2
LF
3543
$ 8
$ 28,344.0
LF
450
$ 23.1
$ 10,395.0
#1-114
1055-51-13 UTILITY FITTING (F&I) (ELBOW) (45 DEG.) (DI) (FORCE MAIN) (12")
EA
2
$ 2,900.0
$ 5,800.0
#1-115
1055-51-13 UTILITY FITTING (F&I) (ELBOW) (90 DEG.) (DI) (FORCE MAIN) (12")
EA
1
$ 3,675.0
$ 3,675.0
#1-116
1055-51-13 UTILITY FITTING (F&I) (ELBOW) (45 DEG.) (DI) (WATER MAIN) (16")
EA
8
$ 3,380.0
$ 27,040.0
#1-117
1055-51-23 UTILITY FITTING (F&I) (DI) (TEE) (6"x12") (FM)
EA
1
$ 3,320.0
$ 3,320.0
#1-118
1055-51-4C UTILITY FITTING (F&I) (PVC/HDPE TRANSITION COUPLING) (4" TO 6") (FM)
EA
3
$ 2,140.0
$ 6,420.0
#1-119
1055-51-4C UTILITY FITTING (F&I) (PVC/HDPE TRANSITION COUPLING) (6" TO 6") (FM)
EA
1
$ 2,600.0
$ 2,600.0
#1-120
1055-51-4C UTILITY FITTING (F&I) (PVC/HDPE TRANSITION COUPLING) (6" TO 8") (FM)
EA
2
$ 2,875.0
$ 5,750.0
#1-121
1055-51-53 UTILITY FITTING (F&I) (DI) (CAP) (12") (FM)
EA
2
$ 3,700.0
$ 7,400.0
#1-122
1060-12-23 UTILITY STRUCTURE AND MANHOLE (REMOVAL)
EA
1
$ 1,090.0
$ 1,090.0
#1-123
1080-11-4i UTILITY FIXTURE - LINESTOP ASSEMBLY (F&I) (12") (FM)
EA
2
$ 19,740.0
$ 39,480.0
#1-124
1080-11-4i UTILITY FIXTURE - LINESTOP ASSEMBLY (F&I) (16") (WM)
EA
2
$ 30,375.0
$ 60,750.0
#1-125
1080-11-23 UTILITY FIXTURE (F&I) (BELOW GRADE AIR RELEASE VALVE) (FORCE MAIN)
EA
3
$ 8,520.0
$ 25,560.0
#1-126
1080-11-23 UTILITY FIXTURE (F&I) (TEMPORARY JUMPER VALVE ASSEMBLY)
EA
1
$ 4,205.0
$ 4,205.0
#1-127
1080-23-13 UTILITY FIXTURE (F&I) (TAPPING SLEEVE) (FORCE MAIN) (4"x12")
EA
1
$ 7,465.0
$ 7,465.0
#1-128
1080-23-13 UTILITY FIXTURE (F&I) (TAPPING SLEEVE) (FORCE MAIN) (6"x12")
EA
1
$ 8,240.0
$ 8,240.0
#1-129
1080-23-13 UTILITY FIXTURE (F&I) (TAPPING SLEEVE) (FORCE MAIN) (12"x12")
EA
2
$ 14,995.0
$ 29,990.0
#1-130
1080-24-14 UTILITY FIXTURE (F&I) (GATE VALVE ASSEMBLY) (FORCE MAIN) (4")
EA
2
$ 2,580.0
$ 5,160.0
#1-131
1080-24-1E UTILITY FIXTURE (F&I) (GATE VALVE ASSEMBLY) (FORCE MAIN) (6")
EA
2
$ 3,165.0
$ 6,330.0
#1-132
1080-24-13 UTILITY FIXTURE (F&I) (GATE VALVE ASSEMBLY) (FORCE MAIN) (12")
EA
2
$ 6,245.0
$ 12,490.0
#1-133
1080-29-13 UTILITY FIXTURE - MECHANICAL JOINT RESTRAINT (F&I) (12" FM) (INSTALLED ON EXISTING
PIP[ EA
10
$ 1,530.0
$ 15,300.0
#1-134
1080-29-13 UTILITY FIXTURE - MECHANICAL JOINT RESTRAINT (F&I) (16" WM) (INSTALLED ON EXISTING PIF EA
12
$ 1,840.0
$ 22,080.0
#1-135
1080-32-13 UTILITY FIXTURE - SAMPLE POINT (F&I) (16")
EA
1
$ 1,315.0
$ 1,315.0
#1-136
1644 -111 -(FIRE HYDRANT ASSEMBLY (F&I) (STANDARD) (HOSE) (6")
EA
1
$ 6,255.0
$ 6,255.0
#1-137
999-1 CONSTRUCTION LAYOUT/RECORD DRAWINGS
LS
1
$ 101,300.0
$ 101,300.0
#1-138
999-1A CONSTRUCTION LAYOUT/RECORD DRAWINGS (IRC UTILITIES)
LS
1
$ 15,635.0
$ 15,635.0
#1-139
425-1-546' INLETS - DRAINAGE (INTEGRALLY CAST DITCH BOTTOM TYPE D) (<= 10')
EA
2
$ 10,215.0
$ 20,430.0
#1-140
425-551A* INLETS - DRAINAGE (DITCH BOTTOM TYPE E) (W/CONC. APRON)(W/J-BOTTOM)
EA
2
$ 10,195.0
$ 20,390.0
#1-141
425-11* MODIFY EXISTING DRAINAGE STRUCTURE
EA
1
$ 4,950.0
$ 4,950.0
#1-142
430-175-14 PIPE CULVERT (ROU ND)(42")(REINFORCED CONCRETE PIPE) (CLIII)
LF
40
$ 327.5
$ 13,100.0
#1-143
430-982-12 MITERED END SECTION (ROUND) (24") (DUAL) (SD)
EA
2
$ 3,270.0
$ 6,540.0
#1-144
430-982-14 MITERED END SECTION ((ROUND) (42") (SD)
EA
2
$ 6,360.0
$ 12,720.0
#1-145
432-982-62 MITERED END SECTION (ELLIPTICAL) (19'X30") (SD)
EA
4
$ 3,095.0
$ 12,380.0
#1-146
650-1-24* VEH. SIGNALS (F&I) (POLYCARBONATE) (W/ALUMINUM TOP) (3 -SEC, 1 -WAY)
AS
8
$ 2,000.0
$ 16,000.0
#1-147
650-1-26* VEH. SIGNALS (F&I) (POLYCARBONATE) (W/ALUMINUM TOP) (4 -SEC, 1 -WAY)
AS
4
$ 2,335.0
$ 9,340.0
#1-148
650-1-60* VEH. TRAFFIC SIGNAL (REMOVE) (POLES TO REMAIN)
EA
8
$ 326.5
$ 2,612.0
#1-149
700-3-601' SIGN PANEL (REMOVE) (<12 SF)
EA
8
$ 109
$ 872
#1-150
700-5-22 INTERNALLY ILLUMINATED SIGN (F&I) (OVERHEAD MOUNT) (12-18 SF)
EA
8
$ 7,530.0
$ 60,240.0
#2-1 999-25 Please enter $750,000 for the Force Account LS 1 $ 750,000.0 $ 750,000.0