Loading...
HomeMy WebLinkAbout2004-077 4 . 0 ORIGINS M dd= DEVELOPERS AGREEMENT FOR CONSTRUCTION OF IMPROVEMENTS AT OSLO ROAD AND 43RD AVENUE O INDIAN RIVER COUNTY, FLORIDA THIS AGREEMENT for Construction of Improvements at the intersection of Oslo Road and 43rd Avenue, Indian River County, Florida, is made between Oslo Venture , LLC , a Florida Limited Liability Corporation, ("DEVELOPER") , and INDIAN RIVER COUNTY, a political subdivision of the State of Florida, ("COUNTY") : RECITALS : A. The DEVELOPER is planning to develop a seven (7) acre parcel of land located at the northeast corner of Oslo Road and 43rd Avenue Southwest , located in Indian River County, Florida . The Development is currently identified as COUNTY 2002090171 . B . COUNTY is planning to construct certain right- of-way improvements under County Project No . 9327 including, without limitation, roadway widening and signalization improvements along the portion of Oslo Road and 43rd Avenue Southwest abutting the Developer 's Property ("CURRENT PLANNED IMPROVEMENTS ") . C . COUNTY has engaged the engineering firm of Kimley-Horn & Associates , Inc . ("KIMLEY") to prepare the plans and specifications for and design the Current Planned Improvements , D . Developer desires that the CURRENT PLANNED IMPROVEMENTS be modified to provide for: (i) certain turn lane improvements within the Oslo Road and 43rd Avenue Southwest right- of-way in order to provide access to Developer 's Property, and (ii ) raise the elevation of the proposed roadway to provide access to the development 's future bridge connection, and COUNTY is willing to construct such improvements on the terms and conditions as setout in the Agreement . FA\Public Works\Capital Projects\Oslo - 43rd Avenue\Developer's Agreement\Walgreens.doc 1 >t AGREEMENT: For and in consideration of the mutual promises contained herein, and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged, the parties agree as follows : 1 . Recitals . The foregoing recitals are hereby incorporated as if fully restated herein . 2 . Additional Improvements . The CURRENT PLANNED IMPROVEMENTS are hereby modified to include (i) turn lane improvements within the Oslo Road and 43rd Avenue Southwest right- of-way, and (ii) raise the elevation of the proposed roadway to provide access to the development ' s future bridge connection, as are more particularly described on the plans attached hereto and made a part hereof as Exhibit "A" (REVISED PLANS DATED 1 /4/04") , which REVISED PLANS have been prepared by KIMLEY at DEVELOPER ' S expense, and COUNTY hereby accepts and approves the REVISED PLANS , 3 , DEVELOPER' S Obligations . DEVELOPER agrees to obtain the necessary permit modifications and/or other approval for the modified PLANS FOR ADDITIONAL IMPROVEMENTS accordance with all requirements of all applicable federal , state and local laws , statutes, ordinances and regulations . 4 . COUNTY ' S Obligations . COUNTY agrees to construct or cause to construct the turn lane and pavement improvements pursuant to the Plans for Additional Improvements . 5 . Cost of Additional Improvements . Developer agrees to pay the additional costs to be incurred by COUNTY for the construction of the turn lane and pavement improvements pursuant to the PLANS FOR ADDITIONAL IMPROVEMENTS as are more particularly setout on Exhibit ` B " ("SUMMARY OF REVISED ROADWAY PAY ITEMS ") attached hereto and made a part hereof. The COST OF ADDITIONAL IMPROVEMENTS shall be paid to COUNTY in payment draws . As COUNTY proceeds to complete the COUNTY Obligations, COUNTY may (not more frequently than monthly) deliver written notice to DEVELOPER of a draw request on a percentage of work-completed F :\Public Works\Capital Projects\Oslo - 43rd Avenue\Developer's Agreement\Walgreens .doc 2 basis . DEVELOPER shall deliver full payment of the draw request amount to COUNTY within 30 calendar days from receipt of invoice . 6 . Completion Dates . DEVELOPER shall immediately commence and diligently pursue permit modification for Additional Improvements . COUNTY shall diligently pursue construction after permit modifications and/or other approvals have been obtained by DEVELOPER and delivered to COUNTY. 7 . Notices . All communications required or permitted hereunder shall be in writing and shall be personally addressed to the applicable party at the address indicated below for such party. Notice of change of address shall be given by written notice . If to Developer : Oslo Venture, LLC Attn : Jim Zengage 75 N . E. 6th Avenue Suite 214 Delray Beach, Florida 33483 If to COUNTY: Indian River County Capital Projects Division 1840 25th Street Vero Beach, Florida 32963 Attn : Terry B . Thompson, PE . With a copy to : Kimley-Horn Associates, Inc . 601 21St Street, Suite 400 Vero Beach, Florida 32960 Attn : Brian Good, P. E. 8 . Entire Agreement . This Agreement embodies the entire agreement between the parties relative to the subject matter hereof, and there is no oral or written agreements between the parties, nor any representations made by either party relative to the subject matter hereof, which are not expressly set forth herein . CADocuments and Settings\Ginny Hazlett\Local SettingsUemporary Internet Fi1es\0LK9\Wa1greens.doc 3 9 . Amendment . Only a written instrument executed by both parties to be bound thereby may amend this Agreement . 10 . Governing Law. This Agreement shall be governed by the laws of the State of Florida and the laws of the United States pertaining to transactions in such State . All of the Parties to this agreement have participated freely in the negotiation and preparation hereof, accordingly, this Agreement shall not be more strictly construed against any one of the parties hereto . Venue hereunder shall lie in Indian River County, Florida . ll . Successors and Assigns : Assignment. This Agreement shall bind and inure to the benefit of the parties and their respective successors and assigns . DEVELOPER may assign DEVELOPER' S rights and obligations under this Agreement to an affiliated or associated legal entity in conjunction with development of the planned residential development. 12 . Invalid Provision . If any provision of this Agreement is held to be illegal , invalid or unenforceable under present or future laws, such provision shall be fully severable ; this Agreement shall be construed and enforced as if such illegal , invalid or unenforceable provision had never comprised a part of this Agreement, and the remaining provisions of this Agreement shall remain in full force and effect and shall not be affected by such illegal , invalid, or unenforceable provision or by its severance from this Agreement. 13 . Attorney 's Fees . In the even it becomes necessary for either party hereto to file suit to enforce this Agreement or any provision contained herein, the party prevailing in such suit shall be entitled to recover, in addition to all other remedies or damages, as provided herein, reasonable attorneys' fees, paralegal fees and cost incurred in such suit at trial , appellate, bankruptcy and/or administrative proceedings . 14 . Multiple Counterparts . This Agreement may be executed in a number of identical counterparts which, taken together, shall constitute collectively one ( 1 ) Agreement; but in making CADocuments and Settings\Ginny Hazlett\Local Settings\Temporary Internet Fi1es\0LK9\Wa1greens.doc 4 proof of this Agreement, it shall not be necessary to produce or account for more than one such counterpart executed by the party to be charged . 15 . Date of this Agreement . This Agreement shall not be effective unless signed by both DEVELOPER and COUNTY. As used in this Agreement, the terms " date of this Agreement" or " date hereof' shall mean and refer to the date of execution of the last of DEVELOPER or COUNTY to execute this Agreement . 16 . Exhibits . Exhibits A and B are attached to this Agreement and are incorporated into this Agreement and made a part here . 17 . Authority. Each party hereto represents and warrants to the other that the execution of this agreement and any other documents required or necessary to be executed pursuant to the provisions hereof are valid, binding obligations and is enforceable in accordance with their terms . 18 . Conditions Precedent. The obligations of both parties to this Agreement are expressly conditioned upon the DEVELOPER' S decision, at DEVELOPER' S sole discretion, to proceed with the Development. CADocuments and Settings\Ginny Hazlett\Locai Settings\Temporary Intemet Files\0LK9\Walgreens. doc 5 DEVELOPER: Oslo Venture, LLC Signed, sealed and delivered a Florida limited liability company in the pres nce of: By : Retail Concepts, Inc . a Florida Corp n, its Managing Member Wit ess e : )Tolstazt By : ••. J' Zen All Witness Name : -s Date : O (CORPORATE SEAL) COUNTY: INDIAN RIVER COUNTY, FLORIDA A 12 ed . o F r Legal Sufficiency By :Vw Caroline D . Ginn, Chairm r^W, illiam Collins, II, Be} ttty' County Attorney Date : April 6 , 2004 CA C) Z) 0 AE�l y I St LX I '�, v Attest : Jeffrey K . Bprtoji, Clerk of Ja es E . handler, County A mii trator By : Depu& Clerk Iv AKIA 1 . SzS Indian River County Approved Date Administration 3/31 /01 Budget Co . Atty Risk Management Public Works 37, 4 i ' C :\Documents and Settings\Ginny Hazlett\Local SettingsUemporary Internet Fi1es\0LK9\Wa1greens.doc 6 TYPICAL SECTION ENUEE43RD A VENUE- EXIST X/ST. R/W RIW VARIES (80P- 100) EXIST. R/W STANDARD CLEARING AND GRUBBING VA RIES 8 ' SHLOR 12 ' CONST. VARIES 12 ' 8 ' SHL OR VAR/ES SOD SOD SOD PAYED ` 1 PAVfD SOD 4 2 PGP 3- VAR. . 06 . 02 . 02 . 02 02 . 06 VAR. It- TO 4' MAX 6 ' I � -►11 .6_ �4 L NAYS �4: 1 MAX) 77E TO EXXISTING 12 " STABIL/ZED EXIS77NG GROUND SUBGRADE GROUND SWAL£ TYPE B (MIN. LBR 40) CLSWALE PA VEMENT Of-SIGN NEW CONSTRUCTION. DES/GN SPEED = 50 MPH ASPHAL TIC CONCRETE TYPE S (2 1/2 POSTED SPEED = 45 MPH OPTIONAL BASE GROUP 7 PAVED SHOULDER. RIGHT SIDE SAME AS NEW CONSTRUCTION PA VEMENT DESIGN LEFT SIDE- SA ME IDESAME AS NEW CONSTRUCTION PA I4LMENT DESIGN Q NOTE 1. ASPHALT CONCRETE SHALL BE APPLIED /N TWO LIFTS STAT/ON 304 *27. 18 TO STAT/ON 326* 570 1. SH« LIFT SST of I I srs� of 1 1/2 " OF S-/. SECOND LIFT Mh I BTREVI ! ONS OFSGRPIIaN w RV OESWWOOI /Nu, .pM- Cc.",y APPROM M s F- °"°° �"'"' Ia t��,, � ' 81 N75 TYPICAL SECTION sr ' ted 03soana 43RD . AVENUE 74] Jw� L 111wyiwy P.f. I°94e/ Ymwyr OAM : ' [ II • 1�rNOW - _ it CONST. Itsl. --- — . OSLO _ ■� — -- — . rr STA.• , . , 11 Il i - - - - -- - - - - - - - - - - - REMONE EX. e � . • : r ' �Giii / II �� " ISI 1 • 11 11 L� 11 _ I 65 IF 962 RCP 11 6SE-03-W -r- ry I " I LFII ® • 1� / I �I � �� 96 rJ I F1 ] 1 • y IL Sss���� � � ' ■■ ■ �I � � J3 � �1� w " �auu �� N Ago W, \ n . ,, u ; � 1IL i . I� ''i1Cu L 1., : ' :THIS SH 7fl _ 1i1t111. : 1 ® ® r •• i f I , • tom] '' • r < 1•�� • . a. ' END jAGE 2000 poll 20: 1. 130 r : • • • w . I r 1 • a e. ® . 9� �� �—• . .. �IIII ��� �� ■ �_����� '.. Fnyr7f]� . � < Y ryln• / 1 11 1 • 11 11 , �� • ��..--A� .,... , .. orrTz LIMITS OF RO WA I _ IMPROVEMENt1 -- PROPERTY ONE 5-17 5-17 � I EXIST. R/W UNE @CONST PI STA. 218+69.05, 45.00' LT ES a.ECROEN O%STRUCTURE STA. 220+59.40, 51 .92'LT 40 PROPOSED FM STA. 217+66.00= CONST. TYPE C 081 )) CONST 36' VADE FLASHBOARD RISER PROVEMENT INDEX NO. 232 +64.511 SUflVEY GRATE ETEV.=19.00 REFER TO SHEET 13A 7].12 LT RE ' ON-SI CURB ( E UTILITY SHEETS) STA. 67+67.67 35.49'1 S. INV=16.00 s ,^, �� ' CLEAR OPENING = 6 FT. FL 2306 CON T � CU TRANS ( ROADSIDE SWALE PN =, + S. INV.=13.25 SIDES E PV1 ® BOTTOM ELEV.=14.00 G+00, 41 L I BOTTOM ELEV.•+11 .25 @CONST PI +75, 44 EXIST. R/W UNE FLEV=19.00 I STA. 222.19.54= 357( - EL V=19.0 - - - - - - - _ - - - - 5-171 i STA. EL 20.00 '^ STA. 72+19.16 (31 .16'12) El 19.00 _ � � • 1 ROADSIDE SWALE Pm ---R�O�E� �, r CONST 8' EL 20.00 - ✓...� f: � 221+00, 31 LT - - - 1 �- IB-71 EL 20.00 CONST. CURB IE EMOVED) CONST 6711' 1 �� EL 19.0042L +23.64, 28.00'LT CUTRAMP . e _ _ 1 C 217 iT. So PAVED 219+ (- TO BES � _ _ ,.BOULDER - .Ash _ _ _ _ _ _ _ _ �+� _ REGR- - _ _ _. _ _ _ ... . T= _ 1 10• dP Q NN m( ( RI C(YZS�. , -x _ _ _ _ _ _ _ _ _ _ + _ _ OSLO-R._ _ 5 89'2000' EI - 29' dv uM CONST. TWE F = -" 0-BE -RELOCA9ED I - - - - - - - ._- - ar. - - - - +r CURB h GUTTER CONST. 1lPE D � i0 BY OTHERS (TYP) I PGL � CONI ASPHALT - - - - - - - - - - - - 8951 50 E +f' •1 URB ma aV ,r.•, TURNOUT PER CONST. 8LF OF 18' RCP .�- e a CONST. TYPE F 3'R 28.00 ] _ n (TO BE REMOVED) 8 - FOOT INDEX 515 + . - CONST 981E RE TO 72'RCP INV.=17.5 , +. ^+ d CURB h GUTTER rl OF 24" RCP � $ 67+x , - _ 3•R - nf) T BE REMOVED) -14 mti 70+0 93URVEYB ) +DO (PER INDEX 2B0) + 96 - _ F x. - - - - - - - C - - - SECTION LPIE_ - . .li _ - - - - - - - - 72 +00 - ]600 01111 . mo� _� 1� dg - EXIST. R E - - 6 1 Sa , 1 IIr S-15 3111 - 5 9352+5• E 3u•! C d can T 0. i 5-16 1 1 J 3 89'52'%' E , 5 20 1 7$.00 S IDLE +]6(10 Tu Of 0p f ^� Tup GGI 6a 18 RCP LTIo xax-PERF. - 7 E TO 72.1 CONST. 6' TAPER 72�W 5-14 5-15 BY OTHERS 5-16 BY OTHERS 5-18 5-19 CANAL R/W UNE 5_20 BY OTHE S CONST. 72' 5_27 V.16.55 BY OTHERS O ER DE TO ON-SITE STA. 218+69.60, RT PERF. RCP ER INDEX 280) STA 218+89.69, 40.00' RT STA 218+69.88, 54.48• RT OMIT STA 221+00, RT. STA 221+00, 52.2 'RT STA. 222+42.71, RT OIRB(TW) CONST. P-5 INLET CONST TYPE C 091 CONST. TWE J-7 MANHOLE CONST. INLET P-5 CONST. TYPE J-7 AN BY OTHER$ CXINST. P-5 INLET 11 INDEX NO. 200, 211 INDEX NO. 232 INDEX NO. 200 k 201 INDEX NO. 200, 211 INDEX NO. 200 8 ULA mw zw Z11 ST 218+74.00, RT MW OF ROADWAY E.P. ELEV.=21.82 GRATE ELEV=21 .50 RIM ELEV.=22.00 E.P. ELEV.=20.82 RIM ElF].=2DO EP. ET V 21.15 IMPROVEMENTS N. INV.=15.25 N. INV.-15.05 N. INV.=14.85 � ! (� ST P-5 NVLET S. INV.=15.25 ' N. INV.=14.10 N. INV.=14.05 15 1 6M 1 80 IN EX NO. 200, 211 5_7 BOTTOM EIEV.=1 }.25 S. INV.=15.05 E. INV.=13.94 5. INV.=14.10 E. INV.:14.19 BO =15.80 E ELEV=22.44 BOTTOM ELEV=14.55 W. INV.=13.93 BOTTOM EIEV.=12.10 W. INV.=14.18 1 N. V.=16.85 OMITTED BOTTOM ELEV.=13.10 BOTTOM ELEV.=13.5D ' S. NV=16,65 SO OM ELEV=14.65 F- FT- -T-i- - -n 3030-- -- - -- _ _.- ---- -- -- i --- --- I I ! I PROFILE GR IDE LINE I - 25 EXISTING It CONST. G ADE LINE � f -Osox - 13 - - -- ----1 f - - - - - D3D 20 - - - - - - - _- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - 20 15 E - O �_ .3�DIP _r 15 5-10 m n 18 R - N N 5-14 4' RCP 5-19 5-11 - 10 1 5- 15 10 N W A L W 5 6 6 N W N N d 6 5 n � • O ^ m mN ^. Y 'f r i tVN X17 .y H (V NH � � •� � N ' n ' m i ,7n Ilm . D 217+ 00 Dp19 + 00 220+ 00 221 + D0 222+ 00 DATE I DryOF1 REVI ONS 5 .6P AYtD XD1N SCALE OAIE BY OESIImTMx A�zZ 'R+r Gbluiry ❑=� gEEY-HORN BW xOPo2: 1 '=40' S T ° P°'" ""' °� AaOv ""'' VERT: r=lo OSLO ROAD Na '""""� ^'"� ^'4 4""" W SIC. 9alwelc xn PLAN AND PROFILE DAN : 03508PP STATION 216+50 - 222+50 7 o ,o m a I 4D I omx a 4�Tfk OADSIDE SWALE PN IST. SWK ROADSIDE SWAIE PN a �� l'F "' ?N S EXIST. R/W UNE TO REMAIN 315+00, 72L STA16+ 40.0032 LT TIE TO EXIST. SWK LEV.=19.80 SAWCUT ELEV.=20.00 Q¢ w ttl 1+1 SWALE yP 6' Pye FGREEcup w - Y� £ SWALE ONST. 8' SIDEWALK - (REFER TO NOTE i5 ILC „f9f `�- a_u.f CONST. 11 0415+()n ON sH, 33:64.no a PAVED SNDR. N o s'Iu' w TO BE RELOCATED BY OTHERS N 43RD AVE. ": _ �- PYA! fit! N _ -- 1Si Fr..3 Fae 02X7'00' E PGL yPs. rf - Oka Wf4i23` ERCP — a .t - � t .� 9 T _ _ _ _ _ _ _ _6EIN L24 � N24 el ' 14 sm 11 w LIMITS Or ROADWAY _ at - _ �fr.r_ 50'R 24.E IMPROVEMENTS 50• x•. =Y vu.. - _- - _ - - - - - :r.!! - - - - +•,m SECTION UNE �_ —1 1 ._A6 — —6Tf A qP ww — �_...�.r zD av — N GriS'ro' e 1 % WM CONST. BY OTHERS N cc,tD' CONST. 5' N ovs'IG' w CONST. 35 LF EXIST. R/W UNE COORDINATE WITH ON-S7E PAVED SHLDR. _ � �4 ' CONTRACTOR _ OF 1B' CAP 74.03 RT 7]e] fl . . — }. INV.=18.50 . [�(�l G-.- -gin - _ T g: ui �� -_�- —�-- �ii• }--- } 1 ra, I { — --r-- QSURVEI� " e�tiw i r:d of 9u.•x � f t- 1 ( u —} CONST. FLARED END WITH --; ST. FLARED END WITH TYPE D ENO ANCHORAGE 5-J TYPE II ENO ANCHORAGE a u wa A. 316+20.00, 34.00' LT. STA. 316+20.00, 55.00' RT. ON'.-SITE @ TIE GUA[[DRAIL TO ON-STE NOTE: coy. CONST. TYPE C DDI CONST. TYPE C 001 BRIDGE PLANS BRIDGE- REFER TO ON-STE CONTRACTOR TO POT HOLE EXISTING 'tvu,. e' G-eq1 DRATINDEX N0. .=1 GRATINDEXE N0. .= BRIDGE FOR ATTACHMENT UTILITIES IN VICINITY OF BRIDGE O Q GRAZE t14.23 9.65 GRAZE ELEV.=20.50 DETAILS ETERMINE P IAL CIXJFLIC 7H E. INV.=14.25 W. INV.=13.75 DRAT T5. BOTTOM ELEV.=12.25 E. INV.=16.50 z BOTTOM ELEV.=11 .75 m n r� 30 I o I {N N I I 30 GO n F ROFILE GRAD LINE 5 _ + n y EXISTING Q CONST. GRADE LINE 25 0.60E 20 nED- 0 - - — 15 —L — o I -0 5 1 14'x23 ER _ n I o n rin n � � < w 10 5 I F N I m 117 ((ryVV E i 5 S pOY Opp O � N N W Elm m � - I n � r0 0 f�pp rp N H NN Nd: S $ tea. � � p OW . rtl . N '4q n {Ny 0 I N d d n N N N N C4 O N n 315+ 00 16 0 7+ 0 + 00 + 0+ 00 321 + 00 0 RE VI SIDN9 DAR 9V OESLIUP1Mrf 41a19ff r61lr cm1w =❑ APfli01ED FlR SCML: DAR DY OESPIPRbf qpy W MAk NMb X9l£T-11gdf BT: HOPo2:1 '=40' �*1�T [ . DAD WALQ43M M. vEI: I =la' 43RD AVENUE PLAN AND PROFILE 03508PP STATION 314+87 - 321 +00 } 2 w$ x @CONST. PI Z w 321 i5 @SUR _ 'EXISI IN AROADSIDE PVI d w STA (124+58.60 56.16TO REMAIN 325+84-5 LT 2 �n rn 20.2 — CONST. 5'— _6' PVC Fd10E YNN — — — — — — — — — — PAVED SHLDR. j SWALE ROADSIDE SWALE PVI END 43RD AVE. CONST. STA. 324+00, 28LT TIE TO EXIST. ROADWAY ELEV.=19.48 It CONST. PI STA. 326+57.81 = CONST. s' Q SURVEY STA. 129+56.64 (30.86' LT) 150.9 N e�51 • OR ti T ¢ 9n: L �'_ 8Y OTH ;a , ' -- _-- _ — —_ -- ir02'48'35' E _ y_ _ _ _ _ _ _ _ _�z_ ._ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ TO � —;aF _ — _ _ _ m.x_ —' BE �� RELOCATED TYP) - _9T '�� /�TT�d _ ms's - _ -. - _BCCHU VE will am CONST HZ LF _ _ _ _ _ _ _ _ _ _ _ �ztr_ _ _ _ _ _ _ , _ _ _ _ _ zl_F_ _ _ _ _ _ _ _ _ _ _ _ ��_ _ _ _ __ _ _ Stu 9F NI LF _ _ _ _ _ _ _ xx2 — �" '" I. pl.l _ _ , 114 x0 S-3 EXIST. R/W LINE N oros'I: w N oonla p• CONST. 5' QSURVEY PAVED SHLOR. P� .� T_"s"'_ —sem. T —_7-- T —TF-- 'Y__ _�1 296 STA. 21+56. 1 OF718 CAP r —j TW of ax.T— y 1 r Tx eo„� r T` 1 --i __.— S — .i 4— iixr, of 6n..: _- INV.=16.50 12.00'RT 5-3 5-3 ca,:m 5T0. .mol 321 +56.93, 33.00• LT. STA. 321+56.87, 48.00' RT. ;r+.p o.. 5' OxPi TYPE C DBI CONST. TYPE C OBI INDEX INDEX N0. 232INDEX 232 GRATE ELEV.-=1=18.50 GRATE ELEU EV.=20.00 B NV BOTTOM W INV.= 13.75 BOTTOM ELEV.=12.25 E INV.=16.50 BOTTOM ELEV.=11.75P . 1 m n I 30 I w C4 L FIf tW Ini I 30 W I S EL V 21 .73± 5E STING C ST. GRADE E o a 25 -0. iox -0.1178R EB-Tmtepm 20 E SING q COI SL GRADE L NE PVCI — — 5 S-3 1 14'x230 ER 10 5 MIDN 5 Go m' N O OCNNi xNNr orj ± � •� O '^. ame, . m 'Om cl I N •_ N ^ N I -" lV '- N fCx N 321 + 00 2 0 + 0 + 00 + 2 00 327 0 REVISIONS UATE I BT OESOEP110N oAIE BY OEA11P110N Az9an AIM L'erwxb -� APPROVID FUN ISCALE IL4& I BAC BMv : =t �T p 43RD AVENUE NO. -x..... ■ Ax1s rt o..,a oRAWNo Na PLAN AND PROFILE 07�� A x'x"'^ P& ^'"111ne"' � �' oATc1 03508PP - STATION 321 +00 — 327+00 13 W Q W W airQ O Ln O �� W U _— — ao paO W. . N ow O m 0.a m En o I to 0 Q — — co Q Q -- �- X m O — — — — — fx - / -- - - co co x — — - - - — — —� — - -- a tt _ -- -- -- - jo CD I w , 0 a CD o c � i _ CI)I - cn � - - xl W � r W © - r r o -- — - - -- ; --i I - W _ cc rr ao a w - - --- --`- -'-7y- --- -- - ---- Q- - -- - - — --- 00 O o U zi . 60 i � . R co �E(r YYY LS- W - r O / � o I 41 1 CD 1 ^ k "' 1 c 4 � ff If ! I I < nm O Z � W U O I + QN 0 N d- w L x w min tlW Ckf CD qc X - — - CO — yz 60 LU w —� - -- - — 1/ il 1 L9 ' Z --- 1 - --- - - — 9 t Z 1 * 2 �- -� CD -� -- - — -- - — - o -- - — 11 � II , _� — _ _ a � — - – Z - - - -- — a ocoo w Lw LL w N i a l` a 1 w m a r s LI a 7zoZ m ` Zo V W U d' O M V T L Q mi p w O T w O. ddw W ' W W - --- ---f----- -- r ell - p g E I S z — I 9z Ovz z c * -vz j74 LZ Lz - - oz -- --- — -- —1 CD I o — c CD oI N Ci •ail --- - w 9 * 6 [ W Z9 it Nil III I co - -r o y - -r • i6i M W y z g W � cb V - ._,_..__- p -- PO LU 6 vNi I X { _ _ 3 — -I 99 Z 9 � Z S cZ I o . T \ \ 1 — _ OZ ' OZ o- ' OZ w i O . . 69 9L16 ' 3 L LL 'y' W N � 2 cn — CO O �_ O We w I X I w r w • N � Z M -- - rt ---i-- - -- - - � ( of -- -- LLI M — - - 7- --- — - Z o CN o , � W U — 1 ao T N O_' O o � W cn 40 y � U X � gX � 3sm W CD I w > w f w � 9L zZ ll , Lz - ' OZ ' oz 9,4 NJ -- o ti . 6 - - - -- - -- -- — L L L o 0 88 L Tu I � m Y. . .. -! O i I I cn — .-_ o X to � e . C5 Q z N M __ -- Wy. — =) z Z g O w ~' LO cr 00 N CV to ' ^ cl W If T PO Z ilLz --- - -- --- -- - --- -- - - 0 LZ 4LZ 6,4 O ----- -------- - h 1 - ' - - - - ------- ---- - --- ----- -- - - - - - - i p 1 C 1 1 e a• 706-3 - ALL PAYFNENi MMNMGARE To CONSIST OF ��� I6- MEASTC 90 mi ALKYD rFKRNOR30' O.C(TYp.) _ - REflECT1YE PAYENENT MARNENS Off TO BE: waj� MONO-mRECMINAL COIORIESS R2-, - PRMf SHALL BE 09T BENED ER ACEI R IM "Tl TOOT INOEx V/f7352 ANB LIRS PIAN. N - RPM. ME To BE lrvSTALLEO ACCOROmc TO MAN RNTR COHNTT STANOARO - ON THE crap[ z O 6. OBE +00 W YELLOW® 208+00 21 0 211 Q 205+00 2 'T F �. 6" ME OSLO 1W. +56 6• YMNE U) - --�--_ OE TO EAST._ TIE TO E TELLER.' ]Be YELLOW (TYP) +75 Ile DER. +06 — — - - W (TTP.) _ H, W/IRM m U 6' M1K1E (6'-10• SKp) ). i 6- ME Li z J U Q W3- MATCHLINE B ( SEE SHEET 37 ) ee 706-3 - ALL PAY NT YARNING ME TO CONSIST OF , 90 MR A M IHEIIMEWLASTIC. - REF1ECTIYE PAWWENT MANNERS ARE TO BE: m camE55 24, 'AN NONE-DIRECTat1AL - RIMS SN�ALL BE POSITIONED ACCERDING O - TH TT IIN N X17 0 1H15 PLAN. O INgM RI OUNtt STANDARp - TO IS- mixME ,B- JC O.C6Tw.) ® 'MY1E -I- O.C(TY9.) O O �OM3R - 3ry O.Q(TW'.I O O N + 6-� L I +9 O��B6•' wHI1E wACO SOT O o Q +00 21 wmTE 213 _ I 35'R 1 +00O c NHITE _ +sE +00 E•) �•'�.o-o-. Y . s• rAIItE 5+00 ++0 6 xwTE 216+00 1 OSLO un:' (n 6" EW . (2'-4 p 24" WH1E ` 6- w1RTE (6'-1E' Sltp) ME C) Ffi �cGO CEL w . J3•R 6- AMTS YEI,LOW _ WAC m ARNOKMAI 24• M E ,2• \MITE n ARROW (TYP.) z a O �. - _ - SON + Z 11 Rm J Qa I 6' MEow(TTwP ) L © 6. WALE A ITE Q MATCHLINE A ( SEE SHEET 36 ) OAIE BT n AISI ON IT OEsrnpTloN DALE BT OES4dPOQ/ Fl�wr ARx Own)A' ❑=❑ APPILOYEO FOR F.NE eAc EaD m A a PMEA wM Aw "s Y— t =SIE' OSLO ROAD SHEET I/4 BM wm MOO �. wa4 �4 °('°A' . . . OluwINc IEE, SIGNING AND MARKING PLAN 035085M STATION 205+00 — 216+50 � FATE : 33 - EN 706-3 - µL PAVEMENT MMKWG ARE TO CON45T 6 e0 mi µNEN TMERMOPLASITC. - REFLECTIE PAVEMENT MARKERS AAE ro RE: 4Wm MRIo-ORtECNONK COLORLESS O d-01REC`W AM6ER PRMa SMALL BE P04110NED AC[pi01N0 N MM FARE Ri0E1( //1t7362 AND 1M5 PLAN. - RPMs ARE ro RE WSTµlEO ACCORpNG i0 DIgAN RIKR COUNTY STANDARD - d1 ME SEA PF Wfi MITE (6'-10' EDP) Q L 8 Om L0 n. ql 000 N3-3 ly pw u ' U U) 31 A 400 + YELLOM O W/RPNm 6' N1RlE t65 t07 LLl 43RD AVE, �— t,7 LEI ' 6=aDL ,F110W — — (n - 60 NI61E `�' (6'- 10' SKI-) — _ tuf N � — Z C Pu (d i 50'R n Ey 9 m E / 50'R • AND AE STOP BAR, STOP SIGN AND MDITIONAL LED BY 6' WHITE T / SNALL BE MSrKLED BY ON-SITE CONTRACTOR. w � T:m J SOW (M.) TI II ��o ( R2-1 U x` 1, 1 ii ` SIT II m 0 L + C) 6- YAgiE 6'-ro' SI(IP)Cq 6, OBL YELLOW W/RPM m Z _ T6' YELLOW 6• DBL. (1K.) YELLOW O 70 W/RPI2 m 6 YLLLOW 6• WE t57 (TV.) +' — NE m "ST. t07 SEMI 30' (TVP) 30 (TYP) 43RD AVE. W Z C 706-3 - ALL PAVEMENT MARO16 AqE i0 CONSIST OF 90 ml ALKYD TKRMOPLA511G - Q QIFMOONO DINECRdNK MCOIORLE59RE 1➢ BE: _ _ AMBER �gy-SNkLl DE POSITIONEED ACCORDING M MEFOOT INDEX /17352 AND MIS PLAN. RPM$ ARE TO Kiwi TMIM ACCORDIRO TO . INDIAN RIVER COUNTY STAIIDARD - ON TNF cTRue 1E BY DES� RE YI SIONS T ♦ ♦ BAO N ASE BT DESOm11M 111111 1111111111111 aIPA.WW.WA 'r�aanr` raFAs Im3cv�' F°r. s` '•-40' 43RD AVENUE s�r IAL WRING ROL SIGNING AND . MARKING PLAN 03508SM STATION 314+50 — 325+00 37 . O M AseMa ee EWS DATE : • Exhibit " B " Oslo Rd . and 43rd Ave . Roadway Improvement Plans Task : Project cost revision summary as a result of Oslo Road and Walgreens ' modifications SUMMARY OF REVISED ROADWAY PAY ITEMS ORIGINAL BID QUANTITIES COUNTY MOD , OV, LLC MOD , REVISED REVISED BID DESCRIPTION UNIT QUANTITY UNIT TOTAL QUANTITY COST QUANTITY COST PROJECT PROJECT ITEM NO, PRICE PRICE CHANGE CHANGE QUANTITY COST 101 - 1 Mobilization LS 1 $ 127,000 .00 $ 127 ,000 . 00 1 . 0 127,000.00 102- 1 Maintenance of Traffic LS 1 $42,000. 00 $42,000 . 00 1 .0 42,000.00 102-1 - 1 Temporary Pavement SY 3189 . 0 $ 17. 00 $54, 213. 00 -1 ,492.0 -$25,364.00 1 ,697.0 28,849.00 102- 10 Off Du law Enforcement Officer MH 40. 0 $45. 00 $ 1 ,800 .00 40.0 11800 .00 102-70-11 Concrete Barrier (Temporary) LF 290 .0 $25.00 $7,250. 00 290.0 7,250.00 102-74-1 Barricade (Temporary) Type II ED 19467. 0 $0. 45 $8 ,760 . 15 1 ,920.0 $864.00 21 ,387.0 9,624. 15 102-74-2 Barricade (Temporary) Type III ED 2160. 0 $ 1 . 75 $3, 780 .00 29160.0 3,780.00 102-99 Variable Message Sin ED 45.0 $60. 00 $2,700. 00 45.0 21700 .00 102-99A Variable Message Sin LS 1 . 0 $ 10,000. 00 $ 10 ,000 .00 1 .0 10,000. 00 104-10-1 Baled Ha or Straw EA 486 .0 $ 10 .00 $4,860. 00 486. 0 41860.00 104- 11 FloatingTurbidityBarrier LF 200. 0 $ 10. 00 $2,000 .00 200.0 21000. 00 104-13-1 Silt Fence (Type III LF 9500.0 $ 1 .40 $ 13,300 .00 800.0 $ 1 , 120.00 109300.0 14,420.00 108-1 AS-Builts LS 1 . 0 $27,000 .00 $27,000. 00 1 .0 27,000.00 110- 1 - 1 Clearing & Grubbing AC 10. 5 $875. 00 $99187.50 1 .0 $875.00 11 .5 10,062. 50 110-5 Wells , Plugging Water Artesian PW 1 .0 $3,700.00 $3, 700.00 1 .0 31700.00 110-6 Wells , Plugging Water Non-Artesian PW 1 . 0 $3, 700 .00 $3, 700. 00 1 .0 31700. 00 110-7- 1 Mailbox Furnish & Install EA 6 . 0 $ 125. 00 $750 .00 6.0 750.00 120-4 Subsoil Excavation CY 556 . 0 $7.50 $4 , 170 .00 556.0 4, 170. 00 120-6-1 Embankment CY 9245. 0 $ 10 .25 $94,761 . 25 1 ,416.0 $ 14,514.00 621 . 0 $6 ,365.25 11 ,282.0 115,640.50 Page 1 Oslo Rd_Walgreens Rev OPC.xIs SUMMARY OF REVISED ROADWAY PAY ITEMS ORIGINAL BID QUANTITIES COUNTY MOD . OV, LLC MOD , REVISED REVISED BID DESCRIPTION UNIT QUANTITY UNIT TOTAL QUANTITY COST COST PROJECT PROJECT QUANTITY ITEM NO. PRICE PRICE CHANGE CHANGE QUANTITY COST 160-4 Type B Stabilization 12" Sy 27131 .0 $4. 50 $ 122,089.50 11630 .0 $7,335. 00 2.620.0 $11 ,790.00 31 ,381 .0 141 ,214.50 285-707 Optional Base Base Group 7 Sy 25114 . 0 $7. 00 $ 175,798. 00 1 ,465.0 $10,255. 00 2.354.0 $ 169478.00 28,933.0 2029531 .00 286- 1 - 1 Turnout Construction (Asphalt) SyF371 .0 7. 0 $40.00 $4,280.00 107.0 4,280.00 286-1 -2 Turnout Construction Concrete Sy $41 .00 $ 15,211 .00 371 .0 15,211 .00 331 -2 T e S Levelin Course 0.5" + AVG TN1 $250. 00 $ 1 .525. 00 6. 1 1 ,525.00 331 -72-20 Type S Asphaltic Concrete (2") S y $ 12.00 $5,436 . 00 453.0 5,436.00 331 -72-24 Type S Asphaltic Concrete 2 1 /2" Sy $ 10 . 00 $241 ,070 .00 1 ,465.0 $ 149650 .00 2.300.0 $23,000.00 279872. 0 278, 720.00 339- 1 Miscellaneous Asphalt Pavement $ 165. 00 $99685. 50 1 ' 6 $264.00 4.6 $758.00 64.8 10,708. 50 425- 1 -90 Inlet Miami < 10 EA 3 . 0 $2,400 . 00 $7,200. 00 3.0 7,200. 00 nes (Curb e - < $2,675.00 $ 13,375.00 2.0 $5,350.00 1 '0 $2,675.00 8. 0 21 ,400. 00 425- 1 -361 nes (Curb e - < $2,975 . 00 $5 ,950 .00 2.0 51950.00 nes ( Ditch Bottom Type < $ 1 , 525. 00 $ 16 , 775 .00 1 '0 -$ 1 ,525.00 10.0 15,250.00 430-11 -325 Conc. Pipe Culy. 18" Storm Sewer LF 429 .0 $46 . 00 $ 19 , 734.00 -18. 0 $828.00 411 .0 18,906.00 430- 11 -329 Conc. Pipe Culy. 24" Storm Sewer LFP247 .0 $53.00 $5,618. 00 489.0 $25,917.00 595.0 311535. 00 430-12-344 Conc. Pipe Culv. 60" Cross Drain LF $200. 00 $49 ,x00 .00 247.0 49,400.00 430-81 -225 Corr. Aluminum Pi a Culvert LF $45.00 $8,910.00 5. 0 $225.00 -8.0 -$360.00 195.0 81775.00 18" Storm Sewer 430- 144-102 Elliptical Concrete Pipe Culvert LF 576 .0 $49 . 00 $28, 224.00 -32. 0 $ 1 ,568. 00 23'0 $ 1 , 127.00 567.0 27,783. 00 14" x 23" Storm Sewer 430-200-44 Flared End Section 66" EA 2 . 0 $6 ,000.00 $ 12,000. 00 2.0 12,000.00 430-620-38 CMP Flashboard Riser 36" EA 1 .0 $2,425.00 $2,425.00 1 .0 2,425.00 430-982-225 Mitered End Section EA 1 . 0 ( 18" Cross Drain ) $800.00 $800. 00 1 '0 $800.00 0.0 0.00 430-982-402 Mitered End Section EA 2 .0 14" x 2ERCP Cross Drain) $900 . 00 $ 1 ,800 . 00 1 '0 $900. 00 1 .0 900. 00 3" 430-984-225 Mitered End Section EA 1 . 0 18" RCP Side Drain $800 . 00 $800. 00 1 .0 800.00 Page 2 Oslo Rd_Walgreens Rev OPC.xIs SUMMARY OF REVISED ROADWAY PAY ITEMS ORIGINAL BID QUANTITIES COUNTY MOD , OV, LLC MOD , REVISED REVISED BID DESCRIPTION UNIT QUANTITY UNIT TOTAL QUANTITY COST QUANTITY COST PROJECT PROJECT ITEM NO, PRICE PRICE CHANGE •CHANGE QUANTITY COST ' 520- 1 -10 Conc. Curb & Gutter (Type F LF 1266 . 0 $ 15. 50 $ 185623.00 636.0 $9,858.00 80.0 $ 1 ,240.00 11982.0 30,721 .00 520-2-4 Iconc. Curb (Type D LF 107. 0 $ 15. 50 $ 1 ,658 . 50 107.0 1 ,658 . 50 520-4 Special Concrete Gutter Miami LF 1285 .0 $ 15 . 50 $ 19,917.50 11285.0 19 ,917.50 522- 1 Concrete Sidewalk 4" thick SY 209. 0 $29 .00 $69061 . 00 127. 0 $3, 683.00 41 .0 $ 1 , 189. 00 377.0 109933. 00 530-3-4 Ri ra Rubble (Roadway) TN 102 .4 $ 120 . 00 $ 12,288 .00 Ditch Linin 102.4 12,288.00 536- 1 -1 Guardrail (Roadway) LFK1592 .0 $23.00 $36,616. 00 31 .0 $713.00 1 ,623. 0 37,329.00 536-2 Guardrail Sho -Bent Panels LF0. 0 $24. 00 $4,080. 00 13.0 $312.00 183.0 4,392. 00 536-6 End Anchors a Assemblies, EA . 0 Type II $510. 00 $2,550 .00 5.0 2,550.00 536-7 Special Guardrail Post EA 15 .0 $ 160 .00 $2,400. 00 15.0 21400. 00 536-85 End Anchorage Assemblies, JA6 . . 0 $ 1 ,600 . 00 $4 ,800. 00 1 .0 $ 1 ,600. 00 4.0 6 ,400.00 Type Melt 536-86 End Anchorage Assemblies , 0 $3 ,300.00 $ 19,800. 00 - 1 .0 Te ER-2000) $3,300.00 5.0 16,500. 00 575-1 - 1 Sodding Bahia SY 31050 . 0 $ 175 $54,337. 50 1 ,490.0 -$2,607. 50 2,567.0 $4,492.25 329127. 0 56 ,222.25 630- 1 - 12 Underground Conduit 2" LF 220 . 0 $9 ,00 $ 1 ,980 .00 220.0 1 ,980.00 635- 1 - 11 Pull and Junction Boxes EA 2 . 0 $230. 00 $460.00 2. 0 460.00 700-40-01 Sign Single Post EA 14 .0 $460. 00 $6,440 . 00 14.0 6,440. 00 700-46-11 Sign Existing Remove EA 40. 0 $50. 00 $2 ,000 . 00 40.0 21000. 00 706-3 Reflective Pavement Markers EA 400. 0 $6 .00 $2,400 . 00 50.0 $300. 00 50.0 $300.00 500.0 3,000.00 711 -4 Directional Arrows EA 25 . 0 $75.00 $ 1 ,875.00 2.0 $ 150.00 3.0 $225.00 30.0 21250.00 (Thermoplastic) 711 -33 6" Traffic Skip White LF 1455. 0 $0. 90 $ 1 , 309 . 50 142.0 $ 127. 80 1 ,597.0 1 ,437. 30 (Thermoplastic) 711 -34 6" Traffic Skip Yellow LF 458 .0 $0.90 $412. 20 145.0 $ 130. 50 284. 0 $255.60 887. 0 798. 30 (Thermoplastic) 711 -35-61 6" White (Thermoplastic) LF 10,628 .0 $0.90 $9, 565. 20 770.0 $693.00 11 ,398.0 10,258.20 711 -35-121 12" White (Thermoplastic) LF 283 .0 $ 1 . 75 $495. 25 1 1 283.0 495.25 Page 3 Oslo Rd_Walgreens Rev OPC.xIs EN SUMMARY OF REVISED ROADWAY PAY ITEMS ORIGINAL BID QUANTITIES COUNTY MOD , OV, LLC MOD , REVISED REVISED ` BID DESCRIPTION UNIT QUANTITY UNIT TOTAL QUANTITY COST QUANTITY COST PROJECT PROJECT ITEM NO, PRICE PRICE CHANGE CHANGE QUANTITY COST 711 -35- 181 18" White (Thermoplastic) LF 378 . 0 $Z50 $945.00 776 .0 $ 1 ,940.00 18.0 $45.00 1 , 172. 0 2,930. 00 711 -35-241 24" White (Thermoplastic) LF 164 . 0 $3. 25 $533. 00 164.0 533.00 711 -36-61 6"Yellow (Thermoplastic) LFg $0 . 90 $ 10, 532. 70 600. 0 $540.00 12,303.0 11 ,072.70 711 -36- 181 18" Yellow (Thermoplastic) LF $2, 50 $ 1 ,600 . 00 640.0 1 ,600.00 m ora Pum in S stem EA $9,500.00 $99500. 00 1 .0 91500.00 ROADWAY SUB -TOTAL C $1 ,403,217.25 $615829.00 $72,275.90 $1 ,537,322. 15 Page 4 Oslo Rd—Walgreens Rev OPC.xIs SUMMARY OF REVISED SIGNAL PAY ITEMS ORIGINAL BID QUANTITIES COUNTY MOD , OV, LLC MOD , REVISED REVISED ` BID DESCRIPTION UNIT QUANTITY UNIT TOTAL QUANTITY COST QUANTITY COST PROJECT PROJECT " ITEM NO. PRICE PRICE CHANGE CHANGE QUANTITY COST 620-1 - 1 Grounding Electrode LF 190. 0 $4 . 25 $807. 50 190.0 807.50 630- 1 - 12 Conduit (Underground ) LF 793 .0 $5. 75 $4,559 . 75 431 . 0 $247825 19224.0 7,038.00 630-1 -13 Conduit Under Pavement LF 281 . 0 $ 10. 25 $29880. 25 526 .0 $5,391 .50 807.0 81271 . 75 630-1 - 15 Conduit (Bridge Mounted ) (F&I LF 90 .0 $4. 10 $369 .00 90. 0 369.00 632-7- 1 Cable (Signal) PL 1 . 0 $2, 700. 00 $2,700. 00 1 .0 21700.00 634-4-114 San Wire Assembly Mod . Box PL 1 . 0 $2j500 . 00 52, 500 .00 1 . 0 21500.00 635- 1 - 11 Pull Box EA 24 .0 $250.00 $6 ,000 . 00 -3.0 $750.00 21 .0 51250 . 00 639- 1 -22 Electrical Power Service AS 1 . 0 $875. 00 $875. 00 (Underground) 1 .0 875. 00 639-2-1 Electrical Service Wire LF 20. 0 $ 1 . 25 $25.00 20. 0 25.00 641 - 15- 144 Concrete Strain Poles (Type N-VI EA 4 .0 44' Lon $3,400 .00 $ 13,600. 00 4.0 13,600.00 650- 1 - 131 Traffic signal 12" STD 3 Sect. , AS 3. 0 $ 1 , 175. 00 $3,525. 00 1 -wa3.0 3,525. 00 ) (LED ) 650-9-151 Traffic signal 12" STD 5 Sect. , AS 5. 0 $ 1 ,700M $8 , 500 .00 1 -way) 5. 0 8 ,500. 00 (LED) 653- 171 Pedestrian signals, Neon , AS 2 .0 International $700 .00 $ 1 ,400 . 00 2.0 11400.00 1 -wa 653-172 Pedestrian signals, Neon , AS 1 1 .0 $ 1 ,400 . 00 $ 1 ,400 . 00 International (2-way) 1 .0 1 ,400. 00 659- 108 Signal Head Auxiliaries EA 3 . 0 $ t ,00o. 00 $3 ,000 . 00 (Steel Pedestal 3.0 31000.00 660- 1 - 105 Inductive Loop Detector (Type 5 EA 13. 0 $275 . 00 $3,575.00 13. 0 31575.00 660- 1 - 106 Inductive Loop Detector (Type 6 EA 5 . 0 $275 .00 $ 19375.00 5. 0 11375.00 660-2- 102 LoOD Assembly (Type B AS 8 .0 $525.00 $4,200. 00 8.0 4,200.00 660-2- 106 Loop Assembly (Type F AS 13 . 0 $860. 00 $ 11 , 180.00 13.0 1E268.00 0 .00 665- 11 Pedestrian Detector EA 4 . 0 FEE $67. 00 $268 .00 4.0 670- 113-054 Actuated Solid State Controller AS 1 .0 $ 15X0. 00 $ 15,000. 00 Assembly 1 . 0 15,000. 00 690-10 Remove Traffic Signal Head EA 2 .0 $40 .00 $80. 00 lAssembly2.0 80.00 Page 5 Oslo Rd-Walgreens Rev OPC.xIs SUMMARY OF REVISED SIGNAL PAY ITEMS ORIGINAL BID QUANTITIES COUNTY MOD , OV, LLC MOD , REVISED REVISED BID DESCRIPTION UNIT QUANTITY UNIT TOTAL QUANTITY COST QUANTITY COST PROJECT PROJECT T ITEM NO, PRICE PRICE CHANGE CHANGE QUANTITY COST 690-30 Remove Poles EA 2 . 0 $ 1500. 00 $3,000.00 2.0 3,000.00 690-80 Remove Span Wire Assembly EA 1 . 0 $350.00 $350. 00 1 .0 350.00 690-90 Remove Cablin and Conduit PL 1 .0 $350.00 $350 .00 1 .0 350. 00 700-48- 18 Sign Panels (F&I ) EA 4 . 0 $300 . 00 $ 1 ,200. 00 4.0 1 ,200.00 715-5- 11 ILuminaire and Bracket Arm (F&I ) EA4. 0 $975.00 $3,900 . 00 4. 0 31900. 00 $96,619.50 $7,119.75 $0.00 $103,739.25 $1 ,403,217.25 $619829.00 $727275.90 $ 1 , 537,322. 15 $580696.00 ' ', . ` $580,696.00 ' $227,306.00 $227,306.00 $40,000.00 $40,000.00 $29347,838.75 $68,948.75 $729275.90 $294895063.40 'Sub-Total Cost remains unchanged from time of Original Bid. Page 6 Oslo Rd—Walgreens Rev OPC.xls