Loading...
R01-210RESOLUTION R01-,~Io A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF BOYNTON BEACH, FLORIDA~ AUTHORIZING AND DIRECTING THE MAYOR AND Cl-FY CLERK TO EXECUTE A JOINT PARTICIPATION/FUNDING AGREEMENT BETWEEN THE CITY OF BOYNTON BEACH (CITY) AND PALM BEACH COUNTY (COUNTY) FOR THE CONSTRUCTION, OF HYPOLUXO ROAD FROM MILITARY T~L TO C,,O, NGRESS AVENUE, AUTHORIZING AN EXpENDt'I-URE NOTTO EXCEED $51,98S.00;-AND Pi~owDING AN EFFECTIVEI DATE. WHEREAS, the CITY and the COUNTY desire to jointly participate in :he constru~io'n: of utility adjustments to water distribution a~d/or sewage transmisson ;syStems and ether imprOVements, along the right-of-way of Hypoluxo. Rb~d from Military Trail to Congress Aveflue roadway improvements; and WHEREAS,, said expenditures shall not exceed the amount of ;51,985, for ;the re Qcation, adjustment or construction of utility lines; NOW, '~HEREFORE~ BE TT RESOLVED BY THE CZTY .OMMTSSI~F,J OF THE CITY OF BOYNTON BEACH~ FLORIDA, THAT: Section 1. The foregoing "WHEREAS" clauses are true and correct and hereby ratified and confirmed by the City Commission. Section 2. The City Commission of the City of Boynton Beach, Flor da does hereby authorize and direct the Mayor and City ClArk to execute a ]o nt Participation/Funding Agreement between the City of B. oynton Beach and Palm Beach~ County, a copy of which Agreement is attached hereto as Exhibit "A". Section 2. )assage. This Resolution will become effective immediately upon PASSED AND ADOPTED this lq day of ]une, 2001. C'~TY 0 BOYNT~ BE H, FLORIDA Ma~/or~_~ /~.,~ ~ ~ommissioner Commissioner ~.[~//Cle r k AGREEMENT BETWEEN PALM BEACH COUNTY, FLORIDA AND THE CITY OF BOYNTON BEACH FOR JOINT PARTICIPATION ~D PROJECT FUNDING IN CONSTRUCTION OF HYPOLUXO RD. MILITARY TR. TO CONGRESS AVE. PALM BEACH COUNTY, FLORIDa.. PALM BEACH COUNTY PROJECT NO.~ 99506 THIS AGREEMENT, made and entered into this day of 2001, by and between PALM BEACH COUNTY, a political subdivision in the State of Florida, herein referred to as "COUNTY" and the "CITY OF BOYNTON BEACH", a municipality in the State of Florida, herein referred to as the "CITY", WlTNESSETH: WHEREAS. COUNTY and CITY desire to jointly participate in the construction of utility adjusunents to water distribution and/or sewage transmission systems and other improvements, hereinafter referred to as the"Work" along the right-of-way of Hypoluxo Road fi.om Military Trail to Congress Avenue roadway improvements, hereinafter referred to as the "Project"; and WHEREAS, Florida Statutes, Section 163.01, allows governmental units to make the most efficient use of their powers by enabling them to cooperate with other localities on a basis of mutual advantage; and WHEREAS, both COUNTY and CITY declare that it is in the public interest that the "Work" be constructed with the aforementioned PROJECT; and NOW, THEREFORE, for and in consideration of the mutual covenants contained herein, the Parties to this Agreement agree as follows: 1. The CITY agrees to pay directly to the COUNTY costs attributable to construction of the "Work" along the right-of-way ofthe "Project" as outlined and shown in the Bid Documents for Palm Beach County Project No. 99506. AGREEMENT WITH THE CITY OF BOYNTON BEACH 2. Said summation of costs is stated in the mount of $ 51,985.00 in accordance with the attached bid tabulation (Attachment "A") and summary (Attachment "B") for the specified work. 3. Costs shall be adjusted upon actual contract costs and completion of the project using contract unit prices and actual constructed quantities, said quantities being measured by the Palm Beach County Engineering and Public Works Department. 4. The CITY agrees to fund those contributions set forth in Paragraphs 1 through 3 above within thirty (30) days of receiving written notice from the COUNTY that funding is required. 5. The COUNTY is to be responsible for administering the fimds in accordance with the Agreement. 6. The CITY is to be responsible for, and agrees to provide or cause to be performed all inspection services during construction of the "Work" and final certification for the aforementioned "Work" as it relates to the CITY's work 7. The COUNTY shall obtain CITY approval for any change orders which increase the cost attributable to the construction of utility adjustments to water dislribution anddor sewage transmission systems and other improvc~rnents to an amount greater than the contract amount as stated in Paragraph 2 of this agreement. The CITY shall be responsible for any cost caused by the CITY's delays including but not limited to change orders attributable to the roadway improvements as it relates to the CITY's work. 8. In the event that additional work and funding is required, the additional cost attributable to said construction of the "Work" as outlined in the specifications for this project is the responsibility of the CITY. In the event of an under run attributable to said construction of the "Work", as outlined in the specification, the CITY will be credited the excess amount. AGREEMENT WITH THE CITY OF BOYNTON BEACH 9. Without waiver of limitation as provided for in Section 768.28 (5), Florida Statutes, and to the extent permitted by law, COUNTY agrees to indemnify and hold harmless the CITY from and against any claims, losses, demands Or causes of action of whatsoever kind or nature that the CITY, its agents or employees, may or could sustain as a result of or emanating out of the terms and conditions contained in this agreement that result from the COUNTY's negligence or willful misconduct. Without waiver of limitation as provided for in Section 768.28 (5), Florida Statutes, and to the extent permitted by law, CITY agrees to indemnify and hold harmless the. COUNTY from and against any claims, losses, demands or causes of action of whatsoever kind or nature that the COUNTY, its agents or employees, may or could sustain as a result of or emanating out of the terms and conditions contained in this agreement that result from the CITY's negligence or willful misconduct. 10. All provisions of this Agreement calling for the expenditure of ad valorem tax money by either COUNTY or CITY are subject to annual budgetary funding and should either Party involuntarily fail to fund any of their respective obligations pursuant to this Agreement, this Agreement may be terminated. 11. Any and all notices required or permitted to be given hereunder shall be deemed received three (3) days after same are deposited in U.S Mail sent via certified mail, return receipt requested. All notice to the CITY shall be sent to: City of Boynton Beach 100 East Boynton Beach Boulevard Boynton Beach, F1 33435-3838 ATTN: Mr. Peter V. Mazzella Assistant Director o fUtilities All notice to the COUNTY shall be sent to: George T. Webb, P.E., County Engineer Engineering and Public Works Deparunen~ P.O. Box 21229 West Palm Beach, FL 33416-1229 ATTN: ROADWAY PRODUCTION AGREEMENT WITH THE CITY OF BOYNTON BEACH IN WITNESS WHEREOF, the Parties unto this Agreement have set their hands and seals on the day and date first written above. CITY OF BOYNTON BEACH BY: -' ~--~BY: ATTEST: Bon~i~ ~lxnski ~. -D~u~ % '-%., 7/0/ ~ATE) APPROVED AS TO FORM AND LEGAL LEGAL SUFFICIENCY: BY: C~y A~TT~Y PALM BEACH COUNTY, FLORIDA, BY ITS BOARD OF COUNTY COMMISSIONERS Warren H. Ne~vell, Chairman ATTEST: DOROTHY H. WILKEN, CLERK BY: (DATE) APPROVED AS TO FORM AND LEGAL SUFFICIENCY: BY: COUNTY ATTORNEY F:\KO ADWAYX Agrmrx99506B BU- J'2 F,doc ATTACHMENT "B" PROJECT NAME: HYPOLUXO RD., MILITARY TR. TO CONGRESS AVE. PROJECT NU1VEBER: 99506 ITEM RANGER CONSTRUCTION IND~JSTRIES, INC. QUANTITY fLrNITS UNIT PRICE AMOUNT REGULAR ROADWAY ITEMS 17 PREMIUM FOR CONFLICT 4 EA $ 775.00 $ 3,100.00 CONDITION 61 RELOCATE (12" DIP WIvO PIPE 800 LF $ 22.00 $ 17,600.00 (Use extg~ Pipe & new gaskets) 62 FURNISH & INSTALL 12" DIP WM 2 TN $ 3,335.00 $ 6,670.00 FITTINGS 63 FURNISH & INSTALL 12" MJ DIP 2 TN $ 2,775.00 $ 5,550.00 Fittings 64 12" MJ DIP WATER MAIN GATE 2 EA $ 1,500.00 $ 3,000.00 VALVE 65 ADJUST VALVE BOX (WM) 10EA $ 165.00 $ 1,650.00 CONDUIT 66 SUPPORT (12" WM) (IN TRENCH) 350 LF $ 5.60 $ 1,960.00 REGULAR ROADWAY ITEMS SUBTOTAL $ 39,530.00 CONTINGENCY ITEMS 67 FURNISH & INSTALL 12" D]~ 150 LF $ 29.00$ 4,350.00 WATER MAIN 68 ADJUST MANHOLE 1 EA $ 390.00 $ 390.00 (FRAME AND COVER) 69 PREMIUM TO UPGRADE FROM 3 EA $ 1,665.00 $ 4,995.00 "P" BOX TO "J" BOX 74 DOUBLE ROCK BASE (14") 200 SY $ 13.60 $ 2,720.00 CONTINGENCY PAY ITEMS SUBTOTAL $ 12,455.00 $ 51,985.00 GRAND TOTAL F:LROADWAYXAgrmtL99506BBU- S UM.doc 1 Rot -ago i ;;2001 1422 i. AGREEMENT BETWEEN PALM BEACH COUNTY, FLORIDA AND ' , THE CITY OF BOYNTON BEACH s3 FOR JOINT PARTICIPATION AND PROJECT FUNDING IN CONSTRUCTION OF HYPOLUXO RD. MILITARY TR. TO CONGRESS AVE. 1 i PALM BEACH COUNTY, FLORIDA il PALM BEACH COUNTY PROJECT NO. 99506 !I SEP 1 1 2001 t THIS AGREEMENT, made and entered into this day of 2001, by and between PALM BEACH COUNTY, a political subdivision in the State of Florida, herein referred to as "COUNTY" and the "CITY OF BOYNTON BEACH ", a municipality in the State of Florida, herein referred to as the "CITY ", WITNESSETH: i' i ' WHEREAS, COUNTY and CITY desire to jointly participate in the i 1 , ? 1 construction of utility adjustments to water distribution and/or sewage transmission systems i and other improvements, hereinafter referred to as the "Work" along the right -of -way of Ik , Hypoluxo Road from Military Trail to Congress Avenue roadway improvements, hereinafter referred to as the "Project "; and WHEREAS, Florida Statutes, Section 163.01, allows governmental units to ; make the most efficient use of their powers by enabling them to cooperate with other ; localities on a basis of mutual advantage; and WHEREAS, both COUNTY and CITY declare that it is in the public interest , ' that the "Work" be constructed with the aforementioned PROJECT; and I I NOW, THEREFORE, for and in consideration of the mutual covenants 1i l ' contained herein, the Parties to this Agreement agree as follows: ' � 1. The CITY agrees to pay directly to the COUNTY costs attributable to construction I of the "Work" along the right -of -way of the "Project" as outlined and shown in the Bid Documents for Palm Beach County Project No. 99506. ? s 1 , AGREEMENT WITH THE CITY OF BOYNTON BEACH ;I 2. Said summation of costs is stated in the amount of $ 51,985.00 in accordance with the attached bid tabulation (Attachment "A ") and summary I r (Attachment "B ") for the specified work. 3. Costs shall be adjusted upon actual contract costs and completion of the I project using contract unit prices and actual constructed quantities, said quantities ' ' being measured by the Palm Beach County Engineering and Public Works I 1 Department. 1 4. The CITY agrees to fund those contributions set forth in Paragraphs 1 through 3 above within thirty (30) days of receiving written notice from the COUNTY that funding is required. i 5. The COUNTY is to be responsible for administering the funds in 1 I 1 accordance with the Agreement. 6. The CITY is to be responsible for, and agrees to provide or cause to be } performed all inspection services during construction of the "Work" and final certification for the aforementioned "Work" as it relates to the CITY's work 7. The COUNTY shall obtain CITY approval for any change orders which increase the cost attributable to the construction of utility adjustments to water distribution and /or sewage transmission systems and other improvements to an amount greater than the contract amount as stated in Paragraph 2 of this agreement. E ; The CITY shall be responsible for any cost caused by the CITY's delays including but 11 ' not limited to change orders attributable to the roadway improvements as it relates to 6 i the CITY's work. 8. In the event that additional work and funding is required, the additional cost attributable to said construction of the "Work" as outlined in the specifications for this project is the responsibility of the CITY. In the event of an under run f attributable to said construction of the "Work ", as outlined in the specification, the I ; CITY will be credited the excess amount. I 2 1 AGREEMENT WITH THE CITY OF BOYNTON BEACH 9. Without waiver of limitation as provided for in Section 768.28 (5), Florida Statutes, and to the extent permitted by law, COUNTY agrees to indemnify and hold sa harmless the CITY from and against any claims, losses, demands or causes of action of whatsoever kind or nature that the CITY, its agents or employees, may or could sustain as a result of or emanating out of the terms and conditions contained in this agreement that result from the COUNTY's negligence or willful misconduct. Without waiver of limitation as provided for in Section 768.28 (5), Florida Statutes, and to the extent permitted by law, CITY agrees to indemnify and hold harmless the 4 r ' COUNTY from and against any claims, losses, demands or causes of action of whatsoever kind or nature that the COUNTY, its agents or employees, may or could sustain as a result of or emanating out of the terms and conditions contained in this agreement that result from the CITY's negligence or willful misconduct. EI ` 10. All provisions of this Agreement calling for the expenditure of ad valorem tax money by either COUNTY or CITY are subject to annual budgetary funding and should either Party involuntarily fail to fund any of their respective obligations pursuant to this Agreement, this Agreement may be terminated. 11. Any and all notices required or permitted to be given hereunder shall be deemed received three (3) days after same are deposited in U.S. Mail sent via certified mail, return receipt requested. { All notice to the CITY shall be sent to: City of Boynton Beach 100 East Boynton Beach Boulevard Boynton Beach, Fl 33435 -3838 ATTN: Mr. Peter V. Mazzella Assistant Director of Utilities All notice to the COUNTY shall be sent to: George T. Webb, P.E., County Engineer Engineering and Public Works Department P.O. Box 21229 West Palm Beach, FL 33416 -1229 ATTN: ROADWAY PRODUCTION 3 AGREEMENT WITH THE CITY OF BOYNTON BEACH I ' IN WITNESS WHEREOF, the Parties unto this Agreement have set their hands and I seals on the day and date first written above. CITY OF BOYNTON BEACH PALM BEACH COUNTY, FLORIDA, BY ITS BOARD OF COUNTY COMMISSIONERS BY: , 4 BY: /01A_— Warre . Newell, Chairman i ' i SEP 1 1 2001 5 1 ' R2001 1422 1 ATTEST: ATTEST: Manna ;.= y i�. '7 ��►.�:.�; DOROTHY H. WILKEN, CLERK Bonnie GlinskY , � =NT Y • d"titt , Deputy City Clei*7c„ tt V M O' Q tot *• .0 U N TY : Cr) / 7 BY: ' IQ BY: (DA E) Deputy Cierk APPROVED AS TO FORM AND LEGAL APPROVED AS TO FORM AND { LEGAL SUFFICIENCY: LEGAL SUFFICIENCY: # f BY: BY: ATTO " COUNTY ATTORNEY Approved as to Terms 4 and Conditions BT F \ROADWAY \Agmnt \99506BBU -J2F doc Rl 4 { \K(I WS \ 'VYampIUlcM N'MN il.n22a \r. U1 W V N2 PALM BEACH COUNTY ENGINEERING AND PUBLIC WORKS DEPARTMENT ROADWAY PRODUCTION DIVISION - BID TABULATION PROJECT NAME: HYPOLUXO RD., MILITARY TR. TO CONGRESS AVE. PROJECT NUMBER: 99506 RANGER CONSTRUCTION RYAN, INCORPORATED MORA ENGINEERING ASPHALT CONSULTANTS INDUSTRIES, INC. EASTERN CONTRACTORS, INC. INC. AVERAGE ITEM UNITS QTY UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE REGULAR ROADWAY ITEMS 1 MOBILIZATION 1 LS $140,000.00 $140,000.00 $220,000.00 5220,000.00 $160,000.00 5160,000.00 5240,000.00 5240,000.00 5253,333.33 2 MAINTENANCE OF TRAFFIC ( INCLUDES PEDESTRIAN M.O T.) 1 LS $80,000.00 $80,000.00 $50,000.00 $50,000.00 5132,000.00 $132,000 00 $46,000.00 546,000.00 $102,666.67 3 CLEARING AND GRUBBING 1 LS $95,000.00 $95,000.00 $95,000.00 595,000.00 $79,000.00 579,000.00 $135,000.00 $135,000.00 $134,666.67 4 NPDES COMPLIANCE (SEE SP's) 1 LS $2,500.00 $2,500.00 $40,000.00 $40,000.00 570,000.00 $70,000.00 $4,025.00 54,025.00 538,841.67 5 REGULAR EXCAVATION 12,866 CY 54.75 $61,113.50 52.00 525,732.00 $2.40 $30,878.40 $4.90 563,043.40 54.68 6 EMBANKMENT ( COMPACTED IN PLACE) 12,721 CY $3.00 $38,163.00 $2.50 $31,802.50 $3.50 544,523.50 55.45 569,329.45 54.82 7 TYPE C STABILIZATION (12 ") 34,101 SY $2.70 $92,072.70 $3.00 $102,303.00 $3.00 5102,303.00 $3.25 5110,828.25 $3.98 8 BASEROCK (8 ") 29,922 SY 56.80 $203,469.60 $5.80 5173,547.60 $7.00 5209,454.00 $7.10 5212,446.20 $8.90 9 MILL EXISTING ASPHALT PAVEMENT (1 ") 47,949 SY 50.90 543,154.10 50.90 $43,154.10 $1.00 $47,949.00 $1.10 552,743.90 51.30 10 TYPE S - ASPHALTIC CONCRETE ( 1.50 ") 30,672 SY $3.15 $96,616.80 ' $3.40 $104,284.80 $4.00 $122,688.00 $3.95 5121,154.40 $4.83 11 TYPE S - ASPHALTIC CONCRETE (OVERBUILD) 42 TN $57.00 52,394.00 $54.00 $2,268.00 585.00 $3,570.00 $62.00 $2,604.00 $86.00 12 TYPE S -III ASPHALT CONCRETE (1 0 ") 78,660 SY $2.15 5169,119.00 52.30 $180,918.00 $2.70 $212,382.00 $2.50 $196,650.00 $3.22 13 COLOR TREATED STAMPED CONCRETE 702 SY $40.00 528,080.00 $30.00 $21,060.00 550.00 $35,100.00 $62.00 $43,524.00 560.67 14 CLASS 1 CONCRETE 68.3 CY $665.00 $45,406.20 $350.00 $23,898.00 $570.00 $38,919.60 $400.00 527,312.00 $661.67 15 CLASS 11 CONCRETE (ENDWALLS) 14.5 CY $555.00 $8,047.50 $2,500.00 $36,250.00 5845.00 $12,252.50 $1,200.00 517,400.00 $1,700.00 16 REINFORCING STEEL ( ENDWALL) 1,257 LB $2.25 52,828.25 $2.00 $2,514.00 50.50 $628.50 $1.15 $1,445.55 $1.97 ''- 17 PREMIUM FOR CONFLICT CONDITION 5 EA $775.00 53,875.00 51,000.00 $5,000.00 $2,100.00 $10,500.00 $1,750.00 $8,750.00 $1,875.00 18 INLETS ( CURB) ( TYPE P -1) 2 EA $2,890.00 $5,780.00 $3,000.00 $6,000.00 $4,500.00 $9,000.00 $2,850.00 55,700.00 $4,413.33 19 INLETS ( CURB) ( TYPE P -2) 2 EA $3,110.00 56,220.00 53,100.00 $6,200.00 $4,200.00 $8,400.00 $2,850.00 $5,700.00 54,420.00 20 INLETS ( CURB) ( TYPE P - 4) 4 EA 53,110.00 $12,440.00 $3,200.00 $12,800.00 53,400.00 $13,600.00 $2,700.00 $10,800.00 $4,136.67 21 INLETS ( CURB) ( TYPE P -5) 1 EA $2,440.00 $2,440.00 $2,110.00 $2,110.00 $3,000.00 $3,000.00 $2,485.00 52,485.00 53,345.00 22 INLETS ( CURB ) ( TYPE P -6) 1 EA $2,550.00 $2,550.00 $3,200.00 53,200.00 $3,400.00 $3,400.00 52,600.00 52,600.00 $3,916.67 23 INLETS ( CURB) ( TYPE P -6) ( >10') 1 EA 52,775.00 52,775.00 $3,360.00 $3,360.00 $3,600.00 $3,600.00 $3,400.00 $3,400.00 $4,378.33 24 INLETS ( CURB) ( TYPE P -7) 1 EA $8,330.00 58,330.00 $1,880.00 51,880.00 $1,700.00 $1,700.00 $2,210.00 52,210.00 $4,706.67 25 INLETS ( CURB) ( TYPE J -1) 6 EA $3,550.00 $21,300.00 53,920.00 $23,520.00 $5,100.00 530,600.00 54,800.00 528,800.00 $5,790.00 26 INLETS ( CURB) ( TYPE J -2) 9 EA $3,440.00 $30,960.00 53,890.00 $35,010.00 $4,500.00 $40,500.00 54,675.00 542,075.00 55,501.67 27 INLETS ( CURB) ( TYPE J -6) 1 EA $3,890.00 53,890.00 52,770.00 52,770.00 $3,900.00 $3,900.00 $4,260.00 54,260.00 54,940.00 28 INLETS ( DITCH BOTTOM ) ( TYPE C) 10 EA 52,900.00 $29,000.00 $2,990.00 $29,900.00 $3,925.00 539,250.00 $4,460.00 544,600.00 54,758.33 29 INLETS CURB TYPE (SPECIAL) (WITH "J" BOTTOM) 3 EA $3,000.00 $9,000.00 $10,000.00 530,000.00 56,400.00 $19,200.00 512,550.00 $37,650.00 510,650.00 y 30 MANHOLES ( TYPE P -7) 25 EA 51,310.00 S32,750.00 51,610.00 540,250.00 $1,700.00 542,500.00 $2,025.00 $50,625.00 52,215.00 1-3 31 MANHOLES ( TYPE P -7 ) (> 10') 3 EA $1,440.00 54,320.00 $2,000.00 $6,000.00 $2,400.00 $7,200.00 $2,660.00 S7,980.00 52,833.33 32 MANHOLES (T1 PE J -7) 9 EA 52,550.00 $22,950.00 $1,880.00 516,920.00 $3,200.00 528,800.00 $3,290.00 $29,610.00 53,640.00 (') 33 MANHOLES ( TYPE J -7 ) ( >10') 6 EA 53,055.00 $18,330.00 52,400.00 514,400.00 $3,900.00 $23,400.00 54,350.00 526,100.00 $4,568.33 :" 34 MANHOLES (PARTIAL) (TYPE P - 7) 17 EA $830.00 514,110.00 51,030.00 517,510.00 $1,000.00 $17,000.00 $800.00 513,600.00 51,220.00 4 35 MANHOLES (PARTIAL) (TYPE J - 7) 3 EA 51,000.00 $3,000.00 $1,340.00 54,020.00 $1,200.00 53,600.00 $925.00 $2,775.00 $1,488.33 Cr1 36 ADJUST INLETS 14 EA $330.00 $4,620.00 $545.00 57,630.00 $1,500.00 $21,000.00 5375.00 $5,250.00 $916.67 y 37 CONCRETE PIPE CULVERT (SS) CLASS III (18 ") 1,533 LF 530.00 545,990.00 529.00 $44,457.00 530.00 $45,990.00 $24.00 $36,792.00 $37.67 38 CONCRETE PIPE CULVERT (SS) CLASS III ( 24 ") 827 LF $34.00 $28,118.00 $36.00 529,772.00 $40.00 $33,080.00 $33.00 527,291.00 $47.67 39 CONCRETE PIPE CULVERT (72 ") SLOTTED 1,908 LF $210.00 5400,680.00 S235.00 $448,380.00 5270.00 $515,160.00 $240.00 $457,920.00 $318.33 40 FRENCH DRAIN (18" RCP) 3,304 LF 545.00 $148,680.00 $49.00 5161,896.00 $51.00 5168,504.00 $50.00 $165,200.00 $65.00 V 41 FRENCH DRAIN (24" RCP) 3,163 LF $55.00 $173,965.00 $64.00 $202,432.00 $63.00 $199,269.00 $57.00 5180,291.00 579.67 42 TRENCH SAFETY COMPLIANCE (30" OR LESS) 8,827 LF $1.10 $9,709.70 51.60 $14,123.20 $1.00 $8,827.00 50.50 54,413.50 $1.40 1 of4 7 , \I, Ufl iaa VPH,EnioSC,19 b2N arro110 aS 001 PALM BEACH COUNTY ENGINEERING AND PUBLIC WORKS DEPARTMENT ROADWAY PRODUCTION DIVISION - BID TABULATION . PROJECT NAME: HYPOLUXO RD., MILITARY TR. TO CONGRESS AVE. PROJECT NUMBER: 99506 RANGER CONSTRUCTION RYAN, INCORPORATED MORA ENGINEERING ASPHALT CONSULTANTS INDUSTRIES, INC. EASTERN CONTRACTORS, INC. INC. AVERAGE ITEM UNITS QTY UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE • T' ' A 1 PLAN ( >30 ") ,' I: . •, ' .11 .11 . I I .I I ,: 1.I I I. I ' •.I I , 44 CONCRETE CURB & GUTTER ( TYPE F) 28,448 LF 57.00 $199,136.00 $6.30 $179,222.40 $7.20 $204,825.60 $7.00 $199,136.00 59.17 45 CONCRETE CURB ( TYPED) 94 LF $11.00 $1,034.00 $8.00 $752.00 $15.00 $1,410.00 $11.50 $1,081.00 $15.17 46 CONC SIDEWALK (4" THICK) 9,484 SY 515.00 $142,260.00 $15.00 $142,260.00 $18.00 $170,712.00 $20.00 $189,680.00 $22.67 47 CONC SIDEWALK (6 "THICK) (DRIVEWAYS) 1,557 SY $23.00 $35,811.00 $21.00 $32,697.00 $26.00 $40,482.00 $29.50 $45,931.50 $33.17 48 TYPE B FENCE (6' HIGH ) (W/TOP RAIL) (BLACK VINYL) 1,821 LF $8.00 $14,568.00 $7.20 $13,111.20 $9.00 $16,389.00 $9.20 $16,753.20 $11.13 49 PIPE HANDRAIL ( ALUMINUM) 410 LF $25.00 $10,250.00 $23.00 $9,430.00 $28.00 $11,480.00 $26.00 510,660.00 $34.00 50 SODDING 10,986 SY $3.70 $40,648.20 $1.10 $12,084.60 $3.10 $34,056.60 $5.00 $54,930.00 $4.30 51 CONDUIT (FURNISH & INSTALL) UNDERGROUND (2 ") (SCHED. 4 15,260 LF $3.35 $51,121.00 $2.00 $30,520.00 $2.60 $39,676.00 $5.20 $79,352.00 $4.38 52 PULL BOX (FURNISH & INSTALL) 30 EA $500.00 $15,000.00 $605.00 518,150.00 $650.00 $19,500.00 $475.00 $14,250.00 $743.33 53 PVC (4 ") SCHED. 80 (IRRIGATION SLEEVES) 450 LF $6.95 $3,127.50 $5.00 $2,250.00 55.00 $2,250.00 $7.30 $3,285.00 $8.08 54 PVC (6 ") SCHED. 80 (IRRIGATION SLEEVES) 2,133 LF 512.00 $25,596.00 $6.00 $12,798.00 57.00 $14,931.00 $10.00 $21,330.00 $11.67 55 RECORD DRAWINGS ( SEE SP's) 1 LS $6,360.00 $6,360.00 $20,000.00 $20,000.00 $3,000.00 $3,000.00 $23,000.00 $23,000.00 $17,453.33 56 STORM SEWER PUMPING (EXISTING) ( 24" OR LESS ) (SEE SP's.) 1,870 LF $3.30 $6,171.00 $4.40 $8,228.00 $3.90 $7,293.00 $4.00 $7,480.00 55.20 57 STORM SEWER PUMPING (EXISTING) (> 24" TO 48 ") (SEE SP's.) 150 LF $5.55 $832.50 $4.70 $705.00 58.00 $1,200.00 $6.00 $900.00 $8.08 58 STORM SEWER PUMPING (EXISTING) ( >48 ") (SEE SP's.) 190 LF $7.80 $1,482.00 $5.00 $950.00 $15.00 $2,850.00 57.00 $1,330.00 $11.60 59 ENGRAVING CURB FACE 16 EA $140.00 $2,240.00 $500.00 58,000.00 $140.00 $2,240.00 $175.00 $2,800.00 $318.33 60 TREE SPADE UNIT (SEE SP's) 5 EA $250.00 $1,250.00 $1,200.00 $6,000.00 $400.00 $2,000.00 $575.00 $2,875.00 $808.33 61 RELOCATE (12" DIP WM) PIPE (Use extg. pipe & new gaskets) 800 LF $22.00 $17,600.00 $16.00 $12,800.00 $25.00 $20,000.00 $34.00 $27,200.00 $32.33 62 FURNISH & INSTALL 12" DIP WM FITTINGS 2 TN $3,335.00 $6,670.00 $5,000.00 $10,000.00 $4,600.00 $9,200.00 $6,150.00 $12,300.00 $6,361.67 63 FURNISH & INSTALL 12" MJ DIP Fittings 2 TN 52,775.00 $5,550.00 $6,500.00 $13,000.00 $4,600.00 $9,200.00 $3,700.00 $7,400.00 $5,858.33 64 12" MJ DIP WATER MAIN GATE VALVE 2 EA $1,500.00 $3,000.00 $1,250.00 $2,500.00 $1,700.00 $3,400.00 $1,500.00 $3,000.00 $1,983.33 65 ADJUST VALVE BOX (WM) 10 EA $165.00 $1,650.00 $200.00 $2,000.00 $250.00 $2,500.00 $240.00 $2,400.00 $285.00 66 SUPPORT (12" WM) (IN TRENCH) 350 LF $5.60 $1,960.00 $12.00 $4,200.00 $12.00 $4,200.00 $10.00 $3,500.00 513.20 TOTAL REGULAR ROADWAY ITEMS $2,751,35735 I $2,869,654.40 1 53,229,239.70 I $3,281,911.35 2 of 4 1 ■121111,11 3111)1'220121112 )n'I4 1 .2 11 1pr 111 111 03 131 . PALM BEACH COUNTY ENGINEERING AND PUBLIC WORKS DEPARTMENT ROADWAY PRODUCTION DIVISION - BID TABULATION PROJECT NAME: HYPOLUXO RD., MILITARY TR. TO CONGRESS AVE. PROJECT NUMBER: 99506 RANGER CONSTRUCTION RYAN, INCORPORATED MORA ENGINEERING ASPHALT CONSULTANTS INDUSTRIES, INC. EASTERN CONTRACTORS, INC INC. AVERAGE ITEM UNITS QTY UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE CONTINGENCY ITEMS 67 FURNISH & INSTALL 12" DIP WATER MAIN 150 LF $29.00 54,350.00 $30.00 54,500.00 530.00 54,500.00 $46.00 56,900.00 $45.00 68 ADJUST MANHOLE (FRAME AND COVER) 1 EA $390.00 $390.00 5665.00 $665.00 5475.00 $475.00 $350.00 $350.00 $626.67 69 PREMIUM TO UPGRADE FROM "P" BOX TO "J" BOX 4 EA $1,665.00 $6,660.00 $1,380.00 $5,520.00 $1,500.00 56,000.00 $1,200.00 $4,800.00 $1,915.00 70 BASEROCK (6 ") 750 SY $6.00 $4,500.00 $5.90 $4,425.00 $7.50 $5,625.00 $7.20 $5,400.00 $8.87 71 STORM SEWER CLEANING (EXISTING) (24" OR LESS ) (SEE SP's) 1,870 LF $5.55 $10,378.50 55.25 59,817.50 56.50 $12,155.00 $6.00 $11,220.00 $7.77 72 STORM SEWER CLEANING (EXISTING) (> 24" TO 48 ") (SEE SP's) 150 LF 58.90 $1,335.00 58.80 51,320.00 $18.00 $2,700.00 $8.00 $1,200.00 $14.57 73 STORM SEWER CLEANING (EXISTING) ( >48 ") (SEE SP's) 190 LF $11.00 $2,090.00 $15.00 52,850.00 $26.00 54,940.00 510.00 $1,900.00 $20.67 74 DOUBLE ROCK BASE (14 ") 250 SY $13.60 $3,400.00 510.00 $2,500.00 $12.00 $3,000.00 $14.00 53,500.00 $16.53 75 TYPE B FENCE (4' HIGH ) (W/TOP RAIL) (BLACK VINYL) 410 LF 55.55 $2,275.50 $5.00 52,050.00 $7.00 $2,870.00 $6.00 $2,460.00 $7.85 76 ADJUST TELECOMMUNICATIONS CABLE 50 LF $5.55 5277.50 531.00 $1,550.00 $18.00 $900.00 $23.00 $1,150.00 $25.85 77 SUPPORT TELECOMMUNICATIONS CABLE 50 LF $3.35 $167.50 $31.00 $1,550.00 $15.00 $750.00 $23.00 $1,150.00 $24.12 78 ADJUST TELECOMMUNICATIONS CONDUIT 50 LF 56.70 5335.00 531.00 51,550.00 $35.00 51,750.00 $23.00 $1,150.00 $31.90 79 SUPPORT TELECOMMUNICATIONS CONDUIT 50 LF 55.60 $280.00 531.00 51,550.00 $25.00 $1,250.00 $23.00 $1,150.00 $28.20 80 ADJUST P.V.C. DUCT BANK (9 - 4" DIAMETER) 50 LF $13.35 $667.50 $31.00 $1,550.00 $130.00 $6,500.00 $58.00 52,900.00 $77.45 81 SUPPORT P.V.C. DUCT BANK (9 - 4" DIAMETER) 50 LF $6.70 5335.00 $31.00 $1,550.00 $75.00 $3,750.00 $23.00 51,150.00 $45.23 82 SAW CUT EXISTING SIDEWALK (SEE SP's) 3,000 LF 50.40 $1,200.00 52.00 $6,000.00 $0.85 $2,550.00 $0.60 $1,800.00 $1.28 TOTAL CONTINGENCY ITEMS $38,641.50 N $48,947.50 1 559,715.00 I - $48,180.00 TOTAL BID I 52,789,999.05 I I $2,918,601.90 I I $3,288,954.70 I I $3,330,091.35 I 3 of 4 1 1,11,1/, \■ VI HI/ I1111S 0/ 9,1161111 »I.2 2 \I,, 01 111 ,1 %NI PROJECT NAME: HYPOLUXO RD., MILITARY TR. TO CONGRESS AVE. . PROJECT NUMBER: 99506 Notes PAY ITEM FOOTNOTES IN CONSTRUCTION PLANS SHALL ALSO BE INCLUDED IN ITEM UNIT PRICE ALL DRAINAGE BOXES ARE LESS THAN 10 FEET IN DEPTH UNLESS OTHERWISE NOTED. Pay Item Notes: ITEMS #10, #11 & #12 - INCLUDES BITUMINOUS MATERIAL & TACK COAT AS REQUIRED ITEM #10 - TYPE S -1 ASPHALTIC CONCRETE (1.50" ) - INCLUDES A 750 S.Y. CONTINGENCY FOR DRIVEWAY CONSTRUCTION (SEE PLANS AND SPECIFICATION PAGES DE -I and DE -2). ITEM #14 - CLASS 1 CONCRETE - INCLUDES 60 C.Y. CONTINGENCY FOR RE PAINING WALL ITEMS #37 thru #41 - CONC PIPE CULVERT/ FRENCH DRAIN - INCLUDES COST OF BREAKING INTO EXISTING STRUCTURES AND IS INCIDENTAL TO COST OF PIPE. ITEM #39 - 72" SLOTTED CULVERT - INCLUDES ALL LABOR, EQUIPMENT AND MATERIAL FOR COMPLETE INSTALLATION, INCLUDING BUT NOT LIMITED TO EXCAVATING ROCK TRENCH, PLASTIC FILTER FABRIC, COARSE AGGREGATE, ETC , AS DETAILED ON THE PLANS ITEM #47 - CONC. SIDEWALK ( 6 "THICK) (DRIVEWAYS) - INCLUDES A 750 S.Y. CONTINGENCY FOR DRIVEWAY CONSTRUCTION (SEE PLANS AND SPECIFICATION PAGES DE -I and DE -2). ITEM #50 - SODDING - SHALL BE IN ACCORDANCE WITH GP -31 OF THESE SPECIFICATIONS. ITEMS #51 & #52 - CONDUIT/ PULL BOXES - SEE PLANS FOR DETAILS AND SPECIFICATIONS OF THESE ITEMS. ITEM #60 -TREE SPADE UNITS - EXISTING TREES TO BE RELOCATED TO STA +1- 145 LEFT (SEE PLANS AND SPECIAL PROVISIONS). ITEMS #61 thru #67 - WATER MAIN ITEMS - INCLUDES SHORING, AS REQUIRED. ITEMS #63 - 12" MJ DIP FTGS - INCLUDES THRUST BLOCKS AND RESTRAINED JOINTS. ITEMS 461, 463, #65 & 467 - INCLUDE LINE SWABBING, PRESSURE TEST, AND BACTIRIOLOCICAL CLEARANCE " +" Denotes corrected number. Working days to complete Two Hundred Seventy (270) calender days. Bids as read at opening April 19, 2001. All bids subject to S/M/WBE compliance and Board Approval. Prepared by : R. A. Clements Checked by: J. M. Totino 4 of 4