R20-084 1 RESOLUTION NO.R20-084
2 A RESOLUTION OF THE CITY OF BOYNTON BEACH,FLORIDA,
3 APPROVING AND AUTHORIZING THE MAYOR TO SIGN AN
4 INTERLOCAL AGREEMENT BETWEEN THE CITY OF
5 BOYNTON BEACH AND PALM BEACH COUNTY FOR REQUIRED
6 WATER MAIN ADJUSTMENTS AND ASSOCIATED UTILITY WORK
7 FOR THE INTERSECTION IMPROVEMENTS AT GATEWAY
8 BOULEVARD AND HIGH RIDGE ROAD. THE TOTAL
9 CONSTRUCTION AMOUNT FOR THE CITY'S PORTION IS$164,131.81,
10 WHICH INCLUDES 20% CONTINGENCY; AND PROVIDING AN
11 EFFECTIVE DATE.
12
13 WHEREAS, Palm Beach County Project No. 2015511 for Gateway Boulevard and High
14 Ridge Road consists of widening High Ridge Road to provide a right turn lane,a through lane,and
15 dual left turn lanes northbound, and a right turn lane, a through lane, and triple left turn lanes
16 southbound, restriping of Gateway Boulevard to provide a second eastbound and westbound left
17 turn lane,traffic signal will be replacement while two existing City-owned water mains need to be
18 relocated to accommodate the proposed drainage facilities; and
19 WHEREAS, Palm Beach County has received bids for the project, and Hardrives of
20 Delray, Inc. is the lowest responsive, responsible bidder for the total amount of$1,297,399.00
21 which is anticipated to be awarded by the Board of County Commissioners on September 1,2020;
22 and
23 WHEREAS,the Interlocal Agreement specifies reimbursement by the City in the amount
24 of$164,131.81, including 20%contingency,for the water main adjustments and associated utility
25 work in accordance with the County's Bid Tabulation and cost summary which reimbursement
26 amount will be based upon actual contract costs using contract unit prices and actual constructed
27 quantities measured by the County with concurrence by the City; and
28 WHEREAS, the City Commission of the City of Boynton Beach, Florida, upon the
29 recommendation of staff, deems it to be in the best interests of the City residents to approve and
30 authorize the Mayor to sign an Interlocal Agreement with Palm Beach County for required water
31 main adjustments and associated utility work for the intersection improvements at Gateway Boulevard and
S:\CA\RESO\Agreements\ILA With PBC Water Main Improvements(Gateway And High Ridge)-Reso.Docx
32 High Ridge Road. The total construction amount for the City's portion is$164,131.81,which includes 20%
33 contingency.
34 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE
35 CITY OF BOYNTON BEACH, FLORIDA,THAT:
36 Section 1. Each Whereas clause set forth above is true and correct and incorporated
37 herein by this reference.
38 Section 2. The City Commission of the City of Boynton Beach, Florida does hereby
39 approve and authorize the Mayor to sign the Interlocal Agreement between the City of Boynton
40 Beach and Palm Beach County for required water main adjustments and associated utility work for the
41 intersection improvements at Gateway Boulevard and High Ridge Road. The total construction amount for
42 the City's portion is$164,131.81,which includes 20%contingency. A copy of the Interlocal Agreement
43 is attached hereto as Exhibit"A".
44 Section 3. That this Resolution shall become effective immediately upon passage.
45 PASSED AND ADOPTED this i 1 day of August, 2020.
46 CITY OF BOYNTON BEACH, FLORIDA
47
48 YES, NO
49 Mayor—Steven B. Grant
50
51 Vice Mayor—Ty Penserga
52
53 Commissioner—Justin Katz ✓
54
55 Commissioner—Woodrow L. Hay
56
57 Commissioner—Christina L. Romelus
58
59 VOTE 5--
60 ATTEST:
61
63 % ...... i
64 r al Gibson, MMC tet' y o
65 City Clerk i.., s
6631920 ' •' x
67
68 (Corporate Seal) •
Aire
i
LORtVI
S:\CA\RESO\Agreements\ILA With PBC Water Main Improvements(Gateway And High Ridge)-Reso.Docx
,OS'7
INTERLOCAL AGREEMENT BETWEEN PALM BEACH COUNTY, FLORIDA
AND
CITY OF BOYNTON BEACH
FOR JOINT PARTICIPATION AND PROJECT FUNDING
FOR CONSTRUCTION OF UTILITY ADJUSTMENTS FOR
GATEWAY BOULEVARD AND HIGH RIDGE ROAD
PALM BEACH COUNTY PROJECT NO. 2015511
THIS Interlocal Agreement, (AGREEMENT), for intersection improvements to Gateway
Boulevard and High Ridge Road (PROJECT), is made as of the day of
ust, , 2020, by and between Palm Beach County, a political subdivision of the
State-of Florida, by and through its Board of County Commissioners (COUNTY) and the City of
Boynton Beach, a municipal corporation existing under the laws of Florida, (hereinafter "CITY"),
each one constituting a public agency defined in Part I of Chapter 163, Florida Statutes
(individually Party and collectively Parties).
WHEREAS, Section 163.01, Florida Statutes, authorizes local governments to make the
most efficient use of their powers by enabling them to cooperate with other localities on a basis
of mutual advantage, thereby providing services and facilities that will harmonize geographic,
economic, population, and other factors influencing the needs and development of local
communities; and
WHEREAS, Part I of Chapter 163, Florida Statutes, permits public agencies as defined
therein to enter into Interlocal Agreements with each other to jointly exercise any power,
privilege, or authority which such agencies share in common and which each might exercise
separately; and
WHEREAS, the CITY has requested the COUNTY to construct water main and
associated appurtenance adjustments to the CITY'S system (UTILITY WORK) within the limits of
the PROJECT; and
WHEREAS, the COUNTY and the CITY desire to jointly participate in the UTILITY
WORK ; and
WHEREAS, both COUNTY and CITY declare that it is in the public interest that the
UTILITY WORK be constructed with the PROJECT; and
NOW, THEREFORE, in consideration of the mutual covenants, promises, and
representations contained herein, the Parties agree as follows:
Section 1. Recitals.
The above recitals are true and correct and are incorporated herein.
1
CITY OF BOYNTON BEACH UTILITY CONSTRUCTION AGREEMENT
Section 2. COUNTY Responsibilities:
A. COUNTY shall provide construction and administrative services to the PROJECT as more
specifically described in the Bid Documents for Palm Beach County Project No. 2015511. Said
Bid Documents include the UTILITY WORK as shown in CITY prepared Utility Matrix, Applicable
Technical Specifications, Standard Construction Details, and Approved Product List.
B. COUNTY shall obtain written approval from the CITY in advance of any change orders,
including any costs associated with the CITY'S failure to approve change orders in a timely
manner, which increase the cost attributable to the UTILITY WORK to an amount greater than
the contract amount as stated in Section 3A below. CITY'S Approval shall not be unreasonably
withheld.
C. COUNTY shall secure all necessary easements and permits required for PROJECT.
D. COUNTY shall publicly bid, administer, construct and inspect the PROJECT and UTILITY
WORK in accordance with the Bid Documents and Exhibit"A".
E. COUNTY shall require the contractor to provide a Public Construction Bond in an amount
equal to the contractor's bid for the PROJECT and the UTILITY WORK.
Section 3. CITY'S Responsibilities:
A. CITY shall reimburse COUNTY a total estimated cost including 20% contingency of One
Hundred Sixty Four Thousand One Hundred Thirty One Dollars and Eighty One
Cents ($164,131.81), provided COUNTY performs pursuant to the terms and conditions of
this Agreement for all UTILITY WORK in accordance with the Bid Tabulation (Exhibit "A") and
cost summary (Exhibit"B"). Any cost exceeding this amount attributable to CITY'S Utility Items
shall be paid by the CITY.
B. Costs shall be based upon actual contract costs using contract unit prices and actual
constructed quantities, said quantities being measured by the COUNTY with concurrence by the
CITY.
C. Upon completion of the PROJECT and the UTILITY WORK, the CITY shall repair and
maintain the UTILITY WORK, at CITY'S expense.
Section 4. Payments/Invoicing and Reimbursement:
The COUNTY will invoice the CITY on a periodic basis during construction of the PROJECT and
the UTILITY WORK. The CITY agrees to provide to COUNTY payment for documented costs for
the UTILITY WORK in the amount established in Section 3.A. COUNTY shall submit all invoices
to the CITY identifying the UTILITY WORK, including COUNTY'S total expenditure for the
PROJECT, and identifying the amount attributable to the UTILITY WORK under Exhibit "A".
COUNTY shall supply any further documentation such as copies of paid receipts, canceled
checks, invoices and other documents deemed necessary by the CITY within seven (7) calendar
days of request by the CITY. Invoices received from COUNTY will be reviewed and approved by
the CITY to ensure that expenditures have been made in conformity with this AGREEMENT.
CITY OF BOYNTON BEACH UTILITY CONSTRUCTION AGREEMENT
Upon COUNTY'S submission of acceptable documents needed to substantiate its costs for the
UTILITY WORK, CITY will provide said payment to COUNTY on a reimbursement basis within
thirty (30) days of receipt of all required documents. In no event shall the CITY provide
advance payment to the COUNTY.
The PROJECT and the UTILITY WORK will be administered by the COUNTY. Only those costs
incurred by the COUNTY relating to the UTILITY WORK are eligible for reimbursement by the
CITY pursuant to the terms and conditions hereof. In the event the COUNTY ceases or
suspends the PROJECT or the UTILITY WORK for any reason, the CITY will reimburse the
COUNTY for the UTILITY WORK completed as of the date the COUNTY suspends the UTILITY
WORK. Any remaining unpaid portion of this AGREEMENT shall be retained by the CITY and the
CITY shall have no further obligation to honor reimbursement requests submitted by the
COUNTY.
Section 5. Access and Audits:
COUNTY and CITY shall maintain adequate records to justify all charges, expenses and costs
incurred in performing the PROJECT and the UTILITY WORK for at least five (5) years after
completion or termination of this AGREEMENT. Each Party shall have access to such books,
records, and documents as required in this section for the purpose of inspection or audit during
normal business hours, at the other Parties place of business. In the event any work is
subcontracted by COUNTY, COUNTY shall similarly require each contractor and subcontractor to
maintain and allow access to such records for audit purposes.
Section 6. Independent Contractor:
COUNTY and the CITY are and shall be, in the performance of all work, services and activities
under this AGREEMENT Independent Contractors and not employees, agents or servants of the
other Party. All COUNTY employees engaged in the work or services performed pursuant to
this AGREEMENT shall at all times, and in all places, be subject to COUNTY'S sole direction,
supervision, and control. All CITY employees engaged in the work or services performed
pursuant to this AGREEMENT shall at all times, and in all places, be subject to CITY'S sole
direction, supervision, and control. The Parties shall exercise control over the means and
manner in which it and its employees perform the work, and in all respects the Parties
relationship and the relationship of its employees to the other Party shall be that of an
Independent Contractor and not as employees or agents of the other.
Neither COUNTY nor the CITY have the power or authority to bind the other in any promise,
agreement or representation.
Section 7. Personnel:
COUNTY represents that it has, or will secure at its own expense, all necessary personnel
required to perform the services under this AGREEMENT. Such personnel shall not be
employees of or have any contractual relationship with the CITY.
All of the services required hereinunder shall be performed by COUNTY or its contractor, and
personnel engaged in performing the services shall be fully qualified and, if required, authorized
3
1
CITY OF BOYNTON BEACH UTILITY CONSTRUCTION AGREEMENT
or permitted under state and local law to perform such services.
All of COUNTY'S personnel, contractors and all subcontractors while on COUNTY premises will
conduct themselves in an acceptable manner and follow acceptable safety and security
procedures.
Section 8. Indemnification:
The CITY and COUNTY recognize their liability for certain tortious acts of its agents, officers,
employees and invitees to the extent and limits provided in Section 768.28, Florida Statutes. To
the extent permitted by law, the CITY and COUNTY shall indemnify, defend and hold the other
harmless against any actions, claims and damages arising out of their own negligence in
connection with the PROJECT and the UTILITY WORK and the use of the funds provided under
this AGREEMENT. The foregoing indemnification shall not constitute a waiver of sovereign
immunity beyond the limits set forth in Section 768.28, Florida Statutes, nor shall the same be
construed to constitute an agreement by the CITY or COUNTY to indemnify each other for sole
negligence, or willful or intentional acts of the other. The foregoing indemnification shall
survive termination of this AGREEMENT.
No provision of this AGREEMENT is intended to, or shall be construed to, create any third party
beneficiary or to provide any rights to any person or entity not a party to this AGREEMENT,
including but not limited to any citizen or employees of the COUNTY and/or CITY.
Section 9. Annual Appropriation:
All provisions of this AGREEMENT calling for the expenditure of ad valorem tax money by either
the COUNTY or the CITY are subject to annual budgetary funding and should either Party
involuntarily fail to fund any of their respective obligations pursuant to the AGREEMENT, this
AGREEMENT may be terminated. However, once the PROJECT and the UTILITY WORK have
been awarded to the contractor, it shall be prosecuted to completion and this AGREEMENT shall
be binding upon the Parties and neither Party shall have the right to terminate the subject
AGREEMENT for the reason that sufficient funds are not available.
Section 10. Breach and Opportunity to Cure:
The Parties expressly covenant and agree that in the event either Party is in default of its
obligations under this AGREEMENT, each Party shall have thirty (30) days written notice before
exercising any of its rights.
Section 11. Enforcement Costs:
Any costs or expenses (including reasonable attorney's fees) associated with the enforcement of
the terms and conditions of this AGREEMENT shall be borne by the respective Parties.
Section 12. Notice:
All notices required to be given under this AGREEMENT shall be in writing, and deemed
sufficient to each Party when sent by United States Mail, postage prepaid, to the following:
4
CITY OF BOYNTON BEACH UTILITY CONSTRUCTION AGREEMENT
All notice to the CITY shall be sent to:
Christopher Roschek, P.E., Engineering Division Manager
City of Boynton Beach Utilities
124 East Woolbright Rd.
Boynton Beach, FL 33435
All notice to the COUNTY shall be sent to:
Morton L. Rose, P.E., Director
Roadway Production Division
Palm Beach County Engineering & Public Works
P.O. Box 21229
West Palm Beach, FL 33416-1229
Section 13. Modification and Amendment:
Except as expressly permitted herein to the contrary, no modification, amendment or alteration
in the terms or conditions contained herein shall be effective unless contained in a written
document executed with the same formality and equality of dignity herewith.
Section 14. Remedies:
This AGREEMENT shall be governed by the laws of the State of Florida. Any legal action
necessary to enforce this AGREEMENT will be held in a court of competent jurisdiction located
in Palm Beach County, Florida. No remedy herein conferred upon any Party is intended to be
exclusive of any other remedy, and each and every such remedy shall be cumulative and shall
be in addition to every other remedy given hereunder or now or hereafter existing at law or in
equity by statute or otherwise. No single or partial exercise by any Party of any right, power or
remedy hereunder shall preclude any other or further exercise thereof.
Section 15. No Waiver:
Any waiver by either Party of its rights with respect to a default under this AGREEMENT, or with
respect to any other matters arising in connection with this AGREEMENT, shall not be deemed a
waiver with respect to any subsequent default or other matter. The failure of either Party to
enforce strict performance by the other Party of any of the provisions of this AGREEMENT or to
exercise any rights under this AGREEMENT shall not be construed as a waiver or relinquishment
to any extent of such Party's right to assert or rely upon any such provisions or rights in that or
any other instance.
Section 16. Joint Preparation:
The preparation of this AGREEMENT has been a joint effort of the Parties, and the resulting
document shall not, solely as a matter of judicial constraint, be construed more severely against
one of the Parties than the other.
5
CITY OF BOYNTON BEACH UTILITY CONSTRUCTION AGREEMENT
Section 17. Non-Discrimination:
COUNTY and CITY agree that both Parties shall not conduct business with nor appropriate any
funds for any organization or entity that practices discrimination on the basis of race, color,
national origin, religion, ancestry, sex, age, familial status, marital status, sexual orientation,
gender identity or expression, disability, or genetic information. COUNTY will ensure that all
contracts let for the PROJECT and the UTILITY WORK pursuant to the terms of this
AGREEMENT will contain a similar non-discrimination clause.
Section 18. Execution:
This AGREEMENT may be executed in two or more counterparts, each of which shall be deemed
an original, but all of which together shall constitute one and the same instrument.
Section 19. Filing:
A copy of this AGREEMENT shall be filed with the Clerk of the Circuit Court in and for Palm
Beach County, Florida.
Section 20. Termination:
This AGREEMENT may be terminated by either Party upon sixty (60) days prior written notice to
the other Party, except as otherwise addressed in this AGREEMENT. However, once the
PROJECT and the UTILITY WORK has commenced, it shall be prosecuted to completion and this
AGREEMENT shall be binding upon the Parties and neither Party shall have the right to
terminate the subject AGREEMENT.
Section 21. Compliance with Codes and Laws:
COUNTY and CITY shall abide by all applicable federal, state and local laws, orders, rules and
regulations when performing under this AGREEMENT. COUNTY and CITY further agree to
include this provision in all subcontracts issued as a result of this AGREEMENT.
Section 22. Office of the Inspector General:
Palm Beach County has established the Office of the Inspector General, in Palm Beach County
code section 2-421-2-440, as may be amended. The Inspector General's authority includes but
is not limited to the power to review past, present and proposed County contracts, transactions,
accounts and records, to require the production of records, and audit, investigate, monitor, and
inspect the activities of the contractor, its officers, agents, employees, and lobbyists in order to
ensure compliance with contract specifications and detect corruption and fraud. All contractors
and parties doing business with the County and receiving County funds shall fully cooperate
with the Inspector General including receiving access to records relating to Bid or any resulting
contract.
6
CITY OF BOYNTON BEACH UTILITY CONSTRUCTION AGREEMENT
Section 23. Public Entity Crime Certification:
As provided in F.S. 287.132-133, by entering into this AGREEMENT or performing any work in
furtherance hereof, COUNTY shall have its contractors certify that it, its affiliates, suppliers,
subcontractors and consultants who will perform hereunder, have not been placed on the
convicted vendor list maintained by the State of Florida Department of Management Services
within the 36 months immediately preceding the date hereof. This notice is required by F.S.
287.133 (3) (a).
Section 24. Severability:
If any term or provision of this AGREEMENT, or the application thereof to any person or
circumstances shall, to any extent, be held invalid or unenforceable, the remainder of this
AGREEMENT, or the application of such terms or provision, to persons or circumstances other
than those as to which it is held invalid or unenforceable, shall not be affected, and every other
term and provision of this AGREEMENT shall be deemed valid and enforceable to the extent
permitted by law.
Section 25. Entirety of Agreement:
COUNTY and CITY agree that this AGREEMENT sets forth the entire AGREEMENT between the
Parties, and there are no promises or understandings other than those stated herein.
Section 26. Survival:
The obligations, rights, and remedies of the Parties hereunder, which by their nature survive
the termination of this AGREEMENT or the completion of the PROJECT and UTILITY WORK,
shall survive such termination or PROJECT or UTILITY WORK completion and inure to the
benefit of the Parties.
Section 27. Term:
The term of this AGREEMENT shall be effective on the date of execution of this AGREEMENT by
both Parties.
7
CITY OF BOYNTON BEACH UTILITY CONSTRUCTION AGREEMENT
IN WITNESS WHEREOF, the undersigned Parties have executed this AGREEMENT on the day
and year first written above.
CITY OF BOYNTON BEACH PALM BEACH COUNTY, FLORIDA,
I
C
BY: d — BY:
Steven B. Grant, Mayor anya N. McConnell, P.E., 311.20d4
Deputy County Engineer
ATTEST: APPROVED AS TO TERMS
_ AND CONDITIONS
V
Q
k QIW,
Crystal Gibson, - BQYNio�' '�)
CITY CLERK ,, -,. By: f , ,----...._
5te. Morton Rose, P.E., Director
Roadway Production Division
BY: /14-1/4/1-714- - ,' ,. .a,-s
(DATE)
APPROVED AS TO FORM APPROVED AS TO FORM
AND LEGAL SUFFICIENCY 4 (AfD LEGAL SUFFICIENCY
BY: BY: /s/ye/'aceta 8 lief/era/I'
City Attorney Assistant County Attorney
4
F:\ROADWAY\UTILITY COORDINATION\2015511_High Ridge at Gateway\City of BB Utility Construction
Agreement.doc
8
EXHIBIT "A"
BID TABULATIONS
Average of Bid Items Hardrives of Delray,Inc.,d/b/a
Gateway Blvd&High Ridge Rd Contract for All Bidders Engineer's Estimate Heavy Civil Inc. Hardrives,Inc. R&D Paving,LLC
PBC PROJECT#2015511
Item# Item Descrption QIy. Units Unit Price knit Price Unit Price Amount Unit Price Amount lnit Price Amount
ROADWAY ITEMS
1 Mobilization 1.00 LS $ 129,130.04 $ 46,708.90 $ 130,240.95 $ 130,240.95 $ 87,780.00 $ 87,780.00 $ 68,600.00 $ 68,600.00
2 Maintenance of Traffic(incl.Pedestrian M.O.T.) 1.00 LS $ 81,816.00 $ 46,708.90 $ 50,525.00 $ 50,525.00 $ 52,327.00 $ 52,327.00 $ 54,000.00 $ 54,000.00
3 Clearing and Grubbing 1.00 LS $ 69,64833 $ 46,708.90 $ 19,800.00 5 19,800.00 $ 71,330.00 $ 71,330.00 $ 90,000.00 $ 90,000.00
4 Regular Excavation 1,137.00 CY $ 21.08 $ 9.50 $ 11.50 $ 13,075.50 $ 13.76 $ 15,645.12 $ 48.75 $ 55,428.75
5 i Embankment(Compacted in Place) 201.00 CY $ 20.61 $ 14.50 $ 20.25 $ 4,070.25 $ 6.84 $ 1,374.84 $ 25.00 $ 5,025.00
6Optional Base Group 13 2,356.00 SY $ 48.21 $ 30.00 $ 65.50 $ 154,318.00 $ 46.12 $ 108,658.72 $ 52.40 $ 123,454.40
-1
7 Mill Existing Asphalt Pavement(1"Avg.Thickness) 17,671.00 SY $ 3.04 $ 1.97 $ 2.85 $ 50,362.35 $ 3.09 $ 54,603.39 $ 2.10 $ 37,109.10
8 Miscellaneous Asphalt Pavement 11.00 TN $ 279.17 $ 206.50 $ 200.00 $ 2,200.00 $ 110.00 $ 1,210.00 $ 360.00 $ 3,960.00
9 Superpave Asphalt Concrete(Traffic Level C)(1.5") 201.00' TN $ 178.02 $ 111.45 $ 146.50 $ 29,446.50 $ 153.40 $ 30,833.40 $ 187.00 $ 37,587.00
i
10 Structural Overbuild(SP)(1/2"Avg.Thickness) 18.00 TN $ 281.70 $ 111.45 $ 244.00 $ 4,392.00 $ 297.67 $ 5,358.06 $ 187.00 $ 3,366.00
11 Asph.Concrete Friction Course(1.0")(FC-9.5)Rubber 1,186.00 TN $ 174.94 $ 106.65 $ 146.50 $ 173,749.00 $ 166.15 $ 197,053.90 $ 170.00 S 201,620.00
12 Class I Concrete(Gravity Wall) 6.00 CY $ 65132 $ 360.00 $ 565.00 $ 3,390.00 $ 566.50 $ 3,399.00 $ 580.00 $ 3,480.00
13 Control Strictures(Type J-5) 1.00 EA $ 11,21030 $ 9,500.00 $ 8,062.00 $ 8,062.00 $ 11,211.24 $ 11,211.24 $ 11,220.00 $ 11,220.00
14 Inlets(Curb)(Type P-5)>10' 2.00 EA $ 8,370.72 $ 6,600.00 $ 5,375.00 S 10,750.00 $ 8,285.74 $ 16,571.48 $ 8,800.00 $ 17,600.00
15 Inlets(Curb)(Type P-6) 1.00 EA $ 7,732.85 $ 5,006.50 $ 5,985.00 $ 5,985.00 $ 8,408.48 $ 8,408.48 $ 7,450.00 $ 7,450.00
16 Inlets(Curb)(Type J-5) 1.00 EA $ 9,848.26 $ 8,110.00 $ 4,925.00 $ 4,925.00 $ 7,67032 $ 7,670.32 $ 9,240.00 $ 9,240.00
17 Pipe Culvert(18")Optional Material 145.00 LF $ 106.45 $ 91.00 $ 85.00 $ 12,325.00 $ 67.22 $ 9,746.90 $ 140.00 $ 20,300.00
18 French Drains(18"Dia)(incl.Ballast Rock&Filter Fabric) 230.00 LF $ 175.34 $ 155.00 $ 122.00 $ 28,060.00 $ 220.00 $ 50,600.00 $ 165.00 $ 37,950.00
19 Storm Sewer Pumping'(Exist.)(24'or less)(See SP's) 259.00 LF $ 20.69 $ 15.00 $ 31.50 5 8,158.50 $ 8.80 $ 2,279.20 $ 6.60 $ 1,709.40
20 Concrete Curb&Gutter (Type E) 196.00 LF $ 33.67 $ 36.50 $ 41.00 $ 8,036.00 $ 31.86 $ 6,244.56 $ 36.90 $ 7,232.40
21 Concrete Curb&Gutter(Type F) 2,421.00 LF $ 24.46 $ 18.60 $ 27.00 $ 65,367.00 $ 23.15 $ 56,046.15 $ 27.75 $ 67,182.75
22 Conc Sidewalk(4"Thick) 1,118.00 SY $ 46.50 $ 42.50 $ 48.00 $ 53,664.00 $ 48.50 $ 54,223.00 $ 52.10 $ 58,247.80
23 Guardrail(Roadway) 278.00 LF $ 2333 $ 42.50 $ 22.50 $ 6,255.00 $ 22.78 $ 6,332.84 $ 25.30 $ 7,033.40
24 End Anchorage Assemblies(Type II) 2.00 EA $ 2,317.68 $ 1,149.00 $ 2,235.00 S 4,470.00 S 2,266.92 5 4,533.84 $ 2,500.00 $ 5,000.00
25 Sodding 2,913.00 SY 5 4.90 $ 2.59 $ 4.85 $ 14,128.05 $ 435 S 12,671.55 $ 5.25 $ 15,293.25
26 Conduit,F&I,PBC Traffic ITS 223.00 LF 5 23.84 $ 10.00 $ 9.80 S 2,185.40 $ 8.25 5 1,839.75 S 35.00 $ 7,805.00
27 Conduit,Abandon,PBC Traffic ITS 206.00 LF 5 4.43 $ 1.92 $ 2.75 $ 566.50 S 3.30 5 679.80 $ 5.00 $ 1,030.00
28 Pull Box PBC Traffic ITS 1.00 EA $ 1.1 14.53 $ 1,457.56 $ 1,573.00 S 1,573.00 $ 1,320.00 $ 1,320.00 $ 880.95 5 880.95
SUBTOTAL(ROADWAY) $ 870,080.00 $ 879,952.54 $ 958,805.20
SIGNALIZATION ITEMS
29 630-2-11 CONDUIT,(F&I)(OPEN TRENCH) 50.00 LF S 8.00 $ 7.25 $ 9.80 S 490.00 $ 6.60 $ 330.00 $ 5.10 S 255.00
30 630-2-12 CONDUIT(F&I)(DIRECTIONAL BORE) 695.00 LF $ 3532 $ 14.50 $ 23.85 S 16,575.75 $ 20.09 $ 13,962.55 $ 44.10 $ 30,649.50
31 632-7-1 CABLE(SIGNAL)(NEW OR RECONSTRUCTED INTERSECTION) 1.001 P1 1 $ 7,659.41 $ 5,400.00 $ 9,227.00 I $ 9,227.00 $ 7,150.00 $ 7,150.00 $ 6,342.00 $ 6,342.00
Page 1 of 7
BID TABULATIONS
Average of Bid Items Hardrives of Delray,Inc.,d/b/a
Gateway Blvd&High Ridge Rd Contract Engineer's Estimate Heavy Civil Inc. R&D Paving,LLC
for All Bidders Hardrives,Inc.
PBC PROJECT#2015511
Item# Item Descrption Qty. Units Unit Price Unit('rice Lnit Price Amount Unit Price Amount Unit Price Amount
32 633-2-32 FIBER OPTIC CONNECTION,INSTALL,TERMINATE 1.00 EA $ 2,477.86 $ 65.00 $ 271.50 $ 271.50 $ 55.00 $ 55.00 $ 3,307.50 $ 3,307.50
33 635-2-11 PULL&SPLICE BOX(F&I)(13"X24"COVER SIZE) 19.00 EA $ 734.29 $ 650.00 $ 814.00 a 15,466.00 $ 715.00 $ 13,585.00 $ 586.95 $ 11,152.05
34 639-1-122 ELECTRICAL POWER SERVICE(F&I)(UNDERGROUND)(METER 1.00 AS $ 2,04737 $ 1,000.00 $ 1,900.00 $ 1,900.00 $ 2,794.00 $ 2,794.00 $ 1,044.75 $ 1,044.75
PIIRCHARFr)RY CUNTRACT_GEH
35 639-1-130 ELECTRICAL POWER SERVICE,METER CAN/BOX 1.00 AS $ 1,151.96 $ 550.00 $ 923.00 $ 923.00 $ 192.50 $ 192.50 $ 523.95 $ 523.95
36 639-2-1 ELECTRICAL SERVICE WIRE 50.00 LF $ 4.99 $ 5.25 $ 4.34 $ 217.00 $ 6.60 $ 330.00 $ 4.75 $ 237.50
37 639-3-11 ELECTRICAL SERVICE DISCONNECT 1.00 EA $ 954.24 $ 1,000.00 $ 815.00 $ 815.00 $ 1,446.50 $ 1,446.50 $ 509.25 $ 509.25
38 641-2-12 PRESTRESSED CONCRETE POLE(F&I)(TYPE P-II SERVICE POLE) 1.00 EA $ 1,382.14 $ 1,250.00 $ 1,250.00 $ 1,250.00 $ 1,375.00 $ 1,375.00 $ 1,165.50 $ 1,165.50
39 641-2-80 PRESTRESSED CONCRETE POLE REMOVAL-POLE 30'AND GREATEI 4.00 EA $ 6,660.95 $ 3,200.00 $ 5,970.00 $ 23,880.00 $ 2,420.00 $ 9,680.00 $ 7,255.50 $ 29,022.00
40 646-1-11 ALUMINUM SIGNAL POLE(PEDESTAL) 6.00 EA $ 1,724.86 $ 1,100.00 $ 543.00 $ 3,258.00 $ 1,402.50 $ 8,415.00 $ 2,278.50 $ 13,671.00
41 641-2-18 PRESTRESSED CONCRETE POLE(F&I)(TYPE P-VIII) 4.00 EA $ 14,152.68 $ 12,500.00 $ 14,655.00 $ 58,620.00 $ 16,178.05 $ 64,712.20 $ 12,978.00 $ 51,912.00
42 650-1-14 TRAFFIC SIGNAL(F&I)(ALUMINUM)(3 SECTION)(1 WAY) 17.00 AS $ 1,247.50 $ 975.00 $ 1,303.00 $ 22,151.00 $ 1,083.50 $ 18,419.50 $ 1,144.50 $ 19,456.50
43 650-1-19 TRAFFIC SIGNAL(F&I)(ALUMINUM)(5 SECTION)(CLUSTER)(1 WAY) 4.00 AS $ 1,823.82 $ 1,500.00 $ 1,655.00 $ 6,620.00 $ 1,595.00 $ 6,380.00 $ 1,795.50 $ 7,182.00
44 653-1-11 SIGNAL PED(F&I)(LED)(COUNT DOWN)(1 WAY) 4.00 AS $ 799.08 $ 800.00 $ 645.00 S 2,580.00 $ 770.00 $ 3,080.00 $ 830.55 $ 3,322.20
45 653-1-12 SIGNAL PED(F&I)(LED)(COUNT DOWN)(2 WAYS) 2.00 AS $ 1,404.56 $ 1,100.00 $ 1,045.00 S 2,090.00 $ 1,215.50 $ 2,431.00 $ 1,480.50 $ 2,961.00
46 660-2-106 LOOP ASSEMBLY(F&I)(TYPE F) 21.00 AS $ 1,292.44 $ 1,200.00 $ 1,440.00 $ 30,240.00 $ 935.00 $ 19,635.00 $ 959.70 $ 20,153.70
47 665-1-11 PEDESTRIAN DETECTOR(F&I)(STANDARD) 8.00 EA S 18635 $ 225.00 $ 190.00 $ 1,520.00 $ 192.50 $ 1,540.00 $ 150.15 $ 1,201.20
48 670-5-111 TRAFFIC CONTROLLER,ASSEMBLY(F&I)(NEMAX1 PRE EMPTION) 1.00 AS $ 38,713.63 $ 37,000.00 $ 34,735.00 $ 34,735.00 $ 33,275.00 $ 33,275.00 $ 39,669.00 $ 39,669.00
670-5-600 TRAFFIC CONTROLLER ASSEMBLY(REMOVE CONTROLLER WITH 1.00 AS $ 92231 $ 550.00 $ 1,248.00 $ 1,248.00 $ 1,100.00 $ 1,100.00 $ 624.75 $ 624.75
CABINET)
50 684-1-1 MANAGED FIELD ETHERNET SWITCH 1.00 EA $ 3,169.89 $ 2,500.00 $ 195.50 $ 19530 $ 5,335.00 $ 5,335.00 $ 3,570.00 $ 3,570.00
51 685-1-11 UNINTERRUPTIBLE POWER SUPPLY(F&I)(LINE INTERACTIVE) 1.00 EA $ 5,511.86 $ 7,000.00 $ 5,210.00 $ 5,210.00 $ 9,212.50 $ 9,212.50 $ 3,402.00 $ 3,402.00
52 700-3-202 SIGN PANEL(F&I)(OVERHEAD MOUNT)(UP TO 20 SF) 8.00 EA $ 984.85 $ 800.00 $ 710.00 $ 5,680.00 $ 1,144.00 $ 9,152.00 $ 948.15 $ 7,585.20
SUBTOTAL(SIGNALIZATION) 5 215,162.75 5 233,587.75 5 258,919.55
UTILITY ITEMS
53 10"WM Removal&Disposal 260.00 LF S 25.51 $ 15.00 S 26.00 $ 6,760.00 $ 46.07 $ 11,978.20 $ 16.50 S 4,290.00
54 10"DIP WM 260.00 LF $ 71.79 $ 90.00 $ 52.00 $ 13,520.00 $ 77.40 $ 20,124.00 $ 73.70 $ 19,162.00
55 10"-22.5-45 Degree Bend 6.00 EA $ 80131 $ 320.00 $ 820.00 $ 4,920.00 $ 630.80 $ 3,784.80 $ 780.00 $ 4,680.00
56 Megalug Joint Restraint(10") 17.00 EA $ 510.15 $ 667.00 $ 360.00 $ 6,120.00 $ 255.90 $ 4,35030 $ 485.00 $ 8,245.00
57 10"Line Stopping 2.00 EA $ 10,109.02 $ 6,200.00 $ 5,535.00 $ 11,070.00 $ 13,046.00 $ 26,092.00 $ 9,460.00 $ 18,920.00
58 16"WM Removal&Disposal 180.00 LF $ 29.44 $ 20.00 $ 28.00 $ 5,040.00 $ 66.55 $ 11,979.00 $ 16.50 $ 2,970.00
59 16"-DIP WM 180.00 LF $ 131.09 $ 150.00 $ 89.50 $ 16,110.00 $ 136.37 $ 24,546.60 $ 126.00 $ 22,680.00
60 16"-22.5-45 Degree Bend 4.00 EA $ 1,897.17 $ 975.00 $ 1,555.00 $ 6,220.00 $ 1,119.42 $ 4,477.68 $ 1,430.00 $ 5,720.00
61 Megalug Joint Restraint(16") 11.00 EA $ 1,222.60 $ 1,370.00 $ 790.00 $ 8,690.00 $ 505.22 $ 5,557.42 $ 1,320.00 $ 14,520.00
62 16"Line Stopping 1.00 EA $ 17,405.92 $ 10,500.00 $ 11,050.00 $ 11,050.00 $ 20,377.50 $ 20,377.50 $ 16,720.00 $ 16,720.00
Page 2 of 7
BID TABULATIONS
GatewayBlvd&Hi h Rid a Rd Contract Average of Bid Items Engineer's Estimate heavy Civil Inc. Hardrives of Delray,Inc,,d/b/a R&D Paving,LLC
g g for All Bidders Hardrives,Inc.
PBC PROJECT#2015511
Item# Item Descrption tits. knits Unit Price Unit Price Unit Price Amount Unit Price Amount Unit Price Amount
63 Tie Rods(Secondary Joint Restraints)(See TSP) 1.00 LS S 7.102.63 $ 1,500.00 S 2,335.00 S 2,335.00 $ 3,509.01 5 3,509.01 S 12.000.00 5 12,000.00
SUBTOTAL(UTILITY) $ 91,835.00 $ 136,776.51 $ 129,907.00
CONTINGENCY ITEMS
64 Class I Concrete(Miscellaneous) 25.00 CY S 305.17 $ 390.23 S 488.00 $ 12,200.00 $ 275.00 S 6,875.00 $ 250.00 $ 6,250.00
65 Flowable Fill 15.00 CY $ 245.73 $ 205.03 S 215.00 $ 3,225.00 $ 275.00 S 4,125.00 $ 250.00 $ 3,750.00
66 Premium for Conflict Condition(See SP's) 1.00 EA $ 7,037.83 $ 54.50 $ 9,905.00 $ 9,905.00 $ 8,250.00 $ 8,250.00 $ 4,400.00 $ 4,400.00
67 Changeable(Variable Message)Sign(Non MOT) 15.00 ED $ 31.84 $ 65.50 $ 13.00 S 195.00 $ 14.52 $ 217.80 $ 25.00 $ 375.00
68 Traffic Control Officer(Non MOT) 20.00 HR $ 74.42 $ 3,322.15 $ 70.00 $ 1,400.00 $ 99.00 $ 1,980.00 $ 75.00 $ 1,500.00
69 Storm Sewer Cleaning(Exist.)(24"Or Less)(See SP's) 259.00 LF $ 820 $ 10.11 $ 14.75 $ 3,820.25 $ 6.60 $ 1,709.40 $ 6.60 $ 1,709.40
70 Remove Trees 30.00 EA 5 629.42 $ 1,000.00 $ 750.00 $ 22,500.00 $ 797.50 i $ 23.925.00 $ 720.00 $ 21,600.00
SUBTOTAL(CONTINGENCY) $ 53,245.25 $ 47.082.20 $ 39,584.40
TOTAL BID $ 1,260,323.00 $ 1,297,399.00 $ 1,387,216.15
Page 3 of 7
BID TABULATIONS
Gateway Blvd& High Ridge Rd Contract J.W.Cheatham,LLC FG Construction,LLC Ranger Construction Industries,Inc.
PBC PROJECT#2015511 .
Item# i Item Descrption Qty. Units Unit Price Amount l nit Price Amount Init Price. Amount
ROADWAY ITEMS
1 Mobilization 1.00 LS $ 136,999.00 $ 136,999.00 $ 123,020.28 $ 123,020.28 $ '_'_s.I4 .UII $ 228,140.00
2 Maintenance of Traffic(incl.Pedestrian M.O.T.) 1.00 LS $ 71,593.00 $ 71,593.00 $ 30,240.00 $ 30,240.00 $ 232,211.00 $ 232,211.00
3 Clearing and Grubbing 1.00 LS $ 155,103.00 $ 155,103.00 S 25,760.00 $ 25,760.00 $ 55,897.00 $ 55,897.00
4 Regular Excavation 1,137.00 CY $ 30.00 5 34,110.00 $ 10.92 $ 12,416.04 $ 11.57 5 13,155.09
5 Embankment(Compacted in Place) 201.00 CY $ 30.00 $ 6,030.00 $ 20.14 $ 4,048.14 $ 21.40 $ 4,301.40
6 Optional Base Group 13 2,356.00 SY $ 26.95 $ 63,494.20 $ 70.56 $ 166,239.36 $ 27.73 $ 65,331.88
7 Mill Existing Asphalt Pavement(1"Avg.Thickness) 17,671.00 SY $ 4.00 $ 70,684.00 $ 2.99 $ 52,836.29 $ 3.22 $ 56,900.62
8 Miscellaneous Asphalt Pavement 11.00 TN $ 350.00 $ 3,850.00 $ 224.00 $ 2,464.00 $ 431.00 $ 4,741.00
9 Superpave Asphalt Concrete(Traffic Level C)(1.5") 201.00 TN $ 142.50 $ 28,642.50 $ 224.53 $ 45,130.53 $ 214.20 $ 43,054.20
10 Structural Overbuild(SP)(1/2"Avg.Thickness) 18.00 TN $ 142.50 $ 2,565.00 $ 224.00 $ 4,032.00 $ 595.00 $ 10,710.00
11 Mph.Concrete Friction Course(1.0")(FC-9.5)Rubber 1,186.00 TN $ 164.35 $ 194,919.10 $ 228.63 $ 271,155.18 $ 174.00 $ 206,364.00
12 Class I Concrete(Gravity Wall) 6.00 CY $ 557.00 $ 3,342.00 $ 526.40 $ 3,158.40 $ 1,113.00 $ 6,678.00
13 Control Structures(Type J-5) 1.00 EA $ 11,016.00 $ 11,016.00 $ 14,027.56 $ 14,027.56 $ 11,725.00 $ 11,725.00
14 Inlets(Curb)(Type P-5)>10' 2.00 EA $ 8,673.00 $ 17,346.00 $ 9,860.60 $ 19,72120 $ 9,230.00 $ 18,460.00
15 Inlets(Curb)(Type P-6) 1.00 EA $ 7,323.00 $ 7,323.00 $ 9,436.60 $ 9,436.60 S 7,794.00 $ 7,794.00
16 Inlets(Curb)(Type J-5) 1.00 EA $ 9,072.00 S 9,072.00 $ 18,527.04 $ 18,527.04 $ 9,655.20 $ 9,655.20
17 Pipe Culvert(18")Optional Material 145.00 LF $ 141.00 $ 20,445.00 $ 56.02 $ 8,122.90 $ 149.45 $ 21,670.25
18 French Drains(18"Dia)(incl.Ballast Rock&Filter Fabric) 230.00 LF $ 162.00 $ 37,260.00 $ 210.59 $ 48,435.70 $ 172.42 $ 39,656.60
19 Storm Sewer Pumping"(Exist.)(24"or less)(See SP's) 259.00 LF $ 6.50 $ 1,683.50 $ 63.84 $ 16,534.56 $ 6.90 $ 1,787.10
20 Concrete Curb&Gutter (Type E) 196.00 LF $ 20.00 $ 3,920.00 $ 31.21 5 6,117.16 $ 41.02 $ 8,039.92
21 Concrete Curb&Gutter(Type F) 2,421.00 LF $ 14.00 $ 33,894.00 $ 31.36 S 75,922.56 $ 23.48 $ 56,845.08
22 Conc Sidewalk(4"Thick) 1,118.00 SY $ 40.00 S 44,720.00 $ 43.12 $ 48,208.16 S 4725 $ 52,825.50
23 Guardrail(Roadway) 278.00 LF $ 22.40 5 6,227.20 $ 2320 $ 6,449.60 $ 23.80 S 6,616.40
24 End Anchorage Assemblies(Type II) 2.00 EA $ 2,226.00 $ 4,452.00 $ 2,308.14 $ 4,616.28 5 2,370.00 $ 4,740.00
25 Sodding 2,913.00 SY $ 4.50 S 13,108.50 $ 4.65 $ 13,545.45 $ 5.80 $ 16,895.40
26 Conduit,F&I;PBC Traffic ITS 223.00 LF 5 36.00 $ 8,028.00 $ 15.67 S 3,494.41 $ 38.30_$ 8,540.90
27 Conduit,Abandon,PBC Traffic ITS 206.00 LF $ 0.90 $ 185.40 $ 5.41 S 1,114.46 $ 9.20 $ 1,895.20
28 Pull Box PBC Traffic ITS 1.00 EA $ 906.00 $ 906.00 $ 1,042.83 $ 1,042.83 $ 964.40 $ 964.40
SUBTOTAL(ROADWAY) $ 990,918.40 $ 1,035,816.69 $ 1,195,595.14
SIGNALIZATION ITEMS
29 .630-2-11 CONDUIT,(F&I)(OPEN TRENCH) 50.00 LF $ 5.23 $ 262_50 $ 15.67 S 783.50 $ 5.57 $ 278.50
30 630-2-12 CONDUIT(F&I)(DIRECTIONAL BORE) 695.00 LF 5 45.50 S 31,622.50 $ 30.07 $ 20,898.65 $ 48.30- $ 33,568.50
31 632-7-1 CABLE(SIGNAL)(NEW OR RECONSTRUCTED INTERSECTION) 1.00 PI $ 6,523.00 $ 6,523.00 $ 9,771.43 5 9,771.43 5 6,943.00 $ 6,943.00
Page 4 of 7
BID TABULATIONS
Gateway Blvd& High Ridge Rd Contract .1.W.Cheatham,I.1.0 FG Construction,LLC Ranger Construction Industries,Inc.
PBC PROJECT#2015511
Item#
Item Descrption Qty. Units IL nit Price Amount Unit Price Amount Unit Price Amount
32 633-2-32 FIBER OPTIC CONNECTION,INSTALL,TERMINATE EA $ 3,402.00 $ 3,402.00 $ 4,210.15 $ 4,210.15 $ 3,621.00 $ 3,621.00
33 635-2-11 PULL&SPLICE BOX(F&I)(13"X24"COVER SIZE) 19.00 EA $ 604.00 $ 11,476.00 $ 1,042.81 $ 19,813.39 $ 643.00 $ 12,217.00
. rr - -r 1 1 - 1.00 AS $ 1,075.00 $ 1,075.00 $ 4,326.47 $ 4,326.47 $ 1,144.00 $ 1,144.00
34
35 639-1-130 ELECTRICAL POWER SERVICE,METER CAN/BOX 1.00 AS $ 539.00 $ 539.00 $ 4,15931 $ 4,159.31 $ 574.00 $ 574.00
36 639-2-1 ELECTRICAL SERVICE WIRE
50.00 LF $ 4.90 $ 245.00 $ 4.17 $ 208.50 $ 5.17 $ 258.50
37 639-3-11 ELECTRICAL SERVICE DISCONNECT 1.00 EA $ 524.00 $ 524.00 $ 1,870.71 $ 1,870.71 $ 560.00 $ 560.00
38 641-2-12 PRESTRESSED CONCRETE POLE(F&I)(TYPE P-II SERVICE POLE) 1.00 EA $ 1,199.00 $ 1,199.00 $ 2,023.32 $ 2,023.32 $ 1,280.00 $ 1,280.00
39 641-2-80 PRESTRESSED CONCRETE POLE REMOVAL-POLE 30'AND GREATE 4.00 EA $ 7,463.00 $ 29,852.00 $ 8,914.18 $ 35,656.72 $ 7,943.00 $ 31,772.00
40 646-1-11 ALUMINUM SIGNAL POLE(PEDESTAL) 6.00 EA $ 2,344.00 $ 14,064.00 $ 1,286.14 $ 7,716.84 $ 2,495.00 $ 14,970.00
41 641-2-18 PRESTRESSED CONCRETE POLE(F&I)(TYPE P-VIII) 4.00 EA $ 13,349.00 $ 53,396.00 $ 13,549.01 $ 54,196.04 $ 14,207.00 $ 56,828.00
42 650-1-14 TRAFFIC SIGNAL(F&I)(ALUMINUM)(3 SECTION)(1 WAY) 17.00 AS $ 1,177.00 $ 20,009.00 $ 1,523.98 $ 25,907.66 $ 1,253.00 $ 21,301.00
43 650-1-19 TRAFFIC SIGNAL(F&I)(ALUMINUM)(5 SECTION)(CLUSTER)(1 WAY) 4.00 AS $ 1,847.00 $ 7,388.00 $ 2,084.43 $ 8,337.72 $ 1,966.00 $ 7,864.00
44 653-1-11 SIGNAL PED(F&I)(LED)(COUNT DOWN)(1 WAY) 4.00 AS $ 854.00 $ 3,416.00 $ 784.92 $ 3,139.68 $ 910.00 $ 3,640.00
45 653-1-12 SIGNAL PED(F&I)(LED)(COUNT DOWN)(2 WAYS) 2.00 AS $ 1,523.00 $ 3,046.00 $ 1,54235 $ 3,084.70 $ 1,621.00 $ 3,242.00
46 660-2-106 LOOP ASSEMBLY(F&I)(TYPE F) 21.00 AS $ 987.00 $ 20,727.00 $ 2,381.95 $ 50,020.95 $ 1,051.00 $ 22,071.00
47 665-1-11 PEDESTRIAN DETECTOR(F&I)(STANDARD) 8.00 EA $ 155.00 $ 1,240.00 $ 265.43 $ 2,123.44 $ 165.00 $ 1,320.00
48 670-5-111 TRAFFIC CONTROLLER,ASSEMBLY(F&I)(NEMAX1 PRE EMPTION) 1.00 AS $ 40,802.00 $ 40,802.00 $ 40,375.45 $ 40,375.45 $ 43,425.30 $ 43,425.30
670-5-600 TRAFFIC CONTROLLER ASSEMBLY(REMOVE CONTROLLER WITH49 1.00 AS $ 643.00 $ 643.00 $ 1,234.08 $ 1,234.08 $ 684.00 $ 684.00
CABINET)
50 684-1-1 MANAGED FIELD ETHERNET SWITCH 1.00 EA $ 3,672.00 $ 3,672.00 $ 2,336.85 $ 2,336.85 $ 3,910.00 $ 3,910.00
51 685-1-11 UNINTERRUPTIBLE POWER SUPPLY(F&I)(LINE INTERACTIVE) 1.00 EA $ 3,499.00 $ 3,499.00 $ 8,023.48 $ 8,023.48 $ 3,724.15 $ 3,724.15
52 ,700-3-202 SIGN PANEL(F&I)(OVERHEAD MOUNT)(UP TO 20 SF) 8.00 EA $ 975.00 $ 7,800.00 $ 1,093.92 $ 8,75136 S 1 03S.0n S 8,304.00
266,422.00 $ 318,970.40 $ 283,499.95
SUBTOTAL(SIGNALIZATION)
UTILITY ITEMS
53 10"WM Removal&Disposal 260.00 LF $ 17.00 $ 4,420.00 $ 30.24 $ 7,862.40 $ 17.25 $ 4,485.00
54 10"DIP WM 260.00 LF $ 73.00 $ 18,980.00 $ 77.60 $ 20,176.00 $ 77.02 $ 20,025.20
55 10"-22.5-45 Degree Bend 6.00 EA $ 767.00 S 4,602.00 $ 993.96 $ 5,963.76 $ 816.10 $ 4,896.60
56 Megalug Joint Restraint(10") 17.00 EA $ 475.00 $ 8,075.00 $ 978.98 $ 16,642.66 $ 506.00 $ 8,602.00
57 10"Line Stopping 2.00 EA $ 9,288.00 $ 18,576.00 $ 13,440.00 $ 26,880.00 $ 9,885.10 $ 19,770.20
58 16"WM Removal&Disposal 180.00 LF $ 17.00 $ 3,060.00 $ 31.36 $ 5,644.80 $ 17.25 $ 3,105.00
59 16"-DIP WM 180.00 LF $ 125.00 $ 22,500.00 $ 177.45 $ 31,941.00 $ 132.20 $ 23,796.00
60 16"-22.5-45 Degree Bend 4.00 EA S 1,404.00 $ 5,616.00 $ 4,38032 $ 17,521.28 $ 1,494.25 $ 5,977.00
61 Megalug Joint Restraint(16") 11.00 EA S 1,296.00 $ 14,256.00 $ 2,04438 $ 22,488.18 $ - 1,380.00 $ 15,180.00
62 16"Line Stopping 1.00 EA $ 16,416.00 $ 16,416.00 $ 22,400.00 $ 22,400.00 S 17,472.00 $ 17,472.00
Page 5 of 7
BID TABULATIONS
Gateway Blvd&High Ridge Rd Contract
J.W.Cheatham,I.LC FG Construction,LLC Ranger Construction Industries,Inc.
PBC PROJECT#2015511
item# Item Dcscrption (ltd. Units Unit Price
Amount Unit Price Amount Unit Price Amount
63 Tie Rods(Secondary Joint Restraints)(See TSP) 1.00 LS S 11,880.00 $ 11,880.00 $ 247.76 $
247.76 $ 12.644.00 $ 12.644 110
128,381.00 $ 177,767.84 5 135.953.1111
SUBTOTAL(UTILITY)
CONTINGENCY ITEMS9,150.00
25.00 CY $ 200.00 $ 5,000.00 $ 252.00 $ 6,300.00 $ 366.00 $
64 ,Class I Concrete(Miscellaneous) 3,276.00 $ 366.00 $ 5,490.00
65 Plowable Fill 15.00 CY $ 150.00 $ 2,250.00 $ 218.40
66 Premium for Conflict Condition(See SP's) 1.00 EA $ 4,320.00 $ 4,320.00 $ 10,752.00 $
10,752.00 $ 4,600.00 $ 4,600.00
67 Changeable(Variable Message)Sign(Non MOT) 15.00 ED $ 15.00 $ 225.00 $ 112.00 $ 1,680.00 $ 11.50 $
172.50
68 Traffic Control Officer(Non MOT) 20.00 HR $ 55.00 $ 1,100.00 $ 72.80 $
1,456.00 $ 74.72 $ 1,494.40
259.00 LF $ 6.50 $ 1,683.50 $ 7.84 $ 2,030.56 $ 6.90 $ 1,787.10
69 Storm Sewer Cleaning(Exist.)(24"Or Less)(See SP's) 10,350.00
70 Remove Trees 30.00 EA $ 324.00 $ 9,720.00 $ 840.00 $ 25,200.00 $ 345.00 $
24,298.50 5 50,694.56 5 33,044.00
SUBTOTAL(CONTINGENCY) $
$ 1,410,019.90 $ 1,583,249.49 $ 1,648,092.09
TOTAL BID
Page 6 of 7
. t•°' I
THE COUNTY DOES NOT GUARANTEE THE ACCURACY OF THE FORMULAS AND EXTENSIONS USED IN THIS SPREADSHEET.
THE ITEMS AND QUANTITIES ABOVE,SHALL GOVERN OVER THE PLANS.
PAY ITEM FOOTNOTES IN CONSTRUCTION PLANS SHALL ALSO BE INCLUDED IN ITEM UNIT PRICE.
Note# PAY ITEM FOOTNOTES
1 All costs for Maintenance of Traffic(MOT)and mobilization shall be considered incidental to,and shall be included in,unit prices for the pay
items.
2 All items shall include cost to furnish and install unless otherwise noted.
Pay Item 3-Includes removal of existing:drainage structures&pipes;culverts;signs;fence;hedge;curbs;traffic separators;sidewalk;asphalt;
3 base;concrete;guardrail;temporary construction detours;capping or modifying monitoring wells and any other items to be removed that are
not specifically covered under another separate pay item.Includes tree removal and trimming for utility installation.Includes all saw cutting as
shown on the plans or as directed by the engineer.
4 Pay items 20 and 21 shall include the cost of curb pad and drop curb.
5 Pay item 22-The cost of detectable warning surfaces and ADA ramps are included in the cost of this pay item.
6 Pay item 26-Cost of this pay item is for the straight line horizontal distance of the trench or bore,from pull box to pull box,with no allowance
for sweeps or vertical distance.No additional payment will be made for multiple runs of conduit within a trench or bore.
7 Pay item 55&60-90 degree pipe bends are not permitted.Only 45 or 22.5 degree bends are acceptable.
8 Pay Items 55 to 63-Incudes all costs assocated with pressure and health department testing
Page 7 of 7
EXHIBIT "B"
City of Boynton Beach
PROJECT NAME: Gateway Blvd. and High Ridge Rd.
PROJECT NUMBER: 2015511
CONTRACTOR: Hardrives of Delray, Inc.
ITEM QUANTITY/UNITS UNIT PRICE AMOUNT
City of Boynton Beach Utility Items
53 10" WM Removal & Disposal 260.00 LF $46.07 $11,978.20
54 10" DIP WM 260.00 LF $77.40 $20,124.00
55 10" -22.5-45 Degree Bend 6.00 EA $630.80 $3,784.80
56 Megalug Joint Restraint(10") 17.00 EA $255.90 $4,350.30
57 10" Line Stopping 2.00 EA $13,046.00 $26,092.00
58 16" WM Removal &Disposal 180.00 LF $66.55 $11,979.00
59 16" - DIP WM 180.00 LF $136.37 $24,546.60
60 16" - 22.5-45 Degree Bend 4.00 EA $1,119.42 $4,477.68
61 Megalug Joint Restraint(16") 11.00 EA $505.22 $5,557.42
62 16" Line Stopping 1.00 EA $20,377.50 $20,377.50
63 Tie Rods (Secondary Joint Restraints)
(See TSP) 1.00 LS $3,509.01 $3,509.01
City of Boynton Beach Utility total $136,776.51
City of Boynton Beach Grand Total Plus 20% Contingency $164,131.81
F:\ROADWAY\UTILITY COORDINATION\2015511_High Ridge at Gateway\City of BB Exhibit B.doc
1
F
EXHIBIT "B"
City of Boynton Beach
PROJECT NAME: Gateway Blvd. and High Ridge Rd.
PROJECT NUMBER: 2015511
CONTRACTOR: Hardrives of Delray, Inc.
ITEM QUANTITY/UNITS UNIT PRICE AMOUNT
City of Boynton Beach Utility Items
53 10" WM Removal & Disposal 260.00 LF $46.07 $11,978.20
54 10" DIP WM 260.00 LF $77.40 $20,124.00
55 10" - 22.5-45 Degree Bend 6.00 EA $630.80 $3,784.80
56 Megalug Joint Restraint(10") 17.00 EA $255.90 $4,350.30
57 10" Line Stopping 2.00 EA $13,046.00 $26,092.00
58 16" WM Removal &Disposal 180.00 LF $66.55 $11,979.00
59 16" - DIP WM 180.00 LF $136.37 $24,546.60
I60 16" - 22.5-45 Degee Bend 4.00 EA $1,119.42 $4,477.68
61 Megalug Joint Restraint (16") 11.00 EA $505.22 $5,557.42
62 16" Line Stopping 1.00 EA $20,377.50 $20,377.50
63 Tie Rods (Secondary Joint Restraints)
(See TSP) 1.00 LS $3,509.01 $3,509.01
City of Boynton Beach Utility total $136776.51
City of Boynton Beach Grand Total Plus 20% Contingency $164,131.81
F:\ROADWAY\UTILITY COORDINATION\2015511_High Ridge at Gateway\City of BB Exhibit B.doc
1