31
----------------------------------------------------- ------------------------------------------------------ Agenda Item is over 50 pages; may be Agenda Item #: 3-C-10 viewed in the Minutes Depruiment PALM BEACH COUNTY BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date: May 5, 2020 [X] Consent [ ] Regular [ ] Workshop [ ] Public Hearing Department: Engineering & Public Works Submitted By: Engineering & Public Works Submitted For: Roadway Production Division ============================::!:======================--===========-...---=== EXECUTIVE BRIEF Motion and Title: Staff recommends motion to: A) approve a contract with FG Construction, LLC (FGC) in the amount of $754,989.28 for the construction of Kudza Road over the Lake W 01ih Drainage District (LWDD) L-8 Canal (Project); B) receive and file an interlocal agreement with the Village of Palm Springs (Village) for joint participation and project funding for construction of utility adjustments in the amount of $174,103.56 for the project; and C) approve a budget amendment of $174,104 in the Transportation Improvement Fund to recognize reimbursement funding from the Village and appropriate it to the project. SUMMARY: Approval of this contract and budget amendment will allow Palm Beach County to issue a notice to proceed to FGC, a Broward County based company, to beginfaonstruction of the project. The project consists of the demolition and removal of the existing over the LWDD L-8 Canal on Kudza Road. The bridge will be replaced with a 6' x 12' concrete box culvert crossing. Paving improvements and utility improvements are also included. The budget amendment will recognize reimbursement funding from the Village, as agreed to in the interlocal agreement, for utility work they requested. The Village shall be responsible for operation and maintenance of the utility work upon completion of the project. The Goal Setting Committee set a 20% minimum mandatory Small Business Enterprise (SBE) paiiicipation goal for this contract as the Affirmative Procurement Initiative on August 21, 2019. FGC has agreed to 21.4 % SBE participation. FGC was the lowest responsive bidder of four. Time to complete all work under this contract shall be no more than 180 calendar days. This project is funded by the infrastructure sales tax. District 2 (YBH) Background and Justification: Bids for the project were received by the Engineering Department on November 9, 2019. Attachments: 1. Location Map 2. Contract (3) 3. Office of Equal Business Oppo1iunity Compliance Review 4. Bid Tabulation 5. Interlocal Agreement with the Village of Palm Springs 6. Budget Amendment by:Y1lH!fEL ..2.-. 4 County Engineer Date Approved By: ___ _____ ____________ 1_/ &_l-- __ Assistant County Administrator Date F:\ROADWAJ'\AJS\2017\2017513\2017513A AIS.DOC

PROJECT NO. 2017513 · Affirmative Procurement Initiative (API) for Construction: 20% minimum mandatory SBE participation, established for the above-mentioned project, which opened

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

Page 1: PROJECT NO. 2017513 · Affirmative Procurement Initiative (API) for Construction: 20% minimum mandatory SBE participation, established for the above-mentioned project, which opened

-----------------------------------------------------

------------------------------------------------------

Agenda Item is over 50 pages may be Agenda Item 3-C-10 viewed in the Minutes Depruiment

PALM BEACH COUNTY BOARD OF COUNTY COMMISSIONERS

AGENDA ITEM SUMMARY

Meeting Date May 5 2020 [X] Consent [ ] Regular [ ] Workshop [ ] Public Hearing

Department Engineering amp Public Works Submitted By Engineering amp Public Works Submitted For Roadway Production Division ==================================================--===========----===

EXECUTIVE BRIEF

Motion and Title Staff recommends motion to

A) approve a contract with FG Construction LLC (FGC) in the amount of $75498928 for the construction of Kudza Road over the Lake W 01ih Drainage District (L WDD) L-8 Canal (Project)

B) receive and file an interlocal agreement with the Village of Palm Springs (Village) for joint participation and project funding for construction of utility adjustments in the amount of $17410356 for the project and

C) approve a budget amendment of$174104 in the Transportation Improvement Fund to recognize reimbursement funding from the Village and appropriate it to the project

SUMMARY Approval of this contract and budget amendment will allow Palm Beach County to issue a notice to proceed to FGC a Broward County based company to beginfaonstruction of the project The project consists ofthe demolition and removal of the existing bri~ge over the L WDD L-8 Canal on Kudza Road The bridge will be replaced with a 6 x 12 concrete box culvert crossing Paving improvements and utility improvements are also included The budget amendment will recognize reimbursement funding from the Village as agreed to in the interlocal agreement for utility work they requested The Village shall be responsible for operation and maintenance ofthe utility work upon completion of the project The Goal Setting Committee set a 20 minimum mandatory Small Business Enterprise (SBE) paiiicipation goal for this contract as the Affirmative Procurement Initiative on August 21 2019 FGC has agreed to 214 SBE participation FGC was the lowest responsive bidder offour Time to complete all work under this contract shall be no more than 180 calendar days This project is funded by the infrastructure sales tax District 2 (YBH)

Background and Justification Bids for the project were received by the Engineering Department on November 9 2019

Attachments 1 Location Map 2 Contract (3) 3 Office ofEqual Business Oppo1iunity Compliance Review 4 Bid Tabulation 5 Interlocal Agreement with the Village ofPalm Springs 6 Budget Amendment

Re~ded byY1lHfEL ~ 2- ~ 4 -zv-zcgt~u County Engineer Date

Approved By___ _________________1_f_~__o~_amp_l-- 1~ __ Assistant County Administrator Date

FROADWAJAJS201720175132017513A AISDOC

II FISCAL IMPACT ANALYSIS

A Five Year Summary of Fiscal Impact

Fiscal Years 2020 2021 2022 2023 2024 Capital Expenditures ~8463771 -0shy -0shy -0shy __1 Operating Costs -0shy -0shy -0shy -0shy __1 External Revenues ($174~104) -0shy -0shy -0shy __1 Program Income (County) -0shy -0shy -0shy -0shy __1 In-IGnd Match (County) -0shy -0shy -0shy -0shy __1 NET FISCAL IMPACT $672~667 -0shy -0shy -0shy __1 ADDITIONAL FTE POSITIONS (Cumulative)

Is Item Included in Current Budget Yes No X Does this item include the use of federal funds Yes No X

Budget Account No Fund 3500 Dept 361 Unit 1520 RsrcObject 69488101 $17410400 Fund 3950 Dept 361 Unit 1520 Object 6571-C021 $672 667 00

Recommended Sources of FundsSummary of Fiscal Impact Transportation Improvement Fund Kudza Road over LWDD Lat8 Canal (934312) Local Government One-Cent Infrastructure Surtax Kudza Road over LWDD LatB Canal (934312)

Construction Contract $75498928 Contingency $ 2265000 Testing Lab $ 600000 Traffic Striping $ 173172 Staff Costs shy

Roadway Production $ 2265000 Roadway Production (Survey) $ 755000 Construction Coordination $ 3020000 Traffic $ 100000

Total Construction Costs $84677100 Reimbursable Items

Village of Palm Springs ($17410356) Fiscal Impact $672 667 44

Note Sales tax funding from FY 2017 for $150000 and FY 2019 for $550000 for Kudza Road over LWDD Lat8 Canal (934312) An amendment to the Infrastructure Surtax Project Plan on March 17 2020 increased funding by $175000 for this project

c Departmental Fiscal Review --=middot=------ialillI~J1~1ll~lJ~)1~_~-=tL-=---------

III REVIEW COMMENTS

A Fiscal andor Contract Dev and Control Comments

Assistant County Attorney

C Other Department Review

Department Director

This summary is not to be used as a basis for payment 2

FADM_SERFEED MEAGENDAPAGE2FY 202020137 CONST Kun(A~VlSEDDOC

ATIACHMENT1

PROJECT LOCATION

KUDZA ROAD OVER L WDD L-8 CANAL

PALM BEACH COUNTY PROJECT NO 2017513

LOCATION MAP

Alt-aLhMc n-l 5

63~ l o4 3

Office of Equal Business Opportunity

50 South Military Trail Suite 202

West Palm Beach FL 33415

(561) 616-6840

wwwpbcgovcomoebo

PALM BEACH COUNTY

OEBO

Palm Beachmiddot County Board of County Commissioners

Dave Kerner Mayor

Robert S Weinroth Vice Mayor

Hal R Valeche

Gregg K Weiss

Mary Lou Berger

Melissa McKinlay

Mack Bernard

County Administrator

Verdenla C Baker

An Equal Opportunity Affirmative Action Employer

~ printed on sustainable W and recycled paper

DATE December 5 2019

TO Holly B Knight P E Contracts Section Manager

FROM Angela D Smith Small Business Development Speclalist~2$(__ Office of Small Business Assistance middot

SUBJECT Compliance Review on Project No 2017513 Kudza Road over LWDD L-8 Canal

The following bids have been evaluated according to the provisions set forth for the

Affirmative Procurement Initiative (API) for Construction 20 minimum mandatory SBE

participation established for the above-mentioned project which opened on November

19 2019 The percentages are calculated with the amount less contingency and there is

no rounding

Bidder1 F G Construction LLC 2701 NW 55th Court

Tamarac FL 33309

Phone 954-766-4053 Total Bid Amount $75498928

SBE Prime No

Amount Less Contingency $73034743 Total API Achieved 214

EBO STATUS EXP DATE PERCENTAGE

FG CONSTRUCTION LLC NON-SSE 818

RAPID MILLING amp PAVING1 SSE 12122019 214

Bidder2

Phone

Total Bid Amount

SBE Prime Amount Less Contingency Total API Achieved

Johnson-Davis Inc 604 Hillbrath Drive

Lantana FL 33462 561-588-1170

$92502400

No

$91312900 209

1 Please note that Rapid Milling amp Paving expires on 121219 They are the sole SBE utilized to meet the required APL

Atta~tf~t S P~e ~ ot~

TEAM EBO STATUS EXPDATE PERCENTAGE

ALL PHASE INC SMBE-AA 5252020 99

RampD PAVING LLC SWBE 492022 103

MICHAEL B SCHORAH SBE 6212021 072

209

Bidder3 Ferreira Construction Southern Division 13000 SE Flora Avenue Hobe Sound FL 33455

Phone 772-286-5123 Total Bid Amount $94255760 SBE Prime No

Amount Less Contingency $92957260 Total API Achieved 2S8

TEAM EBO STATUS EXPDATE PERCENTAGE

PATHWAY ENTERPRISES SSE 6302022 168

AGRICULTURAL LAND SERVICES SWBE 1132022 0413

ATLAS SURVEYING amp MAPPING SBE 722022 118

BEAUDREAU LLC SBE 8112022 0236

KATHY A ROBINSON DB A BIRDS EVE VIEW SWBE 3242022 06

TRU TRUCKING INC SMBE-H 10262022 578

RADISE INTERNATIONAL LC SMBE-A 12122020 137

UTILITY SUPPLY Assoc INC SBE 8212022 144

THE PAVING LADY SMBE 1232020 509

N amp P CONSTRUCTION amp DEVELOPMENT INC SMBE 10232021 785

COASTAL WASTE amp RECYCLING

OF PALM BEACH COUNTY SBE 722021 106

RANGELINE TAPPING SERVICES INC SBE 2192021 597

258

Bidder4 Foster Marine Contractors 3180 Fairlane Farms Road Suite 1 Wellington FL 33414

Phone 561-683-0034 Total Bid Amount $956738902 SBE Prime No Amount Less Contingency $93193890

2 The bid tabulations provided by the PBC Department of Engineering for Foster Marine and the bid amount indicated on the schedule 1 did not match therefore percentages were recalculated based on the dollar amounts on the Letter of Intent Schedule 2 Percentages already provided on the schedule 2 were not recalculated This does not affect their responsiveness to the API

A-t~M-r~l3

f~e 3of3

Total API Achieved 205

TEAM EBO STATUS EXP DATE PERCENTAGE

UTILITY SUPPLY Assoc INC SBE 8212022 193

FINE LINE STRIPING SBE 5292021 55

EampN CONSTRUCTION SMWBE-A 9232022 1622

DENNISJ LEAVY ampASSOCIATES SBE 2242022 183

205

EVALUATION

All bidders evaluated are responsive to the aforementioned API Please see reference

notes for FG Construction LLC and Foster Marine Contractors Inc

BID TABULATIONS

KUDZA ROAD OVERLWDD L-8 CANAL ENGINEERSAVERAGE

middotcoNTRACT ESTIMATE

cgt_o=- middotbullmiddotrshy ~--middotPBC-PROJECT 2017513 middot -c~middot middot lt middotgt c _ middot ~ middotmiddot middot bullmiddot bull middotmiddot middot -middotbull middot-Cc C _ _middotmiddotCc -~ --~ -_--~~ ---middot---~ --shy -_ -middotgt __]shy -shy ---~= ~--- - -=shy ~middot- bull - middot-----shy --~ -shy ~ -shy ~- - _--- middot _bull

ITEM I ITEM DESCRIPTION I QTY IUNITS UNIT PRICE UNIT PRICE

ROADWAY ITEMS

1 Mobilization 1 LS $ 6820109 $ 5000000

2 Maintenance ofTraffic (incl Pedestrian MOT) 1 LS $ 2548795 $ 400000

3 Removal ofExisting Structure 1 LS $ 7436225 $ 8000000

4 Removal Pedestrian Bridge 1 LS $ 1224212 $ 1200000

5 Clearing and Grubbing 1 LS $ 2571193 $ 1000000

6 Floating Turbidity Barrier 1 LS $ 167516 $ 252000

7 Regular Excavation 96 CY $ 2911 $ 769

8 Embankment (Compacted in Place) 115 CY $ 1950 $ 1289

9 Optional Base Group 7 975 SY $ 2888 $ 1079

10 Superpave Asphalt Concrete (Traffic Level C) 88 TN $ 25086 $ 16036

11 Asph Concrete Friction Course (10) (FC-95) Rubber 67 TN $ 32790 $ 14719

12 Mill Existing Asphalt Pavement ( 1 ) 411 SY $ 2614 $ 274

13 Adjust Valve Boxes 1 EA $ 31021 $ 39425

14 Adjust Manhole 1 EA $ 54098 $ 88800

15 Concrete Curb amp Gutter (Type F) 295 LF $ 3439 $ 2082

16 Cone Sidewalk (4 Thick) 149 SY $ 5844 $ 5527

17 Cone Sidewalk (6 Thick) (Driveways) 119 SY $ 6496 $ 6913

18 Sodding 599 SY $ 845 $ 336

19 Inlet (Ditch Bottom) (Type C) lt10 3 EA $ 397556 $ 510705

20 Inlet(Curb) (P-5) lt10 1 EA $ 531530 $ 580728

21 Yard drain 1 EA $ 188822 $ 194373

22 A2000 PVC Pipe (12) 11 LF $ 5411 $ 3333

23 Concrete Pipe Culvert ( 18) 151 LF $ 6916 $ 7550

24 Class IV Concrete (Culvert amp Headwalls) 1477 CY $ 164487 $ 130000

25 Reinforcing Steel (Culvert amp Headwalls) 33768 LB $ 163 $ 200

Page 1of7

FG CONSTRUCTION LLC

- - _-shy --- middot ~ - -__ - -~ --shy ----shy ----shy ------shy

Unit Price I Amount

$ 4746000 $ 4746000

$ 1507646 $ 1507646

$ 6215000 $ 6215000

$ 908999 $ 908999

$ 2712000 $ 2712000

$ 201194 $ 201194

$ 3164 $ 303744

$ 1865 $ 214475

$ 2187 $ 2132325

$ 20905 $ 1839640

$ 24860 $ 1665620

$ 1080 $ 443880

$ 26117 $ 26117

$ 71755 $ 71755

$ 2599 $ 766705

$ 5695 $ 848555

$ 6000 $ 714000

$ 791 $ 473809

$ 390442 $ 1171326

$ 696344 $ 696344

$ 172448 $ 172448

$ 4378 $ 48158

$ 6390 $ 964890

$ 105149 $ 15530507

$ 181 $ 6112008

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

middot shy c

JOHNSON~DAVIS INC t

----middot-= middotshy

Unit Price I

4500000 $

3500000 $

6200000 $

1000000 $

4000000 $

120000 $

5000 $

2000 $

2500 $

25000 $

27000 $

1600 $

30000 $

40000 $

5000 $

6000 $

7000 $

800 $

350000 $

500000 $

200000 $

5000 $

10000 $

200000 $

200 $

T - bull-shy _ -

Amount

4500000

3500000

6200000

1000000

4000000

120000

480000

230000

2437500

2200000

1809000

657600

30000

40000

1475000

894000

833000

479200

1050000

500000

200000

55000

1510000

29540000

6753600

p -0 (

tJ ~ _

0 -3 + (1

--J ~ J

NROADWAYPR020172017513 - Kudza Road over LWDD L-8 Canal4 -Bid Opening andAnalysis2017513 Bid Tabs

BID TABULATIONS ~

KUDZA ROAD OVER LWDD L-8 _CANAL FG CONSTRUCTIONENGINEERSAVERAGE JOHNSON-DA VIS INC

ESTIMATE LLCCONTRACT

middot=--middotmiddot bull _-middot -~~i- J~~-g~S~~PBC PROJECT 2017513 - -middot_(- middot-middot _middot 2 -middot2~middotcbull~~c - middotmiddotmiddotmiddot~ - middotmiddotmiddotmiddotmiddot-bulllt -middot (

_~ -middot - middot 0-_ bull -~ ~middot -bull- bull-T -- - bull middot - middotmiddot-middot- -- bullmiddot middot- middot - -

UNIT PRICEQTY UNITS UNIT PRICE Unit Price Amount Unit Price AmountITEM DESCRIPTIONITEM

LF $ 12038 $ 10000 $ 25448 $ 244300896 $ 12500 $ 1200000PedestrianBicycle Railing 26

$ 11412363 TN $ 7500 $ 6328 $ 2297064 $ 10000 $ 3630000Rip Rap (Rubble) FampI Ditch Lining 27

242 TN $ 8860 $ 7500 $ 7526 $ 1821292 $ 9000 $ 2178000Bedding Stone (Sect 530)28

215 CY $ 2967 $ 1500 $ 2034 $ 437310 $ 2500 $ 537500Clean Sand Fill 29

LF $ 3703 $ 10735120 $ 3500 $ 1288200 $ 600 $ 72000Storm Sewer Pumping (Exist) (24 or less)(See SPs) 30

$ 58774019 $ 78111400SUBTOTAL (ROADWAY)

CONTINGENCY ITEMS

31 5 CY $ 81370 $ 36244 $ 16611 $ 83055 $ 37500 $ 187500Class I Concrete (Misc)

$ 235110 ED $ 5680 $ 9040 $ 90400 $ 5000 $ 50000Changeable (Variable Message) Sign (Non-MOT) 32

HR $ 9303 $ 12656016 $ 4894 $ 7910 $ 5000 $ 80000Traffic Control Officer (Non-MOT) 33

1 EA $ 673000 $ 795487 $ 1469000 $ 1469000 $ 250000 $ 250000Premium for Conflict Condition (See SPs) 34

10 CY $ 22882 $ 18645 $ 186450 $ 200000$ 20000Flowable Fill 35

CY100 $ 3598 $ 4294 $ 429400 $ 350000$ 3500Subsoil Excavation 36

LF $ 1420120 $ 79320 $ 600 $ 72000Storm Sewer Cleaning (Exist) (24 or less)(See SPs) $ 66137

$ 2464185 $ 1189500SUBTOTAL (ROADWAY)

UTILITY ITEMS

38 LF $ 12631 $ 2825040 $ 2500 $ 1130000 $ 2000 $ 80000Remove and Dispose Existing 811 AC Water Main

LF $ 2273 $ 2825144 $ 2500 $ 406800 $ 288000Remove Existing 12 Force Main $ 200039

LF $ 1304278 $ 1000 $ 967 $ 268826 $ 2000 $ 556000Grout Existing 811 AC Water Main with Flowable Fill 40

255 LF $ 7966 $ 8000 $ 7889 $ 2011695 $ 8500 $ 21675008 Ductile Iron Pipe For Water Main Installation 41

LF $ 16342143 $ 14000 $ 18669 $ 2669667 $ 15000 $ 214500012 DIP Pipe For Force Main Installation 42 9

EA $ 56374 $ 1045176 $ 80000 $ 627102 $ 62500FampI 8 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM $ 375000 043 (

EA $ 153197 $ 3342885 $ 100000 $ 1671440 $ 110000 $ 550000FampI 12 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM44

EA $ 1653211 $ 100000 $ 359087 $ 359087FampI 12 Ductile Iron 90 Degree Fittings w Reaction Blocking or Thrust Restraint for WM $ 120000 $ 12000045 ~

EA2 $ 80625 $ 79001 $ 158002 $ 160000$ 65000 $ 8000046 Furnish Install and Remove Sample Points Complete

2 EA $ 999848 $ 750000 $ 968565 $ 1937130 $ 1000000 $ 20000002 Air Release Valve with Manhole for Water Main and Force Main 47

Page 2 of7 NROADWAYPR020172017513 - Kudza Raad over LWDD l-8 Canal4 - Bid Opening andAnalysis2017513 Bid Tabs

BID TABULATIONS ~-7_~

KUDZA ROAD OVER LWDD L-8 CANAL ENGINEERS FG CONSTRUCTION JOHNSON-DAVIS INC-- AVERAGE

CONTRACT ESTIMATE LLC -

PBC PROJECT 2017513 middot CCshy

middotmiddotmiddotgtmiddotmiddot_middotmiddotmiddotbullmiddotmiddot--~middotmiddotc middot= -bullshy middot--~ --~ ~- middot-middotA-middotmiddotmiddotbull middotmiddot1c-middot middotbull middotmiddotbull= -=middotmiddotmiddot__ middot bull-=middot ccmiddotmiddot bull-__ _ = bull middotmiddotmiddotmiddotmiddotmiddotmiddot=middot--middotmiddot -= - bull _- middot~ -middot ~- middot_middot __ ~~ ~- -_ middotmiddot -

ITEM ITEM DESCRIPTION QTY UNITS UNIT PRICE UNIT PRICE Unit Price Amount Unit Price Amount

48 8 Gate Valve for Water Main 1 EA $ 217079 $ 250000 $ 288722 $ 288722 $ 180000 $ 180000

49 8 Gate Valve for Water Main with Manhole and 1 service taps 1 EA $ 442694 $ 800000 $ 353114 $ 353114 $ 500000 $ 500000

50 12 Gate Valve for Force Main 1 EA $ 375539 $ 350000 $ 536275 $ 536275 $ 350000 $ 350000

51 Connect to Existing 8 Water Main 2 EA $ 228692 $ 250000 $ 97934 $ 195868 $ 520000 $ 1040000

52 Connect to Existing 12 Force Main 2 EA $ 622586 $ 250000 $ 173748 $ 347496 $ 1050000 $ 2100000

53 Testing and Survey 1 LS $ 1133811 $ 1000000 $ 904000 $ 904000 $ 300000 $ 300000

54 As-builts 1 LS $ 611234 $ 1000000 $ 395500 $ 395500 $ 290000 $ 290000

SUBTOTAL (UTILITY) $ 14260724 $ 13201500

_

_754989Z~~ _-~25W24-~9--TOTAL BID __ -~ ~middotmiddot~cl $ $ bull _ yen middotI ~

Page3 of7 NROADWAYPR020172017513 -Kudza Road over LWDD L-8 Canaf4 - Bid Opening and Analysis2017513 Bid Tabs

BID TABULATIONS

KUDZA ROAD OVER LWDD L-8 CANAL

CONTRACT

=middot-middotl~BCPROJECT2017513 -middot -----~- __middotmiddot - -= - shy ~middot- __ - - __ - - - - - - bull -middot - ---middot ---= -shy -~- shy - ---shy - bull --_ -~ - __~ middotshy

ITEM I ITEM DESCRIPTION I QTY IUNITS

ROADWAY ITEMS

1 Mobilization 1 LS $

2 Maintenance ofTraffic (incl Pedestrian MOT) 1 LS $

3 Removal ofExisting Structure 1 LS $

4 Removal Pedestrian Bridge 1 LS $

5 Clearing and Grubbing 1 LS $

6 Floating Turbidity Barrier 1 LS $

7 Regular Excavation 96 CY $

8 Embankment (Compacted in Place) 115 CY $

9 Optional Base Group 7 975 SY $

10 Superpave Asphalt Concrete (Traffic Level C) 88 TN $

11 Asph Concrete Friction Course (10) (FC-95) Rubber 67 TN $

12 Mill Existing Asphalt Pavement (l ) 411 SY $

13 Adjust Valve Boxes 1 EA $

14 Adjust Manhole 1 EA $

15 Concrete Curb amp Gutter (Type F) 295 LF $

16 Cone Sidewalk ( 4 Thick) 149 SY $

17 Cone Sidewalk (6 Thick) (Driveways) 119 SY $

18 Sodding 599 SY $

19 Inlet (Ditch Bottom) (Type C) lt1 O 3 EA $

20 Inlet (Curb) (P-5) lt10 1 EA $

21 Yard drain 1 EA $

22 A2000 PVC Pipe (12) 11 LF $

23 Concrete Pipe Culvert (18) 151 LF $

24 Class IV Concrete (Culvert amp Headwalls) 1477 CY $

25 Reinforcing Steel (Culvert amp Headwalls) 33768 LB $

Page 4 of7

FERREIRA CONSTRUCTION

SOUTHERN DIVISION _CO INC_ _---middot--middotshy --shy

_-- -middot bull bull _ shy ~-_ ~7middot-~- - ~-- bull

Unit Price I Amount

10234435 $ 10234435

2187535 $ 2187535

12329900 $ 12329900

1787850 $ 1787850

572770 $ 572770

48870 $ 48870

1180 $ 113280

3135 $ 360525

1465 $ 1428375

27940 $ 2458720

33300 $ 2231100

2775 $ 1140525

39965 $ 39965

39635 $ 39635

2655 $ 783225

4680 $ 697320

5285 $ 628915

1040 $ 622960

399780 $ 1199340

279775 $ 279775

132840 $ 132840

6265 $ 68915

4975 $ 751225

162800 $ 24045560

070 $ 2363760

FOSTER MARINE

CONTRACTORS INC )

- - - shy -shy - --~ - middot - ~

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

Unit Price I

7800000 $

3000000 $

5000000 $

1200000 $

3000000 $

300000 $

2300 $

800 $

5400 $

26500 $

46000 $

5000 $

28000 $

65000 $

3500 $

7000 $

7700 $

750 $

450000 $

650000 $

250000 $

6000 $

6300 $

190000 $

200 $

Amount

7800000

3000000

5000000

1200000

3000000

300000

220800

92000

5265000

2332000

3082000

2055000

28000

65000

1032500

1043000

916300

449250

1350000

650000

250000

66000

951300

28063000

6153600

bpJ tshy

0 pr Cl (1-h ~

-J (fshy

NROADWAYPR020172017513 - Kudza Raad over LWDD L-8 Canal4 -Bid Opening and Anaysis2017513 Bid Tabs -C

BID TABULATIONS middot

KUDZAROADOVERLWDD L-8 CANAL - middotcoNTRACT

PBC PROJECT 2017513 middot middotmiddot -middot c middotmiddotmiddotc ccmiddotmiddotmiddot middot cmiddotc Cbullltc middotmiddot bull ~ -_shy

ITEM ITEM DESCRIPTION QTY UNITS

26 PedestrianBicycle Railing 96 LF $

27 Rip Rap (Rubble) FampI Ditch Lining 363 TN $

28 Bedding Stone (Sect 530) 242 TN $

29 Clean Sand Fill 215 CY $

30 Storm Sewer Pumping (Exist) (24 or less)(See SPs) 120 LF $

SUBTOTAL (ROADWAY) $

CONTINGENCY ITEMS

31 Class I Concrete (Misc) 5 CY $

32 Changeable (Variable Message) Sign (Non-MOT) 10 ED $

33 Traffic Control Officer (Non-MOT) 16 HR $

34 Premium for Conflict Condition (See SPs) 1 EA $

35 Flowable Fill 10 CY $

36 Subsoil Excavation 100 CY $

37 Storm Sewer Cleaning (Exist) (24 or less)(See SPs) 120 LF $

SUBTOTAL (ROADWAY) $

UTILITY ITEMS

38 Remove and Dispose Existing 8 AC Water Main 40 LF $

39 Remove Existing 12 Force Main 144 LF $

40 Grout Existing 8 AC Water Main with Flowable Fill 278 LF $

41 8 Ductile Iron Pipe For Water Main Installation 255 LF $

42 12 DIP Pipe For Force Main Installation 143 LF $

43 FampI 8 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM 6 EA $

44 FampI 12 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM 5 EA $

45 FampI 12 Ductile Iron 90 Degree Fittings w Reaction Blocking or Thrust Restraint for WM 1 EA $

46 Furnish Install and Remove Sample Points Complete 2 EA $

47 2 Air Release Valve with Manhole for Water Main and Force Main 2 EA $

Page 5 of7

FERREIRAmiddot CONSTRUCTION

SOUTHERN DIVISION middot~~Q JNlt r

~ middot - -bull J -_ ___ - - ~middot middot-~ _middot ~- -~-- _ middotmiddotbullmiddotmiddot

Unit Price Amount

9890 $ 949440

12320 $ 4472160

8915 $ 2157430

4335 $ 932025

475 $ 57000

75115375

64895 $ 324475

2530 $ 25300

9295 $ 148720

355855 $ 355855

25815 $ 258150

1290 $ 129000

475 $ 57000

1298500

14275 $ 571000

2565 $ 369360

1050 $ 291900

10075 $ 2569125

20200 $ 2888600

28480 $ 170880

90500 $ 452500

97195 $ 97195

94500 $ 189000

1180825 $ 2361650

~~f

FOSTER MARINEmiddot~~iB CONTRACTORS INC

gtmiddotbullmiddot bull bull- _ ~-middot=-- middot

---middotmiddot ___ __z

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

Unit Price

315 $

17000 $

10000 $

3000 $

3000 $

190000 $

3000 $

15000 $

300000 $

30000 $

3000 $

3000 $

6000 $

1700 $

1200 $

5400 $

11500 $

30000 $

78000 $

85000 $

69000 $

850000 $

Amount

30240

6171000

2420000

645000

360000

84590990

950000

30000

240000

300000

300000

300000

360000

2480000

240000

244800

333600

1377000

1644500

180000

390000

85000

138000

1700000

cJ h

$ ~ f ~ (l ~

t 0 ~ -1 -J -C

NROADWAYPR020172017513 - Kudza Road over LWDD L-8 Conal4 - Bid Opening and Anaysis2017513 Bid Tabs

BID TABULATIONS FERREIRA KUDZA ROAD OVER LWDD L-8 CANAL CONSTRUCTION

CONTRACT SOUTHERN DIVISION

lBCbullPROJEpoundT2017513 CO INC Imiddotmiddot- 2lt- - ~~-bullmiddotmiddot- middotmiddot shy -middot -- -

~ bull c- gt -middotmiddot ltgt-bullmiddotmiddotmiddot-- _ iebullbull -lt - bull - -shy bull~middot middot middot c bullmiddotmiddotmiddot- bull - middotmiddot shy __

ITEM ITEM DESCRIPTION QTY UNITS Unit Price Amount

48 8 Gate Valve for Water Main 1 EA $ 219595 $ 219595

49 8 Gate Valve for Water Main with Manhole and 1 service taps 1 EA $ 367660 $ 367660

50 12 Gate Valve for Force Main 1 EA $ 315880 $ 315880

51 Connect to Existing 8 Water Main 2 EA $ 246835 $ 493670

52 Connect to Existing 12 Force Main 2 EA $ 1196595 $ 2393190

53 Testing and Survey 1 LS $ 2781245 $ 2781245

54 As-builts 1 LS $ 1309435 $ 1309435

SUBTOTAL (UTILITY) $ 17841885

TOTAL BID $ 94255760middot

$

$

$

$

$

$

$

$

$

FOSTERMARINE CONTRACTORS INC

bullgtcmiddotmiddot -gt bull~middot bull middot- middot

bull--middot-middot shy bull middot-middot ~-middot _ middot~ - - middot-_ middot

Unit Price Amount

180000 $ 180000

550000 $ 550000

300000 $ 300000

50000 $ 100000

70000 $ 140000

550000 $ 550000

450000 $ 450000

8602900

95673890

b

r sshy~

(~ ~

r-Page 6of7 NROADWAYPR020172017513 - Kudza Road over LWDD L-8 Canal4 - Bid Opening and Anafysis2017513 Bid TaEshy

THE COUNTY DOES NOT GUARANTEE THE ACCURACY OF THE FORMULAS AND EXTENSIONS USED IN TIDS 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

All items shall include cost to furnish and install unless otherwise noted

Permitting agency pre-construction meetings and notices of commencement compliance with stormwater pollution prevention plan and stormwater pollution control plan installation of erosionturbidity

2

1

controls including silt fences inlet protection inspections and reporting preparation and submittal of construction completion certifications and required record drawings by a professional engineer andor land surveyor utility notifications are considered incidental to mobilization

3 All costs for Maintenance ofTraffic (MOT) and mobilization shall be considered incidental to and shall be included in unit prices for the pay items

Sawcut of existing asphalt andor concrete designated for removal per plans removal and relocation ofprivately owned systems including irrigation mailboxes fencing etc removal and disposal in suitable 4

areas of excess and unsuitable material that may be encountered during excavation removal and disposal of existing structures per plans is considered incidental to the bid item clearing and grubbing

Berm construction swale construction grading re-grading of roadways driveways canal sections and all other rough and finish grading shall be considered incidental to the bid items Excavation andor 5

Embankment

Demolition of existing road bridge to include all components-concrete deck and traffic railings bent caps wing walls sheet panels concrete piles concrete approach slabs and any deadmen anchors Proper 6

disposal of all bridge debris is considered incidental to bridge demolition

7 12 compacted subgrade is considered incidental to the cost ofbaserock construction

8 Prime and tack coats are considered incidental to asphalt construction

Excavation and backfill for structures including cost of any select bedding material that may be necessary for a satisfactory installation as directed by Palm Beach County is considered incidental to the cost of 9

the structures

10 Wrapping of filter fabric around all pipe joints per FDOT index no 280 and cost of coring existing structures for pipe connection is considered incidental to the cost of the pipe

The cost of all anchoring hardware per FDOT index 852 is incidental to the item Pipe Guiderail (Steel) (FDOT Index 852)

12

11

The cost ofdetectable warning surfaces per FDOT index 304 and base compaction is considered incidental to sidewalkpathway construction

The cost of filter fabric is incidental to the item Bedding Stone

14

13

Sodding-shall be in accordance with section 575 of the general provisions of this specification Includes costs for fertilizer and water until final acceptance

15 12 thick no 57 stone foundation and filter fabric is incidental to the bid item Class IV Concrete (Cast in Place Headwall)

16 Contingency items may be increased decreased or deleted as directed by the engineer

17 Changeable (Variable) Message Sign (Non-MOT) and Traffic Control Officers (Non-MOT) in accordance with General Provisions (Section 102)

-middot Indicates Math Error

Page7 of7

INTERLOCAL AGREEMENT BETWEEN PALM BEACH COUNTY FLORIDA AND

VILLAGE OF PALM SPRINGS FOR JOINT PARTICIPATION AND PROJECT FUNDING FOR CONSTRUCTION OF UTILITY ADJUSTMENTS FOR

KUDZA ROAD BRIDGE OVER LWDD L-8 CANAL BRIDGE REPLACEMENT

PALM BEACH COUNTY PROJECT NO 2017513

THIS Interlocal Agreement (AGREEMENT) for Kudza Road Bridge replacement over the LWDD L-8 Canal (PROJECT) is made as of the __ day of 20201 by and between Palm Beach County1 a political subdivision of the State of Florida1 by and through its Board of County Commissioners (COUNTY) and the Village of Palm Springs1 a municipal corporation existing under the laws of Florjda (hereinafter VILLAGE) each one constituting a public agency defined in Part I of Chapter 163 Florida Statutes (individually Party and collectively Parties)

WHEREAS Section 16301 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 VILLAGE has requested the COUNTY to construct water main1 force main and associated appurtenance adjustments to the VILLAGES system (UTILITY WORK) within the limits of the PROJECT and

WHEREAS1 the COUNTY and the VILLAGE desire to jointly participate in the UTILilY WORK and

WHEREAS both COUNTY and VILLAGE declare that it is in the public interest that the UTILTIY 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

VILLAGE OF PALM SPRINGS 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 2017513 Said Bid Documents include the UTILITY WORK as shown in VILLAGE prepared Utility Matrix Applicable Technical Specifications Standard Construction Details and Approved Product List

B COUNTY shall obtain written approval from the VILLAGE in advance of any change orders including any costs associated with the VILLAGES failure to approve change orders in a timely manner which increase the cost attributable to the UTILITY WORK to an middotamount greater than the contract amount as stated in Section 3A below VILLAGES 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 contractors bid for the PROJECT and the UTILllY WORK

Section 3 VILLAGES Responsibilities

A VILLAGE shall reimburse COUNTY a total estimated cost including 10 contingency of One Hundred Seventy Four Thousand One Hundred Three Dollars and Fifty Six Cents $17410356) provided COUN1Y 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 VILLAGES Utility Items shall be paid by the VILLAGE

8 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 VILLAGE

C Upon completion of the PROJECT and the UTILilY WORK the VILLAGE shall repair and maintain the UTILITY WORK at VILLAGES expense

Section 4 PaymentsInvoicing and Reimbursement

The COUNTY will invoice the VILLAGE on a periodic basis during construction of the PROJECT and the UTILin WORK The VILLAGE agrees to provide to COUNTY payment for documented costs for the UTILITY WORK in the amount established in Section 3A COUNTY shall submit all invoices to the VILLAGE identifying the UTILITY WORK including COUNTYS total expenditure for the PROJECT and identifying the amount attributablemiddot 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 VILLAGE within seven (7) calendar days of request by the VILLAGE Invoices received from COUNlY will be reviewed and approved by the VILLAGE to ensure that expenditures have been made in conformity with this

2

VILLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

AGREEMENT Upon COUNTYS submission of acceptable documents needed to substantiate its costs for the UTILITY WORK VILLAGE will provide said payment to COUNTYmiddot on a reimbursement basis within thirty (30) days of receipt of all required documents In no event shall the VILLAGE 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 VILLAGE 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 VILLAGE will reimburse the COUNTY for the UTILI1Y WORK completed as of the date the COUNTY suspends the UTILITY WORK Any remaining unpaid portion of this AGREEMENT shall be retained by the VILLAGE and the VILLAGE shall have no further obligation to honor reimbursement requests submitted by the COUNTY

Section 5 Access and Audits

COUNTY and VILLAGE 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 VILLAGE 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 COUNTYS sole direction supervision and control All VILLAGE employees engaged in the work or services performed pursuant to this AGREEMENT shall at all times and in all places be subject to VILLAGES sole direction supervision and control (he 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 othermiddot Party shall be that of an Independent Contractor and not as employees or agents of the other

Neither COUNTY nor the VILLAGE 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 VILLAGE

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

VILLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

or permitted under state and local law to perform such services

All of COUNlYS 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 VILLAGE and COUNTY recognize their liability for certain tortious acts of its agents officers employees and invitees to the extent and Hmits provided in Section 768281 Florida Statutes To the extent permitted by law the VILLAGE and COUNlY shall indemnify defend and hold the other harmless against any actions claims and damages arising out of the 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 76828 Florida Statutes1 nor shall the same be construed to constitute an agreement by the VILLAGE 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 andor VILLAGE

Section 9 Annual Appropriation

All provisions of this AGREEMENT calling for the expenditure of ad valorem tax money by either the COUNTY or the VILLAGE are subject to annual budgetary funding and should either Party involuntarily fail to fund any of their respective obfigations 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 attorneys fees) associated with the enforcement of the terms andmiddot conditions of this AGREEMENT shall be borne by the respective Parties

4

VILLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

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

All notice to the VILLAGE shall be sent to

Ronald Eyma PE Public Service Director Village of Palm Springs 226 Cypress Lane Palm Springs FL 33461

All notice to the COUNTY shall be sent to

Omelia A Fernandez P E Director Palm Beach County Engineering amp Public Works Roadway Production Division P0 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 Partys right to assert or rely upon any such provisions or rights in that or

any other instance

5

VILLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

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 Section 17 Non~Discrimination

COUNTY and VILLAGE 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 st~tus 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

COUNlY and VILLAGE shall abide by all applicable federal state and local Jaws orders rules and regulations when performing under this AGREEMENT COUNTY and VILLAGE 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 Generals 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

6

VllLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

contract

Section 23 Public Entity Crime Certification

As provided in FS 287132-133 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 FS 287133 (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 VILLAGE 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

VILLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

IN WITNESS WHEREOF the undersigned Parties have executed this AGREEMENT on the day and year first written above

VILLAGE OF PALM SPRINGS

BY~~~~--~---shyBev Smith Mayor

AllEST

Kimberly M Wynn AUTHORITY CLERK

PALM BEACH COUNlY FLORIDA

BY __~----------~~~-shyTanya N McConnell PE Deputy County Engineer

APPROVED AS TO TERMS AND CONDITTONS

BY __~--~~--~--shy(DATE)

APPROVED AS TO FORM APPROVED AS TO FORM AND LEGAL SUFFIOENCY AND LEGAL SUFFIOENa

BY _________ BY~YB~H---~--~~~~~~~shyVIiiage Attorney Assistant County Attorney

FROADWAYUTILI1Y COORDINATION2017513_Kudza over L-8 CanalVPS Construction Agreementdoc

8

ITEM I ITEM DESCRIPTION QTY middot1 UNITS UNIT PRICE UNIT PRICE UnitPrice I Amount Amount

2 I 30000 $ 30000-g= ___ 4_~-_0 _____1_4_00-so-_

SS21 $ S695 $ --8485ss $ 6000 S 894000

6913 $ 6000 I $ 714000 $ 7000 $ 833000

336 $ 791 I$ 473809 $~-~--8-00~+~$ 479200 middot-~----~~-middot-

510705 $ 390442 $ ll71326 $ 3500001~-- 1050000

~~ 200000 ~ 3333 $ 4378 $ 48158 $ S000 $ 55000

~~ s ~oo s ~~~ s 1~00 $

130000 $ 105149 $ lSS30507 $ 200000 $

1510000

29540000

ROADWAY ITEMS

Mobilization

MaintenanceofTraffic(inclPooestrianMOT)

3 Removal ofExisting Structure

2

- dge -middot- ---middot middotshy ~~=mer

=8 1Embankment(C~~P~-~- shy_ --=-=--~_jmucrde~~Cgt

____J_l__ =jh~7deg=~middot~)(FC-95)Rubber 13 AdjustValveBoxes

~1 outtflt (Type F)

16 Cone SidewaJk~(~_-~-middot -~middot ~_ ___

17 Cone Sidewalk (6 Thick)(Driveways)

18 Sodding middot--~----middot~--~middot---middot- ~--middot--middot--~

j LS $ 6820109 $ 5000000 $ 4746000 $

I LS $ 2548795 $ 4ooooo $ 15076461___

I 1 I LS $ 7436225 $ 8000000 $ 6215000 $

middotmiddot--middot-- ------ middotI middot+-+ ~- ~~ 2~~ middot--middot-middot-middot--1--~middotmiddot -middot--middot~-~ 2~2 M

I 115 I CY $ 1950 $ 1289 $ 1865 $

-~--====J__ _-=f --=~- ~ l~ 2 __ 7i-- middotmiddot-~+---~~~---~~-middot-middotmiddot14~ 2 ---4

EA $ 31021 $

5 295 shy

149 SY $ 5844 $

119 SY $ 6496 $

599 SY $ 845 $

19 InletDitchBottom)(TypeC)lt10 --middot~-----------middot--middotmiddot ___ 3 EA $ 397556 $

______-+--~-et-~-urb-middot-~-(P--5-)_lt_10_- --- --------middot- ~=~-------- I =~-i~--__A_-_--_________~ ___

22 A2000PVCPipe(Iin) 11 LF $ 5411 $

___~____eo_n_~--~-middot_e_c_~_~_c_1s_i_________--_-_~------~--~-~-s 16 $

24 ClassNConcrete(CulvaiampHeadwalls) 1477 CY $ 164487 $

39425 $ 26117 $-

4746000 $ 4500000 $ 4500000

1_s_0__ __ 3_5 _ooo_oo_16_4_6-1_s 3_s_oo_o_oo___$____ 6215000 $ 6200000 $ 6200000

--2-~-~---=-middot--~---~=---0----0-+middot---~---~--0-- -----------12_~__-o--t------~----o--0

214415 $ 2000 $ 230000

-~- middotmiddotmiddot middotmiddot -=~~

~r-=~- --1-~~----lr_

1~ 26117 $-

--~-~-1--~---~-~--~~~middot~-~~~-~-~~~~---~~+-~~---lt-~~ --~--~-+--~-----1~-~~--1middot~~~-~~-+-~~~~-~~

25 Reinforcing Steel (Culvert amp Headwalls) 33768 LB $ 163 $ 200 $ 181 $ 6Cl2008 $ 200 $ 6753600

Page 1 of7 NROAOWAYPll020172017513 bull KudzD Road Oliff LWDD L-8 Conal4 middotBid Optnlng and Analysls201753 Bid Tabs

26

ITEM ITEM DESCRIPl10N QTY UNITS UNIT PRICE UNIT PRICE Unit Price J Amount Unit Price Amount

PedestrianBicycleRailing ll 96 LF $ 12038 $ 10000 $ 25448 $ 2443008 $ 12500 $ 1200000 -----middot------+--------- --middotmiddotmiddotmiddotmiddot-middotmiddot------ --------- middot~---r----~middot----tmiddot-

27 Rip Rap (Rubble) FampI Ditch Lining 363 TN

28 Bedding Stone (Sect 530) ----------~------- 242 i TN

3

209 Clean Sand Fill --middot------ -shy - - ----- shy --il~l2105 -~LF~-Storm Sewer Pumping (Exist) (24 or IessXSee SPs) 120

CONTINGENCY ITEMS

___3_1_ _JClass I Concrete (Misc)

32 _ _jChangeable(VariableMessage) Sign (Non-MOT)

33 )Traffic Control Officer (Non-Mon

SUBTOTAL (ROADWAY)

34 Premium for Conflict Condition (See SPs) --middotmiddot ~---------- shy ------ shy

35

36

37

lFlowable Fill i

Subsoil Excavation ___ j middotlt~----middot

IStonn Sewer Cleaning (Exist) (24II or less xsee SPs)

UTILITY ITEMS

38 Remove and Dispose Existing 8 AC Water Main

39 Remove Existing 12 Force Main lt----~-- --middot--+------------shy

SUBTOTAL(ROADWAY)

40 LF

144 LF

$ 11412 $ 7500 $ 6328 $ 2297064 $ 10000 $ 3630000

$ 8860 $ 7500 $ 7526 $ ] 821292 $ 9000 $ 2178000

$$ 32790637 3155- middot-middot- 437310 I $ 2500 $ 531500-$$_____ bulloooo-middot-$$middotmiddotmiddotmiddot---1-02703354 $$ 1288200

$ 58774019

$ 81370 $ 36244 $ 16611 $ 83055

$ 5680 $ 2351 $ 9040 $ 90400

$ 9303 $ 4894 $ 7910 $ 126560

$ 673000 $ 795487 $ 1469000 $ 1469000 ~-~--------- ~-------i--

$ 22882 $ 18645 $ 186450

$ 600 $ 72000

$ 78111400

$ 31soo I$ 187500i

$ 5000 r $ 50000

$ sooo Is 80000 ----+----middotmiddot-----shy

$ 250000 $ 250000

$ 20000 $ 200000

$

$

~ __4_2-9--l----middot-~ --- _3~f-middot---3-middot~--o~-=-6$ 2464185 $ 1189500

$ 12631 $ 2500 $ 28250 I$ 1130000 $ 2000 $

$ 2273 $ 2500 $ 2825 middot1 $ 406800 $ 2000 $ 288000

40 Grout Existing 811 AC Water Main with Flowable Fill 278 LF $ 1304 $ 1000 $ 967 $ 268826 $ 2000 $ 556000 ------~ -middot-------+---- ~ __ -------+---shy

41 8 DuctileironPipeForWaterMaininstallation -----1---2_ss__ j LF $ 7966 _s_____s_o_00___$~ __7_8_89--t-_s___2_o_11695 _s___~500 i-$___2_1_6_1_so_o_

42 1211 DIPPipeForForceMainlnstallation 143 J LF $ 16342 $ 14000 $ 18669 $ 2669667 $ 15000 $ 21450001-------- ~--~-----middot--- middot--r----~---~-- __ t

___4~ -middot __ FampI 8 Ductile kon 45 Degree Fittings wl Reaction Blocking or Thrust Restraint for WM 6 ~ EA $ 56374 $ 80000 S 104517 $ 627102 $ 62500 _$_____3_7_s_o_oo-f

44 FampI12degDuctilelron45DegreeFittingswReactionBJockingorThrustRcstraintforWM 5 j EA $ 153197 $ 100000 $ 334288 $ 1671440 $ 110000 $ 550000 -middot -------f---middotmiddot--------------------------middot-- --shy~middot-middotmiddotmiddot----4_5 ---1F_amp_I_1_2__Du_c_til_middote_h__ __ee_F_ittin__gs_w_l_R_ea_cti_middoto_n_B_Ioc_km_middotg_or_Thrust_R_es_trai_n_t_fo_r_WM -+-____ ~ EEAA $ 165321 $ 100000 $ 3590871 $ 359087 $ 120000 _s_____o_n_9_o_D_egr __ __ l_2_oo_00_

4

46 Furnish Install and Remove Sample Points Complete 2 $ 80625 $ 65000 $ 79001 $ 158002 $ 80000 $ 1600001 1

middot~------~--------~

47 2 Air Release Valve with Manhole for Water Main and Force Main 2 I EA $ 999848 $ 750000 $ 968565 I$ 1937130 $ 1000000 $ 2000000

Pagel of7 NROADWAYPR020172017513 middotKudla Road over LWDD L-8 Canal4- Sid ~nlng and AnalyslsZOJ75JJ Bid Tabs

80000

ITEM ITEM DESCRIPTION J QTY j UNITS UNIT PRICE UNIT PRICE Unit Price Amount Unit Price Amount

i8 11 Gate Valve for Watfl Main r j EA $ 217079 $ 250000 $ 288722 $ 288722 $ 180000 $ 18000048 --------- middotmiddot-shy ------------ ------middot-~----------- -~middot~-W--------1------- ------+-------4--~------J-------1---------1

49 ----+-J__ +811 Gate Valve for Water Main with Manhole and 111 service taps 1_ EEAA $ 442694 $ 800000 $ 353lJ4 $ 353114 $ 500000 $ 500000

50 12 Gate Valve for Force Main j 1 s 375539 $ 350000 s 536275 s 536275 $ 350000 Is_______3_s_o_o_oo_

51 Connect to Existing 811 Water Main -__-middot_middot--------========------1--2middot i EA $ 228692 $ 250000 $ 97934 $ 195868 $ 520000 J-s- 1040000

52 Connect to Existing 12 Force Main 2 I EA $ 622586 $ 250000 $ l73748 $ 347496 $ 1050000 $ 2100000

LS $ 1133811 $ l 000000 $ 904000 -$-----9-04-0-00--$ 300000 $ 300000~-- --53-- middot(Testingandsurvey -----==---------- I -I ( --L-S----t-$---6--ll-2-34-t-$----1-0-00-0-0--10 $ 395500 $ 39550-0-t--$--2-900-00-+--$ 29000054 lAs-builts

SUBTOTAL (UTILITY) $ 1426deg24 $ 13201500

Page3 of7 NROADWAYPR020172011513 - Kudm Road avu LWDD L-8 Conal4 - Bid O~nlng and AnaiyW2017513 Bid Tabs

ITEM 1 ITEM DESCRIPTION I QTY IUNITS Unit Price I Amount Unit Price j Amount

ROADWAY ITEMS

1 7800000

~ ofT_raffi_c_(m--cl-P_ed_es_tri_an_M___ -----~--- -_---~-j--+plusmn- middot-L~S-- -$- =42s~ 1$o_T_)____~-- -middot--- - ___ -middot~middotmiddot 2 30000001 99 00Removal ofExisting Structure 12329900 J 50000003 --middot ---- -----+----------- shy

4 Remova1 Pedestrian Bridge LS $ 17 878 50 $ 1200000 -- --5---- C-l~g and Grubbing - -- --- --middot---------middot I I j- LS $ 572770 $middot- shy

572770 $ 3000000 $ 3000000 ~---------_-- ------- --- middot~---~ _ -middot- -----~--middotr--------1

6 Floating Turbidity Barrier I LS $ 48870 $ 48870 $ 300000 $ 300000 -~---------~~

__7 ____ ReguJarExcavation 96 I CY $ 1180 $ 113280 $ 2300 ___________ 220800 1

_______s_middot__ -IEmbankment (Compacted in Place) _ ll 5 CY $ 3135 $ 360525 $ 800 I$ 92000

9 Optional Base Group 7 __________ __ ~=~1 975 __ ___14_6_sJ~--~---~----~~~~~~ _____ s2_6_s_ooo-_-- t sv_~_s s s_4_o_o+-I_$____ __

- -- ~aveAsphalt concrete (Traffic Level q ___fr__ _ _ _ __ 2 940 j ~ 24~~ __~middot 26~00-jj $$_ ~--~1--~TN~- $$ 7 _7 20 ~$$____ 2332000

e-- 0-- jAsph~c~ Friction Course (l0) (FC-95) Rub~ 67 1 333 00 P 22rJ 1 ___00 30820001 00 460- -1 1

l Mi11ExistingAsphaltPavement(l) 411 SY $ 2775 $ II40525 $ 5000 __$___20_5_5_0-00shy

13 Adjust Valve Boxes EA $ 39965 I$ 39965 $ 28000 $ 28000

middot---1-4middotmiddot~ AdjustManhole --- -------~--middot EA $ 39635 $ 39635 $ 65000 $ middot--middot-6-50-00shymiddot~----middot-middot- I middot-~---------------

783225 $ 3500 $15 ~ConcreteCwbampGutter(Type F) middotmiddot~Z95i LF $ 4=-middot 16 1Conc Sidewalk(4 Thick) SY $ 46 80 $ 697320 $ 7000 $ 1043000

___ 17 _ _J~nc Sidewalk (6 Thick) (Driveways) -~-- - -- -- - ~~- f SY $ 5285 $ 628915 $ 7700 $ 916300 --- middot-middot-~--middot---~Sodding bull middot 1-middot 59middot - middotsy $ 1040 $ 622960 $ 750 $ 449250

- 19 Inl~~orum--middot~--Bo-tto_m_)(_T_yp_e_C_)-lt-10---- -middot ---~----middotmiddot--middot--------~ - ---3--- T-EA -~-$--3-99-7-8-0-+--------~-$ ]199340 $ 450000 $ 1350000

1-20----1-In-let-(Curbmiddot--)-(P--5-)-lt-10_1____________________________r _ -- 1~ -i-middot $~- 21911s 650000 s 6soooo

$ 279775 $

1 $ 1~2840 $1~p-~-c_________________________[_ ~-~~-_ _~_00_00__]~-~~-- -s_~~-~=~=~=~======~=~-~-~~2-_s-00_~_0~$---~~-2-~-s_oo_1 2 1 2 $ 68915 $ 023 ConcretePipe_Cul_vert_(_1_8_)__________ -~---middotmiddot---------+1

___1_s1__ LF $ 4975 $ 751225 $ 6300 j 951300

24 ClasslVConcrete(CulvertampHeadwalls) 1477 CY $ 162800 $ 24045560 $ J90000 $ 28063000 -~-~~-t--------t-----~-r--------1

25 Reinforcing Steel (Culvat amp Headwalls) 33768 LB $ $ 2363760 $070 200 $ 6753600

Page 4 of7 NROADWAYPR02D72DJ75J3- Kudza Road over LWOO L-8 Conaij4 - Bfrl Op ming and Anaysb20J 7513 Bid Tabs

ITEM ITEM DESCRIPTION I QTY UNITS Unit Price j Amount Unit Price r Amount

26 jPedestrianBicycle Railing 96 LF $ 9890 I$ 949440 $ 315 $ 30240

~- Bid~~)DltchLining ~ I~ =~~ ~ -shy middot29-~ Clean Sand Fill 215 CY $ 4335 $ 932025 $ 3000 $ middot 645000

---~3o 1

Stomi SewerPumpingExist)(24orlessXSeeSPs) -1middot--120 LF $ 4751 S 57000 $ 3000 $middot--middot- ~---middot middotshy 360000

SUBTOTAL(RO~WAY) $ 75115375 $ 84590990

CONTINGENCY~

31 ICJass I Concrete(Misc) ____ middot-----~ j 5 CY $ 648 95 I $ 324475 $ 190000 $ 950000 - ----------middot middot-middot1____1- ~-----1

__ 32 1 Chang~Je(VariableMessage) Sign (N~~--M_O_T)____ ___1_o______E_D____s___ 2530i$ 25300 S 3000 $ 30000

_ ~_ ITrafficCon~lOffietT(Non-MOT) -middot-----------shy 16 j HR $ 9295 $ 148720 $ _1_5_0_00--1-$---~2_4_~-~ r---34 Premium for Conflict Condition (See SPs) ________1

1middotf-----_-_--_J EA $ 355855 k 355855 $ 300000 S 300000

35 FlowableFill ____________

1

_1

00

0_ ~1middot--c~~YY -- _$s__2_s_s_1s---+i $ 25815~ $ 30000 $ 300000

middot---3-6 subsoil ExcavationI 1

4

2bull

7

9

5

0 f$$middot- ~I2

5

_

7

9_

0

o_bullbull

0

oo_

0

_$$___3_0_o_o-+1_$____3_ooo__oo~ 37 Stmm Sewer Cleaning (Exist) (24 or J~sXSee SPs) -------~middot- 120 I LF __ $ l 3000 I$ 360000

SUBTOTAL (ROADWAY)

UTILITY ITEMS

38 jRemove and Dispose Existing 811 AC- Water Main I I

39 ~ -shy --shy rRemove Existing 12 Force Main

40 Grout Existing 8 AC Water Main wi~~owable FilJ

41 middot]8 Ductile Iron Pipe For Wala Main Installation I 42 12 DIP Pipeor Force Main Installation l

-~---middot-middot--middot

43 FampI 8 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM -i44 FampI 12 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM -middot--shy

-~ 45 middotFampI 12 Ductile Iron 90 Degree Fittings w Reaction Blocking or Thrust Restraint for WM

-46 Furnish Install and Remove Sample Points Comp1ete

-shy47 2 Air Release Valve with Manhole for Water Main and Force Main I

$ 1298500 $ 2480000

40 I LF $ 14275 $

144 LF $ ~-+----6-1-middot-o-o ~- I+shy -w q 278 LF $ 1050 $ 291900 $ 1200 $ 333600I 25651 $

~-r-----~~~~--r-~~---~~

255 LF $ 10075 $

143 LF $ 20200 $

6 EA $ 28480-1 $-~

5 EA $ 90500 I$

I EA $ 91195 I$

94500 l$2 I EA $

2 EA $ 11sos2s 1 $

2~69125 $

2888600 $

170880 $

452500 $

97195 $

2361650 $

5400 $ 1377000

11500 $ 1644500

30000 $ 180000

78000 $ 390000

85000 $ 85000

69000 $ 138000

850000 $ 1700000

Page5 of7 NROADWAYPR020172017513 bull Kudza flood ov~r LWOD L-8 Conal4 middotBid 0plning arid Anaysii20175 Bid Tabt

ITEM ITEM DESCRIPTION QTY j lJNITS UnJtPrfce Amount Unit Price Amount

48 8 GateVaJveforWaterMain _1~-- _$_ 219~_-9_5____$____2bull 19595 $ 180000 _$____1_soo_00_ __4_9_ middot-18Ga~ Valve for Water Main with Manhole ~dPservice taps 1 -~ $ 367660 $ 367660 $ 550000 $ 550000

50 11211 Gate Valve for Force Main 1 II EA -- $ 315880 $ 315880 $ 300000 $ 300000

s1 jeonnect to Ex-isting 8 water M~- ---- -----2----1 --M $ 2 468 35 $ 493610 $ soo oo $ 1000001

_ 52~- - ]Connect to Existing 1 Forc_e_M--am------_______ ---middot-middotmiddotmiddot ____ - - H-middot-- EA $ 11965~95 $ 23931 ~90-bull __$___70-0-00---+--$-~-middot~--1_4_00_o_o_f 53 Testing and Survey 1( 1 LS $ 2781245 $ 2781245 $ 550000 $ 550000

--- 54 jAs-builts -middot ------ --------- ____ I l _L_S_ -$--1-3-09-4-3-5-+-$-- ~middot-13-09-4-35--+-$---4-5-00-00-~middot-$----4-S-OO--oo-

SUBTOTAL (UTILITY) S 1784188~ S 8602900

956~73890

Page 6 of7 NROADWAYPR0201720175U bull Kudza Aoad awr LWDD L-8 canaf4-Bfd Optnfng and Ana~lt2017513 Bid Tab$ bull

THE COUNTY DOES NOT GUARANTEE THE ACCURACY OF THE FORMULAS AND EXTENSIONS USED IN THIS SPREADSHEET ------~middot - -shy ______

r--bullbull middot-middot~ -shyTHE ITEMS AND QUANTITJES ABOVE SHALL GOVERN OVER THE PLANS

-shy _ _ ~--middot~middot - - _ ~-

PAY ITEM FOOTNOTES IN CONSTRUCTION PLANS SHALL ALSO BE INCLUDED IN ITEM UNIT PRICE

Note jPAY ITEM FOOTNOTES

1 All items sha11 include cost to furnish and install un]ess otherwise noted -middot ~ - bull -Tshy ~ _~-- - _--

middot Pennitting agency pre-construction meetings and notices of commencement compliance with stormwater pollution prevention plan and stormwata pollution control plan installation of erosionturbidity 2 controls including silt fences inlet protection inspections and reporting preparation and submittal of construction completion certifications and required record drawings by a professional engjneer andor ]and

bull Isurveyor utility notifications are considaed incidental to mobilization ~----middot - - -- ___

3 -- -1AII costs for Maintenance ofTraffic (MOT) and mobilization sha11 be consideci incidental to and shall b~ included in unit prices -fo~-tb-~ay items -

- )Sawc~t ofexisting aspha~ an~or concrete design~ted for removal per pJans ~oval and relocation ofprivatel~~~~middot~ systems including ~on mailboxes fencing ~ ~emoval and disposal ~-~~~~--shy

middot~areas ofexcess and unsuitable material that may b~ encountered during excavation removal and disposal ofexisting structures per plans is considered incidental to th~bid item clearing and grubbing ~ ____

5 Benn construction swale construction grading re-grading ofroadways driveways canal sections and all other rough and finish grading shall be considered incidental to the bid items Excavation andor Embankmenf

- -shy IDemolition ofexisting m~ri~ge to include all co~po~concrete deck and -~c railings bent caps w~g i1s sheet panels comrete ~ ooncrete -oacb slabs an~ any deadmen anchors P~er -shy

6 disposal ofall bridge debris is considered incidental to bridge demolition -shy middot- shy j1211 co~~~cted subgrade is co~~idered incidental to th~-~~-t ofbaserock constructio - - middot-- --shy -middot - - - shy ----~ -shy -middotmiddot~- middotshy

7

__ ___ ~~- --shy middotshy

8 Prime and tack coats are considered incidental to asphalt construction -- ---shy -shy --middoto-shy

9 Excavation and backfin for structures including cost of any select bedding material that may be nec~sary for a satisfactory installation as directed by Palm Beach County is considaed incid_ental to the cost of the structures

I ---shy -~-middot r

-middot~ - - ----shy - --middot-------shy ---=shy bull - 4 -middot -shy -middot _ -~middot -middot - -IO Wrapping of filter fabric around all pipe joints per FDOT index no 280 and cost ofcoring existing structures for pipe connection is considered incidental to the cost ofthe pipe _ ____

-middot __ _ __ __ __ --middot-middot middot

11 The cost of all anchoring hardware per FDOT index 852 is microicidentaJ to the item Pipe Guiderail (Steel) (FDOT Index 852) -shy

lnie cost of det~~Jewarning surfa~ ~ FDOT index 304 and base compaction is considen)(i incidental to sidewalkpatb~ay ~~ction --shy -~ -shy middotshy -

12 ~------- - -r-middotmiddotmiddot -middot~-~ -shy ___ _4_ -shy

13 The cost offilter fabric is incidental to the item Bedding Stone _ ~--- ~-- _--~- -shy - -middot _

14 Sodding-shall be in aceordancewith section 575 of the general provisions ofthis specification Includes costs for fertilizer and water unti1 final acceptance ~~ ---=---middot~ ~lt--- __ -shy

_ __1s__112 thick no 57 stone foundation and filler fabric is incidental to the bid item Class N Concrete (Cast in Place Headwall) -

__ __ -middot - - middotmiddotshy ---~

16 Contingency items may be increased decreased or deleted as directed by the engineer ----shy _______ ----------shy

--~-----

17 1Changeab1e (Variable)_ Message Sign (Non-MOT) and Traffic Control Officers (Non-MOT) in accordance with General Provisions (Section l 02)

- -middot _ ___ _ ~ -~-

~

Indicates Math Error

Page 7 of7

EXHIBIT B Village of Palm Springs (VPS)

PROJECT NAME Kudza Rd over L WDD L-8 Canal

PROJECTNUMBER 2017513

CONTRACTOR FG Construction LLC

ITEM QUANTITY UNITS UNIT PRICE AMOUNT

13 14

Adjust Valve Boxes Adjust Manhole

Roadway Items for VPS

lEA IEA

$26117 $71755

VPS Utility Subtotal

ITEM QUANTITY I UNITS UNIT PRICE

Roadway Contingency Item for VPS

34 Premium for Conflict Condition (See SPs) lEA $1469000

VPS Contingency Subtotal

ITEM QUANTITY I UNITS UNIT PRICE

$26117 $71755

$97872

AMOUNT

$1469000

$1469000

AMOUNT

VPS Utility Items

38 Remove and Dispose Existing 8 AC Water Main 40LF

39 Remove Existing 12 Force Main

40 Grout Existing 8 AC Water Main with Flowable Fill

41 811 Ductile Iron Pipe For Water Main Installation

42 12 DIP Pipe For Force Main Insta~lation

Continue in page 2

1

144LF

278LF

2551F

143LF

$28250

$2825

$967

$7889

$18669

$1130000

$406800

$268826

$2011695

$2669667

f

Village ofPalm Springs Exhibit B for Kudza Rd over LWDD L-8 Canal Project 2017513

ITEM QUANTITY I UNITS UNIT PRICE AMOUNT

VPS Utility Items

43 FampI 811 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM 6EA

44 FampI 12 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM SEA

45 FampI 12 Ductile Iron 90 Degree Fittings w Reaction Blocking or Thrust Restraint for WM 1 EA

46 Furnish Install and Remove Sample Points Complete 2EA

47 2 Air Release Valve with Manhole for Water Main and Force Main 2EA

48 8 Gate Valve for Water Main 1 EA

49 8 Gate Valve for Water Main with Manhole and 1 service taps lEA

50 12 Gate Valve for Force Main lEA

51 Connect to Existing 8 Water Main 2EA

52 Connect to Existing 12 Force Main 2EA

53 Testing and Survey 1 LS

54 As-builts 1 LS

$104517 $627102

$334288 $1671440

$359087

$79001

$359087

$158002

$968565

$288722

$1937130

$288722

$353114

$536275

$97934

$173748

$904000

$395500

$353114

$536275

$195868

$347496

$904000

$395500

VPS Utility Items Subtotal

Village of Palm Springs Grand Total

Village of Palm Springs Grand Total Plus lOoo Contingency

$14260724

$15827596

~17410356

FROADWAYUTILITY COORDINATION2017513_Kudzaover IA CanalVPS Exhibit Bdoc

2

2020------- shy Page 1 of 1

BOARD OF COUNTY COMMISSIONERS PALM BEACH COUNTY

BUDGET Amendment

FUND Transportation Improvement Fund BGRV 031620-430 BGEX 031620-1131

ACCOUNT NUMBER ACCOUNT NAME ORIGINAL BUDGET

CURRENT BUDGET INCREASE DECREASE

ADJUSTED BUDGET

EXPENDED ENCUMBERED

ASOF 31620

REMAINING BALANCE

REVENUES Kudza Road over LWDD L-8 Canal 3500-361-1520-6948 Utility Relocation Reimbursements 0 0 174104 0 174 104

TOTAL RECEIPTS amp BALANCES

EXPENDITURES Kudza Road over LWDD L-8 Canal 3500-361-1520-8101 Contributions Other Governmental Agencies

TOTAL APPROPRIATIONS amp EXPENDITURES

202361433

0

202361433

195369625

0

195369625

174 104

174 104

174 104

0

0

0

195543729

174 104

195543729

0 174 104

SIGNATURE DATE By Board of County Commissioners At Meeting of ________

Engineering amp Public Works ~hliamptk 1-1)-) IJ__i)

Administration I Budget Approval

OFMB Department - Posted Deputy Clerk to the Board of County Commissioners

Page 2: PROJECT NO. 2017513 · Affirmative Procurement Initiative (API) for Construction: 20% minimum mandatory SBE participation, established for the above-mentioned project, which opened

II FISCAL IMPACT ANALYSIS

A Five Year Summary of Fiscal Impact

Fiscal Years 2020 2021 2022 2023 2024 Capital Expenditures ~8463771 -0shy -0shy -0shy __1 Operating Costs -0shy -0shy -0shy -0shy __1 External Revenues ($174~104) -0shy -0shy -0shy __1 Program Income (County) -0shy -0shy -0shy -0shy __1 In-IGnd Match (County) -0shy -0shy -0shy -0shy __1 NET FISCAL IMPACT $672~667 -0shy -0shy -0shy __1 ADDITIONAL FTE POSITIONS (Cumulative)

Is Item Included in Current Budget Yes No X Does this item include the use of federal funds Yes No X

Budget Account No Fund 3500 Dept 361 Unit 1520 RsrcObject 69488101 $17410400 Fund 3950 Dept 361 Unit 1520 Object 6571-C021 $672 667 00

Recommended Sources of FundsSummary of Fiscal Impact Transportation Improvement Fund Kudza Road over LWDD Lat8 Canal (934312) Local Government One-Cent Infrastructure Surtax Kudza Road over LWDD LatB Canal (934312)

Construction Contract $75498928 Contingency $ 2265000 Testing Lab $ 600000 Traffic Striping $ 173172 Staff Costs shy

Roadway Production $ 2265000 Roadway Production (Survey) $ 755000 Construction Coordination $ 3020000 Traffic $ 100000

Total Construction Costs $84677100 Reimbursable Items

Village of Palm Springs ($17410356) Fiscal Impact $672 667 44

Note Sales tax funding from FY 2017 for $150000 and FY 2019 for $550000 for Kudza Road over LWDD Lat8 Canal (934312) An amendment to the Infrastructure Surtax Project Plan on March 17 2020 increased funding by $175000 for this project

c Departmental Fiscal Review --=middot=------ialillI~J1~1ll~lJ~)1~_~-=tL-=---------

III REVIEW COMMENTS

A Fiscal andor Contract Dev and Control Comments

Assistant County Attorney

C Other Department Review

Department Director

This summary is not to be used as a basis for payment 2

FADM_SERFEED MEAGENDAPAGE2FY 202020137 CONST Kun(A~VlSEDDOC

ATIACHMENT1

PROJECT LOCATION

KUDZA ROAD OVER L WDD L-8 CANAL

PALM BEACH COUNTY PROJECT NO 2017513

LOCATION MAP

Alt-aLhMc n-l 5

63~ l o4 3

Office of Equal Business Opportunity

50 South Military Trail Suite 202

West Palm Beach FL 33415

(561) 616-6840

wwwpbcgovcomoebo

PALM BEACH COUNTY

OEBO

Palm Beachmiddot County Board of County Commissioners

Dave Kerner Mayor

Robert S Weinroth Vice Mayor

Hal R Valeche

Gregg K Weiss

Mary Lou Berger

Melissa McKinlay

Mack Bernard

County Administrator

Verdenla C Baker

An Equal Opportunity Affirmative Action Employer

~ printed on sustainable W and recycled paper

DATE December 5 2019

TO Holly B Knight P E Contracts Section Manager

FROM Angela D Smith Small Business Development Speclalist~2$(__ Office of Small Business Assistance middot

SUBJECT Compliance Review on Project No 2017513 Kudza Road over LWDD L-8 Canal

The following bids have been evaluated according to the provisions set forth for the

Affirmative Procurement Initiative (API) for Construction 20 minimum mandatory SBE

participation established for the above-mentioned project which opened on November

19 2019 The percentages are calculated with the amount less contingency and there is

no rounding

Bidder1 F G Construction LLC 2701 NW 55th Court

Tamarac FL 33309

Phone 954-766-4053 Total Bid Amount $75498928

SBE Prime No

Amount Less Contingency $73034743 Total API Achieved 214

EBO STATUS EXP DATE PERCENTAGE

FG CONSTRUCTION LLC NON-SSE 818

RAPID MILLING amp PAVING1 SSE 12122019 214

Bidder2

Phone

Total Bid Amount

SBE Prime Amount Less Contingency Total API Achieved

Johnson-Davis Inc 604 Hillbrath Drive

Lantana FL 33462 561-588-1170

$92502400

No

$91312900 209

1 Please note that Rapid Milling amp Paving expires on 121219 They are the sole SBE utilized to meet the required APL

Atta~tf~t S P~e ~ ot~

TEAM EBO STATUS EXPDATE PERCENTAGE

ALL PHASE INC SMBE-AA 5252020 99

RampD PAVING LLC SWBE 492022 103

MICHAEL B SCHORAH SBE 6212021 072

209

Bidder3 Ferreira Construction Southern Division 13000 SE Flora Avenue Hobe Sound FL 33455

Phone 772-286-5123 Total Bid Amount $94255760 SBE Prime No

Amount Less Contingency $92957260 Total API Achieved 2S8

TEAM EBO STATUS EXPDATE PERCENTAGE

PATHWAY ENTERPRISES SSE 6302022 168

AGRICULTURAL LAND SERVICES SWBE 1132022 0413

ATLAS SURVEYING amp MAPPING SBE 722022 118

BEAUDREAU LLC SBE 8112022 0236

KATHY A ROBINSON DB A BIRDS EVE VIEW SWBE 3242022 06

TRU TRUCKING INC SMBE-H 10262022 578

RADISE INTERNATIONAL LC SMBE-A 12122020 137

UTILITY SUPPLY Assoc INC SBE 8212022 144

THE PAVING LADY SMBE 1232020 509

N amp P CONSTRUCTION amp DEVELOPMENT INC SMBE 10232021 785

COASTAL WASTE amp RECYCLING

OF PALM BEACH COUNTY SBE 722021 106

RANGELINE TAPPING SERVICES INC SBE 2192021 597

258

Bidder4 Foster Marine Contractors 3180 Fairlane Farms Road Suite 1 Wellington FL 33414

Phone 561-683-0034 Total Bid Amount $956738902 SBE Prime No Amount Less Contingency $93193890

2 The bid tabulations provided by the PBC Department of Engineering for Foster Marine and the bid amount indicated on the schedule 1 did not match therefore percentages were recalculated based on the dollar amounts on the Letter of Intent Schedule 2 Percentages already provided on the schedule 2 were not recalculated This does not affect their responsiveness to the API

A-t~M-r~l3

f~e 3of3

Total API Achieved 205

TEAM EBO STATUS EXP DATE PERCENTAGE

UTILITY SUPPLY Assoc INC SBE 8212022 193

FINE LINE STRIPING SBE 5292021 55

EampN CONSTRUCTION SMWBE-A 9232022 1622

DENNISJ LEAVY ampASSOCIATES SBE 2242022 183

205

EVALUATION

All bidders evaluated are responsive to the aforementioned API Please see reference

notes for FG Construction LLC and Foster Marine Contractors Inc

BID TABULATIONS

KUDZA ROAD OVERLWDD L-8 CANAL ENGINEERSAVERAGE

middotcoNTRACT ESTIMATE

cgt_o=- middotbullmiddotrshy ~--middotPBC-PROJECT 2017513 middot -c~middot middot lt middotgt c _ middot ~ middotmiddot middot bullmiddot bull middotmiddot middot -middotbull middot-Cc C _ _middotmiddotCc -~ --~ -_--~~ ---middot---~ --shy -_ -middotgt __]shy -shy ---~= ~--- - -=shy ~middot- bull - middot-----shy --~ -shy ~ -shy ~- - _--- middot _bull

ITEM I ITEM DESCRIPTION I QTY IUNITS UNIT PRICE UNIT PRICE

ROADWAY ITEMS

1 Mobilization 1 LS $ 6820109 $ 5000000

2 Maintenance ofTraffic (incl Pedestrian MOT) 1 LS $ 2548795 $ 400000

3 Removal ofExisting Structure 1 LS $ 7436225 $ 8000000

4 Removal Pedestrian Bridge 1 LS $ 1224212 $ 1200000

5 Clearing and Grubbing 1 LS $ 2571193 $ 1000000

6 Floating Turbidity Barrier 1 LS $ 167516 $ 252000

7 Regular Excavation 96 CY $ 2911 $ 769

8 Embankment (Compacted in Place) 115 CY $ 1950 $ 1289

9 Optional Base Group 7 975 SY $ 2888 $ 1079

10 Superpave Asphalt Concrete (Traffic Level C) 88 TN $ 25086 $ 16036

11 Asph Concrete Friction Course (10) (FC-95) Rubber 67 TN $ 32790 $ 14719

12 Mill Existing Asphalt Pavement ( 1 ) 411 SY $ 2614 $ 274

13 Adjust Valve Boxes 1 EA $ 31021 $ 39425

14 Adjust Manhole 1 EA $ 54098 $ 88800

15 Concrete Curb amp Gutter (Type F) 295 LF $ 3439 $ 2082

16 Cone Sidewalk (4 Thick) 149 SY $ 5844 $ 5527

17 Cone Sidewalk (6 Thick) (Driveways) 119 SY $ 6496 $ 6913

18 Sodding 599 SY $ 845 $ 336

19 Inlet (Ditch Bottom) (Type C) lt10 3 EA $ 397556 $ 510705

20 Inlet(Curb) (P-5) lt10 1 EA $ 531530 $ 580728

21 Yard drain 1 EA $ 188822 $ 194373

22 A2000 PVC Pipe (12) 11 LF $ 5411 $ 3333

23 Concrete Pipe Culvert ( 18) 151 LF $ 6916 $ 7550

24 Class IV Concrete (Culvert amp Headwalls) 1477 CY $ 164487 $ 130000

25 Reinforcing Steel (Culvert amp Headwalls) 33768 LB $ 163 $ 200

Page 1of7

FG CONSTRUCTION LLC

- - _-shy --- middot ~ - -__ - -~ --shy ----shy ----shy ------shy

Unit Price I Amount

$ 4746000 $ 4746000

$ 1507646 $ 1507646

$ 6215000 $ 6215000

$ 908999 $ 908999

$ 2712000 $ 2712000

$ 201194 $ 201194

$ 3164 $ 303744

$ 1865 $ 214475

$ 2187 $ 2132325

$ 20905 $ 1839640

$ 24860 $ 1665620

$ 1080 $ 443880

$ 26117 $ 26117

$ 71755 $ 71755

$ 2599 $ 766705

$ 5695 $ 848555

$ 6000 $ 714000

$ 791 $ 473809

$ 390442 $ 1171326

$ 696344 $ 696344

$ 172448 $ 172448

$ 4378 $ 48158

$ 6390 $ 964890

$ 105149 $ 15530507

$ 181 $ 6112008

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

middot shy c

JOHNSON~DAVIS INC t

----middot-= middotshy

Unit Price I

4500000 $

3500000 $

6200000 $

1000000 $

4000000 $

120000 $

5000 $

2000 $

2500 $

25000 $

27000 $

1600 $

30000 $

40000 $

5000 $

6000 $

7000 $

800 $

350000 $

500000 $

200000 $

5000 $

10000 $

200000 $

200 $

T - bull-shy _ -

Amount

4500000

3500000

6200000

1000000

4000000

120000

480000

230000

2437500

2200000

1809000

657600

30000

40000

1475000

894000

833000

479200

1050000

500000

200000

55000

1510000

29540000

6753600

p -0 (

tJ ~ _

0 -3 + (1

--J ~ J

NROADWAYPR020172017513 - Kudza Road over LWDD L-8 Canal4 -Bid Opening andAnalysis2017513 Bid Tabs

BID TABULATIONS ~

KUDZA ROAD OVER LWDD L-8 _CANAL FG CONSTRUCTIONENGINEERSAVERAGE JOHNSON-DA VIS INC

ESTIMATE LLCCONTRACT

middot=--middotmiddot bull _-middot -~~i- J~~-g~S~~PBC PROJECT 2017513 - -middot_(- middot-middot _middot 2 -middot2~middotcbull~~c - middotmiddotmiddotmiddot~ - middotmiddotmiddotmiddotmiddot-bulllt -middot (

_~ -middot - middot 0-_ bull -~ ~middot -bull- bull-T -- - bull middot - middotmiddot-middot- -- bullmiddot middot- middot - -

UNIT PRICEQTY UNITS UNIT PRICE Unit Price Amount Unit Price AmountITEM DESCRIPTIONITEM

LF $ 12038 $ 10000 $ 25448 $ 244300896 $ 12500 $ 1200000PedestrianBicycle Railing 26

$ 11412363 TN $ 7500 $ 6328 $ 2297064 $ 10000 $ 3630000Rip Rap (Rubble) FampI Ditch Lining 27

242 TN $ 8860 $ 7500 $ 7526 $ 1821292 $ 9000 $ 2178000Bedding Stone (Sect 530)28

215 CY $ 2967 $ 1500 $ 2034 $ 437310 $ 2500 $ 537500Clean Sand Fill 29

LF $ 3703 $ 10735120 $ 3500 $ 1288200 $ 600 $ 72000Storm Sewer Pumping (Exist) (24 or less)(See SPs) 30

$ 58774019 $ 78111400SUBTOTAL (ROADWAY)

CONTINGENCY ITEMS

31 5 CY $ 81370 $ 36244 $ 16611 $ 83055 $ 37500 $ 187500Class I Concrete (Misc)

$ 235110 ED $ 5680 $ 9040 $ 90400 $ 5000 $ 50000Changeable (Variable Message) Sign (Non-MOT) 32

HR $ 9303 $ 12656016 $ 4894 $ 7910 $ 5000 $ 80000Traffic Control Officer (Non-MOT) 33

1 EA $ 673000 $ 795487 $ 1469000 $ 1469000 $ 250000 $ 250000Premium for Conflict Condition (See SPs) 34

10 CY $ 22882 $ 18645 $ 186450 $ 200000$ 20000Flowable Fill 35

CY100 $ 3598 $ 4294 $ 429400 $ 350000$ 3500Subsoil Excavation 36

LF $ 1420120 $ 79320 $ 600 $ 72000Storm Sewer Cleaning (Exist) (24 or less)(See SPs) $ 66137

$ 2464185 $ 1189500SUBTOTAL (ROADWAY)

UTILITY ITEMS

38 LF $ 12631 $ 2825040 $ 2500 $ 1130000 $ 2000 $ 80000Remove and Dispose Existing 811 AC Water Main

LF $ 2273 $ 2825144 $ 2500 $ 406800 $ 288000Remove Existing 12 Force Main $ 200039

LF $ 1304278 $ 1000 $ 967 $ 268826 $ 2000 $ 556000Grout Existing 811 AC Water Main with Flowable Fill 40

255 LF $ 7966 $ 8000 $ 7889 $ 2011695 $ 8500 $ 21675008 Ductile Iron Pipe For Water Main Installation 41

LF $ 16342143 $ 14000 $ 18669 $ 2669667 $ 15000 $ 214500012 DIP Pipe For Force Main Installation 42 9

EA $ 56374 $ 1045176 $ 80000 $ 627102 $ 62500FampI 8 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM $ 375000 043 (

EA $ 153197 $ 3342885 $ 100000 $ 1671440 $ 110000 $ 550000FampI 12 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM44

EA $ 1653211 $ 100000 $ 359087 $ 359087FampI 12 Ductile Iron 90 Degree Fittings w Reaction Blocking or Thrust Restraint for WM $ 120000 $ 12000045 ~

EA2 $ 80625 $ 79001 $ 158002 $ 160000$ 65000 $ 8000046 Furnish Install and Remove Sample Points Complete

2 EA $ 999848 $ 750000 $ 968565 $ 1937130 $ 1000000 $ 20000002 Air Release Valve with Manhole for Water Main and Force Main 47

Page 2 of7 NROADWAYPR020172017513 - Kudza Raad over LWDD l-8 Canal4 - Bid Opening andAnalysis2017513 Bid Tabs

BID TABULATIONS ~-7_~

KUDZA ROAD OVER LWDD L-8 CANAL ENGINEERS FG CONSTRUCTION JOHNSON-DAVIS INC-- AVERAGE

CONTRACT ESTIMATE LLC -

PBC PROJECT 2017513 middot CCshy

middotmiddotmiddotgtmiddotmiddot_middotmiddotmiddotbullmiddotmiddot--~middotmiddotc middot= -bullshy middot--~ --~ ~- middot-middotA-middotmiddotmiddotbull middotmiddot1c-middot middotbull middotmiddotbull= -=middotmiddotmiddot__ middot bull-=middot ccmiddotmiddot bull-__ _ = bull middotmiddotmiddotmiddotmiddotmiddotmiddot=middot--middotmiddot -= - bull _- middot~ -middot ~- middot_middot __ ~~ ~- -_ middotmiddot -

ITEM ITEM DESCRIPTION QTY UNITS UNIT PRICE UNIT PRICE Unit Price Amount Unit Price Amount

48 8 Gate Valve for Water Main 1 EA $ 217079 $ 250000 $ 288722 $ 288722 $ 180000 $ 180000

49 8 Gate Valve for Water Main with Manhole and 1 service taps 1 EA $ 442694 $ 800000 $ 353114 $ 353114 $ 500000 $ 500000

50 12 Gate Valve for Force Main 1 EA $ 375539 $ 350000 $ 536275 $ 536275 $ 350000 $ 350000

51 Connect to Existing 8 Water Main 2 EA $ 228692 $ 250000 $ 97934 $ 195868 $ 520000 $ 1040000

52 Connect to Existing 12 Force Main 2 EA $ 622586 $ 250000 $ 173748 $ 347496 $ 1050000 $ 2100000

53 Testing and Survey 1 LS $ 1133811 $ 1000000 $ 904000 $ 904000 $ 300000 $ 300000

54 As-builts 1 LS $ 611234 $ 1000000 $ 395500 $ 395500 $ 290000 $ 290000

SUBTOTAL (UTILITY) $ 14260724 $ 13201500

_

_754989Z~~ _-~25W24-~9--TOTAL BID __ -~ ~middotmiddot~cl $ $ bull _ yen middotI ~

Page3 of7 NROADWAYPR020172017513 -Kudza Road over LWDD L-8 Canaf4 - Bid Opening and Analysis2017513 Bid Tabs

BID TABULATIONS

KUDZA ROAD OVER LWDD L-8 CANAL

CONTRACT

=middot-middotl~BCPROJECT2017513 -middot -----~- __middotmiddot - -= - shy ~middot- __ - - __ - - - - - - bull -middot - ---middot ---= -shy -~- shy - ---shy - bull --_ -~ - __~ middotshy

ITEM I ITEM DESCRIPTION I QTY IUNITS

ROADWAY ITEMS

1 Mobilization 1 LS $

2 Maintenance ofTraffic (incl Pedestrian MOT) 1 LS $

3 Removal ofExisting Structure 1 LS $

4 Removal Pedestrian Bridge 1 LS $

5 Clearing and Grubbing 1 LS $

6 Floating Turbidity Barrier 1 LS $

7 Regular Excavation 96 CY $

8 Embankment (Compacted in Place) 115 CY $

9 Optional Base Group 7 975 SY $

10 Superpave Asphalt Concrete (Traffic Level C) 88 TN $

11 Asph Concrete Friction Course (10) (FC-95) Rubber 67 TN $

12 Mill Existing Asphalt Pavement (l ) 411 SY $

13 Adjust Valve Boxes 1 EA $

14 Adjust Manhole 1 EA $

15 Concrete Curb amp Gutter (Type F) 295 LF $

16 Cone Sidewalk ( 4 Thick) 149 SY $

17 Cone Sidewalk (6 Thick) (Driveways) 119 SY $

18 Sodding 599 SY $

19 Inlet (Ditch Bottom) (Type C) lt1 O 3 EA $

20 Inlet (Curb) (P-5) lt10 1 EA $

21 Yard drain 1 EA $

22 A2000 PVC Pipe (12) 11 LF $

23 Concrete Pipe Culvert (18) 151 LF $

24 Class IV Concrete (Culvert amp Headwalls) 1477 CY $

25 Reinforcing Steel (Culvert amp Headwalls) 33768 LB $

Page 4 of7

FERREIRA CONSTRUCTION

SOUTHERN DIVISION _CO INC_ _---middot--middotshy --shy

_-- -middot bull bull _ shy ~-_ ~7middot-~- - ~-- bull

Unit Price I Amount

10234435 $ 10234435

2187535 $ 2187535

12329900 $ 12329900

1787850 $ 1787850

572770 $ 572770

48870 $ 48870

1180 $ 113280

3135 $ 360525

1465 $ 1428375

27940 $ 2458720

33300 $ 2231100

2775 $ 1140525

39965 $ 39965

39635 $ 39635

2655 $ 783225

4680 $ 697320

5285 $ 628915

1040 $ 622960

399780 $ 1199340

279775 $ 279775

132840 $ 132840

6265 $ 68915

4975 $ 751225

162800 $ 24045560

070 $ 2363760

FOSTER MARINE

CONTRACTORS INC )

- - - shy -shy - --~ - middot - ~

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

Unit Price I

7800000 $

3000000 $

5000000 $

1200000 $

3000000 $

300000 $

2300 $

800 $

5400 $

26500 $

46000 $

5000 $

28000 $

65000 $

3500 $

7000 $

7700 $

750 $

450000 $

650000 $

250000 $

6000 $

6300 $

190000 $

200 $

Amount

7800000

3000000

5000000

1200000

3000000

300000

220800

92000

5265000

2332000

3082000

2055000

28000

65000

1032500

1043000

916300

449250

1350000

650000

250000

66000

951300

28063000

6153600

bpJ tshy

0 pr Cl (1-h ~

-J (fshy

NROADWAYPR020172017513 - Kudza Raad over LWDD L-8 Canal4 -Bid Opening and Anaysis2017513 Bid Tabs -C

BID TABULATIONS middot

KUDZAROADOVERLWDD L-8 CANAL - middotcoNTRACT

PBC PROJECT 2017513 middot middotmiddot -middot c middotmiddotmiddotc ccmiddotmiddotmiddot middot cmiddotc Cbullltc middotmiddot bull ~ -_shy

ITEM ITEM DESCRIPTION QTY UNITS

26 PedestrianBicycle Railing 96 LF $

27 Rip Rap (Rubble) FampI Ditch Lining 363 TN $

28 Bedding Stone (Sect 530) 242 TN $

29 Clean Sand Fill 215 CY $

30 Storm Sewer Pumping (Exist) (24 or less)(See SPs) 120 LF $

SUBTOTAL (ROADWAY) $

CONTINGENCY ITEMS

31 Class I Concrete (Misc) 5 CY $

32 Changeable (Variable Message) Sign (Non-MOT) 10 ED $

33 Traffic Control Officer (Non-MOT) 16 HR $

34 Premium for Conflict Condition (See SPs) 1 EA $

35 Flowable Fill 10 CY $

36 Subsoil Excavation 100 CY $

37 Storm Sewer Cleaning (Exist) (24 or less)(See SPs) 120 LF $

SUBTOTAL (ROADWAY) $

UTILITY ITEMS

38 Remove and Dispose Existing 8 AC Water Main 40 LF $

39 Remove Existing 12 Force Main 144 LF $

40 Grout Existing 8 AC Water Main with Flowable Fill 278 LF $

41 8 Ductile Iron Pipe For Water Main Installation 255 LF $

42 12 DIP Pipe For Force Main Installation 143 LF $

43 FampI 8 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM 6 EA $

44 FampI 12 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM 5 EA $

45 FampI 12 Ductile Iron 90 Degree Fittings w Reaction Blocking or Thrust Restraint for WM 1 EA $

46 Furnish Install and Remove Sample Points Complete 2 EA $

47 2 Air Release Valve with Manhole for Water Main and Force Main 2 EA $

Page 5 of7

FERREIRAmiddot CONSTRUCTION

SOUTHERN DIVISION middot~~Q JNlt r

~ middot - -bull J -_ ___ - - ~middot middot-~ _middot ~- -~-- _ middotmiddotbullmiddotmiddot

Unit Price Amount

9890 $ 949440

12320 $ 4472160

8915 $ 2157430

4335 $ 932025

475 $ 57000

75115375

64895 $ 324475

2530 $ 25300

9295 $ 148720

355855 $ 355855

25815 $ 258150

1290 $ 129000

475 $ 57000

1298500

14275 $ 571000

2565 $ 369360

1050 $ 291900

10075 $ 2569125

20200 $ 2888600

28480 $ 170880

90500 $ 452500

97195 $ 97195

94500 $ 189000

1180825 $ 2361650

~~f

FOSTER MARINEmiddot~~iB CONTRACTORS INC

gtmiddotbullmiddot bull bull- _ ~-middot=-- middot

---middotmiddot ___ __z

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

Unit Price

315 $

17000 $

10000 $

3000 $

3000 $

190000 $

3000 $

15000 $

300000 $

30000 $

3000 $

3000 $

6000 $

1700 $

1200 $

5400 $

11500 $

30000 $

78000 $

85000 $

69000 $

850000 $

Amount

30240

6171000

2420000

645000

360000

84590990

950000

30000

240000

300000

300000

300000

360000

2480000

240000

244800

333600

1377000

1644500

180000

390000

85000

138000

1700000

cJ h

$ ~ f ~ (l ~

t 0 ~ -1 -J -C

NROADWAYPR020172017513 - Kudza Road over LWDD L-8 Conal4 - Bid Opening and Anaysis2017513 Bid Tabs

BID TABULATIONS FERREIRA KUDZA ROAD OVER LWDD L-8 CANAL CONSTRUCTION

CONTRACT SOUTHERN DIVISION

lBCbullPROJEpoundT2017513 CO INC Imiddotmiddot- 2lt- - ~~-bullmiddotmiddot- middotmiddot shy -middot -- -

~ bull c- gt -middotmiddot ltgt-bullmiddotmiddotmiddot-- _ iebullbull -lt - bull - -shy bull~middot middot middot c bullmiddotmiddotmiddot- bull - middotmiddot shy __

ITEM ITEM DESCRIPTION QTY UNITS Unit Price Amount

48 8 Gate Valve for Water Main 1 EA $ 219595 $ 219595

49 8 Gate Valve for Water Main with Manhole and 1 service taps 1 EA $ 367660 $ 367660

50 12 Gate Valve for Force Main 1 EA $ 315880 $ 315880

51 Connect to Existing 8 Water Main 2 EA $ 246835 $ 493670

52 Connect to Existing 12 Force Main 2 EA $ 1196595 $ 2393190

53 Testing and Survey 1 LS $ 2781245 $ 2781245

54 As-builts 1 LS $ 1309435 $ 1309435

SUBTOTAL (UTILITY) $ 17841885

TOTAL BID $ 94255760middot

$

$

$

$

$

$

$

$

$

FOSTERMARINE CONTRACTORS INC

bullgtcmiddotmiddot -gt bull~middot bull middot- middot

bull--middot-middot shy bull middot-middot ~-middot _ middot~ - - middot-_ middot

Unit Price Amount

180000 $ 180000

550000 $ 550000

300000 $ 300000

50000 $ 100000

70000 $ 140000

550000 $ 550000

450000 $ 450000

8602900

95673890

b

r sshy~

(~ ~

r-Page 6of7 NROADWAYPR020172017513 - Kudza Road over LWDD L-8 Canal4 - Bid Opening and Anafysis2017513 Bid TaEshy

THE COUNTY DOES NOT GUARANTEE THE ACCURACY OF THE FORMULAS AND EXTENSIONS USED IN TIDS 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

All items shall include cost to furnish and install unless otherwise noted

Permitting agency pre-construction meetings and notices of commencement compliance with stormwater pollution prevention plan and stormwater pollution control plan installation of erosionturbidity

2

1

controls including silt fences inlet protection inspections and reporting preparation and submittal of construction completion certifications and required record drawings by a professional engineer andor land surveyor utility notifications are considered incidental to mobilization

3 All costs for Maintenance ofTraffic (MOT) and mobilization shall be considered incidental to and shall be included in unit prices for the pay items

Sawcut of existing asphalt andor concrete designated for removal per plans removal and relocation ofprivately owned systems including irrigation mailboxes fencing etc removal and disposal in suitable 4

areas of excess and unsuitable material that may be encountered during excavation removal and disposal of existing structures per plans is considered incidental to the bid item clearing and grubbing

Berm construction swale construction grading re-grading of roadways driveways canal sections and all other rough and finish grading shall be considered incidental to the bid items Excavation andor 5

Embankment

Demolition of existing road bridge to include all components-concrete deck and traffic railings bent caps wing walls sheet panels concrete piles concrete approach slabs and any deadmen anchors Proper 6

disposal of all bridge debris is considered incidental to bridge demolition

7 12 compacted subgrade is considered incidental to the cost ofbaserock construction

8 Prime and tack coats are considered incidental to asphalt construction

Excavation and backfill for structures including cost of any select bedding material that may be necessary for a satisfactory installation as directed by Palm Beach County is considered incidental to the cost of 9

the structures

10 Wrapping of filter fabric around all pipe joints per FDOT index no 280 and cost of coring existing structures for pipe connection is considered incidental to the cost of the pipe

The cost of all anchoring hardware per FDOT index 852 is incidental to the item Pipe Guiderail (Steel) (FDOT Index 852)

12

11

The cost ofdetectable warning surfaces per FDOT index 304 and base compaction is considered incidental to sidewalkpathway construction

The cost of filter fabric is incidental to the item Bedding Stone

14

13

Sodding-shall be in accordance with section 575 of the general provisions of this specification Includes costs for fertilizer and water until final acceptance

15 12 thick no 57 stone foundation and filter fabric is incidental to the bid item Class IV Concrete (Cast in Place Headwall)

16 Contingency items may be increased decreased or deleted as directed by the engineer

17 Changeable (Variable) Message Sign (Non-MOT) and Traffic Control Officers (Non-MOT) in accordance with General Provisions (Section 102)

-middot Indicates Math Error

Page7 of7

INTERLOCAL AGREEMENT BETWEEN PALM BEACH COUNTY FLORIDA AND

VILLAGE OF PALM SPRINGS FOR JOINT PARTICIPATION AND PROJECT FUNDING FOR CONSTRUCTION OF UTILITY ADJUSTMENTS FOR

KUDZA ROAD BRIDGE OVER LWDD L-8 CANAL BRIDGE REPLACEMENT

PALM BEACH COUNTY PROJECT NO 2017513

THIS Interlocal Agreement (AGREEMENT) for Kudza Road Bridge replacement over the LWDD L-8 Canal (PROJECT) is made as of the __ day of 20201 by and between Palm Beach County1 a political subdivision of the State of Florida1 by and through its Board of County Commissioners (COUNTY) and the Village of Palm Springs1 a municipal corporation existing under the laws of Florjda (hereinafter VILLAGE) each one constituting a public agency defined in Part I of Chapter 163 Florida Statutes (individually Party and collectively Parties)

WHEREAS Section 16301 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 VILLAGE has requested the COUNTY to construct water main1 force main and associated appurtenance adjustments to the VILLAGES system (UTILITY WORK) within the limits of the PROJECT and

WHEREAS1 the COUNTY and the VILLAGE desire to jointly participate in the UTILilY WORK and

WHEREAS both COUNTY and VILLAGE declare that it is in the public interest that the UTILTIY 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

VILLAGE OF PALM SPRINGS 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 2017513 Said Bid Documents include the UTILITY WORK as shown in VILLAGE prepared Utility Matrix Applicable Technical Specifications Standard Construction Details and Approved Product List

B COUNTY shall obtain written approval from the VILLAGE in advance of any change orders including any costs associated with the VILLAGES failure to approve change orders in a timely manner which increase the cost attributable to the UTILITY WORK to an middotamount greater than the contract amount as stated in Section 3A below VILLAGES 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 contractors bid for the PROJECT and the UTILllY WORK

Section 3 VILLAGES Responsibilities

A VILLAGE shall reimburse COUNTY a total estimated cost including 10 contingency of One Hundred Seventy Four Thousand One Hundred Three Dollars and Fifty Six Cents $17410356) provided COUN1Y 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 VILLAGES Utility Items shall be paid by the VILLAGE

8 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 VILLAGE

C Upon completion of the PROJECT and the UTILilY WORK the VILLAGE shall repair and maintain the UTILITY WORK at VILLAGES expense

Section 4 PaymentsInvoicing and Reimbursement

The COUNTY will invoice the VILLAGE on a periodic basis during construction of the PROJECT and the UTILin WORK The VILLAGE agrees to provide to COUNTY payment for documented costs for the UTILITY WORK in the amount established in Section 3A COUNTY shall submit all invoices to the VILLAGE identifying the UTILITY WORK including COUNTYS total expenditure for the PROJECT and identifying the amount attributablemiddot 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 VILLAGE within seven (7) calendar days of request by the VILLAGE Invoices received from COUNlY will be reviewed and approved by the VILLAGE to ensure that expenditures have been made in conformity with this

2

VILLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

AGREEMENT Upon COUNTYS submission of acceptable documents needed to substantiate its costs for the UTILITY WORK VILLAGE will provide said payment to COUNTYmiddot on a reimbursement basis within thirty (30) days of receipt of all required documents In no event shall the VILLAGE 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 VILLAGE 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 VILLAGE will reimburse the COUNTY for the UTILI1Y WORK completed as of the date the COUNTY suspends the UTILITY WORK Any remaining unpaid portion of this AGREEMENT shall be retained by the VILLAGE and the VILLAGE shall have no further obligation to honor reimbursement requests submitted by the COUNTY

Section 5 Access and Audits

COUNTY and VILLAGE 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 VILLAGE 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 COUNTYS sole direction supervision and control All VILLAGE employees engaged in the work or services performed pursuant to this AGREEMENT shall at all times and in all places be subject to VILLAGES sole direction supervision and control (he 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 othermiddot Party shall be that of an Independent Contractor and not as employees or agents of the other

Neither COUNTY nor the VILLAGE 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 VILLAGE

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

VILLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

or permitted under state and local law to perform such services

All of COUNlYS 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 VILLAGE and COUNTY recognize their liability for certain tortious acts of its agents officers employees and invitees to the extent and Hmits provided in Section 768281 Florida Statutes To the extent permitted by law the VILLAGE and COUNlY shall indemnify defend and hold the other harmless against any actions claims and damages arising out of the 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 76828 Florida Statutes1 nor shall the same be construed to constitute an agreement by the VILLAGE 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 andor VILLAGE

Section 9 Annual Appropriation

All provisions of this AGREEMENT calling for the expenditure of ad valorem tax money by either the COUNTY or the VILLAGE are subject to annual budgetary funding and should either Party involuntarily fail to fund any of their respective obfigations 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 attorneys fees) associated with the enforcement of the terms andmiddot conditions of this AGREEMENT shall be borne by the respective Parties

4

VILLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

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

All notice to the VILLAGE shall be sent to

Ronald Eyma PE Public Service Director Village of Palm Springs 226 Cypress Lane Palm Springs FL 33461

All notice to the COUNTY shall be sent to

Omelia A Fernandez P E Director Palm Beach County Engineering amp Public Works Roadway Production Division P0 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 Partys right to assert or rely upon any such provisions or rights in that or

any other instance

5

VILLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

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 Section 17 Non~Discrimination

COUNTY and VILLAGE 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 st~tus 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

COUNlY and VILLAGE shall abide by all applicable federal state and local Jaws orders rules and regulations when performing under this AGREEMENT COUNTY and VILLAGE 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 Generals 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

6

VllLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

contract

Section 23 Public Entity Crime Certification

As provided in FS 287132-133 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 FS 287133 (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 VILLAGE 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

VILLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

IN WITNESS WHEREOF the undersigned Parties have executed this AGREEMENT on the day and year first written above

VILLAGE OF PALM SPRINGS

BY~~~~--~---shyBev Smith Mayor

AllEST

Kimberly M Wynn AUTHORITY CLERK

PALM BEACH COUNlY FLORIDA

BY __~----------~~~-shyTanya N McConnell PE Deputy County Engineer

APPROVED AS TO TERMS AND CONDITTONS

BY __~--~~--~--shy(DATE)

APPROVED AS TO FORM APPROVED AS TO FORM AND LEGAL SUFFIOENCY AND LEGAL SUFFIOENa

BY _________ BY~YB~H---~--~~~~~~~shyVIiiage Attorney Assistant County Attorney

FROADWAYUTILI1Y COORDINATION2017513_Kudza over L-8 CanalVPS Construction Agreementdoc

8

ITEM I ITEM DESCRIPTION QTY middot1 UNITS UNIT PRICE UNIT PRICE UnitPrice I Amount Amount

2 I 30000 $ 30000-g= ___ 4_~-_0 _____1_4_00-so-_

SS21 $ S695 $ --8485ss $ 6000 S 894000

6913 $ 6000 I $ 714000 $ 7000 $ 833000

336 $ 791 I$ 473809 $~-~--8-00~+~$ 479200 middot-~----~~-middot-

510705 $ 390442 $ ll71326 $ 3500001~-- 1050000

~~ 200000 ~ 3333 $ 4378 $ 48158 $ S000 $ 55000

~~ s ~oo s ~~~ s 1~00 $

130000 $ 105149 $ lSS30507 $ 200000 $

1510000

29540000

ROADWAY ITEMS

Mobilization

MaintenanceofTraffic(inclPooestrianMOT)

3 Removal ofExisting Structure

2

- dge -middot- ---middot middotshy ~~=mer

=8 1Embankment(C~~P~-~- shy_ --=-=--~_jmucrde~~Cgt

____J_l__ =jh~7deg=~middot~)(FC-95)Rubber 13 AdjustValveBoxes

~1 outtflt (Type F)

16 Cone SidewaJk~(~_-~-middot -~middot ~_ ___

17 Cone Sidewalk (6 Thick)(Driveways)

18 Sodding middot--~----middot~--~middot---middot- ~--middot--middot--~

j LS $ 6820109 $ 5000000 $ 4746000 $

I LS $ 2548795 $ 4ooooo $ 15076461___

I 1 I LS $ 7436225 $ 8000000 $ 6215000 $

middotmiddot--middot-- ------ middotI middot+-+ ~- ~~ 2~~ middot--middot-middot-middot--1--~middotmiddot -middot--middot~-~ 2~2 M

I 115 I CY $ 1950 $ 1289 $ 1865 $

-~--====J__ _-=f --=~- ~ l~ 2 __ 7i-- middotmiddot-~+---~~~---~~-middot-middotmiddot14~ 2 ---4

EA $ 31021 $

5 295 shy

149 SY $ 5844 $

119 SY $ 6496 $

599 SY $ 845 $

19 InletDitchBottom)(TypeC)lt10 --middot~-----------middot--middotmiddot ___ 3 EA $ 397556 $

______-+--~-et-~-urb-middot-~-(P--5-)_lt_10_- --- --------middot- ~=~-------- I =~-i~--__A_-_--_________~ ___

22 A2000PVCPipe(Iin) 11 LF $ 5411 $

___~____eo_n_~--~-middot_e_c_~_~_c_1s_i_________--_-_~------~--~-~-s 16 $

24 ClassNConcrete(CulvaiampHeadwalls) 1477 CY $ 164487 $

39425 $ 26117 $-

4746000 $ 4500000 $ 4500000

1_s_0__ __ 3_5 _ooo_oo_16_4_6-1_s 3_s_oo_o_oo___$____ 6215000 $ 6200000 $ 6200000

--2-~-~---=-middot--~---~=---0----0-+middot---~---~--0-- -----------12_~__-o--t------~----o--0

214415 $ 2000 $ 230000

-~- middotmiddotmiddot middotmiddot -=~~

~r-=~- --1-~~----lr_

1~ 26117 $-

--~-~-1--~---~-~--~~~middot~-~~~-~-~~~~---~~+-~~---lt-~~ --~--~-+--~-----1~-~~--1middot~~~-~~-+-~~~~-~~

25 Reinforcing Steel (Culvert amp Headwalls) 33768 LB $ 163 $ 200 $ 181 $ 6Cl2008 $ 200 $ 6753600

Page 1 of7 NROAOWAYPll020172017513 bull KudzD Road Oliff LWDD L-8 Conal4 middotBid Optnlng and Analysls201753 Bid Tabs

26

ITEM ITEM DESCRIPl10N QTY UNITS UNIT PRICE UNIT PRICE Unit Price J Amount Unit Price Amount

PedestrianBicycleRailing ll 96 LF $ 12038 $ 10000 $ 25448 $ 2443008 $ 12500 $ 1200000 -----middot------+--------- --middotmiddotmiddotmiddotmiddot-middotmiddot------ --------- middot~---r----~middot----tmiddot-

27 Rip Rap (Rubble) FampI Ditch Lining 363 TN

28 Bedding Stone (Sect 530) ----------~------- 242 i TN

3

209 Clean Sand Fill --middot------ -shy - - ----- shy --il~l2105 -~LF~-Storm Sewer Pumping (Exist) (24 or IessXSee SPs) 120

CONTINGENCY ITEMS

___3_1_ _JClass I Concrete (Misc)

32 _ _jChangeable(VariableMessage) Sign (Non-MOT)

33 )Traffic Control Officer (Non-Mon

SUBTOTAL (ROADWAY)

34 Premium for Conflict Condition (See SPs) --middotmiddot ~---------- shy ------ shy

35

36

37

lFlowable Fill i

Subsoil Excavation ___ j middotlt~----middot

IStonn Sewer Cleaning (Exist) (24II or less xsee SPs)

UTILITY ITEMS

38 Remove and Dispose Existing 8 AC Water Main

39 Remove Existing 12 Force Main lt----~-- --middot--+------------shy

SUBTOTAL(ROADWAY)

40 LF

144 LF

$ 11412 $ 7500 $ 6328 $ 2297064 $ 10000 $ 3630000

$ 8860 $ 7500 $ 7526 $ ] 821292 $ 9000 $ 2178000

$$ 32790637 3155- middot-middot- 437310 I $ 2500 $ 531500-$$_____ bulloooo-middot-$$middotmiddotmiddotmiddot---1-02703354 $$ 1288200

$ 58774019

$ 81370 $ 36244 $ 16611 $ 83055

$ 5680 $ 2351 $ 9040 $ 90400

$ 9303 $ 4894 $ 7910 $ 126560

$ 673000 $ 795487 $ 1469000 $ 1469000 ~-~--------- ~-------i--

$ 22882 $ 18645 $ 186450

$ 600 $ 72000

$ 78111400

$ 31soo I$ 187500i

$ 5000 r $ 50000

$ sooo Is 80000 ----+----middotmiddot-----shy

$ 250000 $ 250000

$ 20000 $ 200000

$

$

~ __4_2-9--l----middot-~ --- _3~f-middot---3-middot~--o~-=-6$ 2464185 $ 1189500

$ 12631 $ 2500 $ 28250 I$ 1130000 $ 2000 $

$ 2273 $ 2500 $ 2825 middot1 $ 406800 $ 2000 $ 288000

40 Grout Existing 811 AC Water Main with Flowable Fill 278 LF $ 1304 $ 1000 $ 967 $ 268826 $ 2000 $ 556000 ------~ -middot-------+---- ~ __ -------+---shy

41 8 DuctileironPipeForWaterMaininstallation -----1---2_ss__ j LF $ 7966 _s_____s_o_00___$~ __7_8_89--t-_s___2_o_11695 _s___~500 i-$___2_1_6_1_so_o_

42 1211 DIPPipeForForceMainlnstallation 143 J LF $ 16342 $ 14000 $ 18669 $ 2669667 $ 15000 $ 21450001-------- ~--~-----middot--- middot--r----~---~-- __ t

___4~ -middot __ FampI 8 Ductile kon 45 Degree Fittings wl Reaction Blocking or Thrust Restraint for WM 6 ~ EA $ 56374 $ 80000 S 104517 $ 627102 $ 62500 _$_____3_7_s_o_oo-f

44 FampI12degDuctilelron45DegreeFittingswReactionBJockingorThrustRcstraintforWM 5 j EA $ 153197 $ 100000 $ 334288 $ 1671440 $ 110000 $ 550000 -middot -------f---middotmiddot--------------------------middot-- --shy~middot-middotmiddotmiddot----4_5 ---1F_amp_I_1_2__Du_c_til_middote_h__ __ee_F_ittin__gs_w_l_R_ea_cti_middoto_n_B_Ioc_km_middotg_or_Thrust_R_es_trai_n_t_fo_r_WM -+-____ ~ EEAA $ 165321 $ 100000 $ 3590871 $ 359087 $ 120000 _s_____o_n_9_o_D_egr __ __ l_2_oo_00_

4

46 Furnish Install and Remove Sample Points Complete 2 $ 80625 $ 65000 $ 79001 $ 158002 $ 80000 $ 1600001 1

middot~------~--------~

47 2 Air Release Valve with Manhole for Water Main and Force Main 2 I EA $ 999848 $ 750000 $ 968565 I$ 1937130 $ 1000000 $ 2000000

Pagel of7 NROADWAYPR020172017513 middotKudla Road over LWDD L-8 Canal4- Sid ~nlng and AnalyslsZOJ75JJ Bid Tabs

80000

ITEM ITEM DESCRIPTION J QTY j UNITS UNIT PRICE UNIT PRICE Unit Price Amount Unit Price Amount

i8 11 Gate Valve for Watfl Main r j EA $ 217079 $ 250000 $ 288722 $ 288722 $ 180000 $ 18000048 --------- middotmiddot-shy ------------ ------middot-~----------- -~middot~-W--------1------- ------+-------4--~------J-------1---------1

49 ----+-J__ +811 Gate Valve for Water Main with Manhole and 111 service taps 1_ EEAA $ 442694 $ 800000 $ 353lJ4 $ 353114 $ 500000 $ 500000

50 12 Gate Valve for Force Main j 1 s 375539 $ 350000 s 536275 s 536275 $ 350000 Is_______3_s_o_o_oo_

51 Connect to Existing 811 Water Main -__-middot_middot--------========------1--2middot i EA $ 228692 $ 250000 $ 97934 $ 195868 $ 520000 J-s- 1040000

52 Connect to Existing 12 Force Main 2 I EA $ 622586 $ 250000 $ l73748 $ 347496 $ 1050000 $ 2100000

LS $ 1133811 $ l 000000 $ 904000 -$-----9-04-0-00--$ 300000 $ 300000~-- --53-- middot(Testingandsurvey -----==---------- I -I ( --L-S----t-$---6--ll-2-34-t-$----1-0-00-0-0--10 $ 395500 $ 39550-0-t--$--2-900-00-+--$ 29000054 lAs-builts

SUBTOTAL (UTILITY) $ 1426deg24 $ 13201500

Page3 of7 NROADWAYPR020172011513 - Kudm Road avu LWDD L-8 Conal4 - Bid O~nlng and AnaiyW2017513 Bid Tabs

ITEM 1 ITEM DESCRIPTION I QTY IUNITS Unit Price I Amount Unit Price j Amount

ROADWAY ITEMS

1 7800000

~ ofT_raffi_c_(m--cl-P_ed_es_tri_an_M___ -----~--- -_---~-j--+plusmn- middot-L~S-- -$- =42s~ 1$o_T_)____~-- -middot--- - ___ -middot~middotmiddot 2 30000001 99 00Removal ofExisting Structure 12329900 J 50000003 --middot ---- -----+----------- shy

4 Remova1 Pedestrian Bridge LS $ 17 878 50 $ 1200000 -- --5---- C-l~g and Grubbing - -- --- --middot---------middot I I j- LS $ 572770 $middot- shy

572770 $ 3000000 $ 3000000 ~---------_-- ------- --- middot~---~ _ -middot- -----~--middotr--------1

6 Floating Turbidity Barrier I LS $ 48870 $ 48870 $ 300000 $ 300000 -~---------~~

__7 ____ ReguJarExcavation 96 I CY $ 1180 $ 113280 $ 2300 ___________ 220800 1

_______s_middot__ -IEmbankment (Compacted in Place) _ ll 5 CY $ 3135 $ 360525 $ 800 I$ 92000

9 Optional Base Group 7 __________ __ ~=~1 975 __ ___14_6_sJ~--~---~----~~~~~~ _____ s2_6_s_ooo-_-- t sv_~_s s s_4_o_o+-I_$____ __

- -- ~aveAsphalt concrete (Traffic Level q ___fr__ _ _ _ __ 2 940 j ~ 24~~ __~middot 26~00-jj $$_ ~--~1--~TN~- $$ 7 _7 20 ~$$____ 2332000

e-- 0-- jAsph~c~ Friction Course (l0) (FC-95) Rub~ 67 1 333 00 P 22rJ 1 ___00 30820001 00 460- -1 1

l Mi11ExistingAsphaltPavement(l) 411 SY $ 2775 $ II40525 $ 5000 __$___20_5_5_0-00shy

13 Adjust Valve Boxes EA $ 39965 I$ 39965 $ 28000 $ 28000

middot---1-4middotmiddot~ AdjustManhole --- -------~--middot EA $ 39635 $ 39635 $ 65000 $ middot--middot-6-50-00shymiddot~----middot-middot- I middot-~---------------

783225 $ 3500 $15 ~ConcreteCwbampGutter(Type F) middotmiddot~Z95i LF $ 4=-middot 16 1Conc Sidewalk(4 Thick) SY $ 46 80 $ 697320 $ 7000 $ 1043000

___ 17 _ _J~nc Sidewalk (6 Thick) (Driveways) -~-- - -- -- - ~~- f SY $ 5285 $ 628915 $ 7700 $ 916300 --- middot-middot-~--middot---~Sodding bull middot 1-middot 59middot - middotsy $ 1040 $ 622960 $ 750 $ 449250

- 19 Inl~~orum--middot~--Bo-tto_m_)(_T_yp_e_C_)-lt-10---- -middot ---~----middotmiddot--middot--------~ - ---3--- T-EA -~-$--3-99-7-8-0-+--------~-$ ]199340 $ 450000 $ 1350000

1-20----1-In-let-(Curbmiddot--)-(P--5-)-lt-10_1____________________________r _ -- 1~ -i-middot $~- 21911s 650000 s 6soooo

$ 279775 $

1 $ 1~2840 $1~p-~-c_________________________[_ ~-~~-_ _~_00_00__]~-~~-- -s_~~-~=~=~=~======~=~-~-~~2-_s-00_~_0~$---~~-2-~-s_oo_1 2 1 2 $ 68915 $ 023 ConcretePipe_Cul_vert_(_1_8_)__________ -~---middotmiddot---------+1

___1_s1__ LF $ 4975 $ 751225 $ 6300 j 951300

24 ClasslVConcrete(CulvertampHeadwalls) 1477 CY $ 162800 $ 24045560 $ J90000 $ 28063000 -~-~~-t--------t-----~-r--------1

25 Reinforcing Steel (Culvat amp Headwalls) 33768 LB $ $ 2363760 $070 200 $ 6753600

Page 4 of7 NROADWAYPR02D72DJ75J3- Kudza Road over LWOO L-8 Conaij4 - Bfrl Op ming and Anaysb20J 7513 Bid Tabs

ITEM ITEM DESCRIPTION I QTY UNITS Unit Price j Amount Unit Price r Amount

26 jPedestrianBicycle Railing 96 LF $ 9890 I$ 949440 $ 315 $ 30240

~- Bid~~)DltchLining ~ I~ =~~ ~ -shy middot29-~ Clean Sand Fill 215 CY $ 4335 $ 932025 $ 3000 $ middot 645000

---~3o 1

Stomi SewerPumpingExist)(24orlessXSeeSPs) -1middot--120 LF $ 4751 S 57000 $ 3000 $middot--middot- ~---middot middotshy 360000

SUBTOTAL(RO~WAY) $ 75115375 $ 84590990

CONTINGENCY~

31 ICJass I Concrete(Misc) ____ middot-----~ j 5 CY $ 648 95 I $ 324475 $ 190000 $ 950000 - ----------middot middot-middot1____1- ~-----1

__ 32 1 Chang~Je(VariableMessage) Sign (N~~--M_O_T)____ ___1_o______E_D____s___ 2530i$ 25300 S 3000 $ 30000

_ ~_ ITrafficCon~lOffietT(Non-MOT) -middot-----------shy 16 j HR $ 9295 $ 148720 $ _1_5_0_00--1-$---~2_4_~-~ r---34 Premium for Conflict Condition (See SPs) ________1

1middotf-----_-_--_J EA $ 355855 k 355855 $ 300000 S 300000

35 FlowableFill ____________

1

_1

00

0_ ~1middot--c~~YY -- _$s__2_s_s_1s---+i $ 25815~ $ 30000 $ 300000

middot---3-6 subsoil ExcavationI 1

4

2bull

7

9

5

0 f$$middot- ~I2

5

_

7

9_

0

o_bullbull

0

oo_

0

_$$___3_0_o_o-+1_$____3_ooo__oo~ 37 Stmm Sewer Cleaning (Exist) (24 or J~sXSee SPs) -------~middot- 120 I LF __ $ l 3000 I$ 360000

SUBTOTAL (ROADWAY)

UTILITY ITEMS

38 jRemove and Dispose Existing 811 AC- Water Main I I

39 ~ -shy --shy rRemove Existing 12 Force Main

40 Grout Existing 8 AC Water Main wi~~owable FilJ

41 middot]8 Ductile Iron Pipe For Wala Main Installation I 42 12 DIP Pipeor Force Main Installation l

-~---middot-middot--middot

43 FampI 8 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM -i44 FampI 12 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM -middot--shy

-~ 45 middotFampI 12 Ductile Iron 90 Degree Fittings w Reaction Blocking or Thrust Restraint for WM

-46 Furnish Install and Remove Sample Points Comp1ete

-shy47 2 Air Release Valve with Manhole for Water Main and Force Main I

$ 1298500 $ 2480000

40 I LF $ 14275 $

144 LF $ ~-+----6-1-middot-o-o ~- I+shy -w q 278 LF $ 1050 $ 291900 $ 1200 $ 333600I 25651 $

~-r-----~~~~--r-~~---~~

255 LF $ 10075 $

143 LF $ 20200 $

6 EA $ 28480-1 $-~

5 EA $ 90500 I$

I EA $ 91195 I$

94500 l$2 I EA $

2 EA $ 11sos2s 1 $

2~69125 $

2888600 $

170880 $

452500 $

97195 $

2361650 $

5400 $ 1377000

11500 $ 1644500

30000 $ 180000

78000 $ 390000

85000 $ 85000

69000 $ 138000

850000 $ 1700000

Page5 of7 NROADWAYPR020172017513 bull Kudza flood ov~r LWOD L-8 Conal4 middotBid 0plning arid Anaysii20175 Bid Tabt

ITEM ITEM DESCRIPTION QTY j lJNITS UnJtPrfce Amount Unit Price Amount

48 8 GateVaJveforWaterMain _1~-- _$_ 219~_-9_5____$____2bull 19595 $ 180000 _$____1_soo_00_ __4_9_ middot-18Ga~ Valve for Water Main with Manhole ~dPservice taps 1 -~ $ 367660 $ 367660 $ 550000 $ 550000

50 11211 Gate Valve for Force Main 1 II EA -- $ 315880 $ 315880 $ 300000 $ 300000

s1 jeonnect to Ex-isting 8 water M~- ---- -----2----1 --M $ 2 468 35 $ 493610 $ soo oo $ 1000001

_ 52~- - ]Connect to Existing 1 Forc_e_M--am------_______ ---middot-middotmiddotmiddot ____ - - H-middot-- EA $ 11965~95 $ 23931 ~90-bull __$___70-0-00---+--$-~-middot~--1_4_00_o_o_f 53 Testing and Survey 1( 1 LS $ 2781245 $ 2781245 $ 550000 $ 550000

--- 54 jAs-builts -middot ------ --------- ____ I l _L_S_ -$--1-3-09-4-3-5-+-$-- ~middot-13-09-4-35--+-$---4-5-00-00-~middot-$----4-S-OO--oo-

SUBTOTAL (UTILITY) S 1784188~ S 8602900

956~73890

Page 6 of7 NROADWAYPR0201720175U bull Kudza Aoad awr LWDD L-8 canaf4-Bfd Optnfng and Ana~lt2017513 Bid Tab$ bull

THE COUNTY DOES NOT GUARANTEE THE ACCURACY OF THE FORMULAS AND EXTENSIONS USED IN THIS SPREADSHEET ------~middot - -shy ______

r--bullbull middot-middot~ -shyTHE ITEMS AND QUANTITJES ABOVE SHALL GOVERN OVER THE PLANS

-shy _ _ ~--middot~middot - - _ ~-

PAY ITEM FOOTNOTES IN CONSTRUCTION PLANS SHALL ALSO BE INCLUDED IN ITEM UNIT PRICE

Note jPAY ITEM FOOTNOTES

1 All items sha11 include cost to furnish and install un]ess otherwise noted -middot ~ - bull -Tshy ~ _~-- - _--

middot Pennitting agency pre-construction meetings and notices of commencement compliance with stormwater pollution prevention plan and stormwata pollution control plan installation of erosionturbidity 2 controls including silt fences inlet protection inspections and reporting preparation and submittal of construction completion certifications and required record drawings by a professional engjneer andor ]and

bull Isurveyor utility notifications are considaed incidental to mobilization ~----middot - - -- ___

3 -- -1AII costs for Maintenance ofTraffic (MOT) and mobilization sha11 be consideci incidental to and shall b~ included in unit prices -fo~-tb-~ay items -

- )Sawc~t ofexisting aspha~ an~or concrete design~ted for removal per pJans ~oval and relocation ofprivatel~~~~middot~ systems including ~on mailboxes fencing ~ ~emoval and disposal ~-~~~~--shy

middot~areas ofexcess and unsuitable material that may b~ encountered during excavation removal and disposal ofexisting structures per plans is considered incidental to th~bid item clearing and grubbing ~ ____

5 Benn construction swale construction grading re-grading ofroadways driveways canal sections and all other rough and finish grading shall be considered incidental to the bid items Excavation andor Embankmenf

- -shy IDemolition ofexisting m~ri~ge to include all co~po~concrete deck and -~c railings bent caps w~g i1s sheet panels comrete ~ ooncrete -oacb slabs an~ any deadmen anchors P~er -shy

6 disposal ofall bridge debris is considered incidental to bridge demolition -shy middot- shy j1211 co~~~cted subgrade is co~~idered incidental to th~-~~-t ofbaserock constructio - - middot-- --shy -middot - - - shy ----~ -shy -middotmiddot~- middotshy

7

__ ___ ~~- --shy middotshy

8 Prime and tack coats are considered incidental to asphalt construction -- ---shy -shy --middoto-shy

9 Excavation and backfin for structures including cost of any select bedding material that may be nec~sary for a satisfactory installation as directed by Palm Beach County is considaed incid_ental to the cost of the structures

I ---shy -~-middot r

-middot~ - - ----shy - --middot-------shy ---=shy bull - 4 -middot -shy -middot _ -~middot -middot - -IO Wrapping of filter fabric around all pipe joints per FDOT index no 280 and cost ofcoring existing structures for pipe connection is considered incidental to the cost ofthe pipe _ ____

-middot __ _ __ __ __ --middot-middot middot

11 The cost of all anchoring hardware per FDOT index 852 is microicidentaJ to the item Pipe Guiderail (Steel) (FDOT Index 852) -shy

lnie cost of det~~Jewarning surfa~ ~ FDOT index 304 and base compaction is considen)(i incidental to sidewalkpatb~ay ~~ction --shy -~ -shy middotshy -

12 ~------- - -r-middotmiddotmiddot -middot~-~ -shy ___ _4_ -shy

13 The cost offilter fabric is incidental to the item Bedding Stone _ ~--- ~-- _--~- -shy - -middot _

14 Sodding-shall be in aceordancewith section 575 of the general provisions ofthis specification Includes costs for fertilizer and water unti1 final acceptance ~~ ---=---middot~ ~lt--- __ -shy

_ __1s__112 thick no 57 stone foundation and filler fabric is incidental to the bid item Class N Concrete (Cast in Place Headwall) -

__ __ -middot - - middotmiddotshy ---~

16 Contingency items may be increased decreased or deleted as directed by the engineer ----shy _______ ----------shy

--~-----

17 1Changeab1e (Variable)_ Message Sign (Non-MOT) and Traffic Control Officers (Non-MOT) in accordance with General Provisions (Section l 02)

- -middot _ ___ _ ~ -~-

~

Indicates Math Error

Page 7 of7

EXHIBIT B Village of Palm Springs (VPS)

PROJECT NAME Kudza Rd over L WDD L-8 Canal

PROJECTNUMBER 2017513

CONTRACTOR FG Construction LLC

ITEM QUANTITY UNITS UNIT PRICE AMOUNT

13 14

Adjust Valve Boxes Adjust Manhole

Roadway Items for VPS

lEA IEA

$26117 $71755

VPS Utility Subtotal

ITEM QUANTITY I UNITS UNIT PRICE

Roadway Contingency Item for VPS

34 Premium for Conflict Condition (See SPs) lEA $1469000

VPS Contingency Subtotal

ITEM QUANTITY I UNITS UNIT PRICE

$26117 $71755

$97872

AMOUNT

$1469000

$1469000

AMOUNT

VPS Utility Items

38 Remove and Dispose Existing 8 AC Water Main 40LF

39 Remove Existing 12 Force Main

40 Grout Existing 8 AC Water Main with Flowable Fill

41 811 Ductile Iron Pipe For Water Main Installation

42 12 DIP Pipe For Force Main Insta~lation

Continue in page 2

1

144LF

278LF

2551F

143LF

$28250

$2825

$967

$7889

$18669

$1130000

$406800

$268826

$2011695

$2669667

f

Village ofPalm Springs Exhibit B for Kudza Rd over LWDD L-8 Canal Project 2017513

ITEM QUANTITY I UNITS UNIT PRICE AMOUNT

VPS Utility Items

43 FampI 811 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM 6EA

44 FampI 12 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM SEA

45 FampI 12 Ductile Iron 90 Degree Fittings w Reaction Blocking or Thrust Restraint for WM 1 EA

46 Furnish Install and Remove Sample Points Complete 2EA

47 2 Air Release Valve with Manhole for Water Main and Force Main 2EA

48 8 Gate Valve for Water Main 1 EA

49 8 Gate Valve for Water Main with Manhole and 1 service taps lEA

50 12 Gate Valve for Force Main lEA

51 Connect to Existing 8 Water Main 2EA

52 Connect to Existing 12 Force Main 2EA

53 Testing and Survey 1 LS

54 As-builts 1 LS

$104517 $627102

$334288 $1671440

$359087

$79001

$359087

$158002

$968565

$288722

$1937130

$288722

$353114

$536275

$97934

$173748

$904000

$395500

$353114

$536275

$195868

$347496

$904000

$395500

VPS Utility Items Subtotal

Village of Palm Springs Grand Total

Village of Palm Springs Grand Total Plus lOoo Contingency

$14260724

$15827596

~17410356

FROADWAYUTILITY COORDINATION2017513_Kudzaover IA CanalVPS Exhibit Bdoc

2

2020------- shy Page 1 of 1

BOARD OF COUNTY COMMISSIONERS PALM BEACH COUNTY

BUDGET Amendment

FUND Transportation Improvement Fund BGRV 031620-430 BGEX 031620-1131

ACCOUNT NUMBER ACCOUNT NAME ORIGINAL BUDGET

CURRENT BUDGET INCREASE DECREASE

ADJUSTED BUDGET

EXPENDED ENCUMBERED

ASOF 31620

REMAINING BALANCE

REVENUES Kudza Road over LWDD L-8 Canal 3500-361-1520-6948 Utility Relocation Reimbursements 0 0 174104 0 174 104

TOTAL RECEIPTS amp BALANCES

EXPENDITURES Kudza Road over LWDD L-8 Canal 3500-361-1520-8101 Contributions Other Governmental Agencies

TOTAL APPROPRIATIONS amp EXPENDITURES

202361433

0

202361433

195369625

0

195369625

174 104

174 104

174 104

0

0

0

195543729

174 104

195543729

0 174 104

SIGNATURE DATE By Board of County Commissioners At Meeting of ________

Engineering amp Public Works ~hliamptk 1-1)-) IJ__i)

Administration I Budget Approval

OFMB Department - Posted Deputy Clerk to the Board of County Commissioners

Page 3: PROJECT NO. 2017513 · Affirmative Procurement Initiative (API) for Construction: 20% minimum mandatory SBE participation, established for the above-mentioned project, which opened

ATIACHMENT1

PROJECT LOCATION

KUDZA ROAD OVER L WDD L-8 CANAL

PALM BEACH COUNTY PROJECT NO 2017513

LOCATION MAP

Alt-aLhMc n-l 5

63~ l o4 3

Office of Equal Business Opportunity

50 South Military Trail Suite 202

West Palm Beach FL 33415

(561) 616-6840

wwwpbcgovcomoebo

PALM BEACH COUNTY

OEBO

Palm Beachmiddot County Board of County Commissioners

Dave Kerner Mayor

Robert S Weinroth Vice Mayor

Hal R Valeche

Gregg K Weiss

Mary Lou Berger

Melissa McKinlay

Mack Bernard

County Administrator

Verdenla C Baker

An Equal Opportunity Affirmative Action Employer

~ printed on sustainable W and recycled paper

DATE December 5 2019

TO Holly B Knight P E Contracts Section Manager

FROM Angela D Smith Small Business Development Speclalist~2$(__ Office of Small Business Assistance middot

SUBJECT Compliance Review on Project No 2017513 Kudza Road over LWDD L-8 Canal

The following bids have been evaluated according to the provisions set forth for the

Affirmative Procurement Initiative (API) for Construction 20 minimum mandatory SBE

participation established for the above-mentioned project which opened on November

19 2019 The percentages are calculated with the amount less contingency and there is

no rounding

Bidder1 F G Construction LLC 2701 NW 55th Court

Tamarac FL 33309

Phone 954-766-4053 Total Bid Amount $75498928

SBE Prime No

Amount Less Contingency $73034743 Total API Achieved 214

EBO STATUS EXP DATE PERCENTAGE

FG CONSTRUCTION LLC NON-SSE 818

RAPID MILLING amp PAVING1 SSE 12122019 214

Bidder2

Phone

Total Bid Amount

SBE Prime Amount Less Contingency Total API Achieved

Johnson-Davis Inc 604 Hillbrath Drive

Lantana FL 33462 561-588-1170

$92502400

No

$91312900 209

1 Please note that Rapid Milling amp Paving expires on 121219 They are the sole SBE utilized to meet the required APL

Atta~tf~t S P~e ~ ot~

TEAM EBO STATUS EXPDATE PERCENTAGE

ALL PHASE INC SMBE-AA 5252020 99

RampD PAVING LLC SWBE 492022 103

MICHAEL B SCHORAH SBE 6212021 072

209

Bidder3 Ferreira Construction Southern Division 13000 SE Flora Avenue Hobe Sound FL 33455

Phone 772-286-5123 Total Bid Amount $94255760 SBE Prime No

Amount Less Contingency $92957260 Total API Achieved 2S8

TEAM EBO STATUS EXPDATE PERCENTAGE

PATHWAY ENTERPRISES SSE 6302022 168

AGRICULTURAL LAND SERVICES SWBE 1132022 0413

ATLAS SURVEYING amp MAPPING SBE 722022 118

BEAUDREAU LLC SBE 8112022 0236

KATHY A ROBINSON DB A BIRDS EVE VIEW SWBE 3242022 06

TRU TRUCKING INC SMBE-H 10262022 578

RADISE INTERNATIONAL LC SMBE-A 12122020 137

UTILITY SUPPLY Assoc INC SBE 8212022 144

THE PAVING LADY SMBE 1232020 509

N amp P CONSTRUCTION amp DEVELOPMENT INC SMBE 10232021 785

COASTAL WASTE amp RECYCLING

OF PALM BEACH COUNTY SBE 722021 106

RANGELINE TAPPING SERVICES INC SBE 2192021 597

258

Bidder4 Foster Marine Contractors 3180 Fairlane Farms Road Suite 1 Wellington FL 33414

Phone 561-683-0034 Total Bid Amount $956738902 SBE Prime No Amount Less Contingency $93193890

2 The bid tabulations provided by the PBC Department of Engineering for Foster Marine and the bid amount indicated on the schedule 1 did not match therefore percentages were recalculated based on the dollar amounts on the Letter of Intent Schedule 2 Percentages already provided on the schedule 2 were not recalculated This does not affect their responsiveness to the API

A-t~M-r~l3

f~e 3of3

Total API Achieved 205

TEAM EBO STATUS EXP DATE PERCENTAGE

UTILITY SUPPLY Assoc INC SBE 8212022 193

FINE LINE STRIPING SBE 5292021 55

EampN CONSTRUCTION SMWBE-A 9232022 1622

DENNISJ LEAVY ampASSOCIATES SBE 2242022 183

205

EVALUATION

All bidders evaluated are responsive to the aforementioned API Please see reference

notes for FG Construction LLC and Foster Marine Contractors Inc

BID TABULATIONS

KUDZA ROAD OVERLWDD L-8 CANAL ENGINEERSAVERAGE

middotcoNTRACT ESTIMATE

cgt_o=- middotbullmiddotrshy ~--middotPBC-PROJECT 2017513 middot -c~middot middot lt middotgt c _ middot ~ middotmiddot middot bullmiddot bull middotmiddot middot -middotbull middot-Cc C _ _middotmiddotCc -~ --~ -_--~~ ---middot---~ --shy -_ -middotgt __]shy -shy ---~= ~--- - -=shy ~middot- bull - middot-----shy --~ -shy ~ -shy ~- - _--- middot _bull

ITEM I ITEM DESCRIPTION I QTY IUNITS UNIT PRICE UNIT PRICE

ROADWAY ITEMS

1 Mobilization 1 LS $ 6820109 $ 5000000

2 Maintenance ofTraffic (incl Pedestrian MOT) 1 LS $ 2548795 $ 400000

3 Removal ofExisting Structure 1 LS $ 7436225 $ 8000000

4 Removal Pedestrian Bridge 1 LS $ 1224212 $ 1200000

5 Clearing and Grubbing 1 LS $ 2571193 $ 1000000

6 Floating Turbidity Barrier 1 LS $ 167516 $ 252000

7 Regular Excavation 96 CY $ 2911 $ 769

8 Embankment (Compacted in Place) 115 CY $ 1950 $ 1289

9 Optional Base Group 7 975 SY $ 2888 $ 1079

10 Superpave Asphalt Concrete (Traffic Level C) 88 TN $ 25086 $ 16036

11 Asph Concrete Friction Course (10) (FC-95) Rubber 67 TN $ 32790 $ 14719

12 Mill Existing Asphalt Pavement ( 1 ) 411 SY $ 2614 $ 274

13 Adjust Valve Boxes 1 EA $ 31021 $ 39425

14 Adjust Manhole 1 EA $ 54098 $ 88800

15 Concrete Curb amp Gutter (Type F) 295 LF $ 3439 $ 2082

16 Cone Sidewalk (4 Thick) 149 SY $ 5844 $ 5527

17 Cone Sidewalk (6 Thick) (Driveways) 119 SY $ 6496 $ 6913

18 Sodding 599 SY $ 845 $ 336

19 Inlet (Ditch Bottom) (Type C) lt10 3 EA $ 397556 $ 510705

20 Inlet(Curb) (P-5) lt10 1 EA $ 531530 $ 580728

21 Yard drain 1 EA $ 188822 $ 194373

22 A2000 PVC Pipe (12) 11 LF $ 5411 $ 3333

23 Concrete Pipe Culvert ( 18) 151 LF $ 6916 $ 7550

24 Class IV Concrete (Culvert amp Headwalls) 1477 CY $ 164487 $ 130000

25 Reinforcing Steel (Culvert amp Headwalls) 33768 LB $ 163 $ 200

Page 1of7

FG CONSTRUCTION LLC

- - _-shy --- middot ~ - -__ - -~ --shy ----shy ----shy ------shy

Unit Price I Amount

$ 4746000 $ 4746000

$ 1507646 $ 1507646

$ 6215000 $ 6215000

$ 908999 $ 908999

$ 2712000 $ 2712000

$ 201194 $ 201194

$ 3164 $ 303744

$ 1865 $ 214475

$ 2187 $ 2132325

$ 20905 $ 1839640

$ 24860 $ 1665620

$ 1080 $ 443880

$ 26117 $ 26117

$ 71755 $ 71755

$ 2599 $ 766705

$ 5695 $ 848555

$ 6000 $ 714000

$ 791 $ 473809

$ 390442 $ 1171326

$ 696344 $ 696344

$ 172448 $ 172448

$ 4378 $ 48158

$ 6390 $ 964890

$ 105149 $ 15530507

$ 181 $ 6112008

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

middot shy c

JOHNSON~DAVIS INC t

----middot-= middotshy

Unit Price I

4500000 $

3500000 $

6200000 $

1000000 $

4000000 $

120000 $

5000 $

2000 $

2500 $

25000 $

27000 $

1600 $

30000 $

40000 $

5000 $

6000 $

7000 $

800 $

350000 $

500000 $

200000 $

5000 $

10000 $

200000 $

200 $

T - bull-shy _ -

Amount

4500000

3500000

6200000

1000000

4000000

120000

480000

230000

2437500

2200000

1809000

657600

30000

40000

1475000

894000

833000

479200

1050000

500000

200000

55000

1510000

29540000

6753600

p -0 (

tJ ~ _

0 -3 + (1

--J ~ J

NROADWAYPR020172017513 - Kudza Road over LWDD L-8 Canal4 -Bid Opening andAnalysis2017513 Bid Tabs

BID TABULATIONS ~

KUDZA ROAD OVER LWDD L-8 _CANAL FG CONSTRUCTIONENGINEERSAVERAGE JOHNSON-DA VIS INC

ESTIMATE LLCCONTRACT

middot=--middotmiddot bull _-middot -~~i- J~~-g~S~~PBC PROJECT 2017513 - -middot_(- middot-middot _middot 2 -middot2~middotcbull~~c - middotmiddotmiddotmiddot~ - middotmiddotmiddotmiddotmiddot-bulllt -middot (

_~ -middot - middot 0-_ bull -~ ~middot -bull- bull-T -- - bull middot - middotmiddot-middot- -- bullmiddot middot- middot - -

UNIT PRICEQTY UNITS UNIT PRICE Unit Price Amount Unit Price AmountITEM DESCRIPTIONITEM

LF $ 12038 $ 10000 $ 25448 $ 244300896 $ 12500 $ 1200000PedestrianBicycle Railing 26

$ 11412363 TN $ 7500 $ 6328 $ 2297064 $ 10000 $ 3630000Rip Rap (Rubble) FampI Ditch Lining 27

242 TN $ 8860 $ 7500 $ 7526 $ 1821292 $ 9000 $ 2178000Bedding Stone (Sect 530)28

215 CY $ 2967 $ 1500 $ 2034 $ 437310 $ 2500 $ 537500Clean Sand Fill 29

LF $ 3703 $ 10735120 $ 3500 $ 1288200 $ 600 $ 72000Storm Sewer Pumping (Exist) (24 or less)(See SPs) 30

$ 58774019 $ 78111400SUBTOTAL (ROADWAY)

CONTINGENCY ITEMS

31 5 CY $ 81370 $ 36244 $ 16611 $ 83055 $ 37500 $ 187500Class I Concrete (Misc)

$ 235110 ED $ 5680 $ 9040 $ 90400 $ 5000 $ 50000Changeable (Variable Message) Sign (Non-MOT) 32

HR $ 9303 $ 12656016 $ 4894 $ 7910 $ 5000 $ 80000Traffic Control Officer (Non-MOT) 33

1 EA $ 673000 $ 795487 $ 1469000 $ 1469000 $ 250000 $ 250000Premium for Conflict Condition (See SPs) 34

10 CY $ 22882 $ 18645 $ 186450 $ 200000$ 20000Flowable Fill 35

CY100 $ 3598 $ 4294 $ 429400 $ 350000$ 3500Subsoil Excavation 36

LF $ 1420120 $ 79320 $ 600 $ 72000Storm Sewer Cleaning (Exist) (24 or less)(See SPs) $ 66137

$ 2464185 $ 1189500SUBTOTAL (ROADWAY)

UTILITY ITEMS

38 LF $ 12631 $ 2825040 $ 2500 $ 1130000 $ 2000 $ 80000Remove and Dispose Existing 811 AC Water Main

LF $ 2273 $ 2825144 $ 2500 $ 406800 $ 288000Remove Existing 12 Force Main $ 200039

LF $ 1304278 $ 1000 $ 967 $ 268826 $ 2000 $ 556000Grout Existing 811 AC Water Main with Flowable Fill 40

255 LF $ 7966 $ 8000 $ 7889 $ 2011695 $ 8500 $ 21675008 Ductile Iron Pipe For Water Main Installation 41

LF $ 16342143 $ 14000 $ 18669 $ 2669667 $ 15000 $ 214500012 DIP Pipe For Force Main Installation 42 9

EA $ 56374 $ 1045176 $ 80000 $ 627102 $ 62500FampI 8 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM $ 375000 043 (

EA $ 153197 $ 3342885 $ 100000 $ 1671440 $ 110000 $ 550000FampI 12 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM44

EA $ 1653211 $ 100000 $ 359087 $ 359087FampI 12 Ductile Iron 90 Degree Fittings w Reaction Blocking or Thrust Restraint for WM $ 120000 $ 12000045 ~

EA2 $ 80625 $ 79001 $ 158002 $ 160000$ 65000 $ 8000046 Furnish Install and Remove Sample Points Complete

2 EA $ 999848 $ 750000 $ 968565 $ 1937130 $ 1000000 $ 20000002 Air Release Valve with Manhole for Water Main and Force Main 47

Page 2 of7 NROADWAYPR020172017513 - Kudza Raad over LWDD l-8 Canal4 - Bid Opening andAnalysis2017513 Bid Tabs

BID TABULATIONS ~-7_~

KUDZA ROAD OVER LWDD L-8 CANAL ENGINEERS FG CONSTRUCTION JOHNSON-DAVIS INC-- AVERAGE

CONTRACT ESTIMATE LLC -

PBC PROJECT 2017513 middot CCshy

middotmiddotmiddotgtmiddotmiddot_middotmiddotmiddotbullmiddotmiddot--~middotmiddotc middot= -bullshy middot--~ --~ ~- middot-middotA-middotmiddotmiddotbull middotmiddot1c-middot middotbull middotmiddotbull= -=middotmiddotmiddot__ middot bull-=middot ccmiddotmiddot bull-__ _ = bull middotmiddotmiddotmiddotmiddotmiddotmiddot=middot--middotmiddot -= - bull _- middot~ -middot ~- middot_middot __ ~~ ~- -_ middotmiddot -

ITEM ITEM DESCRIPTION QTY UNITS UNIT PRICE UNIT PRICE Unit Price Amount Unit Price Amount

48 8 Gate Valve for Water Main 1 EA $ 217079 $ 250000 $ 288722 $ 288722 $ 180000 $ 180000

49 8 Gate Valve for Water Main with Manhole and 1 service taps 1 EA $ 442694 $ 800000 $ 353114 $ 353114 $ 500000 $ 500000

50 12 Gate Valve for Force Main 1 EA $ 375539 $ 350000 $ 536275 $ 536275 $ 350000 $ 350000

51 Connect to Existing 8 Water Main 2 EA $ 228692 $ 250000 $ 97934 $ 195868 $ 520000 $ 1040000

52 Connect to Existing 12 Force Main 2 EA $ 622586 $ 250000 $ 173748 $ 347496 $ 1050000 $ 2100000

53 Testing and Survey 1 LS $ 1133811 $ 1000000 $ 904000 $ 904000 $ 300000 $ 300000

54 As-builts 1 LS $ 611234 $ 1000000 $ 395500 $ 395500 $ 290000 $ 290000

SUBTOTAL (UTILITY) $ 14260724 $ 13201500

_

_754989Z~~ _-~25W24-~9--TOTAL BID __ -~ ~middotmiddot~cl $ $ bull _ yen middotI ~

Page3 of7 NROADWAYPR020172017513 -Kudza Road over LWDD L-8 Canaf4 - Bid Opening and Analysis2017513 Bid Tabs

BID TABULATIONS

KUDZA ROAD OVER LWDD L-8 CANAL

CONTRACT

=middot-middotl~BCPROJECT2017513 -middot -----~- __middotmiddot - -= - shy ~middot- __ - - __ - - - - - - bull -middot - ---middot ---= -shy -~- shy - ---shy - bull --_ -~ - __~ middotshy

ITEM I ITEM DESCRIPTION I QTY IUNITS

ROADWAY ITEMS

1 Mobilization 1 LS $

2 Maintenance ofTraffic (incl Pedestrian MOT) 1 LS $

3 Removal ofExisting Structure 1 LS $

4 Removal Pedestrian Bridge 1 LS $

5 Clearing and Grubbing 1 LS $

6 Floating Turbidity Barrier 1 LS $

7 Regular Excavation 96 CY $

8 Embankment (Compacted in Place) 115 CY $

9 Optional Base Group 7 975 SY $

10 Superpave Asphalt Concrete (Traffic Level C) 88 TN $

11 Asph Concrete Friction Course (10) (FC-95) Rubber 67 TN $

12 Mill Existing Asphalt Pavement (l ) 411 SY $

13 Adjust Valve Boxes 1 EA $

14 Adjust Manhole 1 EA $

15 Concrete Curb amp Gutter (Type F) 295 LF $

16 Cone Sidewalk ( 4 Thick) 149 SY $

17 Cone Sidewalk (6 Thick) (Driveways) 119 SY $

18 Sodding 599 SY $

19 Inlet (Ditch Bottom) (Type C) lt1 O 3 EA $

20 Inlet (Curb) (P-5) lt10 1 EA $

21 Yard drain 1 EA $

22 A2000 PVC Pipe (12) 11 LF $

23 Concrete Pipe Culvert (18) 151 LF $

24 Class IV Concrete (Culvert amp Headwalls) 1477 CY $

25 Reinforcing Steel (Culvert amp Headwalls) 33768 LB $

Page 4 of7

FERREIRA CONSTRUCTION

SOUTHERN DIVISION _CO INC_ _---middot--middotshy --shy

_-- -middot bull bull _ shy ~-_ ~7middot-~- - ~-- bull

Unit Price I Amount

10234435 $ 10234435

2187535 $ 2187535

12329900 $ 12329900

1787850 $ 1787850

572770 $ 572770

48870 $ 48870

1180 $ 113280

3135 $ 360525

1465 $ 1428375

27940 $ 2458720

33300 $ 2231100

2775 $ 1140525

39965 $ 39965

39635 $ 39635

2655 $ 783225

4680 $ 697320

5285 $ 628915

1040 $ 622960

399780 $ 1199340

279775 $ 279775

132840 $ 132840

6265 $ 68915

4975 $ 751225

162800 $ 24045560

070 $ 2363760

FOSTER MARINE

CONTRACTORS INC )

- - - shy -shy - --~ - middot - ~

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

Unit Price I

7800000 $

3000000 $

5000000 $

1200000 $

3000000 $

300000 $

2300 $

800 $

5400 $

26500 $

46000 $

5000 $

28000 $

65000 $

3500 $

7000 $

7700 $

750 $

450000 $

650000 $

250000 $

6000 $

6300 $

190000 $

200 $

Amount

7800000

3000000

5000000

1200000

3000000

300000

220800

92000

5265000

2332000

3082000

2055000

28000

65000

1032500

1043000

916300

449250

1350000

650000

250000

66000

951300

28063000

6153600

bpJ tshy

0 pr Cl (1-h ~

-J (fshy

NROADWAYPR020172017513 - Kudza Raad over LWDD L-8 Canal4 -Bid Opening and Anaysis2017513 Bid Tabs -C

BID TABULATIONS middot

KUDZAROADOVERLWDD L-8 CANAL - middotcoNTRACT

PBC PROJECT 2017513 middot middotmiddot -middot c middotmiddotmiddotc ccmiddotmiddotmiddot middot cmiddotc Cbullltc middotmiddot bull ~ -_shy

ITEM ITEM DESCRIPTION QTY UNITS

26 PedestrianBicycle Railing 96 LF $

27 Rip Rap (Rubble) FampI Ditch Lining 363 TN $

28 Bedding Stone (Sect 530) 242 TN $

29 Clean Sand Fill 215 CY $

30 Storm Sewer Pumping (Exist) (24 or less)(See SPs) 120 LF $

SUBTOTAL (ROADWAY) $

CONTINGENCY ITEMS

31 Class I Concrete (Misc) 5 CY $

32 Changeable (Variable Message) Sign (Non-MOT) 10 ED $

33 Traffic Control Officer (Non-MOT) 16 HR $

34 Premium for Conflict Condition (See SPs) 1 EA $

35 Flowable Fill 10 CY $

36 Subsoil Excavation 100 CY $

37 Storm Sewer Cleaning (Exist) (24 or less)(See SPs) 120 LF $

SUBTOTAL (ROADWAY) $

UTILITY ITEMS

38 Remove and Dispose Existing 8 AC Water Main 40 LF $

39 Remove Existing 12 Force Main 144 LF $

40 Grout Existing 8 AC Water Main with Flowable Fill 278 LF $

41 8 Ductile Iron Pipe For Water Main Installation 255 LF $

42 12 DIP Pipe For Force Main Installation 143 LF $

43 FampI 8 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM 6 EA $

44 FampI 12 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM 5 EA $

45 FampI 12 Ductile Iron 90 Degree Fittings w Reaction Blocking or Thrust Restraint for WM 1 EA $

46 Furnish Install and Remove Sample Points Complete 2 EA $

47 2 Air Release Valve with Manhole for Water Main and Force Main 2 EA $

Page 5 of7

FERREIRAmiddot CONSTRUCTION

SOUTHERN DIVISION middot~~Q JNlt r

~ middot - -bull J -_ ___ - - ~middot middot-~ _middot ~- -~-- _ middotmiddotbullmiddotmiddot

Unit Price Amount

9890 $ 949440

12320 $ 4472160

8915 $ 2157430

4335 $ 932025

475 $ 57000

75115375

64895 $ 324475

2530 $ 25300

9295 $ 148720

355855 $ 355855

25815 $ 258150

1290 $ 129000

475 $ 57000

1298500

14275 $ 571000

2565 $ 369360

1050 $ 291900

10075 $ 2569125

20200 $ 2888600

28480 $ 170880

90500 $ 452500

97195 $ 97195

94500 $ 189000

1180825 $ 2361650

~~f

FOSTER MARINEmiddot~~iB CONTRACTORS INC

gtmiddotbullmiddot bull bull- _ ~-middot=-- middot

---middotmiddot ___ __z

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

Unit Price

315 $

17000 $

10000 $

3000 $

3000 $

190000 $

3000 $

15000 $

300000 $

30000 $

3000 $

3000 $

6000 $

1700 $

1200 $

5400 $

11500 $

30000 $

78000 $

85000 $

69000 $

850000 $

Amount

30240

6171000

2420000

645000

360000

84590990

950000

30000

240000

300000

300000

300000

360000

2480000

240000

244800

333600

1377000

1644500

180000

390000

85000

138000

1700000

cJ h

$ ~ f ~ (l ~

t 0 ~ -1 -J -C

NROADWAYPR020172017513 - Kudza Road over LWDD L-8 Conal4 - Bid Opening and Anaysis2017513 Bid Tabs

BID TABULATIONS FERREIRA KUDZA ROAD OVER LWDD L-8 CANAL CONSTRUCTION

CONTRACT SOUTHERN DIVISION

lBCbullPROJEpoundT2017513 CO INC Imiddotmiddot- 2lt- - ~~-bullmiddotmiddot- middotmiddot shy -middot -- -

~ bull c- gt -middotmiddot ltgt-bullmiddotmiddotmiddot-- _ iebullbull -lt - bull - -shy bull~middot middot middot c bullmiddotmiddotmiddot- bull - middotmiddot shy __

ITEM ITEM DESCRIPTION QTY UNITS Unit Price Amount

48 8 Gate Valve for Water Main 1 EA $ 219595 $ 219595

49 8 Gate Valve for Water Main with Manhole and 1 service taps 1 EA $ 367660 $ 367660

50 12 Gate Valve for Force Main 1 EA $ 315880 $ 315880

51 Connect to Existing 8 Water Main 2 EA $ 246835 $ 493670

52 Connect to Existing 12 Force Main 2 EA $ 1196595 $ 2393190

53 Testing and Survey 1 LS $ 2781245 $ 2781245

54 As-builts 1 LS $ 1309435 $ 1309435

SUBTOTAL (UTILITY) $ 17841885

TOTAL BID $ 94255760middot

$

$

$

$

$

$

$

$

$

FOSTERMARINE CONTRACTORS INC

bullgtcmiddotmiddot -gt bull~middot bull middot- middot

bull--middot-middot shy bull middot-middot ~-middot _ middot~ - - middot-_ middot

Unit Price Amount

180000 $ 180000

550000 $ 550000

300000 $ 300000

50000 $ 100000

70000 $ 140000

550000 $ 550000

450000 $ 450000

8602900

95673890

b

r sshy~

(~ ~

r-Page 6of7 NROADWAYPR020172017513 - Kudza Road over LWDD L-8 Canal4 - Bid Opening and Anafysis2017513 Bid TaEshy

THE COUNTY DOES NOT GUARANTEE THE ACCURACY OF THE FORMULAS AND EXTENSIONS USED IN TIDS 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

All items shall include cost to furnish and install unless otherwise noted

Permitting agency pre-construction meetings and notices of commencement compliance with stormwater pollution prevention plan and stormwater pollution control plan installation of erosionturbidity

2

1

controls including silt fences inlet protection inspections and reporting preparation and submittal of construction completion certifications and required record drawings by a professional engineer andor land surveyor utility notifications are considered incidental to mobilization

3 All costs for Maintenance ofTraffic (MOT) and mobilization shall be considered incidental to and shall be included in unit prices for the pay items

Sawcut of existing asphalt andor concrete designated for removal per plans removal and relocation ofprivately owned systems including irrigation mailboxes fencing etc removal and disposal in suitable 4

areas of excess and unsuitable material that may be encountered during excavation removal and disposal of existing structures per plans is considered incidental to the bid item clearing and grubbing

Berm construction swale construction grading re-grading of roadways driveways canal sections and all other rough and finish grading shall be considered incidental to the bid items Excavation andor 5

Embankment

Demolition of existing road bridge to include all components-concrete deck and traffic railings bent caps wing walls sheet panels concrete piles concrete approach slabs and any deadmen anchors Proper 6

disposal of all bridge debris is considered incidental to bridge demolition

7 12 compacted subgrade is considered incidental to the cost ofbaserock construction

8 Prime and tack coats are considered incidental to asphalt construction

Excavation and backfill for structures including cost of any select bedding material that may be necessary for a satisfactory installation as directed by Palm Beach County is considered incidental to the cost of 9

the structures

10 Wrapping of filter fabric around all pipe joints per FDOT index no 280 and cost of coring existing structures for pipe connection is considered incidental to the cost of the pipe

The cost of all anchoring hardware per FDOT index 852 is incidental to the item Pipe Guiderail (Steel) (FDOT Index 852)

12

11

The cost ofdetectable warning surfaces per FDOT index 304 and base compaction is considered incidental to sidewalkpathway construction

The cost of filter fabric is incidental to the item Bedding Stone

14

13

Sodding-shall be in accordance with section 575 of the general provisions of this specification Includes costs for fertilizer and water until final acceptance

15 12 thick no 57 stone foundation and filter fabric is incidental to the bid item Class IV Concrete (Cast in Place Headwall)

16 Contingency items may be increased decreased or deleted as directed by the engineer

17 Changeable (Variable) Message Sign (Non-MOT) and Traffic Control Officers (Non-MOT) in accordance with General Provisions (Section 102)

-middot Indicates Math Error

Page7 of7

INTERLOCAL AGREEMENT BETWEEN PALM BEACH COUNTY FLORIDA AND

VILLAGE OF PALM SPRINGS FOR JOINT PARTICIPATION AND PROJECT FUNDING FOR CONSTRUCTION OF UTILITY ADJUSTMENTS FOR

KUDZA ROAD BRIDGE OVER LWDD L-8 CANAL BRIDGE REPLACEMENT

PALM BEACH COUNTY PROJECT NO 2017513

THIS Interlocal Agreement (AGREEMENT) for Kudza Road Bridge replacement over the LWDD L-8 Canal (PROJECT) is made as of the __ day of 20201 by and between Palm Beach County1 a political subdivision of the State of Florida1 by and through its Board of County Commissioners (COUNTY) and the Village of Palm Springs1 a municipal corporation existing under the laws of Florjda (hereinafter VILLAGE) each one constituting a public agency defined in Part I of Chapter 163 Florida Statutes (individually Party and collectively Parties)

WHEREAS Section 16301 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 VILLAGE has requested the COUNTY to construct water main1 force main and associated appurtenance adjustments to the VILLAGES system (UTILITY WORK) within the limits of the PROJECT and

WHEREAS1 the COUNTY and the VILLAGE desire to jointly participate in the UTILilY WORK and

WHEREAS both COUNTY and VILLAGE declare that it is in the public interest that the UTILTIY 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

VILLAGE OF PALM SPRINGS 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 2017513 Said Bid Documents include the UTILITY WORK as shown in VILLAGE prepared Utility Matrix Applicable Technical Specifications Standard Construction Details and Approved Product List

B COUNTY shall obtain written approval from the VILLAGE in advance of any change orders including any costs associated with the VILLAGES failure to approve change orders in a timely manner which increase the cost attributable to the UTILITY WORK to an middotamount greater than the contract amount as stated in Section 3A below VILLAGES 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 contractors bid for the PROJECT and the UTILllY WORK

Section 3 VILLAGES Responsibilities

A VILLAGE shall reimburse COUNTY a total estimated cost including 10 contingency of One Hundred Seventy Four Thousand One Hundred Three Dollars and Fifty Six Cents $17410356) provided COUN1Y 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 VILLAGES Utility Items shall be paid by the VILLAGE

8 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 VILLAGE

C Upon completion of the PROJECT and the UTILilY WORK the VILLAGE shall repair and maintain the UTILITY WORK at VILLAGES expense

Section 4 PaymentsInvoicing and Reimbursement

The COUNTY will invoice the VILLAGE on a periodic basis during construction of the PROJECT and the UTILin WORK The VILLAGE agrees to provide to COUNTY payment for documented costs for the UTILITY WORK in the amount established in Section 3A COUNTY shall submit all invoices to the VILLAGE identifying the UTILITY WORK including COUNTYS total expenditure for the PROJECT and identifying the amount attributablemiddot 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 VILLAGE within seven (7) calendar days of request by the VILLAGE Invoices received from COUNlY will be reviewed and approved by the VILLAGE to ensure that expenditures have been made in conformity with this

2

VILLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

AGREEMENT Upon COUNTYS submission of acceptable documents needed to substantiate its costs for the UTILITY WORK VILLAGE will provide said payment to COUNTYmiddot on a reimbursement basis within thirty (30) days of receipt of all required documents In no event shall the VILLAGE 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 VILLAGE 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 VILLAGE will reimburse the COUNTY for the UTILI1Y WORK completed as of the date the COUNTY suspends the UTILITY WORK Any remaining unpaid portion of this AGREEMENT shall be retained by the VILLAGE and the VILLAGE shall have no further obligation to honor reimbursement requests submitted by the COUNTY

Section 5 Access and Audits

COUNTY and VILLAGE 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 VILLAGE 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 COUNTYS sole direction supervision and control All VILLAGE employees engaged in the work or services performed pursuant to this AGREEMENT shall at all times and in all places be subject to VILLAGES sole direction supervision and control (he 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 othermiddot Party shall be that of an Independent Contractor and not as employees or agents of the other

Neither COUNTY nor the VILLAGE 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 VILLAGE

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

VILLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

or permitted under state and local law to perform such services

All of COUNlYS 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 VILLAGE and COUNTY recognize their liability for certain tortious acts of its agents officers employees and invitees to the extent and Hmits provided in Section 768281 Florida Statutes To the extent permitted by law the VILLAGE and COUNlY shall indemnify defend and hold the other harmless against any actions claims and damages arising out of the 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 76828 Florida Statutes1 nor shall the same be construed to constitute an agreement by the VILLAGE 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 andor VILLAGE

Section 9 Annual Appropriation

All provisions of this AGREEMENT calling for the expenditure of ad valorem tax money by either the COUNTY or the VILLAGE are subject to annual budgetary funding and should either Party involuntarily fail to fund any of their respective obfigations 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 attorneys fees) associated with the enforcement of the terms andmiddot conditions of this AGREEMENT shall be borne by the respective Parties

4

VILLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

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

All notice to the VILLAGE shall be sent to

Ronald Eyma PE Public Service Director Village of Palm Springs 226 Cypress Lane Palm Springs FL 33461

All notice to the COUNTY shall be sent to

Omelia A Fernandez P E Director Palm Beach County Engineering amp Public Works Roadway Production Division P0 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 Partys right to assert or rely upon any such provisions or rights in that or

any other instance

5

VILLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

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 Section 17 Non~Discrimination

COUNTY and VILLAGE 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 st~tus 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

COUNlY and VILLAGE shall abide by all applicable federal state and local Jaws orders rules and regulations when performing under this AGREEMENT COUNTY and VILLAGE 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 Generals 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

6

VllLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

contract

Section 23 Public Entity Crime Certification

As provided in FS 287132-133 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 FS 287133 (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 VILLAGE 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

VILLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

IN WITNESS WHEREOF the undersigned Parties have executed this AGREEMENT on the day and year first written above

VILLAGE OF PALM SPRINGS

BY~~~~--~---shyBev Smith Mayor

AllEST

Kimberly M Wynn AUTHORITY CLERK

PALM BEACH COUNlY FLORIDA

BY __~----------~~~-shyTanya N McConnell PE Deputy County Engineer

APPROVED AS TO TERMS AND CONDITTONS

BY __~--~~--~--shy(DATE)

APPROVED AS TO FORM APPROVED AS TO FORM AND LEGAL SUFFIOENCY AND LEGAL SUFFIOENa

BY _________ BY~YB~H---~--~~~~~~~shyVIiiage Attorney Assistant County Attorney

FROADWAYUTILI1Y COORDINATION2017513_Kudza over L-8 CanalVPS Construction Agreementdoc

8

ITEM I ITEM DESCRIPTION QTY middot1 UNITS UNIT PRICE UNIT PRICE UnitPrice I Amount Amount

2 I 30000 $ 30000-g= ___ 4_~-_0 _____1_4_00-so-_

SS21 $ S695 $ --8485ss $ 6000 S 894000

6913 $ 6000 I $ 714000 $ 7000 $ 833000

336 $ 791 I$ 473809 $~-~--8-00~+~$ 479200 middot-~----~~-middot-

510705 $ 390442 $ ll71326 $ 3500001~-- 1050000

~~ 200000 ~ 3333 $ 4378 $ 48158 $ S000 $ 55000

~~ s ~oo s ~~~ s 1~00 $

130000 $ 105149 $ lSS30507 $ 200000 $

1510000

29540000

ROADWAY ITEMS

Mobilization

MaintenanceofTraffic(inclPooestrianMOT)

3 Removal ofExisting Structure

2

- dge -middot- ---middot middotshy ~~=mer

=8 1Embankment(C~~P~-~- shy_ --=-=--~_jmucrde~~Cgt

____J_l__ =jh~7deg=~middot~)(FC-95)Rubber 13 AdjustValveBoxes

~1 outtflt (Type F)

16 Cone SidewaJk~(~_-~-middot -~middot ~_ ___

17 Cone Sidewalk (6 Thick)(Driveways)

18 Sodding middot--~----middot~--~middot---middot- ~--middot--middot--~

j LS $ 6820109 $ 5000000 $ 4746000 $

I LS $ 2548795 $ 4ooooo $ 15076461___

I 1 I LS $ 7436225 $ 8000000 $ 6215000 $

middotmiddot--middot-- ------ middotI middot+-+ ~- ~~ 2~~ middot--middot-middot-middot--1--~middotmiddot -middot--middot~-~ 2~2 M

I 115 I CY $ 1950 $ 1289 $ 1865 $

-~--====J__ _-=f --=~- ~ l~ 2 __ 7i-- middotmiddot-~+---~~~---~~-middot-middotmiddot14~ 2 ---4

EA $ 31021 $

5 295 shy

149 SY $ 5844 $

119 SY $ 6496 $

599 SY $ 845 $

19 InletDitchBottom)(TypeC)lt10 --middot~-----------middot--middotmiddot ___ 3 EA $ 397556 $

______-+--~-et-~-urb-middot-~-(P--5-)_lt_10_- --- --------middot- ~=~-------- I =~-i~--__A_-_--_________~ ___

22 A2000PVCPipe(Iin) 11 LF $ 5411 $

___~____eo_n_~--~-middot_e_c_~_~_c_1s_i_________--_-_~------~--~-~-s 16 $

24 ClassNConcrete(CulvaiampHeadwalls) 1477 CY $ 164487 $

39425 $ 26117 $-

4746000 $ 4500000 $ 4500000

1_s_0__ __ 3_5 _ooo_oo_16_4_6-1_s 3_s_oo_o_oo___$____ 6215000 $ 6200000 $ 6200000

--2-~-~---=-middot--~---~=---0----0-+middot---~---~--0-- -----------12_~__-o--t------~----o--0

214415 $ 2000 $ 230000

-~- middotmiddotmiddot middotmiddot -=~~

~r-=~- --1-~~----lr_

1~ 26117 $-

--~-~-1--~---~-~--~~~middot~-~~~-~-~~~~---~~+-~~---lt-~~ --~--~-+--~-----1~-~~--1middot~~~-~~-+-~~~~-~~

25 Reinforcing Steel (Culvert amp Headwalls) 33768 LB $ 163 $ 200 $ 181 $ 6Cl2008 $ 200 $ 6753600

Page 1 of7 NROAOWAYPll020172017513 bull KudzD Road Oliff LWDD L-8 Conal4 middotBid Optnlng and Analysls201753 Bid Tabs

26

ITEM ITEM DESCRIPl10N QTY UNITS UNIT PRICE UNIT PRICE Unit Price J Amount Unit Price Amount

PedestrianBicycleRailing ll 96 LF $ 12038 $ 10000 $ 25448 $ 2443008 $ 12500 $ 1200000 -----middot------+--------- --middotmiddotmiddotmiddotmiddot-middotmiddot------ --------- middot~---r----~middot----tmiddot-

27 Rip Rap (Rubble) FampI Ditch Lining 363 TN

28 Bedding Stone (Sect 530) ----------~------- 242 i TN

3

209 Clean Sand Fill --middot------ -shy - - ----- shy --il~l2105 -~LF~-Storm Sewer Pumping (Exist) (24 or IessXSee SPs) 120

CONTINGENCY ITEMS

___3_1_ _JClass I Concrete (Misc)

32 _ _jChangeable(VariableMessage) Sign (Non-MOT)

33 )Traffic Control Officer (Non-Mon

SUBTOTAL (ROADWAY)

34 Premium for Conflict Condition (See SPs) --middotmiddot ~---------- shy ------ shy

35

36

37

lFlowable Fill i

Subsoil Excavation ___ j middotlt~----middot

IStonn Sewer Cleaning (Exist) (24II or less xsee SPs)

UTILITY ITEMS

38 Remove and Dispose Existing 8 AC Water Main

39 Remove Existing 12 Force Main lt----~-- --middot--+------------shy

SUBTOTAL(ROADWAY)

40 LF

144 LF

$ 11412 $ 7500 $ 6328 $ 2297064 $ 10000 $ 3630000

$ 8860 $ 7500 $ 7526 $ ] 821292 $ 9000 $ 2178000

$$ 32790637 3155- middot-middot- 437310 I $ 2500 $ 531500-$$_____ bulloooo-middot-$$middotmiddotmiddotmiddot---1-02703354 $$ 1288200

$ 58774019

$ 81370 $ 36244 $ 16611 $ 83055

$ 5680 $ 2351 $ 9040 $ 90400

$ 9303 $ 4894 $ 7910 $ 126560

$ 673000 $ 795487 $ 1469000 $ 1469000 ~-~--------- ~-------i--

$ 22882 $ 18645 $ 186450

$ 600 $ 72000

$ 78111400

$ 31soo I$ 187500i

$ 5000 r $ 50000

$ sooo Is 80000 ----+----middotmiddot-----shy

$ 250000 $ 250000

$ 20000 $ 200000

$

$

~ __4_2-9--l----middot-~ --- _3~f-middot---3-middot~--o~-=-6$ 2464185 $ 1189500

$ 12631 $ 2500 $ 28250 I$ 1130000 $ 2000 $

$ 2273 $ 2500 $ 2825 middot1 $ 406800 $ 2000 $ 288000

40 Grout Existing 811 AC Water Main with Flowable Fill 278 LF $ 1304 $ 1000 $ 967 $ 268826 $ 2000 $ 556000 ------~ -middot-------+---- ~ __ -------+---shy

41 8 DuctileironPipeForWaterMaininstallation -----1---2_ss__ j LF $ 7966 _s_____s_o_00___$~ __7_8_89--t-_s___2_o_11695 _s___~500 i-$___2_1_6_1_so_o_

42 1211 DIPPipeForForceMainlnstallation 143 J LF $ 16342 $ 14000 $ 18669 $ 2669667 $ 15000 $ 21450001-------- ~--~-----middot--- middot--r----~---~-- __ t

___4~ -middot __ FampI 8 Ductile kon 45 Degree Fittings wl Reaction Blocking or Thrust Restraint for WM 6 ~ EA $ 56374 $ 80000 S 104517 $ 627102 $ 62500 _$_____3_7_s_o_oo-f

44 FampI12degDuctilelron45DegreeFittingswReactionBJockingorThrustRcstraintforWM 5 j EA $ 153197 $ 100000 $ 334288 $ 1671440 $ 110000 $ 550000 -middot -------f---middotmiddot--------------------------middot-- --shy~middot-middotmiddotmiddot----4_5 ---1F_amp_I_1_2__Du_c_til_middote_h__ __ee_F_ittin__gs_w_l_R_ea_cti_middoto_n_B_Ioc_km_middotg_or_Thrust_R_es_trai_n_t_fo_r_WM -+-____ ~ EEAA $ 165321 $ 100000 $ 3590871 $ 359087 $ 120000 _s_____o_n_9_o_D_egr __ __ l_2_oo_00_

4

46 Furnish Install and Remove Sample Points Complete 2 $ 80625 $ 65000 $ 79001 $ 158002 $ 80000 $ 1600001 1

middot~------~--------~

47 2 Air Release Valve with Manhole for Water Main and Force Main 2 I EA $ 999848 $ 750000 $ 968565 I$ 1937130 $ 1000000 $ 2000000

Pagel of7 NROADWAYPR020172017513 middotKudla Road over LWDD L-8 Canal4- Sid ~nlng and AnalyslsZOJ75JJ Bid Tabs

80000

ITEM ITEM DESCRIPTION J QTY j UNITS UNIT PRICE UNIT PRICE Unit Price Amount Unit Price Amount

i8 11 Gate Valve for Watfl Main r j EA $ 217079 $ 250000 $ 288722 $ 288722 $ 180000 $ 18000048 --------- middotmiddot-shy ------------ ------middot-~----------- -~middot~-W--------1------- ------+-------4--~------J-------1---------1

49 ----+-J__ +811 Gate Valve for Water Main with Manhole and 111 service taps 1_ EEAA $ 442694 $ 800000 $ 353lJ4 $ 353114 $ 500000 $ 500000

50 12 Gate Valve for Force Main j 1 s 375539 $ 350000 s 536275 s 536275 $ 350000 Is_______3_s_o_o_oo_

51 Connect to Existing 811 Water Main -__-middot_middot--------========------1--2middot i EA $ 228692 $ 250000 $ 97934 $ 195868 $ 520000 J-s- 1040000

52 Connect to Existing 12 Force Main 2 I EA $ 622586 $ 250000 $ l73748 $ 347496 $ 1050000 $ 2100000

LS $ 1133811 $ l 000000 $ 904000 -$-----9-04-0-00--$ 300000 $ 300000~-- --53-- middot(Testingandsurvey -----==---------- I -I ( --L-S----t-$---6--ll-2-34-t-$----1-0-00-0-0--10 $ 395500 $ 39550-0-t--$--2-900-00-+--$ 29000054 lAs-builts

SUBTOTAL (UTILITY) $ 1426deg24 $ 13201500

Page3 of7 NROADWAYPR020172011513 - Kudm Road avu LWDD L-8 Conal4 - Bid O~nlng and AnaiyW2017513 Bid Tabs

ITEM 1 ITEM DESCRIPTION I QTY IUNITS Unit Price I Amount Unit Price j Amount

ROADWAY ITEMS

1 7800000

~ ofT_raffi_c_(m--cl-P_ed_es_tri_an_M___ -----~--- -_---~-j--+plusmn- middot-L~S-- -$- =42s~ 1$o_T_)____~-- -middot--- - ___ -middot~middotmiddot 2 30000001 99 00Removal ofExisting Structure 12329900 J 50000003 --middot ---- -----+----------- shy

4 Remova1 Pedestrian Bridge LS $ 17 878 50 $ 1200000 -- --5---- C-l~g and Grubbing - -- --- --middot---------middot I I j- LS $ 572770 $middot- shy

572770 $ 3000000 $ 3000000 ~---------_-- ------- --- middot~---~ _ -middot- -----~--middotr--------1

6 Floating Turbidity Barrier I LS $ 48870 $ 48870 $ 300000 $ 300000 -~---------~~

__7 ____ ReguJarExcavation 96 I CY $ 1180 $ 113280 $ 2300 ___________ 220800 1

_______s_middot__ -IEmbankment (Compacted in Place) _ ll 5 CY $ 3135 $ 360525 $ 800 I$ 92000

9 Optional Base Group 7 __________ __ ~=~1 975 __ ___14_6_sJ~--~---~----~~~~~~ _____ s2_6_s_ooo-_-- t sv_~_s s s_4_o_o+-I_$____ __

- -- ~aveAsphalt concrete (Traffic Level q ___fr__ _ _ _ __ 2 940 j ~ 24~~ __~middot 26~00-jj $$_ ~--~1--~TN~- $$ 7 _7 20 ~$$____ 2332000

e-- 0-- jAsph~c~ Friction Course (l0) (FC-95) Rub~ 67 1 333 00 P 22rJ 1 ___00 30820001 00 460- -1 1

l Mi11ExistingAsphaltPavement(l) 411 SY $ 2775 $ II40525 $ 5000 __$___20_5_5_0-00shy

13 Adjust Valve Boxes EA $ 39965 I$ 39965 $ 28000 $ 28000

middot---1-4middotmiddot~ AdjustManhole --- -------~--middot EA $ 39635 $ 39635 $ 65000 $ middot--middot-6-50-00shymiddot~----middot-middot- I middot-~---------------

783225 $ 3500 $15 ~ConcreteCwbampGutter(Type F) middotmiddot~Z95i LF $ 4=-middot 16 1Conc Sidewalk(4 Thick) SY $ 46 80 $ 697320 $ 7000 $ 1043000

___ 17 _ _J~nc Sidewalk (6 Thick) (Driveways) -~-- - -- -- - ~~- f SY $ 5285 $ 628915 $ 7700 $ 916300 --- middot-middot-~--middot---~Sodding bull middot 1-middot 59middot - middotsy $ 1040 $ 622960 $ 750 $ 449250

- 19 Inl~~orum--middot~--Bo-tto_m_)(_T_yp_e_C_)-lt-10---- -middot ---~----middotmiddot--middot--------~ - ---3--- T-EA -~-$--3-99-7-8-0-+--------~-$ ]199340 $ 450000 $ 1350000

1-20----1-In-let-(Curbmiddot--)-(P--5-)-lt-10_1____________________________r _ -- 1~ -i-middot $~- 21911s 650000 s 6soooo

$ 279775 $

1 $ 1~2840 $1~p-~-c_________________________[_ ~-~~-_ _~_00_00__]~-~~-- -s_~~-~=~=~=~======~=~-~-~~2-_s-00_~_0~$---~~-2-~-s_oo_1 2 1 2 $ 68915 $ 023 ConcretePipe_Cul_vert_(_1_8_)__________ -~---middotmiddot---------+1

___1_s1__ LF $ 4975 $ 751225 $ 6300 j 951300

24 ClasslVConcrete(CulvertampHeadwalls) 1477 CY $ 162800 $ 24045560 $ J90000 $ 28063000 -~-~~-t--------t-----~-r--------1

25 Reinforcing Steel (Culvat amp Headwalls) 33768 LB $ $ 2363760 $070 200 $ 6753600

Page 4 of7 NROADWAYPR02D72DJ75J3- Kudza Road over LWOO L-8 Conaij4 - Bfrl Op ming and Anaysb20J 7513 Bid Tabs

ITEM ITEM DESCRIPTION I QTY UNITS Unit Price j Amount Unit Price r Amount

26 jPedestrianBicycle Railing 96 LF $ 9890 I$ 949440 $ 315 $ 30240

~- Bid~~)DltchLining ~ I~ =~~ ~ -shy middot29-~ Clean Sand Fill 215 CY $ 4335 $ 932025 $ 3000 $ middot 645000

---~3o 1

Stomi SewerPumpingExist)(24orlessXSeeSPs) -1middot--120 LF $ 4751 S 57000 $ 3000 $middot--middot- ~---middot middotshy 360000

SUBTOTAL(RO~WAY) $ 75115375 $ 84590990

CONTINGENCY~

31 ICJass I Concrete(Misc) ____ middot-----~ j 5 CY $ 648 95 I $ 324475 $ 190000 $ 950000 - ----------middot middot-middot1____1- ~-----1

__ 32 1 Chang~Je(VariableMessage) Sign (N~~--M_O_T)____ ___1_o______E_D____s___ 2530i$ 25300 S 3000 $ 30000

_ ~_ ITrafficCon~lOffietT(Non-MOT) -middot-----------shy 16 j HR $ 9295 $ 148720 $ _1_5_0_00--1-$---~2_4_~-~ r---34 Premium for Conflict Condition (See SPs) ________1

1middotf-----_-_--_J EA $ 355855 k 355855 $ 300000 S 300000

35 FlowableFill ____________

1

_1

00

0_ ~1middot--c~~YY -- _$s__2_s_s_1s---+i $ 25815~ $ 30000 $ 300000

middot---3-6 subsoil ExcavationI 1

4

2bull

7

9

5

0 f$$middot- ~I2

5

_

7

9_

0

o_bullbull

0

oo_

0

_$$___3_0_o_o-+1_$____3_ooo__oo~ 37 Stmm Sewer Cleaning (Exist) (24 or J~sXSee SPs) -------~middot- 120 I LF __ $ l 3000 I$ 360000

SUBTOTAL (ROADWAY)

UTILITY ITEMS

38 jRemove and Dispose Existing 811 AC- Water Main I I

39 ~ -shy --shy rRemove Existing 12 Force Main

40 Grout Existing 8 AC Water Main wi~~owable FilJ

41 middot]8 Ductile Iron Pipe For Wala Main Installation I 42 12 DIP Pipeor Force Main Installation l

-~---middot-middot--middot

43 FampI 8 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM -i44 FampI 12 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM -middot--shy

-~ 45 middotFampI 12 Ductile Iron 90 Degree Fittings w Reaction Blocking or Thrust Restraint for WM

-46 Furnish Install and Remove Sample Points Comp1ete

-shy47 2 Air Release Valve with Manhole for Water Main and Force Main I

$ 1298500 $ 2480000

40 I LF $ 14275 $

144 LF $ ~-+----6-1-middot-o-o ~- I+shy -w q 278 LF $ 1050 $ 291900 $ 1200 $ 333600I 25651 $

~-r-----~~~~--r-~~---~~

255 LF $ 10075 $

143 LF $ 20200 $

6 EA $ 28480-1 $-~

5 EA $ 90500 I$

I EA $ 91195 I$

94500 l$2 I EA $

2 EA $ 11sos2s 1 $

2~69125 $

2888600 $

170880 $

452500 $

97195 $

2361650 $

5400 $ 1377000

11500 $ 1644500

30000 $ 180000

78000 $ 390000

85000 $ 85000

69000 $ 138000

850000 $ 1700000

Page5 of7 NROADWAYPR020172017513 bull Kudza flood ov~r LWOD L-8 Conal4 middotBid 0plning arid Anaysii20175 Bid Tabt

ITEM ITEM DESCRIPTION QTY j lJNITS UnJtPrfce Amount Unit Price Amount

48 8 GateVaJveforWaterMain _1~-- _$_ 219~_-9_5____$____2bull 19595 $ 180000 _$____1_soo_00_ __4_9_ middot-18Ga~ Valve for Water Main with Manhole ~dPservice taps 1 -~ $ 367660 $ 367660 $ 550000 $ 550000

50 11211 Gate Valve for Force Main 1 II EA -- $ 315880 $ 315880 $ 300000 $ 300000

s1 jeonnect to Ex-isting 8 water M~- ---- -----2----1 --M $ 2 468 35 $ 493610 $ soo oo $ 1000001

_ 52~- - ]Connect to Existing 1 Forc_e_M--am------_______ ---middot-middotmiddotmiddot ____ - - H-middot-- EA $ 11965~95 $ 23931 ~90-bull __$___70-0-00---+--$-~-middot~--1_4_00_o_o_f 53 Testing and Survey 1( 1 LS $ 2781245 $ 2781245 $ 550000 $ 550000

--- 54 jAs-builts -middot ------ --------- ____ I l _L_S_ -$--1-3-09-4-3-5-+-$-- ~middot-13-09-4-35--+-$---4-5-00-00-~middot-$----4-S-OO--oo-

SUBTOTAL (UTILITY) S 1784188~ S 8602900

956~73890

Page 6 of7 NROADWAYPR0201720175U bull Kudza Aoad awr LWDD L-8 canaf4-Bfd Optnfng and Ana~lt2017513 Bid Tab$ bull

THE COUNTY DOES NOT GUARANTEE THE ACCURACY OF THE FORMULAS AND EXTENSIONS USED IN THIS SPREADSHEET ------~middot - -shy ______

r--bullbull middot-middot~ -shyTHE ITEMS AND QUANTITJES ABOVE SHALL GOVERN OVER THE PLANS

-shy _ _ ~--middot~middot - - _ ~-

PAY ITEM FOOTNOTES IN CONSTRUCTION PLANS SHALL ALSO BE INCLUDED IN ITEM UNIT PRICE

Note jPAY ITEM FOOTNOTES

1 All items sha11 include cost to furnish and install un]ess otherwise noted -middot ~ - bull -Tshy ~ _~-- - _--

middot Pennitting agency pre-construction meetings and notices of commencement compliance with stormwater pollution prevention plan and stormwata pollution control plan installation of erosionturbidity 2 controls including silt fences inlet protection inspections and reporting preparation and submittal of construction completion certifications and required record drawings by a professional engjneer andor ]and

bull Isurveyor utility notifications are considaed incidental to mobilization ~----middot - - -- ___

3 -- -1AII costs for Maintenance ofTraffic (MOT) and mobilization sha11 be consideci incidental to and shall b~ included in unit prices -fo~-tb-~ay items -

- )Sawc~t ofexisting aspha~ an~or concrete design~ted for removal per pJans ~oval and relocation ofprivatel~~~~middot~ systems including ~on mailboxes fencing ~ ~emoval and disposal ~-~~~~--shy

middot~areas ofexcess and unsuitable material that may b~ encountered during excavation removal and disposal ofexisting structures per plans is considered incidental to th~bid item clearing and grubbing ~ ____

5 Benn construction swale construction grading re-grading ofroadways driveways canal sections and all other rough and finish grading shall be considered incidental to the bid items Excavation andor Embankmenf

- -shy IDemolition ofexisting m~ri~ge to include all co~po~concrete deck and -~c railings bent caps w~g i1s sheet panels comrete ~ ooncrete -oacb slabs an~ any deadmen anchors P~er -shy

6 disposal ofall bridge debris is considered incidental to bridge demolition -shy middot- shy j1211 co~~~cted subgrade is co~~idered incidental to th~-~~-t ofbaserock constructio - - middot-- --shy -middot - - - shy ----~ -shy -middotmiddot~- middotshy

7

__ ___ ~~- --shy middotshy

8 Prime and tack coats are considered incidental to asphalt construction -- ---shy -shy --middoto-shy

9 Excavation and backfin for structures including cost of any select bedding material that may be nec~sary for a satisfactory installation as directed by Palm Beach County is considaed incid_ental to the cost of the structures

I ---shy -~-middot r

-middot~ - - ----shy - --middot-------shy ---=shy bull - 4 -middot -shy -middot _ -~middot -middot - -IO Wrapping of filter fabric around all pipe joints per FDOT index no 280 and cost ofcoring existing structures for pipe connection is considered incidental to the cost ofthe pipe _ ____

-middot __ _ __ __ __ --middot-middot middot

11 The cost of all anchoring hardware per FDOT index 852 is microicidentaJ to the item Pipe Guiderail (Steel) (FDOT Index 852) -shy

lnie cost of det~~Jewarning surfa~ ~ FDOT index 304 and base compaction is considen)(i incidental to sidewalkpatb~ay ~~ction --shy -~ -shy middotshy -

12 ~------- - -r-middotmiddotmiddot -middot~-~ -shy ___ _4_ -shy

13 The cost offilter fabric is incidental to the item Bedding Stone _ ~--- ~-- _--~- -shy - -middot _

14 Sodding-shall be in aceordancewith section 575 of the general provisions ofthis specification Includes costs for fertilizer and water unti1 final acceptance ~~ ---=---middot~ ~lt--- __ -shy

_ __1s__112 thick no 57 stone foundation and filler fabric is incidental to the bid item Class N Concrete (Cast in Place Headwall) -

__ __ -middot - - middotmiddotshy ---~

16 Contingency items may be increased decreased or deleted as directed by the engineer ----shy _______ ----------shy

--~-----

17 1Changeab1e (Variable)_ Message Sign (Non-MOT) and Traffic Control Officers (Non-MOT) in accordance with General Provisions (Section l 02)

- -middot _ ___ _ ~ -~-

~

Indicates Math Error

Page 7 of7

EXHIBIT B Village of Palm Springs (VPS)

PROJECT NAME Kudza Rd over L WDD L-8 Canal

PROJECTNUMBER 2017513

CONTRACTOR FG Construction LLC

ITEM QUANTITY UNITS UNIT PRICE AMOUNT

13 14

Adjust Valve Boxes Adjust Manhole

Roadway Items for VPS

lEA IEA

$26117 $71755

VPS Utility Subtotal

ITEM QUANTITY I UNITS UNIT PRICE

Roadway Contingency Item for VPS

34 Premium for Conflict Condition (See SPs) lEA $1469000

VPS Contingency Subtotal

ITEM QUANTITY I UNITS UNIT PRICE

$26117 $71755

$97872

AMOUNT

$1469000

$1469000

AMOUNT

VPS Utility Items

38 Remove and Dispose Existing 8 AC Water Main 40LF

39 Remove Existing 12 Force Main

40 Grout Existing 8 AC Water Main with Flowable Fill

41 811 Ductile Iron Pipe For Water Main Installation

42 12 DIP Pipe For Force Main Insta~lation

Continue in page 2

1

144LF

278LF

2551F

143LF

$28250

$2825

$967

$7889

$18669

$1130000

$406800

$268826

$2011695

$2669667

f

Village ofPalm Springs Exhibit B for Kudza Rd over LWDD L-8 Canal Project 2017513

ITEM QUANTITY I UNITS UNIT PRICE AMOUNT

VPS Utility Items

43 FampI 811 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM 6EA

44 FampI 12 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM SEA

45 FampI 12 Ductile Iron 90 Degree Fittings w Reaction Blocking or Thrust Restraint for WM 1 EA

46 Furnish Install and Remove Sample Points Complete 2EA

47 2 Air Release Valve with Manhole for Water Main and Force Main 2EA

48 8 Gate Valve for Water Main 1 EA

49 8 Gate Valve for Water Main with Manhole and 1 service taps lEA

50 12 Gate Valve for Force Main lEA

51 Connect to Existing 8 Water Main 2EA

52 Connect to Existing 12 Force Main 2EA

53 Testing and Survey 1 LS

54 As-builts 1 LS

$104517 $627102

$334288 $1671440

$359087

$79001

$359087

$158002

$968565

$288722

$1937130

$288722

$353114

$536275

$97934

$173748

$904000

$395500

$353114

$536275

$195868

$347496

$904000

$395500

VPS Utility Items Subtotal

Village of Palm Springs Grand Total

Village of Palm Springs Grand Total Plus lOoo Contingency

$14260724

$15827596

~17410356

FROADWAYUTILITY COORDINATION2017513_Kudzaover IA CanalVPS Exhibit Bdoc

2

2020------- shy Page 1 of 1

BOARD OF COUNTY COMMISSIONERS PALM BEACH COUNTY

BUDGET Amendment

FUND Transportation Improvement Fund BGRV 031620-430 BGEX 031620-1131

ACCOUNT NUMBER ACCOUNT NAME ORIGINAL BUDGET

CURRENT BUDGET INCREASE DECREASE

ADJUSTED BUDGET

EXPENDED ENCUMBERED

ASOF 31620

REMAINING BALANCE

REVENUES Kudza Road over LWDD L-8 Canal 3500-361-1520-6948 Utility Relocation Reimbursements 0 0 174104 0 174 104

TOTAL RECEIPTS amp BALANCES

EXPENDITURES Kudza Road over LWDD L-8 Canal 3500-361-1520-8101 Contributions Other Governmental Agencies

TOTAL APPROPRIATIONS amp EXPENDITURES

202361433

0

202361433

195369625

0

195369625

174 104

174 104

174 104

0

0

0

195543729

174 104

195543729

0 174 104

SIGNATURE DATE By Board of County Commissioners At Meeting of ________

Engineering amp Public Works ~hliamptk 1-1)-) IJ__i)

Administration I Budget Approval

OFMB Department - Posted Deputy Clerk to the Board of County Commissioners

Page 4: PROJECT NO. 2017513 · Affirmative Procurement Initiative (API) for Construction: 20% minimum mandatory SBE participation, established for the above-mentioned project, which opened

Alt-aLhMc n-l 5

63~ l o4 3

Office of Equal Business Opportunity

50 South Military Trail Suite 202

West Palm Beach FL 33415

(561) 616-6840

wwwpbcgovcomoebo

PALM BEACH COUNTY

OEBO

Palm Beachmiddot County Board of County Commissioners

Dave Kerner Mayor

Robert S Weinroth Vice Mayor

Hal R Valeche

Gregg K Weiss

Mary Lou Berger

Melissa McKinlay

Mack Bernard

County Administrator

Verdenla C Baker

An Equal Opportunity Affirmative Action Employer

~ printed on sustainable W and recycled paper

DATE December 5 2019

TO Holly B Knight P E Contracts Section Manager

FROM Angela D Smith Small Business Development Speclalist~2$(__ Office of Small Business Assistance middot

SUBJECT Compliance Review on Project No 2017513 Kudza Road over LWDD L-8 Canal

The following bids have been evaluated according to the provisions set forth for the

Affirmative Procurement Initiative (API) for Construction 20 minimum mandatory SBE

participation established for the above-mentioned project which opened on November

19 2019 The percentages are calculated with the amount less contingency and there is

no rounding

Bidder1 F G Construction LLC 2701 NW 55th Court

Tamarac FL 33309

Phone 954-766-4053 Total Bid Amount $75498928

SBE Prime No

Amount Less Contingency $73034743 Total API Achieved 214

EBO STATUS EXP DATE PERCENTAGE

FG CONSTRUCTION LLC NON-SSE 818

RAPID MILLING amp PAVING1 SSE 12122019 214

Bidder2

Phone

Total Bid Amount

SBE Prime Amount Less Contingency Total API Achieved

Johnson-Davis Inc 604 Hillbrath Drive

Lantana FL 33462 561-588-1170

$92502400

No

$91312900 209

1 Please note that Rapid Milling amp Paving expires on 121219 They are the sole SBE utilized to meet the required APL

Atta~tf~t S P~e ~ ot~

TEAM EBO STATUS EXPDATE PERCENTAGE

ALL PHASE INC SMBE-AA 5252020 99

RampD PAVING LLC SWBE 492022 103

MICHAEL B SCHORAH SBE 6212021 072

209

Bidder3 Ferreira Construction Southern Division 13000 SE Flora Avenue Hobe Sound FL 33455

Phone 772-286-5123 Total Bid Amount $94255760 SBE Prime No

Amount Less Contingency $92957260 Total API Achieved 2S8

TEAM EBO STATUS EXPDATE PERCENTAGE

PATHWAY ENTERPRISES SSE 6302022 168

AGRICULTURAL LAND SERVICES SWBE 1132022 0413

ATLAS SURVEYING amp MAPPING SBE 722022 118

BEAUDREAU LLC SBE 8112022 0236

KATHY A ROBINSON DB A BIRDS EVE VIEW SWBE 3242022 06

TRU TRUCKING INC SMBE-H 10262022 578

RADISE INTERNATIONAL LC SMBE-A 12122020 137

UTILITY SUPPLY Assoc INC SBE 8212022 144

THE PAVING LADY SMBE 1232020 509

N amp P CONSTRUCTION amp DEVELOPMENT INC SMBE 10232021 785

COASTAL WASTE amp RECYCLING

OF PALM BEACH COUNTY SBE 722021 106

RANGELINE TAPPING SERVICES INC SBE 2192021 597

258

Bidder4 Foster Marine Contractors 3180 Fairlane Farms Road Suite 1 Wellington FL 33414

Phone 561-683-0034 Total Bid Amount $956738902 SBE Prime No Amount Less Contingency $93193890

2 The bid tabulations provided by the PBC Department of Engineering for Foster Marine and the bid amount indicated on the schedule 1 did not match therefore percentages were recalculated based on the dollar amounts on the Letter of Intent Schedule 2 Percentages already provided on the schedule 2 were not recalculated This does not affect their responsiveness to the API

A-t~M-r~l3

f~e 3of3

Total API Achieved 205

TEAM EBO STATUS EXP DATE PERCENTAGE

UTILITY SUPPLY Assoc INC SBE 8212022 193

FINE LINE STRIPING SBE 5292021 55

EampN CONSTRUCTION SMWBE-A 9232022 1622

DENNISJ LEAVY ampASSOCIATES SBE 2242022 183

205

EVALUATION

All bidders evaluated are responsive to the aforementioned API Please see reference

notes for FG Construction LLC and Foster Marine Contractors Inc

BID TABULATIONS

KUDZA ROAD OVERLWDD L-8 CANAL ENGINEERSAVERAGE

middotcoNTRACT ESTIMATE

cgt_o=- middotbullmiddotrshy ~--middotPBC-PROJECT 2017513 middot -c~middot middot lt middotgt c _ middot ~ middotmiddot middot bullmiddot bull middotmiddot middot -middotbull middot-Cc C _ _middotmiddotCc -~ --~ -_--~~ ---middot---~ --shy -_ -middotgt __]shy -shy ---~= ~--- - -=shy ~middot- bull - middot-----shy --~ -shy ~ -shy ~- - _--- middot _bull

ITEM I ITEM DESCRIPTION I QTY IUNITS UNIT PRICE UNIT PRICE

ROADWAY ITEMS

1 Mobilization 1 LS $ 6820109 $ 5000000

2 Maintenance ofTraffic (incl Pedestrian MOT) 1 LS $ 2548795 $ 400000

3 Removal ofExisting Structure 1 LS $ 7436225 $ 8000000

4 Removal Pedestrian Bridge 1 LS $ 1224212 $ 1200000

5 Clearing and Grubbing 1 LS $ 2571193 $ 1000000

6 Floating Turbidity Barrier 1 LS $ 167516 $ 252000

7 Regular Excavation 96 CY $ 2911 $ 769

8 Embankment (Compacted in Place) 115 CY $ 1950 $ 1289

9 Optional Base Group 7 975 SY $ 2888 $ 1079

10 Superpave Asphalt Concrete (Traffic Level C) 88 TN $ 25086 $ 16036

11 Asph Concrete Friction Course (10) (FC-95) Rubber 67 TN $ 32790 $ 14719

12 Mill Existing Asphalt Pavement ( 1 ) 411 SY $ 2614 $ 274

13 Adjust Valve Boxes 1 EA $ 31021 $ 39425

14 Adjust Manhole 1 EA $ 54098 $ 88800

15 Concrete Curb amp Gutter (Type F) 295 LF $ 3439 $ 2082

16 Cone Sidewalk (4 Thick) 149 SY $ 5844 $ 5527

17 Cone Sidewalk (6 Thick) (Driveways) 119 SY $ 6496 $ 6913

18 Sodding 599 SY $ 845 $ 336

19 Inlet (Ditch Bottom) (Type C) lt10 3 EA $ 397556 $ 510705

20 Inlet(Curb) (P-5) lt10 1 EA $ 531530 $ 580728

21 Yard drain 1 EA $ 188822 $ 194373

22 A2000 PVC Pipe (12) 11 LF $ 5411 $ 3333

23 Concrete Pipe Culvert ( 18) 151 LF $ 6916 $ 7550

24 Class IV Concrete (Culvert amp Headwalls) 1477 CY $ 164487 $ 130000

25 Reinforcing Steel (Culvert amp Headwalls) 33768 LB $ 163 $ 200

Page 1of7

FG CONSTRUCTION LLC

- - _-shy --- middot ~ - -__ - -~ --shy ----shy ----shy ------shy

Unit Price I Amount

$ 4746000 $ 4746000

$ 1507646 $ 1507646

$ 6215000 $ 6215000

$ 908999 $ 908999

$ 2712000 $ 2712000

$ 201194 $ 201194

$ 3164 $ 303744

$ 1865 $ 214475

$ 2187 $ 2132325

$ 20905 $ 1839640

$ 24860 $ 1665620

$ 1080 $ 443880

$ 26117 $ 26117

$ 71755 $ 71755

$ 2599 $ 766705

$ 5695 $ 848555

$ 6000 $ 714000

$ 791 $ 473809

$ 390442 $ 1171326

$ 696344 $ 696344

$ 172448 $ 172448

$ 4378 $ 48158

$ 6390 $ 964890

$ 105149 $ 15530507

$ 181 $ 6112008

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

middot shy c

JOHNSON~DAVIS INC t

----middot-= middotshy

Unit Price I

4500000 $

3500000 $

6200000 $

1000000 $

4000000 $

120000 $

5000 $

2000 $

2500 $

25000 $

27000 $

1600 $

30000 $

40000 $

5000 $

6000 $

7000 $

800 $

350000 $

500000 $

200000 $

5000 $

10000 $

200000 $

200 $

T - bull-shy _ -

Amount

4500000

3500000

6200000

1000000

4000000

120000

480000

230000

2437500

2200000

1809000

657600

30000

40000

1475000

894000

833000

479200

1050000

500000

200000

55000

1510000

29540000

6753600

p -0 (

tJ ~ _

0 -3 + (1

--J ~ J

NROADWAYPR020172017513 - Kudza Road over LWDD L-8 Canal4 -Bid Opening andAnalysis2017513 Bid Tabs

BID TABULATIONS ~

KUDZA ROAD OVER LWDD L-8 _CANAL FG CONSTRUCTIONENGINEERSAVERAGE JOHNSON-DA VIS INC

ESTIMATE LLCCONTRACT

middot=--middotmiddot bull _-middot -~~i- J~~-g~S~~PBC PROJECT 2017513 - -middot_(- middot-middot _middot 2 -middot2~middotcbull~~c - middotmiddotmiddotmiddot~ - middotmiddotmiddotmiddotmiddot-bulllt -middot (

_~ -middot - middot 0-_ bull -~ ~middot -bull- bull-T -- - bull middot - middotmiddot-middot- -- bullmiddot middot- middot - -

UNIT PRICEQTY UNITS UNIT PRICE Unit Price Amount Unit Price AmountITEM DESCRIPTIONITEM

LF $ 12038 $ 10000 $ 25448 $ 244300896 $ 12500 $ 1200000PedestrianBicycle Railing 26

$ 11412363 TN $ 7500 $ 6328 $ 2297064 $ 10000 $ 3630000Rip Rap (Rubble) FampI Ditch Lining 27

242 TN $ 8860 $ 7500 $ 7526 $ 1821292 $ 9000 $ 2178000Bedding Stone (Sect 530)28

215 CY $ 2967 $ 1500 $ 2034 $ 437310 $ 2500 $ 537500Clean Sand Fill 29

LF $ 3703 $ 10735120 $ 3500 $ 1288200 $ 600 $ 72000Storm Sewer Pumping (Exist) (24 or less)(See SPs) 30

$ 58774019 $ 78111400SUBTOTAL (ROADWAY)

CONTINGENCY ITEMS

31 5 CY $ 81370 $ 36244 $ 16611 $ 83055 $ 37500 $ 187500Class I Concrete (Misc)

$ 235110 ED $ 5680 $ 9040 $ 90400 $ 5000 $ 50000Changeable (Variable Message) Sign (Non-MOT) 32

HR $ 9303 $ 12656016 $ 4894 $ 7910 $ 5000 $ 80000Traffic Control Officer (Non-MOT) 33

1 EA $ 673000 $ 795487 $ 1469000 $ 1469000 $ 250000 $ 250000Premium for Conflict Condition (See SPs) 34

10 CY $ 22882 $ 18645 $ 186450 $ 200000$ 20000Flowable Fill 35

CY100 $ 3598 $ 4294 $ 429400 $ 350000$ 3500Subsoil Excavation 36

LF $ 1420120 $ 79320 $ 600 $ 72000Storm Sewer Cleaning (Exist) (24 or less)(See SPs) $ 66137

$ 2464185 $ 1189500SUBTOTAL (ROADWAY)

UTILITY ITEMS

38 LF $ 12631 $ 2825040 $ 2500 $ 1130000 $ 2000 $ 80000Remove and Dispose Existing 811 AC Water Main

LF $ 2273 $ 2825144 $ 2500 $ 406800 $ 288000Remove Existing 12 Force Main $ 200039

LF $ 1304278 $ 1000 $ 967 $ 268826 $ 2000 $ 556000Grout Existing 811 AC Water Main with Flowable Fill 40

255 LF $ 7966 $ 8000 $ 7889 $ 2011695 $ 8500 $ 21675008 Ductile Iron Pipe For Water Main Installation 41

LF $ 16342143 $ 14000 $ 18669 $ 2669667 $ 15000 $ 214500012 DIP Pipe For Force Main Installation 42 9

EA $ 56374 $ 1045176 $ 80000 $ 627102 $ 62500FampI 8 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM $ 375000 043 (

EA $ 153197 $ 3342885 $ 100000 $ 1671440 $ 110000 $ 550000FampI 12 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM44

EA $ 1653211 $ 100000 $ 359087 $ 359087FampI 12 Ductile Iron 90 Degree Fittings w Reaction Blocking or Thrust Restraint for WM $ 120000 $ 12000045 ~

EA2 $ 80625 $ 79001 $ 158002 $ 160000$ 65000 $ 8000046 Furnish Install and Remove Sample Points Complete

2 EA $ 999848 $ 750000 $ 968565 $ 1937130 $ 1000000 $ 20000002 Air Release Valve with Manhole for Water Main and Force Main 47

Page 2 of7 NROADWAYPR020172017513 - Kudza Raad over LWDD l-8 Canal4 - Bid Opening andAnalysis2017513 Bid Tabs

BID TABULATIONS ~-7_~

KUDZA ROAD OVER LWDD L-8 CANAL ENGINEERS FG CONSTRUCTION JOHNSON-DAVIS INC-- AVERAGE

CONTRACT ESTIMATE LLC -

PBC PROJECT 2017513 middot CCshy

middotmiddotmiddotgtmiddotmiddot_middotmiddotmiddotbullmiddotmiddot--~middotmiddotc middot= -bullshy middot--~ --~ ~- middot-middotA-middotmiddotmiddotbull middotmiddot1c-middot middotbull middotmiddotbull= -=middotmiddotmiddot__ middot bull-=middot ccmiddotmiddot bull-__ _ = bull middotmiddotmiddotmiddotmiddotmiddotmiddot=middot--middotmiddot -= - bull _- middot~ -middot ~- middot_middot __ ~~ ~- -_ middotmiddot -

ITEM ITEM DESCRIPTION QTY UNITS UNIT PRICE UNIT PRICE Unit Price Amount Unit Price Amount

48 8 Gate Valve for Water Main 1 EA $ 217079 $ 250000 $ 288722 $ 288722 $ 180000 $ 180000

49 8 Gate Valve for Water Main with Manhole and 1 service taps 1 EA $ 442694 $ 800000 $ 353114 $ 353114 $ 500000 $ 500000

50 12 Gate Valve for Force Main 1 EA $ 375539 $ 350000 $ 536275 $ 536275 $ 350000 $ 350000

51 Connect to Existing 8 Water Main 2 EA $ 228692 $ 250000 $ 97934 $ 195868 $ 520000 $ 1040000

52 Connect to Existing 12 Force Main 2 EA $ 622586 $ 250000 $ 173748 $ 347496 $ 1050000 $ 2100000

53 Testing and Survey 1 LS $ 1133811 $ 1000000 $ 904000 $ 904000 $ 300000 $ 300000

54 As-builts 1 LS $ 611234 $ 1000000 $ 395500 $ 395500 $ 290000 $ 290000

SUBTOTAL (UTILITY) $ 14260724 $ 13201500

_

_754989Z~~ _-~25W24-~9--TOTAL BID __ -~ ~middotmiddot~cl $ $ bull _ yen middotI ~

Page3 of7 NROADWAYPR020172017513 -Kudza Road over LWDD L-8 Canaf4 - Bid Opening and Analysis2017513 Bid Tabs

BID TABULATIONS

KUDZA ROAD OVER LWDD L-8 CANAL

CONTRACT

=middot-middotl~BCPROJECT2017513 -middot -----~- __middotmiddot - -= - shy ~middot- __ - - __ - - - - - - bull -middot - ---middot ---= -shy -~- shy - ---shy - bull --_ -~ - __~ middotshy

ITEM I ITEM DESCRIPTION I QTY IUNITS

ROADWAY ITEMS

1 Mobilization 1 LS $

2 Maintenance ofTraffic (incl Pedestrian MOT) 1 LS $

3 Removal ofExisting Structure 1 LS $

4 Removal Pedestrian Bridge 1 LS $

5 Clearing and Grubbing 1 LS $

6 Floating Turbidity Barrier 1 LS $

7 Regular Excavation 96 CY $

8 Embankment (Compacted in Place) 115 CY $

9 Optional Base Group 7 975 SY $

10 Superpave Asphalt Concrete (Traffic Level C) 88 TN $

11 Asph Concrete Friction Course (10) (FC-95) Rubber 67 TN $

12 Mill Existing Asphalt Pavement (l ) 411 SY $

13 Adjust Valve Boxes 1 EA $

14 Adjust Manhole 1 EA $

15 Concrete Curb amp Gutter (Type F) 295 LF $

16 Cone Sidewalk ( 4 Thick) 149 SY $

17 Cone Sidewalk (6 Thick) (Driveways) 119 SY $

18 Sodding 599 SY $

19 Inlet (Ditch Bottom) (Type C) lt1 O 3 EA $

20 Inlet (Curb) (P-5) lt10 1 EA $

21 Yard drain 1 EA $

22 A2000 PVC Pipe (12) 11 LF $

23 Concrete Pipe Culvert (18) 151 LF $

24 Class IV Concrete (Culvert amp Headwalls) 1477 CY $

25 Reinforcing Steel (Culvert amp Headwalls) 33768 LB $

Page 4 of7

FERREIRA CONSTRUCTION

SOUTHERN DIVISION _CO INC_ _---middot--middotshy --shy

_-- -middot bull bull _ shy ~-_ ~7middot-~- - ~-- bull

Unit Price I Amount

10234435 $ 10234435

2187535 $ 2187535

12329900 $ 12329900

1787850 $ 1787850

572770 $ 572770

48870 $ 48870

1180 $ 113280

3135 $ 360525

1465 $ 1428375

27940 $ 2458720

33300 $ 2231100

2775 $ 1140525

39965 $ 39965

39635 $ 39635

2655 $ 783225

4680 $ 697320

5285 $ 628915

1040 $ 622960

399780 $ 1199340

279775 $ 279775

132840 $ 132840

6265 $ 68915

4975 $ 751225

162800 $ 24045560

070 $ 2363760

FOSTER MARINE

CONTRACTORS INC )

- - - shy -shy - --~ - middot - ~

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

Unit Price I

7800000 $

3000000 $

5000000 $

1200000 $

3000000 $

300000 $

2300 $

800 $

5400 $

26500 $

46000 $

5000 $

28000 $

65000 $

3500 $

7000 $

7700 $

750 $

450000 $

650000 $

250000 $

6000 $

6300 $

190000 $

200 $

Amount

7800000

3000000

5000000

1200000

3000000

300000

220800

92000

5265000

2332000

3082000

2055000

28000

65000

1032500

1043000

916300

449250

1350000

650000

250000

66000

951300

28063000

6153600

bpJ tshy

0 pr Cl (1-h ~

-J (fshy

NROADWAYPR020172017513 - Kudza Raad over LWDD L-8 Canal4 -Bid Opening and Anaysis2017513 Bid Tabs -C

BID TABULATIONS middot

KUDZAROADOVERLWDD L-8 CANAL - middotcoNTRACT

PBC PROJECT 2017513 middot middotmiddot -middot c middotmiddotmiddotc ccmiddotmiddotmiddot middot cmiddotc Cbullltc middotmiddot bull ~ -_shy

ITEM ITEM DESCRIPTION QTY UNITS

26 PedestrianBicycle Railing 96 LF $

27 Rip Rap (Rubble) FampI Ditch Lining 363 TN $

28 Bedding Stone (Sect 530) 242 TN $

29 Clean Sand Fill 215 CY $

30 Storm Sewer Pumping (Exist) (24 or less)(See SPs) 120 LF $

SUBTOTAL (ROADWAY) $

CONTINGENCY ITEMS

31 Class I Concrete (Misc) 5 CY $

32 Changeable (Variable Message) Sign (Non-MOT) 10 ED $

33 Traffic Control Officer (Non-MOT) 16 HR $

34 Premium for Conflict Condition (See SPs) 1 EA $

35 Flowable Fill 10 CY $

36 Subsoil Excavation 100 CY $

37 Storm Sewer Cleaning (Exist) (24 or less)(See SPs) 120 LF $

SUBTOTAL (ROADWAY) $

UTILITY ITEMS

38 Remove and Dispose Existing 8 AC Water Main 40 LF $

39 Remove Existing 12 Force Main 144 LF $

40 Grout Existing 8 AC Water Main with Flowable Fill 278 LF $

41 8 Ductile Iron Pipe For Water Main Installation 255 LF $

42 12 DIP Pipe For Force Main Installation 143 LF $

43 FampI 8 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM 6 EA $

44 FampI 12 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM 5 EA $

45 FampI 12 Ductile Iron 90 Degree Fittings w Reaction Blocking or Thrust Restraint for WM 1 EA $

46 Furnish Install and Remove Sample Points Complete 2 EA $

47 2 Air Release Valve with Manhole for Water Main and Force Main 2 EA $

Page 5 of7

FERREIRAmiddot CONSTRUCTION

SOUTHERN DIVISION middot~~Q JNlt r

~ middot - -bull J -_ ___ - - ~middot middot-~ _middot ~- -~-- _ middotmiddotbullmiddotmiddot

Unit Price Amount

9890 $ 949440

12320 $ 4472160

8915 $ 2157430

4335 $ 932025

475 $ 57000

75115375

64895 $ 324475

2530 $ 25300

9295 $ 148720

355855 $ 355855

25815 $ 258150

1290 $ 129000

475 $ 57000

1298500

14275 $ 571000

2565 $ 369360

1050 $ 291900

10075 $ 2569125

20200 $ 2888600

28480 $ 170880

90500 $ 452500

97195 $ 97195

94500 $ 189000

1180825 $ 2361650

~~f

FOSTER MARINEmiddot~~iB CONTRACTORS INC

gtmiddotbullmiddot bull bull- _ ~-middot=-- middot

---middotmiddot ___ __z

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

Unit Price

315 $

17000 $

10000 $

3000 $

3000 $

190000 $

3000 $

15000 $

300000 $

30000 $

3000 $

3000 $

6000 $

1700 $

1200 $

5400 $

11500 $

30000 $

78000 $

85000 $

69000 $

850000 $

Amount

30240

6171000

2420000

645000

360000

84590990

950000

30000

240000

300000

300000

300000

360000

2480000

240000

244800

333600

1377000

1644500

180000

390000

85000

138000

1700000

cJ h

$ ~ f ~ (l ~

t 0 ~ -1 -J -C

NROADWAYPR020172017513 - Kudza Road over LWDD L-8 Conal4 - Bid Opening and Anaysis2017513 Bid Tabs

BID TABULATIONS FERREIRA KUDZA ROAD OVER LWDD L-8 CANAL CONSTRUCTION

CONTRACT SOUTHERN DIVISION

lBCbullPROJEpoundT2017513 CO INC Imiddotmiddot- 2lt- - ~~-bullmiddotmiddot- middotmiddot shy -middot -- -

~ bull c- gt -middotmiddot ltgt-bullmiddotmiddotmiddot-- _ iebullbull -lt - bull - -shy bull~middot middot middot c bullmiddotmiddotmiddot- bull - middotmiddot shy __

ITEM ITEM DESCRIPTION QTY UNITS Unit Price Amount

48 8 Gate Valve for Water Main 1 EA $ 219595 $ 219595

49 8 Gate Valve for Water Main with Manhole and 1 service taps 1 EA $ 367660 $ 367660

50 12 Gate Valve for Force Main 1 EA $ 315880 $ 315880

51 Connect to Existing 8 Water Main 2 EA $ 246835 $ 493670

52 Connect to Existing 12 Force Main 2 EA $ 1196595 $ 2393190

53 Testing and Survey 1 LS $ 2781245 $ 2781245

54 As-builts 1 LS $ 1309435 $ 1309435

SUBTOTAL (UTILITY) $ 17841885

TOTAL BID $ 94255760middot

$

$

$

$

$

$

$

$

$

FOSTERMARINE CONTRACTORS INC

bullgtcmiddotmiddot -gt bull~middot bull middot- middot

bull--middot-middot shy bull middot-middot ~-middot _ middot~ - - middot-_ middot

Unit Price Amount

180000 $ 180000

550000 $ 550000

300000 $ 300000

50000 $ 100000

70000 $ 140000

550000 $ 550000

450000 $ 450000

8602900

95673890

b

r sshy~

(~ ~

r-Page 6of7 NROADWAYPR020172017513 - Kudza Road over LWDD L-8 Canal4 - Bid Opening and Anafysis2017513 Bid TaEshy

THE COUNTY DOES NOT GUARANTEE THE ACCURACY OF THE FORMULAS AND EXTENSIONS USED IN TIDS 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

All items shall include cost to furnish and install unless otherwise noted

Permitting agency pre-construction meetings and notices of commencement compliance with stormwater pollution prevention plan and stormwater pollution control plan installation of erosionturbidity

2

1

controls including silt fences inlet protection inspections and reporting preparation and submittal of construction completion certifications and required record drawings by a professional engineer andor land surveyor utility notifications are considered incidental to mobilization

3 All costs for Maintenance ofTraffic (MOT) and mobilization shall be considered incidental to and shall be included in unit prices for the pay items

Sawcut of existing asphalt andor concrete designated for removal per plans removal and relocation ofprivately owned systems including irrigation mailboxes fencing etc removal and disposal in suitable 4

areas of excess and unsuitable material that may be encountered during excavation removal and disposal of existing structures per plans is considered incidental to the bid item clearing and grubbing

Berm construction swale construction grading re-grading of roadways driveways canal sections and all other rough and finish grading shall be considered incidental to the bid items Excavation andor 5

Embankment

Demolition of existing road bridge to include all components-concrete deck and traffic railings bent caps wing walls sheet panels concrete piles concrete approach slabs and any deadmen anchors Proper 6

disposal of all bridge debris is considered incidental to bridge demolition

7 12 compacted subgrade is considered incidental to the cost ofbaserock construction

8 Prime and tack coats are considered incidental to asphalt construction

Excavation and backfill for structures including cost of any select bedding material that may be necessary for a satisfactory installation as directed by Palm Beach County is considered incidental to the cost of 9

the structures

10 Wrapping of filter fabric around all pipe joints per FDOT index no 280 and cost of coring existing structures for pipe connection is considered incidental to the cost of the pipe

The cost of all anchoring hardware per FDOT index 852 is incidental to the item Pipe Guiderail (Steel) (FDOT Index 852)

12

11

The cost ofdetectable warning surfaces per FDOT index 304 and base compaction is considered incidental to sidewalkpathway construction

The cost of filter fabric is incidental to the item Bedding Stone

14

13

Sodding-shall be in accordance with section 575 of the general provisions of this specification Includes costs for fertilizer and water until final acceptance

15 12 thick no 57 stone foundation and filter fabric is incidental to the bid item Class IV Concrete (Cast in Place Headwall)

16 Contingency items may be increased decreased or deleted as directed by the engineer

17 Changeable (Variable) Message Sign (Non-MOT) and Traffic Control Officers (Non-MOT) in accordance with General Provisions (Section 102)

-middot Indicates Math Error

Page7 of7

INTERLOCAL AGREEMENT BETWEEN PALM BEACH COUNTY FLORIDA AND

VILLAGE OF PALM SPRINGS FOR JOINT PARTICIPATION AND PROJECT FUNDING FOR CONSTRUCTION OF UTILITY ADJUSTMENTS FOR

KUDZA ROAD BRIDGE OVER LWDD L-8 CANAL BRIDGE REPLACEMENT

PALM BEACH COUNTY PROJECT NO 2017513

THIS Interlocal Agreement (AGREEMENT) for Kudza Road Bridge replacement over the LWDD L-8 Canal (PROJECT) is made as of the __ day of 20201 by and between Palm Beach County1 a political subdivision of the State of Florida1 by and through its Board of County Commissioners (COUNTY) and the Village of Palm Springs1 a municipal corporation existing under the laws of Florjda (hereinafter VILLAGE) each one constituting a public agency defined in Part I of Chapter 163 Florida Statutes (individually Party and collectively Parties)

WHEREAS Section 16301 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 VILLAGE has requested the COUNTY to construct water main1 force main and associated appurtenance adjustments to the VILLAGES system (UTILITY WORK) within the limits of the PROJECT and

WHEREAS1 the COUNTY and the VILLAGE desire to jointly participate in the UTILilY WORK and

WHEREAS both COUNTY and VILLAGE declare that it is in the public interest that the UTILTIY 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

VILLAGE OF PALM SPRINGS 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 2017513 Said Bid Documents include the UTILITY WORK as shown in VILLAGE prepared Utility Matrix Applicable Technical Specifications Standard Construction Details and Approved Product List

B COUNTY shall obtain written approval from the VILLAGE in advance of any change orders including any costs associated with the VILLAGES failure to approve change orders in a timely manner which increase the cost attributable to the UTILITY WORK to an middotamount greater than the contract amount as stated in Section 3A below VILLAGES 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 contractors bid for the PROJECT and the UTILllY WORK

Section 3 VILLAGES Responsibilities

A VILLAGE shall reimburse COUNTY a total estimated cost including 10 contingency of One Hundred Seventy Four Thousand One Hundred Three Dollars and Fifty Six Cents $17410356) provided COUN1Y 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 VILLAGES Utility Items shall be paid by the VILLAGE

8 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 VILLAGE

C Upon completion of the PROJECT and the UTILilY WORK the VILLAGE shall repair and maintain the UTILITY WORK at VILLAGES expense

Section 4 PaymentsInvoicing and Reimbursement

The COUNTY will invoice the VILLAGE on a periodic basis during construction of the PROJECT and the UTILin WORK The VILLAGE agrees to provide to COUNTY payment for documented costs for the UTILITY WORK in the amount established in Section 3A COUNTY shall submit all invoices to the VILLAGE identifying the UTILITY WORK including COUNTYS total expenditure for the PROJECT and identifying the amount attributablemiddot 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 VILLAGE within seven (7) calendar days of request by the VILLAGE Invoices received from COUNlY will be reviewed and approved by the VILLAGE to ensure that expenditures have been made in conformity with this

2

VILLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

AGREEMENT Upon COUNTYS submission of acceptable documents needed to substantiate its costs for the UTILITY WORK VILLAGE will provide said payment to COUNTYmiddot on a reimbursement basis within thirty (30) days of receipt of all required documents In no event shall the VILLAGE 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 VILLAGE 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 VILLAGE will reimburse the COUNTY for the UTILI1Y WORK completed as of the date the COUNTY suspends the UTILITY WORK Any remaining unpaid portion of this AGREEMENT shall be retained by the VILLAGE and the VILLAGE shall have no further obligation to honor reimbursement requests submitted by the COUNTY

Section 5 Access and Audits

COUNTY and VILLAGE 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 VILLAGE 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 COUNTYS sole direction supervision and control All VILLAGE employees engaged in the work or services performed pursuant to this AGREEMENT shall at all times and in all places be subject to VILLAGES sole direction supervision and control (he 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 othermiddot Party shall be that of an Independent Contractor and not as employees or agents of the other

Neither COUNTY nor the VILLAGE 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 VILLAGE

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

VILLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

or permitted under state and local law to perform such services

All of COUNlYS 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 VILLAGE and COUNTY recognize their liability for certain tortious acts of its agents officers employees and invitees to the extent and Hmits provided in Section 768281 Florida Statutes To the extent permitted by law the VILLAGE and COUNlY shall indemnify defend and hold the other harmless against any actions claims and damages arising out of the 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 76828 Florida Statutes1 nor shall the same be construed to constitute an agreement by the VILLAGE 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 andor VILLAGE

Section 9 Annual Appropriation

All provisions of this AGREEMENT calling for the expenditure of ad valorem tax money by either the COUNTY or the VILLAGE are subject to annual budgetary funding and should either Party involuntarily fail to fund any of their respective obfigations 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 attorneys fees) associated with the enforcement of the terms andmiddot conditions of this AGREEMENT shall be borne by the respective Parties

4

VILLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

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

All notice to the VILLAGE shall be sent to

Ronald Eyma PE Public Service Director Village of Palm Springs 226 Cypress Lane Palm Springs FL 33461

All notice to the COUNTY shall be sent to

Omelia A Fernandez P E Director Palm Beach County Engineering amp Public Works Roadway Production Division P0 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 Partys right to assert or rely upon any such provisions or rights in that or

any other instance

5

VILLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

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 Section 17 Non~Discrimination

COUNTY and VILLAGE 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 st~tus 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

COUNlY and VILLAGE shall abide by all applicable federal state and local Jaws orders rules and regulations when performing under this AGREEMENT COUNTY and VILLAGE 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 Generals 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

6

VllLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

contract

Section 23 Public Entity Crime Certification

As provided in FS 287132-133 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 FS 287133 (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 VILLAGE 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

VILLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

IN WITNESS WHEREOF the undersigned Parties have executed this AGREEMENT on the day and year first written above

VILLAGE OF PALM SPRINGS

BY~~~~--~---shyBev Smith Mayor

AllEST

Kimberly M Wynn AUTHORITY CLERK

PALM BEACH COUNlY FLORIDA

BY __~----------~~~-shyTanya N McConnell PE Deputy County Engineer

APPROVED AS TO TERMS AND CONDITTONS

BY __~--~~--~--shy(DATE)

APPROVED AS TO FORM APPROVED AS TO FORM AND LEGAL SUFFIOENCY AND LEGAL SUFFIOENa

BY _________ BY~YB~H---~--~~~~~~~shyVIiiage Attorney Assistant County Attorney

FROADWAYUTILI1Y COORDINATION2017513_Kudza over L-8 CanalVPS Construction Agreementdoc

8

ITEM I ITEM DESCRIPTION QTY middot1 UNITS UNIT PRICE UNIT PRICE UnitPrice I Amount Amount

2 I 30000 $ 30000-g= ___ 4_~-_0 _____1_4_00-so-_

SS21 $ S695 $ --8485ss $ 6000 S 894000

6913 $ 6000 I $ 714000 $ 7000 $ 833000

336 $ 791 I$ 473809 $~-~--8-00~+~$ 479200 middot-~----~~-middot-

510705 $ 390442 $ ll71326 $ 3500001~-- 1050000

~~ 200000 ~ 3333 $ 4378 $ 48158 $ S000 $ 55000

~~ s ~oo s ~~~ s 1~00 $

130000 $ 105149 $ lSS30507 $ 200000 $

1510000

29540000

ROADWAY ITEMS

Mobilization

MaintenanceofTraffic(inclPooestrianMOT)

3 Removal ofExisting Structure

2

- dge -middot- ---middot middotshy ~~=mer

=8 1Embankment(C~~P~-~- shy_ --=-=--~_jmucrde~~Cgt

____J_l__ =jh~7deg=~middot~)(FC-95)Rubber 13 AdjustValveBoxes

~1 outtflt (Type F)

16 Cone SidewaJk~(~_-~-middot -~middot ~_ ___

17 Cone Sidewalk (6 Thick)(Driveways)

18 Sodding middot--~----middot~--~middot---middot- ~--middot--middot--~

j LS $ 6820109 $ 5000000 $ 4746000 $

I LS $ 2548795 $ 4ooooo $ 15076461___

I 1 I LS $ 7436225 $ 8000000 $ 6215000 $

middotmiddot--middot-- ------ middotI middot+-+ ~- ~~ 2~~ middot--middot-middot-middot--1--~middotmiddot -middot--middot~-~ 2~2 M

I 115 I CY $ 1950 $ 1289 $ 1865 $

-~--====J__ _-=f --=~- ~ l~ 2 __ 7i-- middotmiddot-~+---~~~---~~-middot-middotmiddot14~ 2 ---4

EA $ 31021 $

5 295 shy

149 SY $ 5844 $

119 SY $ 6496 $

599 SY $ 845 $

19 InletDitchBottom)(TypeC)lt10 --middot~-----------middot--middotmiddot ___ 3 EA $ 397556 $

______-+--~-et-~-urb-middot-~-(P--5-)_lt_10_- --- --------middot- ~=~-------- I =~-i~--__A_-_--_________~ ___

22 A2000PVCPipe(Iin) 11 LF $ 5411 $

___~____eo_n_~--~-middot_e_c_~_~_c_1s_i_________--_-_~------~--~-~-s 16 $

24 ClassNConcrete(CulvaiampHeadwalls) 1477 CY $ 164487 $

39425 $ 26117 $-

4746000 $ 4500000 $ 4500000

1_s_0__ __ 3_5 _ooo_oo_16_4_6-1_s 3_s_oo_o_oo___$____ 6215000 $ 6200000 $ 6200000

--2-~-~---=-middot--~---~=---0----0-+middot---~---~--0-- -----------12_~__-o--t------~----o--0

214415 $ 2000 $ 230000

-~- middotmiddotmiddot middotmiddot -=~~

~r-=~- --1-~~----lr_

1~ 26117 $-

--~-~-1--~---~-~--~~~middot~-~~~-~-~~~~---~~+-~~---lt-~~ --~--~-+--~-----1~-~~--1middot~~~-~~-+-~~~~-~~

25 Reinforcing Steel (Culvert amp Headwalls) 33768 LB $ 163 $ 200 $ 181 $ 6Cl2008 $ 200 $ 6753600

Page 1 of7 NROAOWAYPll020172017513 bull KudzD Road Oliff LWDD L-8 Conal4 middotBid Optnlng and Analysls201753 Bid Tabs

26

ITEM ITEM DESCRIPl10N QTY UNITS UNIT PRICE UNIT PRICE Unit Price J Amount Unit Price Amount

PedestrianBicycleRailing ll 96 LF $ 12038 $ 10000 $ 25448 $ 2443008 $ 12500 $ 1200000 -----middot------+--------- --middotmiddotmiddotmiddotmiddot-middotmiddot------ --------- middot~---r----~middot----tmiddot-

27 Rip Rap (Rubble) FampI Ditch Lining 363 TN

28 Bedding Stone (Sect 530) ----------~------- 242 i TN

3

209 Clean Sand Fill --middot------ -shy - - ----- shy --il~l2105 -~LF~-Storm Sewer Pumping (Exist) (24 or IessXSee SPs) 120

CONTINGENCY ITEMS

___3_1_ _JClass I Concrete (Misc)

32 _ _jChangeable(VariableMessage) Sign (Non-MOT)

33 )Traffic Control Officer (Non-Mon

SUBTOTAL (ROADWAY)

34 Premium for Conflict Condition (See SPs) --middotmiddot ~---------- shy ------ shy

35

36

37

lFlowable Fill i

Subsoil Excavation ___ j middotlt~----middot

IStonn Sewer Cleaning (Exist) (24II or less xsee SPs)

UTILITY ITEMS

38 Remove and Dispose Existing 8 AC Water Main

39 Remove Existing 12 Force Main lt----~-- --middot--+------------shy

SUBTOTAL(ROADWAY)

40 LF

144 LF

$ 11412 $ 7500 $ 6328 $ 2297064 $ 10000 $ 3630000

$ 8860 $ 7500 $ 7526 $ ] 821292 $ 9000 $ 2178000

$$ 32790637 3155- middot-middot- 437310 I $ 2500 $ 531500-$$_____ bulloooo-middot-$$middotmiddotmiddotmiddot---1-02703354 $$ 1288200

$ 58774019

$ 81370 $ 36244 $ 16611 $ 83055

$ 5680 $ 2351 $ 9040 $ 90400

$ 9303 $ 4894 $ 7910 $ 126560

$ 673000 $ 795487 $ 1469000 $ 1469000 ~-~--------- ~-------i--

$ 22882 $ 18645 $ 186450

$ 600 $ 72000

$ 78111400

$ 31soo I$ 187500i

$ 5000 r $ 50000

$ sooo Is 80000 ----+----middotmiddot-----shy

$ 250000 $ 250000

$ 20000 $ 200000

$

$

~ __4_2-9--l----middot-~ --- _3~f-middot---3-middot~--o~-=-6$ 2464185 $ 1189500

$ 12631 $ 2500 $ 28250 I$ 1130000 $ 2000 $

$ 2273 $ 2500 $ 2825 middot1 $ 406800 $ 2000 $ 288000

40 Grout Existing 811 AC Water Main with Flowable Fill 278 LF $ 1304 $ 1000 $ 967 $ 268826 $ 2000 $ 556000 ------~ -middot-------+---- ~ __ -------+---shy

41 8 DuctileironPipeForWaterMaininstallation -----1---2_ss__ j LF $ 7966 _s_____s_o_00___$~ __7_8_89--t-_s___2_o_11695 _s___~500 i-$___2_1_6_1_so_o_

42 1211 DIPPipeForForceMainlnstallation 143 J LF $ 16342 $ 14000 $ 18669 $ 2669667 $ 15000 $ 21450001-------- ~--~-----middot--- middot--r----~---~-- __ t

___4~ -middot __ FampI 8 Ductile kon 45 Degree Fittings wl Reaction Blocking or Thrust Restraint for WM 6 ~ EA $ 56374 $ 80000 S 104517 $ 627102 $ 62500 _$_____3_7_s_o_oo-f

44 FampI12degDuctilelron45DegreeFittingswReactionBJockingorThrustRcstraintforWM 5 j EA $ 153197 $ 100000 $ 334288 $ 1671440 $ 110000 $ 550000 -middot -------f---middotmiddot--------------------------middot-- --shy~middot-middotmiddotmiddot----4_5 ---1F_amp_I_1_2__Du_c_til_middote_h__ __ee_F_ittin__gs_w_l_R_ea_cti_middoto_n_B_Ioc_km_middotg_or_Thrust_R_es_trai_n_t_fo_r_WM -+-____ ~ EEAA $ 165321 $ 100000 $ 3590871 $ 359087 $ 120000 _s_____o_n_9_o_D_egr __ __ l_2_oo_00_

4

46 Furnish Install and Remove Sample Points Complete 2 $ 80625 $ 65000 $ 79001 $ 158002 $ 80000 $ 1600001 1

middot~------~--------~

47 2 Air Release Valve with Manhole for Water Main and Force Main 2 I EA $ 999848 $ 750000 $ 968565 I$ 1937130 $ 1000000 $ 2000000

Pagel of7 NROADWAYPR020172017513 middotKudla Road over LWDD L-8 Canal4- Sid ~nlng and AnalyslsZOJ75JJ Bid Tabs

80000

ITEM ITEM DESCRIPTION J QTY j UNITS UNIT PRICE UNIT PRICE Unit Price Amount Unit Price Amount

i8 11 Gate Valve for Watfl Main r j EA $ 217079 $ 250000 $ 288722 $ 288722 $ 180000 $ 18000048 --------- middotmiddot-shy ------------ ------middot-~----------- -~middot~-W--------1------- ------+-------4--~------J-------1---------1

49 ----+-J__ +811 Gate Valve for Water Main with Manhole and 111 service taps 1_ EEAA $ 442694 $ 800000 $ 353lJ4 $ 353114 $ 500000 $ 500000

50 12 Gate Valve for Force Main j 1 s 375539 $ 350000 s 536275 s 536275 $ 350000 Is_______3_s_o_o_oo_

51 Connect to Existing 811 Water Main -__-middot_middot--------========------1--2middot i EA $ 228692 $ 250000 $ 97934 $ 195868 $ 520000 J-s- 1040000

52 Connect to Existing 12 Force Main 2 I EA $ 622586 $ 250000 $ l73748 $ 347496 $ 1050000 $ 2100000

LS $ 1133811 $ l 000000 $ 904000 -$-----9-04-0-00--$ 300000 $ 300000~-- --53-- middot(Testingandsurvey -----==---------- I -I ( --L-S----t-$---6--ll-2-34-t-$----1-0-00-0-0--10 $ 395500 $ 39550-0-t--$--2-900-00-+--$ 29000054 lAs-builts

SUBTOTAL (UTILITY) $ 1426deg24 $ 13201500

Page3 of7 NROADWAYPR020172011513 - Kudm Road avu LWDD L-8 Conal4 - Bid O~nlng and AnaiyW2017513 Bid Tabs

ITEM 1 ITEM DESCRIPTION I QTY IUNITS Unit Price I Amount Unit Price j Amount

ROADWAY ITEMS

1 7800000

~ ofT_raffi_c_(m--cl-P_ed_es_tri_an_M___ -----~--- -_---~-j--+plusmn- middot-L~S-- -$- =42s~ 1$o_T_)____~-- -middot--- - ___ -middot~middotmiddot 2 30000001 99 00Removal ofExisting Structure 12329900 J 50000003 --middot ---- -----+----------- shy

4 Remova1 Pedestrian Bridge LS $ 17 878 50 $ 1200000 -- --5---- C-l~g and Grubbing - -- --- --middot---------middot I I j- LS $ 572770 $middot- shy

572770 $ 3000000 $ 3000000 ~---------_-- ------- --- middot~---~ _ -middot- -----~--middotr--------1

6 Floating Turbidity Barrier I LS $ 48870 $ 48870 $ 300000 $ 300000 -~---------~~

__7 ____ ReguJarExcavation 96 I CY $ 1180 $ 113280 $ 2300 ___________ 220800 1

_______s_middot__ -IEmbankment (Compacted in Place) _ ll 5 CY $ 3135 $ 360525 $ 800 I$ 92000

9 Optional Base Group 7 __________ __ ~=~1 975 __ ___14_6_sJ~--~---~----~~~~~~ _____ s2_6_s_ooo-_-- t sv_~_s s s_4_o_o+-I_$____ __

- -- ~aveAsphalt concrete (Traffic Level q ___fr__ _ _ _ __ 2 940 j ~ 24~~ __~middot 26~00-jj $$_ ~--~1--~TN~- $$ 7 _7 20 ~$$____ 2332000

e-- 0-- jAsph~c~ Friction Course (l0) (FC-95) Rub~ 67 1 333 00 P 22rJ 1 ___00 30820001 00 460- -1 1

l Mi11ExistingAsphaltPavement(l) 411 SY $ 2775 $ II40525 $ 5000 __$___20_5_5_0-00shy

13 Adjust Valve Boxes EA $ 39965 I$ 39965 $ 28000 $ 28000

middot---1-4middotmiddot~ AdjustManhole --- -------~--middot EA $ 39635 $ 39635 $ 65000 $ middot--middot-6-50-00shymiddot~----middot-middot- I middot-~---------------

783225 $ 3500 $15 ~ConcreteCwbampGutter(Type F) middotmiddot~Z95i LF $ 4=-middot 16 1Conc Sidewalk(4 Thick) SY $ 46 80 $ 697320 $ 7000 $ 1043000

___ 17 _ _J~nc Sidewalk (6 Thick) (Driveways) -~-- - -- -- - ~~- f SY $ 5285 $ 628915 $ 7700 $ 916300 --- middot-middot-~--middot---~Sodding bull middot 1-middot 59middot - middotsy $ 1040 $ 622960 $ 750 $ 449250

- 19 Inl~~orum--middot~--Bo-tto_m_)(_T_yp_e_C_)-lt-10---- -middot ---~----middotmiddot--middot--------~ - ---3--- T-EA -~-$--3-99-7-8-0-+--------~-$ ]199340 $ 450000 $ 1350000

1-20----1-In-let-(Curbmiddot--)-(P--5-)-lt-10_1____________________________r _ -- 1~ -i-middot $~- 21911s 650000 s 6soooo

$ 279775 $

1 $ 1~2840 $1~p-~-c_________________________[_ ~-~~-_ _~_00_00__]~-~~-- -s_~~-~=~=~=~======~=~-~-~~2-_s-00_~_0~$---~~-2-~-s_oo_1 2 1 2 $ 68915 $ 023 ConcretePipe_Cul_vert_(_1_8_)__________ -~---middotmiddot---------+1

___1_s1__ LF $ 4975 $ 751225 $ 6300 j 951300

24 ClasslVConcrete(CulvertampHeadwalls) 1477 CY $ 162800 $ 24045560 $ J90000 $ 28063000 -~-~~-t--------t-----~-r--------1

25 Reinforcing Steel (Culvat amp Headwalls) 33768 LB $ $ 2363760 $070 200 $ 6753600

Page 4 of7 NROADWAYPR02D72DJ75J3- Kudza Road over LWOO L-8 Conaij4 - Bfrl Op ming and Anaysb20J 7513 Bid Tabs

ITEM ITEM DESCRIPTION I QTY UNITS Unit Price j Amount Unit Price r Amount

26 jPedestrianBicycle Railing 96 LF $ 9890 I$ 949440 $ 315 $ 30240

~- Bid~~)DltchLining ~ I~ =~~ ~ -shy middot29-~ Clean Sand Fill 215 CY $ 4335 $ 932025 $ 3000 $ middot 645000

---~3o 1

Stomi SewerPumpingExist)(24orlessXSeeSPs) -1middot--120 LF $ 4751 S 57000 $ 3000 $middot--middot- ~---middot middotshy 360000

SUBTOTAL(RO~WAY) $ 75115375 $ 84590990

CONTINGENCY~

31 ICJass I Concrete(Misc) ____ middot-----~ j 5 CY $ 648 95 I $ 324475 $ 190000 $ 950000 - ----------middot middot-middot1____1- ~-----1

__ 32 1 Chang~Je(VariableMessage) Sign (N~~--M_O_T)____ ___1_o______E_D____s___ 2530i$ 25300 S 3000 $ 30000

_ ~_ ITrafficCon~lOffietT(Non-MOT) -middot-----------shy 16 j HR $ 9295 $ 148720 $ _1_5_0_00--1-$---~2_4_~-~ r---34 Premium for Conflict Condition (See SPs) ________1

1middotf-----_-_--_J EA $ 355855 k 355855 $ 300000 S 300000

35 FlowableFill ____________

1

_1

00

0_ ~1middot--c~~YY -- _$s__2_s_s_1s---+i $ 25815~ $ 30000 $ 300000

middot---3-6 subsoil ExcavationI 1

4

2bull

7

9

5

0 f$$middot- ~I2

5

_

7

9_

0

o_bullbull

0

oo_

0

_$$___3_0_o_o-+1_$____3_ooo__oo~ 37 Stmm Sewer Cleaning (Exist) (24 or J~sXSee SPs) -------~middot- 120 I LF __ $ l 3000 I$ 360000

SUBTOTAL (ROADWAY)

UTILITY ITEMS

38 jRemove and Dispose Existing 811 AC- Water Main I I

39 ~ -shy --shy rRemove Existing 12 Force Main

40 Grout Existing 8 AC Water Main wi~~owable FilJ

41 middot]8 Ductile Iron Pipe For Wala Main Installation I 42 12 DIP Pipeor Force Main Installation l

-~---middot-middot--middot

43 FampI 8 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM -i44 FampI 12 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM -middot--shy

-~ 45 middotFampI 12 Ductile Iron 90 Degree Fittings w Reaction Blocking or Thrust Restraint for WM

-46 Furnish Install and Remove Sample Points Comp1ete

-shy47 2 Air Release Valve with Manhole for Water Main and Force Main I

$ 1298500 $ 2480000

40 I LF $ 14275 $

144 LF $ ~-+----6-1-middot-o-o ~- I+shy -w q 278 LF $ 1050 $ 291900 $ 1200 $ 333600I 25651 $

~-r-----~~~~--r-~~---~~

255 LF $ 10075 $

143 LF $ 20200 $

6 EA $ 28480-1 $-~

5 EA $ 90500 I$

I EA $ 91195 I$

94500 l$2 I EA $

2 EA $ 11sos2s 1 $

2~69125 $

2888600 $

170880 $

452500 $

97195 $

2361650 $

5400 $ 1377000

11500 $ 1644500

30000 $ 180000

78000 $ 390000

85000 $ 85000

69000 $ 138000

850000 $ 1700000

Page5 of7 NROADWAYPR020172017513 bull Kudza flood ov~r LWOD L-8 Conal4 middotBid 0plning arid Anaysii20175 Bid Tabt

ITEM ITEM DESCRIPTION QTY j lJNITS UnJtPrfce Amount Unit Price Amount

48 8 GateVaJveforWaterMain _1~-- _$_ 219~_-9_5____$____2bull 19595 $ 180000 _$____1_soo_00_ __4_9_ middot-18Ga~ Valve for Water Main with Manhole ~dPservice taps 1 -~ $ 367660 $ 367660 $ 550000 $ 550000

50 11211 Gate Valve for Force Main 1 II EA -- $ 315880 $ 315880 $ 300000 $ 300000

s1 jeonnect to Ex-isting 8 water M~- ---- -----2----1 --M $ 2 468 35 $ 493610 $ soo oo $ 1000001

_ 52~- - ]Connect to Existing 1 Forc_e_M--am------_______ ---middot-middotmiddotmiddot ____ - - H-middot-- EA $ 11965~95 $ 23931 ~90-bull __$___70-0-00---+--$-~-middot~--1_4_00_o_o_f 53 Testing and Survey 1( 1 LS $ 2781245 $ 2781245 $ 550000 $ 550000

--- 54 jAs-builts -middot ------ --------- ____ I l _L_S_ -$--1-3-09-4-3-5-+-$-- ~middot-13-09-4-35--+-$---4-5-00-00-~middot-$----4-S-OO--oo-

SUBTOTAL (UTILITY) S 1784188~ S 8602900

956~73890

Page 6 of7 NROADWAYPR0201720175U bull Kudza Aoad awr LWDD L-8 canaf4-Bfd Optnfng and Ana~lt2017513 Bid Tab$ bull

THE COUNTY DOES NOT GUARANTEE THE ACCURACY OF THE FORMULAS AND EXTENSIONS USED IN THIS SPREADSHEET ------~middot - -shy ______

r--bullbull middot-middot~ -shyTHE ITEMS AND QUANTITJES ABOVE SHALL GOVERN OVER THE PLANS

-shy _ _ ~--middot~middot - - _ ~-

PAY ITEM FOOTNOTES IN CONSTRUCTION PLANS SHALL ALSO BE INCLUDED IN ITEM UNIT PRICE

Note jPAY ITEM FOOTNOTES

1 All items sha11 include cost to furnish and install un]ess otherwise noted -middot ~ - bull -Tshy ~ _~-- - _--

middot Pennitting agency pre-construction meetings and notices of commencement compliance with stormwater pollution prevention plan and stormwata pollution control plan installation of erosionturbidity 2 controls including silt fences inlet protection inspections and reporting preparation and submittal of construction completion certifications and required record drawings by a professional engjneer andor ]and

bull Isurveyor utility notifications are considaed incidental to mobilization ~----middot - - -- ___

3 -- -1AII costs for Maintenance ofTraffic (MOT) and mobilization sha11 be consideci incidental to and shall b~ included in unit prices -fo~-tb-~ay items -

- )Sawc~t ofexisting aspha~ an~or concrete design~ted for removal per pJans ~oval and relocation ofprivatel~~~~middot~ systems including ~on mailboxes fencing ~ ~emoval and disposal ~-~~~~--shy

middot~areas ofexcess and unsuitable material that may b~ encountered during excavation removal and disposal ofexisting structures per plans is considered incidental to th~bid item clearing and grubbing ~ ____

5 Benn construction swale construction grading re-grading ofroadways driveways canal sections and all other rough and finish grading shall be considered incidental to the bid items Excavation andor Embankmenf

- -shy IDemolition ofexisting m~ri~ge to include all co~po~concrete deck and -~c railings bent caps w~g i1s sheet panels comrete ~ ooncrete -oacb slabs an~ any deadmen anchors P~er -shy

6 disposal ofall bridge debris is considered incidental to bridge demolition -shy middot- shy j1211 co~~~cted subgrade is co~~idered incidental to th~-~~-t ofbaserock constructio - - middot-- --shy -middot - - - shy ----~ -shy -middotmiddot~- middotshy

7

__ ___ ~~- --shy middotshy

8 Prime and tack coats are considered incidental to asphalt construction -- ---shy -shy --middoto-shy

9 Excavation and backfin for structures including cost of any select bedding material that may be nec~sary for a satisfactory installation as directed by Palm Beach County is considaed incid_ental to the cost of the structures

I ---shy -~-middot r

-middot~ - - ----shy - --middot-------shy ---=shy bull - 4 -middot -shy -middot _ -~middot -middot - -IO Wrapping of filter fabric around all pipe joints per FDOT index no 280 and cost ofcoring existing structures for pipe connection is considered incidental to the cost ofthe pipe _ ____

-middot __ _ __ __ __ --middot-middot middot

11 The cost of all anchoring hardware per FDOT index 852 is microicidentaJ to the item Pipe Guiderail (Steel) (FDOT Index 852) -shy

lnie cost of det~~Jewarning surfa~ ~ FDOT index 304 and base compaction is considen)(i incidental to sidewalkpatb~ay ~~ction --shy -~ -shy middotshy -

12 ~------- - -r-middotmiddotmiddot -middot~-~ -shy ___ _4_ -shy

13 The cost offilter fabric is incidental to the item Bedding Stone _ ~--- ~-- _--~- -shy - -middot _

14 Sodding-shall be in aceordancewith section 575 of the general provisions ofthis specification Includes costs for fertilizer and water unti1 final acceptance ~~ ---=---middot~ ~lt--- __ -shy

_ __1s__112 thick no 57 stone foundation and filler fabric is incidental to the bid item Class N Concrete (Cast in Place Headwall) -

__ __ -middot - - middotmiddotshy ---~

16 Contingency items may be increased decreased or deleted as directed by the engineer ----shy _______ ----------shy

--~-----

17 1Changeab1e (Variable)_ Message Sign (Non-MOT) and Traffic Control Officers (Non-MOT) in accordance with General Provisions (Section l 02)

- -middot _ ___ _ ~ -~-

~

Indicates Math Error

Page 7 of7

EXHIBIT B Village of Palm Springs (VPS)

PROJECT NAME Kudza Rd over L WDD L-8 Canal

PROJECTNUMBER 2017513

CONTRACTOR FG Construction LLC

ITEM QUANTITY UNITS UNIT PRICE AMOUNT

13 14

Adjust Valve Boxes Adjust Manhole

Roadway Items for VPS

lEA IEA

$26117 $71755

VPS Utility Subtotal

ITEM QUANTITY I UNITS UNIT PRICE

Roadway Contingency Item for VPS

34 Premium for Conflict Condition (See SPs) lEA $1469000

VPS Contingency Subtotal

ITEM QUANTITY I UNITS UNIT PRICE

$26117 $71755

$97872

AMOUNT

$1469000

$1469000

AMOUNT

VPS Utility Items

38 Remove and Dispose Existing 8 AC Water Main 40LF

39 Remove Existing 12 Force Main

40 Grout Existing 8 AC Water Main with Flowable Fill

41 811 Ductile Iron Pipe For Water Main Installation

42 12 DIP Pipe For Force Main Insta~lation

Continue in page 2

1

144LF

278LF

2551F

143LF

$28250

$2825

$967

$7889

$18669

$1130000

$406800

$268826

$2011695

$2669667

f

Village ofPalm Springs Exhibit B for Kudza Rd over LWDD L-8 Canal Project 2017513

ITEM QUANTITY I UNITS UNIT PRICE AMOUNT

VPS Utility Items

43 FampI 811 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM 6EA

44 FampI 12 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM SEA

45 FampI 12 Ductile Iron 90 Degree Fittings w Reaction Blocking or Thrust Restraint for WM 1 EA

46 Furnish Install and Remove Sample Points Complete 2EA

47 2 Air Release Valve with Manhole for Water Main and Force Main 2EA

48 8 Gate Valve for Water Main 1 EA

49 8 Gate Valve for Water Main with Manhole and 1 service taps lEA

50 12 Gate Valve for Force Main lEA

51 Connect to Existing 8 Water Main 2EA

52 Connect to Existing 12 Force Main 2EA

53 Testing and Survey 1 LS

54 As-builts 1 LS

$104517 $627102

$334288 $1671440

$359087

$79001

$359087

$158002

$968565

$288722

$1937130

$288722

$353114

$536275

$97934

$173748

$904000

$395500

$353114

$536275

$195868

$347496

$904000

$395500

VPS Utility Items Subtotal

Village of Palm Springs Grand Total

Village of Palm Springs Grand Total Plus lOoo Contingency

$14260724

$15827596

~17410356

FROADWAYUTILITY COORDINATION2017513_Kudzaover IA CanalVPS Exhibit Bdoc

2

2020------- shy Page 1 of 1

BOARD OF COUNTY COMMISSIONERS PALM BEACH COUNTY

BUDGET Amendment

FUND Transportation Improvement Fund BGRV 031620-430 BGEX 031620-1131

ACCOUNT NUMBER ACCOUNT NAME ORIGINAL BUDGET

CURRENT BUDGET INCREASE DECREASE

ADJUSTED BUDGET

EXPENDED ENCUMBERED

ASOF 31620

REMAINING BALANCE

REVENUES Kudza Road over LWDD L-8 Canal 3500-361-1520-6948 Utility Relocation Reimbursements 0 0 174104 0 174 104

TOTAL RECEIPTS amp BALANCES

EXPENDITURES Kudza Road over LWDD L-8 Canal 3500-361-1520-8101 Contributions Other Governmental Agencies

TOTAL APPROPRIATIONS amp EXPENDITURES

202361433

0

202361433

195369625

0

195369625

174 104

174 104

174 104

0

0

0

195543729

174 104

195543729

0 174 104

SIGNATURE DATE By Board of County Commissioners At Meeting of ________

Engineering amp Public Works ~hliamptk 1-1)-) IJ__i)

Administration I Budget Approval

OFMB Department - Posted Deputy Clerk to the Board of County Commissioners

Page 5: PROJECT NO. 2017513 · Affirmative Procurement Initiative (API) for Construction: 20% minimum mandatory SBE participation, established for the above-mentioned project, which opened

Atta~tf~t S P~e ~ ot~

TEAM EBO STATUS EXPDATE PERCENTAGE

ALL PHASE INC SMBE-AA 5252020 99

RampD PAVING LLC SWBE 492022 103

MICHAEL B SCHORAH SBE 6212021 072

209

Bidder3 Ferreira Construction Southern Division 13000 SE Flora Avenue Hobe Sound FL 33455

Phone 772-286-5123 Total Bid Amount $94255760 SBE Prime No

Amount Less Contingency $92957260 Total API Achieved 2S8

TEAM EBO STATUS EXPDATE PERCENTAGE

PATHWAY ENTERPRISES SSE 6302022 168

AGRICULTURAL LAND SERVICES SWBE 1132022 0413

ATLAS SURVEYING amp MAPPING SBE 722022 118

BEAUDREAU LLC SBE 8112022 0236

KATHY A ROBINSON DB A BIRDS EVE VIEW SWBE 3242022 06

TRU TRUCKING INC SMBE-H 10262022 578

RADISE INTERNATIONAL LC SMBE-A 12122020 137

UTILITY SUPPLY Assoc INC SBE 8212022 144

THE PAVING LADY SMBE 1232020 509

N amp P CONSTRUCTION amp DEVELOPMENT INC SMBE 10232021 785

COASTAL WASTE amp RECYCLING

OF PALM BEACH COUNTY SBE 722021 106

RANGELINE TAPPING SERVICES INC SBE 2192021 597

258

Bidder4 Foster Marine Contractors 3180 Fairlane Farms Road Suite 1 Wellington FL 33414

Phone 561-683-0034 Total Bid Amount $956738902 SBE Prime No Amount Less Contingency $93193890

2 The bid tabulations provided by the PBC Department of Engineering for Foster Marine and the bid amount indicated on the schedule 1 did not match therefore percentages were recalculated based on the dollar amounts on the Letter of Intent Schedule 2 Percentages already provided on the schedule 2 were not recalculated This does not affect their responsiveness to the API

A-t~M-r~l3

f~e 3of3

Total API Achieved 205

TEAM EBO STATUS EXP DATE PERCENTAGE

UTILITY SUPPLY Assoc INC SBE 8212022 193

FINE LINE STRIPING SBE 5292021 55

EampN CONSTRUCTION SMWBE-A 9232022 1622

DENNISJ LEAVY ampASSOCIATES SBE 2242022 183

205

EVALUATION

All bidders evaluated are responsive to the aforementioned API Please see reference

notes for FG Construction LLC and Foster Marine Contractors Inc

BID TABULATIONS

KUDZA ROAD OVERLWDD L-8 CANAL ENGINEERSAVERAGE

middotcoNTRACT ESTIMATE

cgt_o=- middotbullmiddotrshy ~--middotPBC-PROJECT 2017513 middot -c~middot middot lt middotgt c _ middot ~ middotmiddot middot bullmiddot bull middotmiddot middot -middotbull middot-Cc C _ _middotmiddotCc -~ --~ -_--~~ ---middot---~ --shy -_ -middotgt __]shy -shy ---~= ~--- - -=shy ~middot- bull - middot-----shy --~ -shy ~ -shy ~- - _--- middot _bull

ITEM I ITEM DESCRIPTION I QTY IUNITS UNIT PRICE UNIT PRICE

ROADWAY ITEMS

1 Mobilization 1 LS $ 6820109 $ 5000000

2 Maintenance ofTraffic (incl Pedestrian MOT) 1 LS $ 2548795 $ 400000

3 Removal ofExisting Structure 1 LS $ 7436225 $ 8000000

4 Removal Pedestrian Bridge 1 LS $ 1224212 $ 1200000

5 Clearing and Grubbing 1 LS $ 2571193 $ 1000000

6 Floating Turbidity Barrier 1 LS $ 167516 $ 252000

7 Regular Excavation 96 CY $ 2911 $ 769

8 Embankment (Compacted in Place) 115 CY $ 1950 $ 1289

9 Optional Base Group 7 975 SY $ 2888 $ 1079

10 Superpave Asphalt Concrete (Traffic Level C) 88 TN $ 25086 $ 16036

11 Asph Concrete Friction Course (10) (FC-95) Rubber 67 TN $ 32790 $ 14719

12 Mill Existing Asphalt Pavement ( 1 ) 411 SY $ 2614 $ 274

13 Adjust Valve Boxes 1 EA $ 31021 $ 39425

14 Adjust Manhole 1 EA $ 54098 $ 88800

15 Concrete Curb amp Gutter (Type F) 295 LF $ 3439 $ 2082

16 Cone Sidewalk (4 Thick) 149 SY $ 5844 $ 5527

17 Cone Sidewalk (6 Thick) (Driveways) 119 SY $ 6496 $ 6913

18 Sodding 599 SY $ 845 $ 336

19 Inlet (Ditch Bottom) (Type C) lt10 3 EA $ 397556 $ 510705

20 Inlet(Curb) (P-5) lt10 1 EA $ 531530 $ 580728

21 Yard drain 1 EA $ 188822 $ 194373

22 A2000 PVC Pipe (12) 11 LF $ 5411 $ 3333

23 Concrete Pipe Culvert ( 18) 151 LF $ 6916 $ 7550

24 Class IV Concrete (Culvert amp Headwalls) 1477 CY $ 164487 $ 130000

25 Reinforcing Steel (Culvert amp Headwalls) 33768 LB $ 163 $ 200

Page 1of7

FG CONSTRUCTION LLC

- - _-shy --- middot ~ - -__ - -~ --shy ----shy ----shy ------shy

Unit Price I Amount

$ 4746000 $ 4746000

$ 1507646 $ 1507646

$ 6215000 $ 6215000

$ 908999 $ 908999

$ 2712000 $ 2712000

$ 201194 $ 201194

$ 3164 $ 303744

$ 1865 $ 214475

$ 2187 $ 2132325

$ 20905 $ 1839640

$ 24860 $ 1665620

$ 1080 $ 443880

$ 26117 $ 26117

$ 71755 $ 71755

$ 2599 $ 766705

$ 5695 $ 848555

$ 6000 $ 714000

$ 791 $ 473809

$ 390442 $ 1171326

$ 696344 $ 696344

$ 172448 $ 172448

$ 4378 $ 48158

$ 6390 $ 964890

$ 105149 $ 15530507

$ 181 $ 6112008

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

middot shy c

JOHNSON~DAVIS INC t

----middot-= middotshy

Unit Price I

4500000 $

3500000 $

6200000 $

1000000 $

4000000 $

120000 $

5000 $

2000 $

2500 $

25000 $

27000 $

1600 $

30000 $

40000 $

5000 $

6000 $

7000 $

800 $

350000 $

500000 $

200000 $

5000 $

10000 $

200000 $

200 $

T - bull-shy _ -

Amount

4500000

3500000

6200000

1000000

4000000

120000

480000

230000

2437500

2200000

1809000

657600

30000

40000

1475000

894000

833000

479200

1050000

500000

200000

55000

1510000

29540000

6753600

p -0 (

tJ ~ _

0 -3 + (1

--J ~ J

NROADWAYPR020172017513 - Kudza Road over LWDD L-8 Canal4 -Bid Opening andAnalysis2017513 Bid Tabs

BID TABULATIONS ~

KUDZA ROAD OVER LWDD L-8 _CANAL FG CONSTRUCTIONENGINEERSAVERAGE JOHNSON-DA VIS INC

ESTIMATE LLCCONTRACT

middot=--middotmiddot bull _-middot -~~i- J~~-g~S~~PBC PROJECT 2017513 - -middot_(- middot-middot _middot 2 -middot2~middotcbull~~c - middotmiddotmiddotmiddot~ - middotmiddotmiddotmiddotmiddot-bulllt -middot (

_~ -middot - middot 0-_ bull -~ ~middot -bull- bull-T -- - bull middot - middotmiddot-middot- -- bullmiddot middot- middot - -

UNIT PRICEQTY UNITS UNIT PRICE Unit Price Amount Unit Price AmountITEM DESCRIPTIONITEM

LF $ 12038 $ 10000 $ 25448 $ 244300896 $ 12500 $ 1200000PedestrianBicycle Railing 26

$ 11412363 TN $ 7500 $ 6328 $ 2297064 $ 10000 $ 3630000Rip Rap (Rubble) FampI Ditch Lining 27

242 TN $ 8860 $ 7500 $ 7526 $ 1821292 $ 9000 $ 2178000Bedding Stone (Sect 530)28

215 CY $ 2967 $ 1500 $ 2034 $ 437310 $ 2500 $ 537500Clean Sand Fill 29

LF $ 3703 $ 10735120 $ 3500 $ 1288200 $ 600 $ 72000Storm Sewer Pumping (Exist) (24 or less)(See SPs) 30

$ 58774019 $ 78111400SUBTOTAL (ROADWAY)

CONTINGENCY ITEMS

31 5 CY $ 81370 $ 36244 $ 16611 $ 83055 $ 37500 $ 187500Class I Concrete (Misc)

$ 235110 ED $ 5680 $ 9040 $ 90400 $ 5000 $ 50000Changeable (Variable Message) Sign (Non-MOT) 32

HR $ 9303 $ 12656016 $ 4894 $ 7910 $ 5000 $ 80000Traffic Control Officer (Non-MOT) 33

1 EA $ 673000 $ 795487 $ 1469000 $ 1469000 $ 250000 $ 250000Premium for Conflict Condition (See SPs) 34

10 CY $ 22882 $ 18645 $ 186450 $ 200000$ 20000Flowable Fill 35

CY100 $ 3598 $ 4294 $ 429400 $ 350000$ 3500Subsoil Excavation 36

LF $ 1420120 $ 79320 $ 600 $ 72000Storm Sewer Cleaning (Exist) (24 or less)(See SPs) $ 66137

$ 2464185 $ 1189500SUBTOTAL (ROADWAY)

UTILITY ITEMS

38 LF $ 12631 $ 2825040 $ 2500 $ 1130000 $ 2000 $ 80000Remove and Dispose Existing 811 AC Water Main

LF $ 2273 $ 2825144 $ 2500 $ 406800 $ 288000Remove Existing 12 Force Main $ 200039

LF $ 1304278 $ 1000 $ 967 $ 268826 $ 2000 $ 556000Grout Existing 811 AC Water Main with Flowable Fill 40

255 LF $ 7966 $ 8000 $ 7889 $ 2011695 $ 8500 $ 21675008 Ductile Iron Pipe For Water Main Installation 41

LF $ 16342143 $ 14000 $ 18669 $ 2669667 $ 15000 $ 214500012 DIP Pipe For Force Main Installation 42 9

EA $ 56374 $ 1045176 $ 80000 $ 627102 $ 62500FampI 8 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM $ 375000 043 (

EA $ 153197 $ 3342885 $ 100000 $ 1671440 $ 110000 $ 550000FampI 12 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM44

EA $ 1653211 $ 100000 $ 359087 $ 359087FampI 12 Ductile Iron 90 Degree Fittings w Reaction Blocking or Thrust Restraint for WM $ 120000 $ 12000045 ~

EA2 $ 80625 $ 79001 $ 158002 $ 160000$ 65000 $ 8000046 Furnish Install and Remove Sample Points Complete

2 EA $ 999848 $ 750000 $ 968565 $ 1937130 $ 1000000 $ 20000002 Air Release Valve with Manhole for Water Main and Force Main 47

Page 2 of7 NROADWAYPR020172017513 - Kudza Raad over LWDD l-8 Canal4 - Bid Opening andAnalysis2017513 Bid Tabs

BID TABULATIONS ~-7_~

KUDZA ROAD OVER LWDD L-8 CANAL ENGINEERS FG CONSTRUCTION JOHNSON-DAVIS INC-- AVERAGE

CONTRACT ESTIMATE LLC -

PBC PROJECT 2017513 middot CCshy

middotmiddotmiddotgtmiddotmiddot_middotmiddotmiddotbullmiddotmiddot--~middotmiddotc middot= -bullshy middot--~ --~ ~- middot-middotA-middotmiddotmiddotbull middotmiddot1c-middot middotbull middotmiddotbull= -=middotmiddotmiddot__ middot bull-=middot ccmiddotmiddot bull-__ _ = bull middotmiddotmiddotmiddotmiddotmiddotmiddot=middot--middotmiddot -= - bull _- middot~ -middot ~- middot_middot __ ~~ ~- -_ middotmiddot -

ITEM ITEM DESCRIPTION QTY UNITS UNIT PRICE UNIT PRICE Unit Price Amount Unit Price Amount

48 8 Gate Valve for Water Main 1 EA $ 217079 $ 250000 $ 288722 $ 288722 $ 180000 $ 180000

49 8 Gate Valve for Water Main with Manhole and 1 service taps 1 EA $ 442694 $ 800000 $ 353114 $ 353114 $ 500000 $ 500000

50 12 Gate Valve for Force Main 1 EA $ 375539 $ 350000 $ 536275 $ 536275 $ 350000 $ 350000

51 Connect to Existing 8 Water Main 2 EA $ 228692 $ 250000 $ 97934 $ 195868 $ 520000 $ 1040000

52 Connect to Existing 12 Force Main 2 EA $ 622586 $ 250000 $ 173748 $ 347496 $ 1050000 $ 2100000

53 Testing and Survey 1 LS $ 1133811 $ 1000000 $ 904000 $ 904000 $ 300000 $ 300000

54 As-builts 1 LS $ 611234 $ 1000000 $ 395500 $ 395500 $ 290000 $ 290000

SUBTOTAL (UTILITY) $ 14260724 $ 13201500

_

_754989Z~~ _-~25W24-~9--TOTAL BID __ -~ ~middotmiddot~cl $ $ bull _ yen middotI ~

Page3 of7 NROADWAYPR020172017513 -Kudza Road over LWDD L-8 Canaf4 - Bid Opening and Analysis2017513 Bid Tabs

BID TABULATIONS

KUDZA ROAD OVER LWDD L-8 CANAL

CONTRACT

=middot-middotl~BCPROJECT2017513 -middot -----~- __middotmiddot - -= - shy ~middot- __ - - __ - - - - - - bull -middot - ---middot ---= -shy -~- shy - ---shy - bull --_ -~ - __~ middotshy

ITEM I ITEM DESCRIPTION I QTY IUNITS

ROADWAY ITEMS

1 Mobilization 1 LS $

2 Maintenance ofTraffic (incl Pedestrian MOT) 1 LS $

3 Removal ofExisting Structure 1 LS $

4 Removal Pedestrian Bridge 1 LS $

5 Clearing and Grubbing 1 LS $

6 Floating Turbidity Barrier 1 LS $

7 Regular Excavation 96 CY $

8 Embankment (Compacted in Place) 115 CY $

9 Optional Base Group 7 975 SY $

10 Superpave Asphalt Concrete (Traffic Level C) 88 TN $

11 Asph Concrete Friction Course (10) (FC-95) Rubber 67 TN $

12 Mill Existing Asphalt Pavement (l ) 411 SY $

13 Adjust Valve Boxes 1 EA $

14 Adjust Manhole 1 EA $

15 Concrete Curb amp Gutter (Type F) 295 LF $

16 Cone Sidewalk ( 4 Thick) 149 SY $

17 Cone Sidewalk (6 Thick) (Driveways) 119 SY $

18 Sodding 599 SY $

19 Inlet (Ditch Bottom) (Type C) lt1 O 3 EA $

20 Inlet (Curb) (P-5) lt10 1 EA $

21 Yard drain 1 EA $

22 A2000 PVC Pipe (12) 11 LF $

23 Concrete Pipe Culvert (18) 151 LF $

24 Class IV Concrete (Culvert amp Headwalls) 1477 CY $

25 Reinforcing Steel (Culvert amp Headwalls) 33768 LB $

Page 4 of7

FERREIRA CONSTRUCTION

SOUTHERN DIVISION _CO INC_ _---middot--middotshy --shy

_-- -middot bull bull _ shy ~-_ ~7middot-~- - ~-- bull

Unit Price I Amount

10234435 $ 10234435

2187535 $ 2187535

12329900 $ 12329900

1787850 $ 1787850

572770 $ 572770

48870 $ 48870

1180 $ 113280

3135 $ 360525

1465 $ 1428375

27940 $ 2458720

33300 $ 2231100

2775 $ 1140525

39965 $ 39965

39635 $ 39635

2655 $ 783225

4680 $ 697320

5285 $ 628915

1040 $ 622960

399780 $ 1199340

279775 $ 279775

132840 $ 132840

6265 $ 68915

4975 $ 751225

162800 $ 24045560

070 $ 2363760

FOSTER MARINE

CONTRACTORS INC )

- - - shy -shy - --~ - middot - ~

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

Unit Price I

7800000 $

3000000 $

5000000 $

1200000 $

3000000 $

300000 $

2300 $

800 $

5400 $

26500 $

46000 $

5000 $

28000 $

65000 $

3500 $

7000 $

7700 $

750 $

450000 $

650000 $

250000 $

6000 $

6300 $

190000 $

200 $

Amount

7800000

3000000

5000000

1200000

3000000

300000

220800

92000

5265000

2332000

3082000

2055000

28000

65000

1032500

1043000

916300

449250

1350000

650000

250000

66000

951300

28063000

6153600

bpJ tshy

0 pr Cl (1-h ~

-J (fshy

NROADWAYPR020172017513 - Kudza Raad over LWDD L-8 Canal4 -Bid Opening and Anaysis2017513 Bid Tabs -C

BID TABULATIONS middot

KUDZAROADOVERLWDD L-8 CANAL - middotcoNTRACT

PBC PROJECT 2017513 middot middotmiddot -middot c middotmiddotmiddotc ccmiddotmiddotmiddot middot cmiddotc Cbullltc middotmiddot bull ~ -_shy

ITEM ITEM DESCRIPTION QTY UNITS

26 PedestrianBicycle Railing 96 LF $

27 Rip Rap (Rubble) FampI Ditch Lining 363 TN $

28 Bedding Stone (Sect 530) 242 TN $

29 Clean Sand Fill 215 CY $

30 Storm Sewer Pumping (Exist) (24 or less)(See SPs) 120 LF $

SUBTOTAL (ROADWAY) $

CONTINGENCY ITEMS

31 Class I Concrete (Misc) 5 CY $

32 Changeable (Variable Message) Sign (Non-MOT) 10 ED $

33 Traffic Control Officer (Non-MOT) 16 HR $

34 Premium for Conflict Condition (See SPs) 1 EA $

35 Flowable Fill 10 CY $

36 Subsoil Excavation 100 CY $

37 Storm Sewer Cleaning (Exist) (24 or less)(See SPs) 120 LF $

SUBTOTAL (ROADWAY) $

UTILITY ITEMS

38 Remove and Dispose Existing 8 AC Water Main 40 LF $

39 Remove Existing 12 Force Main 144 LF $

40 Grout Existing 8 AC Water Main with Flowable Fill 278 LF $

41 8 Ductile Iron Pipe For Water Main Installation 255 LF $

42 12 DIP Pipe For Force Main Installation 143 LF $

43 FampI 8 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM 6 EA $

44 FampI 12 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM 5 EA $

45 FampI 12 Ductile Iron 90 Degree Fittings w Reaction Blocking or Thrust Restraint for WM 1 EA $

46 Furnish Install and Remove Sample Points Complete 2 EA $

47 2 Air Release Valve with Manhole for Water Main and Force Main 2 EA $

Page 5 of7

FERREIRAmiddot CONSTRUCTION

SOUTHERN DIVISION middot~~Q JNlt r

~ middot - -bull J -_ ___ - - ~middot middot-~ _middot ~- -~-- _ middotmiddotbullmiddotmiddot

Unit Price Amount

9890 $ 949440

12320 $ 4472160

8915 $ 2157430

4335 $ 932025

475 $ 57000

75115375

64895 $ 324475

2530 $ 25300

9295 $ 148720

355855 $ 355855

25815 $ 258150

1290 $ 129000

475 $ 57000

1298500

14275 $ 571000

2565 $ 369360

1050 $ 291900

10075 $ 2569125

20200 $ 2888600

28480 $ 170880

90500 $ 452500

97195 $ 97195

94500 $ 189000

1180825 $ 2361650

~~f

FOSTER MARINEmiddot~~iB CONTRACTORS INC

gtmiddotbullmiddot bull bull- _ ~-middot=-- middot

---middotmiddot ___ __z

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

Unit Price

315 $

17000 $

10000 $

3000 $

3000 $

190000 $

3000 $

15000 $

300000 $

30000 $

3000 $

3000 $

6000 $

1700 $

1200 $

5400 $

11500 $

30000 $

78000 $

85000 $

69000 $

850000 $

Amount

30240

6171000

2420000

645000

360000

84590990

950000

30000

240000

300000

300000

300000

360000

2480000

240000

244800

333600

1377000

1644500

180000

390000

85000

138000

1700000

cJ h

$ ~ f ~ (l ~

t 0 ~ -1 -J -C

NROADWAYPR020172017513 - Kudza Road over LWDD L-8 Conal4 - Bid Opening and Anaysis2017513 Bid Tabs

BID TABULATIONS FERREIRA KUDZA ROAD OVER LWDD L-8 CANAL CONSTRUCTION

CONTRACT SOUTHERN DIVISION

lBCbullPROJEpoundT2017513 CO INC Imiddotmiddot- 2lt- - ~~-bullmiddotmiddot- middotmiddot shy -middot -- -

~ bull c- gt -middotmiddot ltgt-bullmiddotmiddotmiddot-- _ iebullbull -lt - bull - -shy bull~middot middot middot c bullmiddotmiddotmiddot- bull - middotmiddot shy __

ITEM ITEM DESCRIPTION QTY UNITS Unit Price Amount

48 8 Gate Valve for Water Main 1 EA $ 219595 $ 219595

49 8 Gate Valve for Water Main with Manhole and 1 service taps 1 EA $ 367660 $ 367660

50 12 Gate Valve for Force Main 1 EA $ 315880 $ 315880

51 Connect to Existing 8 Water Main 2 EA $ 246835 $ 493670

52 Connect to Existing 12 Force Main 2 EA $ 1196595 $ 2393190

53 Testing and Survey 1 LS $ 2781245 $ 2781245

54 As-builts 1 LS $ 1309435 $ 1309435

SUBTOTAL (UTILITY) $ 17841885

TOTAL BID $ 94255760middot

$

$

$

$

$

$

$

$

$

FOSTERMARINE CONTRACTORS INC

bullgtcmiddotmiddot -gt bull~middot bull middot- middot

bull--middot-middot shy bull middot-middot ~-middot _ middot~ - - middot-_ middot

Unit Price Amount

180000 $ 180000

550000 $ 550000

300000 $ 300000

50000 $ 100000

70000 $ 140000

550000 $ 550000

450000 $ 450000

8602900

95673890

b

r sshy~

(~ ~

r-Page 6of7 NROADWAYPR020172017513 - Kudza Road over LWDD L-8 Canal4 - Bid Opening and Anafysis2017513 Bid TaEshy

THE COUNTY DOES NOT GUARANTEE THE ACCURACY OF THE FORMULAS AND EXTENSIONS USED IN TIDS 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

All items shall include cost to furnish and install unless otherwise noted

Permitting agency pre-construction meetings and notices of commencement compliance with stormwater pollution prevention plan and stormwater pollution control plan installation of erosionturbidity

2

1

controls including silt fences inlet protection inspections and reporting preparation and submittal of construction completion certifications and required record drawings by a professional engineer andor land surveyor utility notifications are considered incidental to mobilization

3 All costs for Maintenance ofTraffic (MOT) and mobilization shall be considered incidental to and shall be included in unit prices for the pay items

Sawcut of existing asphalt andor concrete designated for removal per plans removal and relocation ofprivately owned systems including irrigation mailboxes fencing etc removal and disposal in suitable 4

areas of excess and unsuitable material that may be encountered during excavation removal and disposal of existing structures per plans is considered incidental to the bid item clearing and grubbing

Berm construction swale construction grading re-grading of roadways driveways canal sections and all other rough and finish grading shall be considered incidental to the bid items Excavation andor 5

Embankment

Demolition of existing road bridge to include all components-concrete deck and traffic railings bent caps wing walls sheet panels concrete piles concrete approach slabs and any deadmen anchors Proper 6

disposal of all bridge debris is considered incidental to bridge demolition

7 12 compacted subgrade is considered incidental to the cost ofbaserock construction

8 Prime and tack coats are considered incidental to asphalt construction

Excavation and backfill for structures including cost of any select bedding material that may be necessary for a satisfactory installation as directed by Palm Beach County is considered incidental to the cost of 9

the structures

10 Wrapping of filter fabric around all pipe joints per FDOT index no 280 and cost of coring existing structures for pipe connection is considered incidental to the cost of the pipe

The cost of all anchoring hardware per FDOT index 852 is incidental to the item Pipe Guiderail (Steel) (FDOT Index 852)

12

11

The cost ofdetectable warning surfaces per FDOT index 304 and base compaction is considered incidental to sidewalkpathway construction

The cost of filter fabric is incidental to the item Bedding Stone

14

13

Sodding-shall be in accordance with section 575 of the general provisions of this specification Includes costs for fertilizer and water until final acceptance

15 12 thick no 57 stone foundation and filter fabric is incidental to the bid item Class IV Concrete (Cast in Place Headwall)

16 Contingency items may be increased decreased or deleted as directed by the engineer

17 Changeable (Variable) Message Sign (Non-MOT) and Traffic Control Officers (Non-MOT) in accordance with General Provisions (Section 102)

-middot Indicates Math Error

Page7 of7

INTERLOCAL AGREEMENT BETWEEN PALM BEACH COUNTY FLORIDA AND

VILLAGE OF PALM SPRINGS FOR JOINT PARTICIPATION AND PROJECT FUNDING FOR CONSTRUCTION OF UTILITY ADJUSTMENTS FOR

KUDZA ROAD BRIDGE OVER LWDD L-8 CANAL BRIDGE REPLACEMENT

PALM BEACH COUNTY PROJECT NO 2017513

THIS Interlocal Agreement (AGREEMENT) for Kudza Road Bridge replacement over the LWDD L-8 Canal (PROJECT) is made as of the __ day of 20201 by and between Palm Beach County1 a political subdivision of the State of Florida1 by and through its Board of County Commissioners (COUNTY) and the Village of Palm Springs1 a municipal corporation existing under the laws of Florjda (hereinafter VILLAGE) each one constituting a public agency defined in Part I of Chapter 163 Florida Statutes (individually Party and collectively Parties)

WHEREAS Section 16301 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 VILLAGE has requested the COUNTY to construct water main1 force main and associated appurtenance adjustments to the VILLAGES system (UTILITY WORK) within the limits of the PROJECT and

WHEREAS1 the COUNTY and the VILLAGE desire to jointly participate in the UTILilY WORK and

WHEREAS both COUNTY and VILLAGE declare that it is in the public interest that the UTILTIY 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

VILLAGE OF PALM SPRINGS 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 2017513 Said Bid Documents include the UTILITY WORK as shown in VILLAGE prepared Utility Matrix Applicable Technical Specifications Standard Construction Details and Approved Product List

B COUNTY shall obtain written approval from the VILLAGE in advance of any change orders including any costs associated with the VILLAGES failure to approve change orders in a timely manner which increase the cost attributable to the UTILITY WORK to an middotamount greater than the contract amount as stated in Section 3A below VILLAGES 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 contractors bid for the PROJECT and the UTILllY WORK

Section 3 VILLAGES Responsibilities

A VILLAGE shall reimburse COUNTY a total estimated cost including 10 contingency of One Hundred Seventy Four Thousand One Hundred Three Dollars and Fifty Six Cents $17410356) provided COUN1Y 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 VILLAGES Utility Items shall be paid by the VILLAGE

8 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 VILLAGE

C Upon completion of the PROJECT and the UTILilY WORK the VILLAGE shall repair and maintain the UTILITY WORK at VILLAGES expense

Section 4 PaymentsInvoicing and Reimbursement

The COUNTY will invoice the VILLAGE on a periodic basis during construction of the PROJECT and the UTILin WORK The VILLAGE agrees to provide to COUNTY payment for documented costs for the UTILITY WORK in the amount established in Section 3A COUNTY shall submit all invoices to the VILLAGE identifying the UTILITY WORK including COUNTYS total expenditure for the PROJECT and identifying the amount attributablemiddot 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 VILLAGE within seven (7) calendar days of request by the VILLAGE Invoices received from COUNlY will be reviewed and approved by the VILLAGE to ensure that expenditures have been made in conformity with this

2

VILLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

AGREEMENT Upon COUNTYS submission of acceptable documents needed to substantiate its costs for the UTILITY WORK VILLAGE will provide said payment to COUNTYmiddot on a reimbursement basis within thirty (30) days of receipt of all required documents In no event shall the VILLAGE 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 VILLAGE 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 VILLAGE will reimburse the COUNTY for the UTILI1Y WORK completed as of the date the COUNTY suspends the UTILITY WORK Any remaining unpaid portion of this AGREEMENT shall be retained by the VILLAGE and the VILLAGE shall have no further obligation to honor reimbursement requests submitted by the COUNTY

Section 5 Access and Audits

COUNTY and VILLAGE 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 VILLAGE 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 COUNTYS sole direction supervision and control All VILLAGE employees engaged in the work or services performed pursuant to this AGREEMENT shall at all times and in all places be subject to VILLAGES sole direction supervision and control (he 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 othermiddot Party shall be that of an Independent Contractor and not as employees or agents of the other

Neither COUNTY nor the VILLAGE 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 VILLAGE

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

VILLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

or permitted under state and local law to perform such services

All of COUNlYS 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 VILLAGE and COUNTY recognize their liability for certain tortious acts of its agents officers employees and invitees to the extent and Hmits provided in Section 768281 Florida Statutes To the extent permitted by law the VILLAGE and COUNlY shall indemnify defend and hold the other harmless against any actions claims and damages arising out of the 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 76828 Florida Statutes1 nor shall the same be construed to constitute an agreement by the VILLAGE 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 andor VILLAGE

Section 9 Annual Appropriation

All provisions of this AGREEMENT calling for the expenditure of ad valorem tax money by either the COUNTY or the VILLAGE are subject to annual budgetary funding and should either Party involuntarily fail to fund any of their respective obfigations 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 attorneys fees) associated with the enforcement of the terms andmiddot conditions of this AGREEMENT shall be borne by the respective Parties

4

VILLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

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

All notice to the VILLAGE shall be sent to

Ronald Eyma PE Public Service Director Village of Palm Springs 226 Cypress Lane Palm Springs FL 33461

All notice to the COUNTY shall be sent to

Omelia A Fernandez P E Director Palm Beach County Engineering amp Public Works Roadway Production Division P0 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 Partys right to assert or rely upon any such provisions or rights in that or

any other instance

5

VILLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

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 Section 17 Non~Discrimination

COUNTY and VILLAGE 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 st~tus 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

COUNlY and VILLAGE shall abide by all applicable federal state and local Jaws orders rules and regulations when performing under this AGREEMENT COUNTY and VILLAGE 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 Generals 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

6

VllLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

contract

Section 23 Public Entity Crime Certification

As provided in FS 287132-133 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 FS 287133 (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 VILLAGE 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

VILLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

IN WITNESS WHEREOF the undersigned Parties have executed this AGREEMENT on the day and year first written above

VILLAGE OF PALM SPRINGS

BY~~~~--~---shyBev Smith Mayor

AllEST

Kimberly M Wynn AUTHORITY CLERK

PALM BEACH COUNlY FLORIDA

BY __~----------~~~-shyTanya N McConnell PE Deputy County Engineer

APPROVED AS TO TERMS AND CONDITTONS

BY __~--~~--~--shy(DATE)

APPROVED AS TO FORM APPROVED AS TO FORM AND LEGAL SUFFIOENCY AND LEGAL SUFFIOENa

BY _________ BY~YB~H---~--~~~~~~~shyVIiiage Attorney Assistant County Attorney

FROADWAYUTILI1Y COORDINATION2017513_Kudza over L-8 CanalVPS Construction Agreementdoc

8

ITEM I ITEM DESCRIPTION QTY middot1 UNITS UNIT PRICE UNIT PRICE UnitPrice I Amount Amount

2 I 30000 $ 30000-g= ___ 4_~-_0 _____1_4_00-so-_

SS21 $ S695 $ --8485ss $ 6000 S 894000

6913 $ 6000 I $ 714000 $ 7000 $ 833000

336 $ 791 I$ 473809 $~-~--8-00~+~$ 479200 middot-~----~~-middot-

510705 $ 390442 $ ll71326 $ 3500001~-- 1050000

~~ 200000 ~ 3333 $ 4378 $ 48158 $ S000 $ 55000

~~ s ~oo s ~~~ s 1~00 $

130000 $ 105149 $ lSS30507 $ 200000 $

1510000

29540000

ROADWAY ITEMS

Mobilization

MaintenanceofTraffic(inclPooestrianMOT)

3 Removal ofExisting Structure

2

- dge -middot- ---middot middotshy ~~=mer

=8 1Embankment(C~~P~-~- shy_ --=-=--~_jmucrde~~Cgt

____J_l__ =jh~7deg=~middot~)(FC-95)Rubber 13 AdjustValveBoxes

~1 outtflt (Type F)

16 Cone SidewaJk~(~_-~-middot -~middot ~_ ___

17 Cone Sidewalk (6 Thick)(Driveways)

18 Sodding middot--~----middot~--~middot---middot- ~--middot--middot--~

j LS $ 6820109 $ 5000000 $ 4746000 $

I LS $ 2548795 $ 4ooooo $ 15076461___

I 1 I LS $ 7436225 $ 8000000 $ 6215000 $

middotmiddot--middot-- ------ middotI middot+-+ ~- ~~ 2~~ middot--middot-middot-middot--1--~middotmiddot -middot--middot~-~ 2~2 M

I 115 I CY $ 1950 $ 1289 $ 1865 $

-~--====J__ _-=f --=~- ~ l~ 2 __ 7i-- middotmiddot-~+---~~~---~~-middot-middotmiddot14~ 2 ---4

EA $ 31021 $

5 295 shy

149 SY $ 5844 $

119 SY $ 6496 $

599 SY $ 845 $

19 InletDitchBottom)(TypeC)lt10 --middot~-----------middot--middotmiddot ___ 3 EA $ 397556 $

______-+--~-et-~-urb-middot-~-(P--5-)_lt_10_- --- --------middot- ~=~-------- I =~-i~--__A_-_--_________~ ___

22 A2000PVCPipe(Iin) 11 LF $ 5411 $

___~____eo_n_~--~-middot_e_c_~_~_c_1s_i_________--_-_~------~--~-~-s 16 $

24 ClassNConcrete(CulvaiampHeadwalls) 1477 CY $ 164487 $

39425 $ 26117 $-

4746000 $ 4500000 $ 4500000

1_s_0__ __ 3_5 _ooo_oo_16_4_6-1_s 3_s_oo_o_oo___$____ 6215000 $ 6200000 $ 6200000

--2-~-~---=-middot--~---~=---0----0-+middot---~---~--0-- -----------12_~__-o--t------~----o--0

214415 $ 2000 $ 230000

-~- middotmiddotmiddot middotmiddot -=~~

~r-=~- --1-~~----lr_

1~ 26117 $-

--~-~-1--~---~-~--~~~middot~-~~~-~-~~~~---~~+-~~---lt-~~ --~--~-+--~-----1~-~~--1middot~~~-~~-+-~~~~-~~

25 Reinforcing Steel (Culvert amp Headwalls) 33768 LB $ 163 $ 200 $ 181 $ 6Cl2008 $ 200 $ 6753600

Page 1 of7 NROAOWAYPll020172017513 bull KudzD Road Oliff LWDD L-8 Conal4 middotBid Optnlng and Analysls201753 Bid Tabs

26

ITEM ITEM DESCRIPl10N QTY UNITS UNIT PRICE UNIT PRICE Unit Price J Amount Unit Price Amount

PedestrianBicycleRailing ll 96 LF $ 12038 $ 10000 $ 25448 $ 2443008 $ 12500 $ 1200000 -----middot------+--------- --middotmiddotmiddotmiddotmiddot-middotmiddot------ --------- middot~---r----~middot----tmiddot-

27 Rip Rap (Rubble) FampI Ditch Lining 363 TN

28 Bedding Stone (Sect 530) ----------~------- 242 i TN

3

209 Clean Sand Fill --middot------ -shy - - ----- shy --il~l2105 -~LF~-Storm Sewer Pumping (Exist) (24 or IessXSee SPs) 120

CONTINGENCY ITEMS

___3_1_ _JClass I Concrete (Misc)

32 _ _jChangeable(VariableMessage) Sign (Non-MOT)

33 )Traffic Control Officer (Non-Mon

SUBTOTAL (ROADWAY)

34 Premium for Conflict Condition (See SPs) --middotmiddot ~---------- shy ------ shy

35

36

37

lFlowable Fill i

Subsoil Excavation ___ j middotlt~----middot

IStonn Sewer Cleaning (Exist) (24II or less xsee SPs)

UTILITY ITEMS

38 Remove and Dispose Existing 8 AC Water Main

39 Remove Existing 12 Force Main lt----~-- --middot--+------------shy

SUBTOTAL(ROADWAY)

40 LF

144 LF

$ 11412 $ 7500 $ 6328 $ 2297064 $ 10000 $ 3630000

$ 8860 $ 7500 $ 7526 $ ] 821292 $ 9000 $ 2178000

$$ 32790637 3155- middot-middot- 437310 I $ 2500 $ 531500-$$_____ bulloooo-middot-$$middotmiddotmiddotmiddot---1-02703354 $$ 1288200

$ 58774019

$ 81370 $ 36244 $ 16611 $ 83055

$ 5680 $ 2351 $ 9040 $ 90400

$ 9303 $ 4894 $ 7910 $ 126560

$ 673000 $ 795487 $ 1469000 $ 1469000 ~-~--------- ~-------i--

$ 22882 $ 18645 $ 186450

$ 600 $ 72000

$ 78111400

$ 31soo I$ 187500i

$ 5000 r $ 50000

$ sooo Is 80000 ----+----middotmiddot-----shy

$ 250000 $ 250000

$ 20000 $ 200000

$

$

~ __4_2-9--l----middot-~ --- _3~f-middot---3-middot~--o~-=-6$ 2464185 $ 1189500

$ 12631 $ 2500 $ 28250 I$ 1130000 $ 2000 $

$ 2273 $ 2500 $ 2825 middot1 $ 406800 $ 2000 $ 288000

40 Grout Existing 811 AC Water Main with Flowable Fill 278 LF $ 1304 $ 1000 $ 967 $ 268826 $ 2000 $ 556000 ------~ -middot-------+---- ~ __ -------+---shy

41 8 DuctileironPipeForWaterMaininstallation -----1---2_ss__ j LF $ 7966 _s_____s_o_00___$~ __7_8_89--t-_s___2_o_11695 _s___~500 i-$___2_1_6_1_so_o_

42 1211 DIPPipeForForceMainlnstallation 143 J LF $ 16342 $ 14000 $ 18669 $ 2669667 $ 15000 $ 21450001-------- ~--~-----middot--- middot--r----~---~-- __ t

___4~ -middot __ FampI 8 Ductile kon 45 Degree Fittings wl Reaction Blocking or Thrust Restraint for WM 6 ~ EA $ 56374 $ 80000 S 104517 $ 627102 $ 62500 _$_____3_7_s_o_oo-f

44 FampI12degDuctilelron45DegreeFittingswReactionBJockingorThrustRcstraintforWM 5 j EA $ 153197 $ 100000 $ 334288 $ 1671440 $ 110000 $ 550000 -middot -------f---middotmiddot--------------------------middot-- --shy~middot-middotmiddotmiddot----4_5 ---1F_amp_I_1_2__Du_c_til_middote_h__ __ee_F_ittin__gs_w_l_R_ea_cti_middoto_n_B_Ioc_km_middotg_or_Thrust_R_es_trai_n_t_fo_r_WM -+-____ ~ EEAA $ 165321 $ 100000 $ 3590871 $ 359087 $ 120000 _s_____o_n_9_o_D_egr __ __ l_2_oo_00_

4

46 Furnish Install and Remove Sample Points Complete 2 $ 80625 $ 65000 $ 79001 $ 158002 $ 80000 $ 1600001 1

middot~------~--------~

47 2 Air Release Valve with Manhole for Water Main and Force Main 2 I EA $ 999848 $ 750000 $ 968565 I$ 1937130 $ 1000000 $ 2000000

Pagel of7 NROADWAYPR020172017513 middotKudla Road over LWDD L-8 Canal4- Sid ~nlng and AnalyslsZOJ75JJ Bid Tabs

80000

ITEM ITEM DESCRIPTION J QTY j UNITS UNIT PRICE UNIT PRICE Unit Price Amount Unit Price Amount

i8 11 Gate Valve for Watfl Main r j EA $ 217079 $ 250000 $ 288722 $ 288722 $ 180000 $ 18000048 --------- middotmiddot-shy ------------ ------middot-~----------- -~middot~-W--------1------- ------+-------4--~------J-------1---------1

49 ----+-J__ +811 Gate Valve for Water Main with Manhole and 111 service taps 1_ EEAA $ 442694 $ 800000 $ 353lJ4 $ 353114 $ 500000 $ 500000

50 12 Gate Valve for Force Main j 1 s 375539 $ 350000 s 536275 s 536275 $ 350000 Is_______3_s_o_o_oo_

51 Connect to Existing 811 Water Main -__-middot_middot--------========------1--2middot i EA $ 228692 $ 250000 $ 97934 $ 195868 $ 520000 J-s- 1040000

52 Connect to Existing 12 Force Main 2 I EA $ 622586 $ 250000 $ l73748 $ 347496 $ 1050000 $ 2100000

LS $ 1133811 $ l 000000 $ 904000 -$-----9-04-0-00--$ 300000 $ 300000~-- --53-- middot(Testingandsurvey -----==---------- I -I ( --L-S----t-$---6--ll-2-34-t-$----1-0-00-0-0--10 $ 395500 $ 39550-0-t--$--2-900-00-+--$ 29000054 lAs-builts

SUBTOTAL (UTILITY) $ 1426deg24 $ 13201500

Page3 of7 NROADWAYPR020172011513 - Kudm Road avu LWDD L-8 Conal4 - Bid O~nlng and AnaiyW2017513 Bid Tabs

ITEM 1 ITEM DESCRIPTION I QTY IUNITS Unit Price I Amount Unit Price j Amount

ROADWAY ITEMS

1 7800000

~ ofT_raffi_c_(m--cl-P_ed_es_tri_an_M___ -----~--- -_---~-j--+plusmn- middot-L~S-- -$- =42s~ 1$o_T_)____~-- -middot--- - ___ -middot~middotmiddot 2 30000001 99 00Removal ofExisting Structure 12329900 J 50000003 --middot ---- -----+----------- shy

4 Remova1 Pedestrian Bridge LS $ 17 878 50 $ 1200000 -- --5---- C-l~g and Grubbing - -- --- --middot---------middot I I j- LS $ 572770 $middot- shy

572770 $ 3000000 $ 3000000 ~---------_-- ------- --- middot~---~ _ -middot- -----~--middotr--------1

6 Floating Turbidity Barrier I LS $ 48870 $ 48870 $ 300000 $ 300000 -~---------~~

__7 ____ ReguJarExcavation 96 I CY $ 1180 $ 113280 $ 2300 ___________ 220800 1

_______s_middot__ -IEmbankment (Compacted in Place) _ ll 5 CY $ 3135 $ 360525 $ 800 I$ 92000

9 Optional Base Group 7 __________ __ ~=~1 975 __ ___14_6_sJ~--~---~----~~~~~~ _____ s2_6_s_ooo-_-- t sv_~_s s s_4_o_o+-I_$____ __

- -- ~aveAsphalt concrete (Traffic Level q ___fr__ _ _ _ __ 2 940 j ~ 24~~ __~middot 26~00-jj $$_ ~--~1--~TN~- $$ 7 _7 20 ~$$____ 2332000

e-- 0-- jAsph~c~ Friction Course (l0) (FC-95) Rub~ 67 1 333 00 P 22rJ 1 ___00 30820001 00 460- -1 1

l Mi11ExistingAsphaltPavement(l) 411 SY $ 2775 $ II40525 $ 5000 __$___20_5_5_0-00shy

13 Adjust Valve Boxes EA $ 39965 I$ 39965 $ 28000 $ 28000

middot---1-4middotmiddot~ AdjustManhole --- -------~--middot EA $ 39635 $ 39635 $ 65000 $ middot--middot-6-50-00shymiddot~----middot-middot- I middot-~---------------

783225 $ 3500 $15 ~ConcreteCwbampGutter(Type F) middotmiddot~Z95i LF $ 4=-middot 16 1Conc Sidewalk(4 Thick) SY $ 46 80 $ 697320 $ 7000 $ 1043000

___ 17 _ _J~nc Sidewalk (6 Thick) (Driveways) -~-- - -- -- - ~~- f SY $ 5285 $ 628915 $ 7700 $ 916300 --- middot-middot-~--middot---~Sodding bull middot 1-middot 59middot - middotsy $ 1040 $ 622960 $ 750 $ 449250

- 19 Inl~~orum--middot~--Bo-tto_m_)(_T_yp_e_C_)-lt-10---- -middot ---~----middotmiddot--middot--------~ - ---3--- T-EA -~-$--3-99-7-8-0-+--------~-$ ]199340 $ 450000 $ 1350000

1-20----1-In-let-(Curbmiddot--)-(P--5-)-lt-10_1____________________________r _ -- 1~ -i-middot $~- 21911s 650000 s 6soooo

$ 279775 $

1 $ 1~2840 $1~p-~-c_________________________[_ ~-~~-_ _~_00_00__]~-~~-- -s_~~-~=~=~=~======~=~-~-~~2-_s-00_~_0~$---~~-2-~-s_oo_1 2 1 2 $ 68915 $ 023 ConcretePipe_Cul_vert_(_1_8_)__________ -~---middotmiddot---------+1

___1_s1__ LF $ 4975 $ 751225 $ 6300 j 951300

24 ClasslVConcrete(CulvertampHeadwalls) 1477 CY $ 162800 $ 24045560 $ J90000 $ 28063000 -~-~~-t--------t-----~-r--------1

25 Reinforcing Steel (Culvat amp Headwalls) 33768 LB $ $ 2363760 $070 200 $ 6753600

Page 4 of7 NROADWAYPR02D72DJ75J3- Kudza Road over LWOO L-8 Conaij4 - Bfrl Op ming and Anaysb20J 7513 Bid Tabs

ITEM ITEM DESCRIPTION I QTY UNITS Unit Price j Amount Unit Price r Amount

26 jPedestrianBicycle Railing 96 LF $ 9890 I$ 949440 $ 315 $ 30240

~- Bid~~)DltchLining ~ I~ =~~ ~ -shy middot29-~ Clean Sand Fill 215 CY $ 4335 $ 932025 $ 3000 $ middot 645000

---~3o 1

Stomi SewerPumpingExist)(24orlessXSeeSPs) -1middot--120 LF $ 4751 S 57000 $ 3000 $middot--middot- ~---middot middotshy 360000

SUBTOTAL(RO~WAY) $ 75115375 $ 84590990

CONTINGENCY~

31 ICJass I Concrete(Misc) ____ middot-----~ j 5 CY $ 648 95 I $ 324475 $ 190000 $ 950000 - ----------middot middot-middot1____1- ~-----1

__ 32 1 Chang~Je(VariableMessage) Sign (N~~--M_O_T)____ ___1_o______E_D____s___ 2530i$ 25300 S 3000 $ 30000

_ ~_ ITrafficCon~lOffietT(Non-MOT) -middot-----------shy 16 j HR $ 9295 $ 148720 $ _1_5_0_00--1-$---~2_4_~-~ r---34 Premium for Conflict Condition (See SPs) ________1

1middotf-----_-_--_J EA $ 355855 k 355855 $ 300000 S 300000

35 FlowableFill ____________

1

_1

00

0_ ~1middot--c~~YY -- _$s__2_s_s_1s---+i $ 25815~ $ 30000 $ 300000

middot---3-6 subsoil ExcavationI 1

4

2bull

7

9

5

0 f$$middot- ~I2

5

_

7

9_

0

o_bullbull

0

oo_

0

_$$___3_0_o_o-+1_$____3_ooo__oo~ 37 Stmm Sewer Cleaning (Exist) (24 or J~sXSee SPs) -------~middot- 120 I LF __ $ l 3000 I$ 360000

SUBTOTAL (ROADWAY)

UTILITY ITEMS

38 jRemove and Dispose Existing 811 AC- Water Main I I

39 ~ -shy --shy rRemove Existing 12 Force Main

40 Grout Existing 8 AC Water Main wi~~owable FilJ

41 middot]8 Ductile Iron Pipe For Wala Main Installation I 42 12 DIP Pipeor Force Main Installation l

-~---middot-middot--middot

43 FampI 8 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM -i44 FampI 12 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM -middot--shy

-~ 45 middotFampI 12 Ductile Iron 90 Degree Fittings w Reaction Blocking or Thrust Restraint for WM

-46 Furnish Install and Remove Sample Points Comp1ete

-shy47 2 Air Release Valve with Manhole for Water Main and Force Main I

$ 1298500 $ 2480000

40 I LF $ 14275 $

144 LF $ ~-+----6-1-middot-o-o ~- I+shy -w q 278 LF $ 1050 $ 291900 $ 1200 $ 333600I 25651 $

~-r-----~~~~--r-~~---~~

255 LF $ 10075 $

143 LF $ 20200 $

6 EA $ 28480-1 $-~

5 EA $ 90500 I$

I EA $ 91195 I$

94500 l$2 I EA $

2 EA $ 11sos2s 1 $

2~69125 $

2888600 $

170880 $

452500 $

97195 $

2361650 $

5400 $ 1377000

11500 $ 1644500

30000 $ 180000

78000 $ 390000

85000 $ 85000

69000 $ 138000

850000 $ 1700000

Page5 of7 NROADWAYPR020172017513 bull Kudza flood ov~r LWOD L-8 Conal4 middotBid 0plning arid Anaysii20175 Bid Tabt

ITEM ITEM DESCRIPTION QTY j lJNITS UnJtPrfce Amount Unit Price Amount

48 8 GateVaJveforWaterMain _1~-- _$_ 219~_-9_5____$____2bull 19595 $ 180000 _$____1_soo_00_ __4_9_ middot-18Ga~ Valve for Water Main with Manhole ~dPservice taps 1 -~ $ 367660 $ 367660 $ 550000 $ 550000

50 11211 Gate Valve for Force Main 1 II EA -- $ 315880 $ 315880 $ 300000 $ 300000

s1 jeonnect to Ex-isting 8 water M~- ---- -----2----1 --M $ 2 468 35 $ 493610 $ soo oo $ 1000001

_ 52~- - ]Connect to Existing 1 Forc_e_M--am------_______ ---middot-middotmiddotmiddot ____ - - H-middot-- EA $ 11965~95 $ 23931 ~90-bull __$___70-0-00---+--$-~-middot~--1_4_00_o_o_f 53 Testing and Survey 1( 1 LS $ 2781245 $ 2781245 $ 550000 $ 550000

--- 54 jAs-builts -middot ------ --------- ____ I l _L_S_ -$--1-3-09-4-3-5-+-$-- ~middot-13-09-4-35--+-$---4-5-00-00-~middot-$----4-S-OO--oo-

SUBTOTAL (UTILITY) S 1784188~ S 8602900

956~73890

Page 6 of7 NROADWAYPR0201720175U bull Kudza Aoad awr LWDD L-8 canaf4-Bfd Optnfng and Ana~lt2017513 Bid Tab$ bull

THE COUNTY DOES NOT GUARANTEE THE ACCURACY OF THE FORMULAS AND EXTENSIONS USED IN THIS SPREADSHEET ------~middot - -shy ______

r--bullbull middot-middot~ -shyTHE ITEMS AND QUANTITJES ABOVE SHALL GOVERN OVER THE PLANS

-shy _ _ ~--middot~middot - - _ ~-

PAY ITEM FOOTNOTES IN CONSTRUCTION PLANS SHALL ALSO BE INCLUDED IN ITEM UNIT PRICE

Note jPAY ITEM FOOTNOTES

1 All items sha11 include cost to furnish and install un]ess otherwise noted -middot ~ - bull -Tshy ~ _~-- - _--

middot Pennitting agency pre-construction meetings and notices of commencement compliance with stormwater pollution prevention plan and stormwata pollution control plan installation of erosionturbidity 2 controls including silt fences inlet protection inspections and reporting preparation and submittal of construction completion certifications and required record drawings by a professional engjneer andor ]and

bull Isurveyor utility notifications are considaed incidental to mobilization ~----middot - - -- ___

3 -- -1AII costs for Maintenance ofTraffic (MOT) and mobilization sha11 be consideci incidental to and shall b~ included in unit prices -fo~-tb-~ay items -

- )Sawc~t ofexisting aspha~ an~or concrete design~ted for removal per pJans ~oval and relocation ofprivatel~~~~middot~ systems including ~on mailboxes fencing ~ ~emoval and disposal ~-~~~~--shy

middot~areas ofexcess and unsuitable material that may b~ encountered during excavation removal and disposal ofexisting structures per plans is considered incidental to th~bid item clearing and grubbing ~ ____

5 Benn construction swale construction grading re-grading ofroadways driveways canal sections and all other rough and finish grading shall be considered incidental to the bid items Excavation andor Embankmenf

- -shy IDemolition ofexisting m~ri~ge to include all co~po~concrete deck and -~c railings bent caps w~g i1s sheet panels comrete ~ ooncrete -oacb slabs an~ any deadmen anchors P~er -shy

6 disposal ofall bridge debris is considered incidental to bridge demolition -shy middot- shy j1211 co~~~cted subgrade is co~~idered incidental to th~-~~-t ofbaserock constructio - - middot-- --shy -middot - - - shy ----~ -shy -middotmiddot~- middotshy

7

__ ___ ~~- --shy middotshy

8 Prime and tack coats are considered incidental to asphalt construction -- ---shy -shy --middoto-shy

9 Excavation and backfin for structures including cost of any select bedding material that may be nec~sary for a satisfactory installation as directed by Palm Beach County is considaed incid_ental to the cost of the structures

I ---shy -~-middot r

-middot~ - - ----shy - --middot-------shy ---=shy bull - 4 -middot -shy -middot _ -~middot -middot - -IO Wrapping of filter fabric around all pipe joints per FDOT index no 280 and cost ofcoring existing structures for pipe connection is considered incidental to the cost ofthe pipe _ ____

-middot __ _ __ __ __ --middot-middot middot

11 The cost of all anchoring hardware per FDOT index 852 is microicidentaJ to the item Pipe Guiderail (Steel) (FDOT Index 852) -shy

lnie cost of det~~Jewarning surfa~ ~ FDOT index 304 and base compaction is considen)(i incidental to sidewalkpatb~ay ~~ction --shy -~ -shy middotshy -

12 ~------- - -r-middotmiddotmiddot -middot~-~ -shy ___ _4_ -shy

13 The cost offilter fabric is incidental to the item Bedding Stone _ ~--- ~-- _--~- -shy - -middot _

14 Sodding-shall be in aceordancewith section 575 of the general provisions ofthis specification Includes costs for fertilizer and water unti1 final acceptance ~~ ---=---middot~ ~lt--- __ -shy

_ __1s__112 thick no 57 stone foundation and filler fabric is incidental to the bid item Class N Concrete (Cast in Place Headwall) -

__ __ -middot - - middotmiddotshy ---~

16 Contingency items may be increased decreased or deleted as directed by the engineer ----shy _______ ----------shy

--~-----

17 1Changeab1e (Variable)_ Message Sign (Non-MOT) and Traffic Control Officers (Non-MOT) in accordance with General Provisions (Section l 02)

- -middot _ ___ _ ~ -~-

~

Indicates Math Error

Page 7 of7

EXHIBIT B Village of Palm Springs (VPS)

PROJECT NAME Kudza Rd over L WDD L-8 Canal

PROJECTNUMBER 2017513

CONTRACTOR FG Construction LLC

ITEM QUANTITY UNITS UNIT PRICE AMOUNT

13 14

Adjust Valve Boxes Adjust Manhole

Roadway Items for VPS

lEA IEA

$26117 $71755

VPS Utility Subtotal

ITEM QUANTITY I UNITS UNIT PRICE

Roadway Contingency Item for VPS

34 Premium for Conflict Condition (See SPs) lEA $1469000

VPS Contingency Subtotal

ITEM QUANTITY I UNITS UNIT PRICE

$26117 $71755

$97872

AMOUNT

$1469000

$1469000

AMOUNT

VPS Utility Items

38 Remove and Dispose Existing 8 AC Water Main 40LF

39 Remove Existing 12 Force Main

40 Grout Existing 8 AC Water Main with Flowable Fill

41 811 Ductile Iron Pipe For Water Main Installation

42 12 DIP Pipe For Force Main Insta~lation

Continue in page 2

1

144LF

278LF

2551F

143LF

$28250

$2825

$967

$7889

$18669

$1130000

$406800

$268826

$2011695

$2669667

f

Village ofPalm Springs Exhibit B for Kudza Rd over LWDD L-8 Canal Project 2017513

ITEM QUANTITY I UNITS UNIT PRICE AMOUNT

VPS Utility Items

43 FampI 811 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM 6EA

44 FampI 12 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM SEA

45 FampI 12 Ductile Iron 90 Degree Fittings w Reaction Blocking or Thrust Restraint for WM 1 EA

46 Furnish Install and Remove Sample Points Complete 2EA

47 2 Air Release Valve with Manhole for Water Main and Force Main 2EA

48 8 Gate Valve for Water Main 1 EA

49 8 Gate Valve for Water Main with Manhole and 1 service taps lEA

50 12 Gate Valve for Force Main lEA

51 Connect to Existing 8 Water Main 2EA

52 Connect to Existing 12 Force Main 2EA

53 Testing and Survey 1 LS

54 As-builts 1 LS

$104517 $627102

$334288 $1671440

$359087

$79001

$359087

$158002

$968565

$288722

$1937130

$288722

$353114

$536275

$97934

$173748

$904000

$395500

$353114

$536275

$195868

$347496

$904000

$395500

VPS Utility Items Subtotal

Village of Palm Springs Grand Total

Village of Palm Springs Grand Total Plus lOoo Contingency

$14260724

$15827596

~17410356

FROADWAYUTILITY COORDINATION2017513_Kudzaover IA CanalVPS Exhibit Bdoc

2

2020------- shy Page 1 of 1

BOARD OF COUNTY COMMISSIONERS PALM BEACH COUNTY

BUDGET Amendment

FUND Transportation Improvement Fund BGRV 031620-430 BGEX 031620-1131

ACCOUNT NUMBER ACCOUNT NAME ORIGINAL BUDGET

CURRENT BUDGET INCREASE DECREASE

ADJUSTED BUDGET

EXPENDED ENCUMBERED

ASOF 31620

REMAINING BALANCE

REVENUES Kudza Road over LWDD L-8 Canal 3500-361-1520-6948 Utility Relocation Reimbursements 0 0 174104 0 174 104

TOTAL RECEIPTS amp BALANCES

EXPENDITURES Kudza Road over LWDD L-8 Canal 3500-361-1520-8101 Contributions Other Governmental Agencies

TOTAL APPROPRIATIONS amp EXPENDITURES

202361433

0

202361433

195369625

0

195369625

174 104

174 104

174 104

0

0

0

195543729

174 104

195543729

0 174 104

SIGNATURE DATE By Board of County Commissioners At Meeting of ________

Engineering amp Public Works ~hliamptk 1-1)-) IJ__i)

Administration I Budget Approval

OFMB Department - Posted Deputy Clerk to the Board of County Commissioners

Page 6: PROJECT NO. 2017513 · Affirmative Procurement Initiative (API) for Construction: 20% minimum mandatory SBE participation, established for the above-mentioned project, which opened

A-t~M-r~l3

f~e 3of3

Total API Achieved 205

TEAM EBO STATUS EXP DATE PERCENTAGE

UTILITY SUPPLY Assoc INC SBE 8212022 193

FINE LINE STRIPING SBE 5292021 55

EampN CONSTRUCTION SMWBE-A 9232022 1622

DENNISJ LEAVY ampASSOCIATES SBE 2242022 183

205

EVALUATION

All bidders evaluated are responsive to the aforementioned API Please see reference

notes for FG Construction LLC and Foster Marine Contractors Inc

BID TABULATIONS

KUDZA ROAD OVERLWDD L-8 CANAL ENGINEERSAVERAGE

middotcoNTRACT ESTIMATE

cgt_o=- middotbullmiddotrshy ~--middotPBC-PROJECT 2017513 middot -c~middot middot lt middotgt c _ middot ~ middotmiddot middot bullmiddot bull middotmiddot middot -middotbull middot-Cc C _ _middotmiddotCc -~ --~ -_--~~ ---middot---~ --shy -_ -middotgt __]shy -shy ---~= ~--- - -=shy ~middot- bull - middot-----shy --~ -shy ~ -shy ~- - _--- middot _bull

ITEM I ITEM DESCRIPTION I QTY IUNITS UNIT PRICE UNIT PRICE

ROADWAY ITEMS

1 Mobilization 1 LS $ 6820109 $ 5000000

2 Maintenance ofTraffic (incl Pedestrian MOT) 1 LS $ 2548795 $ 400000

3 Removal ofExisting Structure 1 LS $ 7436225 $ 8000000

4 Removal Pedestrian Bridge 1 LS $ 1224212 $ 1200000

5 Clearing and Grubbing 1 LS $ 2571193 $ 1000000

6 Floating Turbidity Barrier 1 LS $ 167516 $ 252000

7 Regular Excavation 96 CY $ 2911 $ 769

8 Embankment (Compacted in Place) 115 CY $ 1950 $ 1289

9 Optional Base Group 7 975 SY $ 2888 $ 1079

10 Superpave Asphalt Concrete (Traffic Level C) 88 TN $ 25086 $ 16036

11 Asph Concrete Friction Course (10) (FC-95) Rubber 67 TN $ 32790 $ 14719

12 Mill Existing Asphalt Pavement ( 1 ) 411 SY $ 2614 $ 274

13 Adjust Valve Boxes 1 EA $ 31021 $ 39425

14 Adjust Manhole 1 EA $ 54098 $ 88800

15 Concrete Curb amp Gutter (Type F) 295 LF $ 3439 $ 2082

16 Cone Sidewalk (4 Thick) 149 SY $ 5844 $ 5527

17 Cone Sidewalk (6 Thick) (Driveways) 119 SY $ 6496 $ 6913

18 Sodding 599 SY $ 845 $ 336

19 Inlet (Ditch Bottom) (Type C) lt10 3 EA $ 397556 $ 510705

20 Inlet(Curb) (P-5) lt10 1 EA $ 531530 $ 580728

21 Yard drain 1 EA $ 188822 $ 194373

22 A2000 PVC Pipe (12) 11 LF $ 5411 $ 3333

23 Concrete Pipe Culvert ( 18) 151 LF $ 6916 $ 7550

24 Class IV Concrete (Culvert amp Headwalls) 1477 CY $ 164487 $ 130000

25 Reinforcing Steel (Culvert amp Headwalls) 33768 LB $ 163 $ 200

Page 1of7

FG CONSTRUCTION LLC

- - _-shy --- middot ~ - -__ - -~ --shy ----shy ----shy ------shy

Unit Price I Amount

$ 4746000 $ 4746000

$ 1507646 $ 1507646

$ 6215000 $ 6215000

$ 908999 $ 908999

$ 2712000 $ 2712000

$ 201194 $ 201194

$ 3164 $ 303744

$ 1865 $ 214475

$ 2187 $ 2132325

$ 20905 $ 1839640

$ 24860 $ 1665620

$ 1080 $ 443880

$ 26117 $ 26117

$ 71755 $ 71755

$ 2599 $ 766705

$ 5695 $ 848555

$ 6000 $ 714000

$ 791 $ 473809

$ 390442 $ 1171326

$ 696344 $ 696344

$ 172448 $ 172448

$ 4378 $ 48158

$ 6390 $ 964890

$ 105149 $ 15530507

$ 181 $ 6112008

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

middot shy c

JOHNSON~DAVIS INC t

----middot-= middotshy

Unit Price I

4500000 $

3500000 $

6200000 $

1000000 $

4000000 $

120000 $

5000 $

2000 $

2500 $

25000 $

27000 $

1600 $

30000 $

40000 $

5000 $

6000 $

7000 $

800 $

350000 $

500000 $

200000 $

5000 $

10000 $

200000 $

200 $

T - bull-shy _ -

Amount

4500000

3500000

6200000

1000000

4000000

120000

480000

230000

2437500

2200000

1809000

657600

30000

40000

1475000

894000

833000

479200

1050000

500000

200000

55000

1510000

29540000

6753600

p -0 (

tJ ~ _

0 -3 + (1

--J ~ J

NROADWAYPR020172017513 - Kudza Road over LWDD L-8 Canal4 -Bid Opening andAnalysis2017513 Bid Tabs

BID TABULATIONS ~

KUDZA ROAD OVER LWDD L-8 _CANAL FG CONSTRUCTIONENGINEERSAVERAGE JOHNSON-DA VIS INC

ESTIMATE LLCCONTRACT

middot=--middotmiddot bull _-middot -~~i- J~~-g~S~~PBC PROJECT 2017513 - -middot_(- middot-middot _middot 2 -middot2~middotcbull~~c - middotmiddotmiddotmiddot~ - middotmiddotmiddotmiddotmiddot-bulllt -middot (

_~ -middot - middot 0-_ bull -~ ~middot -bull- bull-T -- - bull middot - middotmiddot-middot- -- bullmiddot middot- middot - -

UNIT PRICEQTY UNITS UNIT PRICE Unit Price Amount Unit Price AmountITEM DESCRIPTIONITEM

LF $ 12038 $ 10000 $ 25448 $ 244300896 $ 12500 $ 1200000PedestrianBicycle Railing 26

$ 11412363 TN $ 7500 $ 6328 $ 2297064 $ 10000 $ 3630000Rip Rap (Rubble) FampI Ditch Lining 27

242 TN $ 8860 $ 7500 $ 7526 $ 1821292 $ 9000 $ 2178000Bedding Stone (Sect 530)28

215 CY $ 2967 $ 1500 $ 2034 $ 437310 $ 2500 $ 537500Clean Sand Fill 29

LF $ 3703 $ 10735120 $ 3500 $ 1288200 $ 600 $ 72000Storm Sewer Pumping (Exist) (24 or less)(See SPs) 30

$ 58774019 $ 78111400SUBTOTAL (ROADWAY)

CONTINGENCY ITEMS

31 5 CY $ 81370 $ 36244 $ 16611 $ 83055 $ 37500 $ 187500Class I Concrete (Misc)

$ 235110 ED $ 5680 $ 9040 $ 90400 $ 5000 $ 50000Changeable (Variable Message) Sign (Non-MOT) 32

HR $ 9303 $ 12656016 $ 4894 $ 7910 $ 5000 $ 80000Traffic Control Officer (Non-MOT) 33

1 EA $ 673000 $ 795487 $ 1469000 $ 1469000 $ 250000 $ 250000Premium for Conflict Condition (See SPs) 34

10 CY $ 22882 $ 18645 $ 186450 $ 200000$ 20000Flowable Fill 35

CY100 $ 3598 $ 4294 $ 429400 $ 350000$ 3500Subsoil Excavation 36

LF $ 1420120 $ 79320 $ 600 $ 72000Storm Sewer Cleaning (Exist) (24 or less)(See SPs) $ 66137

$ 2464185 $ 1189500SUBTOTAL (ROADWAY)

UTILITY ITEMS

38 LF $ 12631 $ 2825040 $ 2500 $ 1130000 $ 2000 $ 80000Remove and Dispose Existing 811 AC Water Main

LF $ 2273 $ 2825144 $ 2500 $ 406800 $ 288000Remove Existing 12 Force Main $ 200039

LF $ 1304278 $ 1000 $ 967 $ 268826 $ 2000 $ 556000Grout Existing 811 AC Water Main with Flowable Fill 40

255 LF $ 7966 $ 8000 $ 7889 $ 2011695 $ 8500 $ 21675008 Ductile Iron Pipe For Water Main Installation 41

LF $ 16342143 $ 14000 $ 18669 $ 2669667 $ 15000 $ 214500012 DIP Pipe For Force Main Installation 42 9

EA $ 56374 $ 1045176 $ 80000 $ 627102 $ 62500FampI 8 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM $ 375000 043 (

EA $ 153197 $ 3342885 $ 100000 $ 1671440 $ 110000 $ 550000FampI 12 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM44

EA $ 1653211 $ 100000 $ 359087 $ 359087FampI 12 Ductile Iron 90 Degree Fittings w Reaction Blocking or Thrust Restraint for WM $ 120000 $ 12000045 ~

EA2 $ 80625 $ 79001 $ 158002 $ 160000$ 65000 $ 8000046 Furnish Install and Remove Sample Points Complete

2 EA $ 999848 $ 750000 $ 968565 $ 1937130 $ 1000000 $ 20000002 Air Release Valve with Manhole for Water Main and Force Main 47

Page 2 of7 NROADWAYPR020172017513 - Kudza Raad over LWDD l-8 Canal4 - Bid Opening andAnalysis2017513 Bid Tabs

BID TABULATIONS ~-7_~

KUDZA ROAD OVER LWDD L-8 CANAL ENGINEERS FG CONSTRUCTION JOHNSON-DAVIS INC-- AVERAGE

CONTRACT ESTIMATE LLC -

PBC PROJECT 2017513 middot CCshy

middotmiddotmiddotgtmiddotmiddot_middotmiddotmiddotbullmiddotmiddot--~middotmiddotc middot= -bullshy middot--~ --~ ~- middot-middotA-middotmiddotmiddotbull middotmiddot1c-middot middotbull middotmiddotbull= -=middotmiddotmiddot__ middot bull-=middot ccmiddotmiddot bull-__ _ = bull middotmiddotmiddotmiddotmiddotmiddotmiddot=middot--middotmiddot -= - bull _- middot~ -middot ~- middot_middot __ ~~ ~- -_ middotmiddot -

ITEM ITEM DESCRIPTION QTY UNITS UNIT PRICE UNIT PRICE Unit Price Amount Unit Price Amount

48 8 Gate Valve for Water Main 1 EA $ 217079 $ 250000 $ 288722 $ 288722 $ 180000 $ 180000

49 8 Gate Valve for Water Main with Manhole and 1 service taps 1 EA $ 442694 $ 800000 $ 353114 $ 353114 $ 500000 $ 500000

50 12 Gate Valve for Force Main 1 EA $ 375539 $ 350000 $ 536275 $ 536275 $ 350000 $ 350000

51 Connect to Existing 8 Water Main 2 EA $ 228692 $ 250000 $ 97934 $ 195868 $ 520000 $ 1040000

52 Connect to Existing 12 Force Main 2 EA $ 622586 $ 250000 $ 173748 $ 347496 $ 1050000 $ 2100000

53 Testing and Survey 1 LS $ 1133811 $ 1000000 $ 904000 $ 904000 $ 300000 $ 300000

54 As-builts 1 LS $ 611234 $ 1000000 $ 395500 $ 395500 $ 290000 $ 290000

SUBTOTAL (UTILITY) $ 14260724 $ 13201500

_

_754989Z~~ _-~25W24-~9--TOTAL BID __ -~ ~middotmiddot~cl $ $ bull _ yen middotI ~

Page3 of7 NROADWAYPR020172017513 -Kudza Road over LWDD L-8 Canaf4 - Bid Opening and Analysis2017513 Bid Tabs

BID TABULATIONS

KUDZA ROAD OVER LWDD L-8 CANAL

CONTRACT

=middot-middotl~BCPROJECT2017513 -middot -----~- __middotmiddot - -= - shy ~middot- __ - - __ - - - - - - bull -middot - ---middot ---= -shy -~- shy - ---shy - bull --_ -~ - __~ middotshy

ITEM I ITEM DESCRIPTION I QTY IUNITS

ROADWAY ITEMS

1 Mobilization 1 LS $

2 Maintenance ofTraffic (incl Pedestrian MOT) 1 LS $

3 Removal ofExisting Structure 1 LS $

4 Removal Pedestrian Bridge 1 LS $

5 Clearing and Grubbing 1 LS $

6 Floating Turbidity Barrier 1 LS $

7 Regular Excavation 96 CY $

8 Embankment (Compacted in Place) 115 CY $

9 Optional Base Group 7 975 SY $

10 Superpave Asphalt Concrete (Traffic Level C) 88 TN $

11 Asph Concrete Friction Course (10) (FC-95) Rubber 67 TN $

12 Mill Existing Asphalt Pavement (l ) 411 SY $

13 Adjust Valve Boxes 1 EA $

14 Adjust Manhole 1 EA $

15 Concrete Curb amp Gutter (Type F) 295 LF $

16 Cone Sidewalk ( 4 Thick) 149 SY $

17 Cone Sidewalk (6 Thick) (Driveways) 119 SY $

18 Sodding 599 SY $

19 Inlet (Ditch Bottom) (Type C) lt1 O 3 EA $

20 Inlet (Curb) (P-5) lt10 1 EA $

21 Yard drain 1 EA $

22 A2000 PVC Pipe (12) 11 LF $

23 Concrete Pipe Culvert (18) 151 LF $

24 Class IV Concrete (Culvert amp Headwalls) 1477 CY $

25 Reinforcing Steel (Culvert amp Headwalls) 33768 LB $

Page 4 of7

FERREIRA CONSTRUCTION

SOUTHERN DIVISION _CO INC_ _---middot--middotshy --shy

_-- -middot bull bull _ shy ~-_ ~7middot-~- - ~-- bull

Unit Price I Amount

10234435 $ 10234435

2187535 $ 2187535

12329900 $ 12329900

1787850 $ 1787850

572770 $ 572770

48870 $ 48870

1180 $ 113280

3135 $ 360525

1465 $ 1428375

27940 $ 2458720

33300 $ 2231100

2775 $ 1140525

39965 $ 39965

39635 $ 39635

2655 $ 783225

4680 $ 697320

5285 $ 628915

1040 $ 622960

399780 $ 1199340

279775 $ 279775

132840 $ 132840

6265 $ 68915

4975 $ 751225

162800 $ 24045560

070 $ 2363760

FOSTER MARINE

CONTRACTORS INC )

- - - shy -shy - --~ - middot - ~

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

Unit Price I

7800000 $

3000000 $

5000000 $

1200000 $

3000000 $

300000 $

2300 $

800 $

5400 $

26500 $

46000 $

5000 $

28000 $

65000 $

3500 $

7000 $

7700 $

750 $

450000 $

650000 $

250000 $

6000 $

6300 $

190000 $

200 $

Amount

7800000

3000000

5000000

1200000

3000000

300000

220800

92000

5265000

2332000

3082000

2055000

28000

65000

1032500

1043000

916300

449250

1350000

650000

250000

66000

951300

28063000

6153600

bpJ tshy

0 pr Cl (1-h ~

-J (fshy

NROADWAYPR020172017513 - Kudza Raad over LWDD L-8 Canal4 -Bid Opening and Anaysis2017513 Bid Tabs -C

BID TABULATIONS middot

KUDZAROADOVERLWDD L-8 CANAL - middotcoNTRACT

PBC PROJECT 2017513 middot middotmiddot -middot c middotmiddotmiddotc ccmiddotmiddotmiddot middot cmiddotc Cbullltc middotmiddot bull ~ -_shy

ITEM ITEM DESCRIPTION QTY UNITS

26 PedestrianBicycle Railing 96 LF $

27 Rip Rap (Rubble) FampI Ditch Lining 363 TN $

28 Bedding Stone (Sect 530) 242 TN $

29 Clean Sand Fill 215 CY $

30 Storm Sewer Pumping (Exist) (24 or less)(See SPs) 120 LF $

SUBTOTAL (ROADWAY) $

CONTINGENCY ITEMS

31 Class I Concrete (Misc) 5 CY $

32 Changeable (Variable Message) Sign (Non-MOT) 10 ED $

33 Traffic Control Officer (Non-MOT) 16 HR $

34 Premium for Conflict Condition (See SPs) 1 EA $

35 Flowable Fill 10 CY $

36 Subsoil Excavation 100 CY $

37 Storm Sewer Cleaning (Exist) (24 or less)(See SPs) 120 LF $

SUBTOTAL (ROADWAY) $

UTILITY ITEMS

38 Remove and Dispose Existing 8 AC Water Main 40 LF $

39 Remove Existing 12 Force Main 144 LF $

40 Grout Existing 8 AC Water Main with Flowable Fill 278 LF $

41 8 Ductile Iron Pipe For Water Main Installation 255 LF $

42 12 DIP Pipe For Force Main Installation 143 LF $

43 FampI 8 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM 6 EA $

44 FampI 12 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM 5 EA $

45 FampI 12 Ductile Iron 90 Degree Fittings w Reaction Blocking or Thrust Restraint for WM 1 EA $

46 Furnish Install and Remove Sample Points Complete 2 EA $

47 2 Air Release Valve with Manhole for Water Main and Force Main 2 EA $

Page 5 of7

FERREIRAmiddot CONSTRUCTION

SOUTHERN DIVISION middot~~Q JNlt r

~ middot - -bull J -_ ___ - - ~middot middot-~ _middot ~- -~-- _ middotmiddotbullmiddotmiddot

Unit Price Amount

9890 $ 949440

12320 $ 4472160

8915 $ 2157430

4335 $ 932025

475 $ 57000

75115375

64895 $ 324475

2530 $ 25300

9295 $ 148720

355855 $ 355855

25815 $ 258150

1290 $ 129000

475 $ 57000

1298500

14275 $ 571000

2565 $ 369360

1050 $ 291900

10075 $ 2569125

20200 $ 2888600

28480 $ 170880

90500 $ 452500

97195 $ 97195

94500 $ 189000

1180825 $ 2361650

~~f

FOSTER MARINEmiddot~~iB CONTRACTORS INC

gtmiddotbullmiddot bull bull- _ ~-middot=-- middot

---middotmiddot ___ __z

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

Unit Price

315 $

17000 $

10000 $

3000 $

3000 $

190000 $

3000 $

15000 $

300000 $

30000 $

3000 $

3000 $

6000 $

1700 $

1200 $

5400 $

11500 $

30000 $

78000 $

85000 $

69000 $

850000 $

Amount

30240

6171000

2420000

645000

360000

84590990

950000

30000

240000

300000

300000

300000

360000

2480000

240000

244800

333600

1377000

1644500

180000

390000

85000

138000

1700000

cJ h

$ ~ f ~ (l ~

t 0 ~ -1 -J -C

NROADWAYPR020172017513 - Kudza Road over LWDD L-8 Conal4 - Bid Opening and Anaysis2017513 Bid Tabs

BID TABULATIONS FERREIRA KUDZA ROAD OVER LWDD L-8 CANAL CONSTRUCTION

CONTRACT SOUTHERN DIVISION

lBCbullPROJEpoundT2017513 CO INC Imiddotmiddot- 2lt- - ~~-bullmiddotmiddot- middotmiddot shy -middot -- -

~ bull c- gt -middotmiddot ltgt-bullmiddotmiddotmiddot-- _ iebullbull -lt - bull - -shy bull~middot middot middot c bullmiddotmiddotmiddot- bull - middotmiddot shy __

ITEM ITEM DESCRIPTION QTY UNITS Unit Price Amount

48 8 Gate Valve for Water Main 1 EA $ 219595 $ 219595

49 8 Gate Valve for Water Main with Manhole and 1 service taps 1 EA $ 367660 $ 367660

50 12 Gate Valve for Force Main 1 EA $ 315880 $ 315880

51 Connect to Existing 8 Water Main 2 EA $ 246835 $ 493670

52 Connect to Existing 12 Force Main 2 EA $ 1196595 $ 2393190

53 Testing and Survey 1 LS $ 2781245 $ 2781245

54 As-builts 1 LS $ 1309435 $ 1309435

SUBTOTAL (UTILITY) $ 17841885

TOTAL BID $ 94255760middot

$

$

$

$

$

$

$

$

$

FOSTERMARINE CONTRACTORS INC

bullgtcmiddotmiddot -gt bull~middot bull middot- middot

bull--middot-middot shy bull middot-middot ~-middot _ middot~ - - middot-_ middot

Unit Price Amount

180000 $ 180000

550000 $ 550000

300000 $ 300000

50000 $ 100000

70000 $ 140000

550000 $ 550000

450000 $ 450000

8602900

95673890

b

r sshy~

(~ ~

r-Page 6of7 NROADWAYPR020172017513 - Kudza Road over LWDD L-8 Canal4 - Bid Opening and Anafysis2017513 Bid TaEshy

THE COUNTY DOES NOT GUARANTEE THE ACCURACY OF THE FORMULAS AND EXTENSIONS USED IN TIDS 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

All items shall include cost to furnish and install unless otherwise noted

Permitting agency pre-construction meetings and notices of commencement compliance with stormwater pollution prevention plan and stormwater pollution control plan installation of erosionturbidity

2

1

controls including silt fences inlet protection inspections and reporting preparation and submittal of construction completion certifications and required record drawings by a professional engineer andor land surveyor utility notifications are considered incidental to mobilization

3 All costs for Maintenance ofTraffic (MOT) and mobilization shall be considered incidental to and shall be included in unit prices for the pay items

Sawcut of existing asphalt andor concrete designated for removal per plans removal and relocation ofprivately owned systems including irrigation mailboxes fencing etc removal and disposal in suitable 4

areas of excess and unsuitable material that may be encountered during excavation removal and disposal of existing structures per plans is considered incidental to the bid item clearing and grubbing

Berm construction swale construction grading re-grading of roadways driveways canal sections and all other rough and finish grading shall be considered incidental to the bid items Excavation andor 5

Embankment

Demolition of existing road bridge to include all components-concrete deck and traffic railings bent caps wing walls sheet panels concrete piles concrete approach slabs and any deadmen anchors Proper 6

disposal of all bridge debris is considered incidental to bridge demolition

7 12 compacted subgrade is considered incidental to the cost ofbaserock construction

8 Prime and tack coats are considered incidental to asphalt construction

Excavation and backfill for structures including cost of any select bedding material that may be necessary for a satisfactory installation as directed by Palm Beach County is considered incidental to the cost of 9

the structures

10 Wrapping of filter fabric around all pipe joints per FDOT index no 280 and cost of coring existing structures for pipe connection is considered incidental to the cost of the pipe

The cost of all anchoring hardware per FDOT index 852 is incidental to the item Pipe Guiderail (Steel) (FDOT Index 852)

12

11

The cost ofdetectable warning surfaces per FDOT index 304 and base compaction is considered incidental to sidewalkpathway construction

The cost of filter fabric is incidental to the item Bedding Stone

14

13

Sodding-shall be in accordance with section 575 of the general provisions of this specification Includes costs for fertilizer and water until final acceptance

15 12 thick no 57 stone foundation and filter fabric is incidental to the bid item Class IV Concrete (Cast in Place Headwall)

16 Contingency items may be increased decreased or deleted as directed by the engineer

17 Changeable (Variable) Message Sign (Non-MOT) and Traffic Control Officers (Non-MOT) in accordance with General Provisions (Section 102)

-middot Indicates Math Error

Page7 of7

INTERLOCAL AGREEMENT BETWEEN PALM BEACH COUNTY FLORIDA AND

VILLAGE OF PALM SPRINGS FOR JOINT PARTICIPATION AND PROJECT FUNDING FOR CONSTRUCTION OF UTILITY ADJUSTMENTS FOR

KUDZA ROAD BRIDGE OVER LWDD L-8 CANAL BRIDGE REPLACEMENT

PALM BEACH COUNTY PROJECT NO 2017513

THIS Interlocal Agreement (AGREEMENT) for Kudza Road Bridge replacement over the LWDD L-8 Canal (PROJECT) is made as of the __ day of 20201 by and between Palm Beach County1 a political subdivision of the State of Florida1 by and through its Board of County Commissioners (COUNTY) and the Village of Palm Springs1 a municipal corporation existing under the laws of Florjda (hereinafter VILLAGE) each one constituting a public agency defined in Part I of Chapter 163 Florida Statutes (individually Party and collectively Parties)

WHEREAS Section 16301 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 VILLAGE has requested the COUNTY to construct water main1 force main and associated appurtenance adjustments to the VILLAGES system (UTILITY WORK) within the limits of the PROJECT and

WHEREAS1 the COUNTY and the VILLAGE desire to jointly participate in the UTILilY WORK and

WHEREAS both COUNTY and VILLAGE declare that it is in the public interest that the UTILTIY 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

VILLAGE OF PALM SPRINGS 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 2017513 Said Bid Documents include the UTILITY WORK as shown in VILLAGE prepared Utility Matrix Applicable Technical Specifications Standard Construction Details and Approved Product List

B COUNTY shall obtain written approval from the VILLAGE in advance of any change orders including any costs associated with the VILLAGES failure to approve change orders in a timely manner which increase the cost attributable to the UTILITY WORK to an middotamount greater than the contract amount as stated in Section 3A below VILLAGES 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 contractors bid for the PROJECT and the UTILllY WORK

Section 3 VILLAGES Responsibilities

A VILLAGE shall reimburse COUNTY a total estimated cost including 10 contingency of One Hundred Seventy Four Thousand One Hundred Three Dollars and Fifty Six Cents $17410356) provided COUN1Y 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 VILLAGES Utility Items shall be paid by the VILLAGE

8 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 VILLAGE

C Upon completion of the PROJECT and the UTILilY WORK the VILLAGE shall repair and maintain the UTILITY WORK at VILLAGES expense

Section 4 PaymentsInvoicing and Reimbursement

The COUNTY will invoice the VILLAGE on a periodic basis during construction of the PROJECT and the UTILin WORK The VILLAGE agrees to provide to COUNTY payment for documented costs for the UTILITY WORK in the amount established in Section 3A COUNTY shall submit all invoices to the VILLAGE identifying the UTILITY WORK including COUNTYS total expenditure for the PROJECT and identifying the amount attributablemiddot 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 VILLAGE within seven (7) calendar days of request by the VILLAGE Invoices received from COUNlY will be reviewed and approved by the VILLAGE to ensure that expenditures have been made in conformity with this

2

VILLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

AGREEMENT Upon COUNTYS submission of acceptable documents needed to substantiate its costs for the UTILITY WORK VILLAGE will provide said payment to COUNTYmiddot on a reimbursement basis within thirty (30) days of receipt of all required documents In no event shall the VILLAGE 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 VILLAGE 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 VILLAGE will reimburse the COUNTY for the UTILI1Y WORK completed as of the date the COUNTY suspends the UTILITY WORK Any remaining unpaid portion of this AGREEMENT shall be retained by the VILLAGE and the VILLAGE shall have no further obligation to honor reimbursement requests submitted by the COUNTY

Section 5 Access and Audits

COUNTY and VILLAGE 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 VILLAGE 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 COUNTYS sole direction supervision and control All VILLAGE employees engaged in the work or services performed pursuant to this AGREEMENT shall at all times and in all places be subject to VILLAGES sole direction supervision and control (he 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 othermiddot Party shall be that of an Independent Contractor and not as employees or agents of the other

Neither COUNTY nor the VILLAGE 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 VILLAGE

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

VILLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

or permitted under state and local law to perform such services

All of COUNlYS 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 VILLAGE and COUNTY recognize their liability for certain tortious acts of its agents officers employees and invitees to the extent and Hmits provided in Section 768281 Florida Statutes To the extent permitted by law the VILLAGE and COUNlY shall indemnify defend and hold the other harmless against any actions claims and damages arising out of the 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 76828 Florida Statutes1 nor shall the same be construed to constitute an agreement by the VILLAGE 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 andor VILLAGE

Section 9 Annual Appropriation

All provisions of this AGREEMENT calling for the expenditure of ad valorem tax money by either the COUNTY or the VILLAGE are subject to annual budgetary funding and should either Party involuntarily fail to fund any of their respective obfigations 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 attorneys fees) associated with the enforcement of the terms andmiddot conditions of this AGREEMENT shall be borne by the respective Parties

4

VILLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

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

All notice to the VILLAGE shall be sent to

Ronald Eyma PE Public Service Director Village of Palm Springs 226 Cypress Lane Palm Springs FL 33461

All notice to the COUNTY shall be sent to

Omelia A Fernandez P E Director Palm Beach County Engineering amp Public Works Roadway Production Division P0 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 Partys right to assert or rely upon any such provisions or rights in that or

any other instance

5

VILLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

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 Section 17 Non~Discrimination

COUNTY and VILLAGE 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 st~tus 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

COUNlY and VILLAGE shall abide by all applicable federal state and local Jaws orders rules and regulations when performing under this AGREEMENT COUNTY and VILLAGE 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 Generals 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

6

VllLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

contract

Section 23 Public Entity Crime Certification

As provided in FS 287132-133 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 FS 287133 (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 VILLAGE 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

VILLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

IN WITNESS WHEREOF the undersigned Parties have executed this AGREEMENT on the day and year first written above

VILLAGE OF PALM SPRINGS

BY~~~~--~---shyBev Smith Mayor

AllEST

Kimberly M Wynn AUTHORITY CLERK

PALM BEACH COUNlY FLORIDA

BY __~----------~~~-shyTanya N McConnell PE Deputy County Engineer

APPROVED AS TO TERMS AND CONDITTONS

BY __~--~~--~--shy(DATE)

APPROVED AS TO FORM APPROVED AS TO FORM AND LEGAL SUFFIOENCY AND LEGAL SUFFIOENa

BY _________ BY~YB~H---~--~~~~~~~shyVIiiage Attorney Assistant County Attorney

FROADWAYUTILI1Y COORDINATION2017513_Kudza over L-8 CanalVPS Construction Agreementdoc

8

ITEM I ITEM DESCRIPTION QTY middot1 UNITS UNIT PRICE UNIT PRICE UnitPrice I Amount Amount

2 I 30000 $ 30000-g= ___ 4_~-_0 _____1_4_00-so-_

SS21 $ S695 $ --8485ss $ 6000 S 894000

6913 $ 6000 I $ 714000 $ 7000 $ 833000

336 $ 791 I$ 473809 $~-~--8-00~+~$ 479200 middot-~----~~-middot-

510705 $ 390442 $ ll71326 $ 3500001~-- 1050000

~~ 200000 ~ 3333 $ 4378 $ 48158 $ S000 $ 55000

~~ s ~oo s ~~~ s 1~00 $

130000 $ 105149 $ lSS30507 $ 200000 $

1510000

29540000

ROADWAY ITEMS

Mobilization

MaintenanceofTraffic(inclPooestrianMOT)

3 Removal ofExisting Structure

2

- dge -middot- ---middot middotshy ~~=mer

=8 1Embankment(C~~P~-~- shy_ --=-=--~_jmucrde~~Cgt

____J_l__ =jh~7deg=~middot~)(FC-95)Rubber 13 AdjustValveBoxes

~1 outtflt (Type F)

16 Cone SidewaJk~(~_-~-middot -~middot ~_ ___

17 Cone Sidewalk (6 Thick)(Driveways)

18 Sodding middot--~----middot~--~middot---middot- ~--middot--middot--~

j LS $ 6820109 $ 5000000 $ 4746000 $

I LS $ 2548795 $ 4ooooo $ 15076461___

I 1 I LS $ 7436225 $ 8000000 $ 6215000 $

middotmiddot--middot-- ------ middotI middot+-+ ~- ~~ 2~~ middot--middot-middot-middot--1--~middotmiddot -middot--middot~-~ 2~2 M

I 115 I CY $ 1950 $ 1289 $ 1865 $

-~--====J__ _-=f --=~- ~ l~ 2 __ 7i-- middotmiddot-~+---~~~---~~-middot-middotmiddot14~ 2 ---4

EA $ 31021 $

5 295 shy

149 SY $ 5844 $

119 SY $ 6496 $

599 SY $ 845 $

19 InletDitchBottom)(TypeC)lt10 --middot~-----------middot--middotmiddot ___ 3 EA $ 397556 $

______-+--~-et-~-urb-middot-~-(P--5-)_lt_10_- --- --------middot- ~=~-------- I =~-i~--__A_-_--_________~ ___

22 A2000PVCPipe(Iin) 11 LF $ 5411 $

___~____eo_n_~--~-middot_e_c_~_~_c_1s_i_________--_-_~------~--~-~-s 16 $

24 ClassNConcrete(CulvaiampHeadwalls) 1477 CY $ 164487 $

39425 $ 26117 $-

4746000 $ 4500000 $ 4500000

1_s_0__ __ 3_5 _ooo_oo_16_4_6-1_s 3_s_oo_o_oo___$____ 6215000 $ 6200000 $ 6200000

--2-~-~---=-middot--~---~=---0----0-+middot---~---~--0-- -----------12_~__-o--t------~----o--0

214415 $ 2000 $ 230000

-~- middotmiddotmiddot middotmiddot -=~~

~r-=~- --1-~~----lr_

1~ 26117 $-

--~-~-1--~---~-~--~~~middot~-~~~-~-~~~~---~~+-~~---lt-~~ --~--~-+--~-----1~-~~--1middot~~~-~~-+-~~~~-~~

25 Reinforcing Steel (Culvert amp Headwalls) 33768 LB $ 163 $ 200 $ 181 $ 6Cl2008 $ 200 $ 6753600

Page 1 of7 NROAOWAYPll020172017513 bull KudzD Road Oliff LWDD L-8 Conal4 middotBid Optnlng and Analysls201753 Bid Tabs

26

ITEM ITEM DESCRIPl10N QTY UNITS UNIT PRICE UNIT PRICE Unit Price J Amount Unit Price Amount

PedestrianBicycleRailing ll 96 LF $ 12038 $ 10000 $ 25448 $ 2443008 $ 12500 $ 1200000 -----middot------+--------- --middotmiddotmiddotmiddotmiddot-middotmiddot------ --------- middot~---r----~middot----tmiddot-

27 Rip Rap (Rubble) FampI Ditch Lining 363 TN

28 Bedding Stone (Sect 530) ----------~------- 242 i TN

3

209 Clean Sand Fill --middot------ -shy - - ----- shy --il~l2105 -~LF~-Storm Sewer Pumping (Exist) (24 or IessXSee SPs) 120

CONTINGENCY ITEMS

___3_1_ _JClass I Concrete (Misc)

32 _ _jChangeable(VariableMessage) Sign (Non-MOT)

33 )Traffic Control Officer (Non-Mon

SUBTOTAL (ROADWAY)

34 Premium for Conflict Condition (See SPs) --middotmiddot ~---------- shy ------ shy

35

36

37

lFlowable Fill i

Subsoil Excavation ___ j middotlt~----middot

IStonn Sewer Cleaning (Exist) (24II or less xsee SPs)

UTILITY ITEMS

38 Remove and Dispose Existing 8 AC Water Main

39 Remove Existing 12 Force Main lt----~-- --middot--+------------shy

SUBTOTAL(ROADWAY)

40 LF

144 LF

$ 11412 $ 7500 $ 6328 $ 2297064 $ 10000 $ 3630000

$ 8860 $ 7500 $ 7526 $ ] 821292 $ 9000 $ 2178000

$$ 32790637 3155- middot-middot- 437310 I $ 2500 $ 531500-$$_____ bulloooo-middot-$$middotmiddotmiddotmiddot---1-02703354 $$ 1288200

$ 58774019

$ 81370 $ 36244 $ 16611 $ 83055

$ 5680 $ 2351 $ 9040 $ 90400

$ 9303 $ 4894 $ 7910 $ 126560

$ 673000 $ 795487 $ 1469000 $ 1469000 ~-~--------- ~-------i--

$ 22882 $ 18645 $ 186450

$ 600 $ 72000

$ 78111400

$ 31soo I$ 187500i

$ 5000 r $ 50000

$ sooo Is 80000 ----+----middotmiddot-----shy

$ 250000 $ 250000

$ 20000 $ 200000

$

$

~ __4_2-9--l----middot-~ --- _3~f-middot---3-middot~--o~-=-6$ 2464185 $ 1189500

$ 12631 $ 2500 $ 28250 I$ 1130000 $ 2000 $

$ 2273 $ 2500 $ 2825 middot1 $ 406800 $ 2000 $ 288000

40 Grout Existing 811 AC Water Main with Flowable Fill 278 LF $ 1304 $ 1000 $ 967 $ 268826 $ 2000 $ 556000 ------~ -middot-------+---- ~ __ -------+---shy

41 8 DuctileironPipeForWaterMaininstallation -----1---2_ss__ j LF $ 7966 _s_____s_o_00___$~ __7_8_89--t-_s___2_o_11695 _s___~500 i-$___2_1_6_1_so_o_

42 1211 DIPPipeForForceMainlnstallation 143 J LF $ 16342 $ 14000 $ 18669 $ 2669667 $ 15000 $ 21450001-------- ~--~-----middot--- middot--r----~---~-- __ t

___4~ -middot __ FampI 8 Ductile kon 45 Degree Fittings wl Reaction Blocking or Thrust Restraint for WM 6 ~ EA $ 56374 $ 80000 S 104517 $ 627102 $ 62500 _$_____3_7_s_o_oo-f

44 FampI12degDuctilelron45DegreeFittingswReactionBJockingorThrustRcstraintforWM 5 j EA $ 153197 $ 100000 $ 334288 $ 1671440 $ 110000 $ 550000 -middot -------f---middotmiddot--------------------------middot-- --shy~middot-middotmiddotmiddot----4_5 ---1F_amp_I_1_2__Du_c_til_middote_h__ __ee_F_ittin__gs_w_l_R_ea_cti_middoto_n_B_Ioc_km_middotg_or_Thrust_R_es_trai_n_t_fo_r_WM -+-____ ~ EEAA $ 165321 $ 100000 $ 3590871 $ 359087 $ 120000 _s_____o_n_9_o_D_egr __ __ l_2_oo_00_

4

46 Furnish Install and Remove Sample Points Complete 2 $ 80625 $ 65000 $ 79001 $ 158002 $ 80000 $ 1600001 1

middot~------~--------~

47 2 Air Release Valve with Manhole for Water Main and Force Main 2 I EA $ 999848 $ 750000 $ 968565 I$ 1937130 $ 1000000 $ 2000000

Pagel of7 NROADWAYPR020172017513 middotKudla Road over LWDD L-8 Canal4- Sid ~nlng and AnalyslsZOJ75JJ Bid Tabs

80000

ITEM ITEM DESCRIPTION J QTY j UNITS UNIT PRICE UNIT PRICE Unit Price Amount Unit Price Amount

i8 11 Gate Valve for Watfl Main r j EA $ 217079 $ 250000 $ 288722 $ 288722 $ 180000 $ 18000048 --------- middotmiddot-shy ------------ ------middot-~----------- -~middot~-W--------1------- ------+-------4--~------J-------1---------1

49 ----+-J__ +811 Gate Valve for Water Main with Manhole and 111 service taps 1_ EEAA $ 442694 $ 800000 $ 353lJ4 $ 353114 $ 500000 $ 500000

50 12 Gate Valve for Force Main j 1 s 375539 $ 350000 s 536275 s 536275 $ 350000 Is_______3_s_o_o_oo_

51 Connect to Existing 811 Water Main -__-middot_middot--------========------1--2middot i EA $ 228692 $ 250000 $ 97934 $ 195868 $ 520000 J-s- 1040000

52 Connect to Existing 12 Force Main 2 I EA $ 622586 $ 250000 $ l73748 $ 347496 $ 1050000 $ 2100000

LS $ 1133811 $ l 000000 $ 904000 -$-----9-04-0-00--$ 300000 $ 300000~-- --53-- middot(Testingandsurvey -----==---------- I -I ( --L-S----t-$---6--ll-2-34-t-$----1-0-00-0-0--10 $ 395500 $ 39550-0-t--$--2-900-00-+--$ 29000054 lAs-builts

SUBTOTAL (UTILITY) $ 1426deg24 $ 13201500

Page3 of7 NROADWAYPR020172011513 - Kudm Road avu LWDD L-8 Conal4 - Bid O~nlng and AnaiyW2017513 Bid Tabs

ITEM 1 ITEM DESCRIPTION I QTY IUNITS Unit Price I Amount Unit Price j Amount

ROADWAY ITEMS

1 7800000

~ ofT_raffi_c_(m--cl-P_ed_es_tri_an_M___ -----~--- -_---~-j--+plusmn- middot-L~S-- -$- =42s~ 1$o_T_)____~-- -middot--- - ___ -middot~middotmiddot 2 30000001 99 00Removal ofExisting Structure 12329900 J 50000003 --middot ---- -----+----------- shy

4 Remova1 Pedestrian Bridge LS $ 17 878 50 $ 1200000 -- --5---- C-l~g and Grubbing - -- --- --middot---------middot I I j- LS $ 572770 $middot- shy

572770 $ 3000000 $ 3000000 ~---------_-- ------- --- middot~---~ _ -middot- -----~--middotr--------1

6 Floating Turbidity Barrier I LS $ 48870 $ 48870 $ 300000 $ 300000 -~---------~~

__7 ____ ReguJarExcavation 96 I CY $ 1180 $ 113280 $ 2300 ___________ 220800 1

_______s_middot__ -IEmbankment (Compacted in Place) _ ll 5 CY $ 3135 $ 360525 $ 800 I$ 92000

9 Optional Base Group 7 __________ __ ~=~1 975 __ ___14_6_sJ~--~---~----~~~~~~ _____ s2_6_s_ooo-_-- t sv_~_s s s_4_o_o+-I_$____ __

- -- ~aveAsphalt concrete (Traffic Level q ___fr__ _ _ _ __ 2 940 j ~ 24~~ __~middot 26~00-jj $$_ ~--~1--~TN~- $$ 7 _7 20 ~$$____ 2332000

e-- 0-- jAsph~c~ Friction Course (l0) (FC-95) Rub~ 67 1 333 00 P 22rJ 1 ___00 30820001 00 460- -1 1

l Mi11ExistingAsphaltPavement(l) 411 SY $ 2775 $ II40525 $ 5000 __$___20_5_5_0-00shy

13 Adjust Valve Boxes EA $ 39965 I$ 39965 $ 28000 $ 28000

middot---1-4middotmiddot~ AdjustManhole --- -------~--middot EA $ 39635 $ 39635 $ 65000 $ middot--middot-6-50-00shymiddot~----middot-middot- I middot-~---------------

783225 $ 3500 $15 ~ConcreteCwbampGutter(Type F) middotmiddot~Z95i LF $ 4=-middot 16 1Conc Sidewalk(4 Thick) SY $ 46 80 $ 697320 $ 7000 $ 1043000

___ 17 _ _J~nc Sidewalk (6 Thick) (Driveways) -~-- - -- -- - ~~- f SY $ 5285 $ 628915 $ 7700 $ 916300 --- middot-middot-~--middot---~Sodding bull middot 1-middot 59middot - middotsy $ 1040 $ 622960 $ 750 $ 449250

- 19 Inl~~orum--middot~--Bo-tto_m_)(_T_yp_e_C_)-lt-10---- -middot ---~----middotmiddot--middot--------~ - ---3--- T-EA -~-$--3-99-7-8-0-+--------~-$ ]199340 $ 450000 $ 1350000

1-20----1-In-let-(Curbmiddot--)-(P--5-)-lt-10_1____________________________r _ -- 1~ -i-middot $~- 21911s 650000 s 6soooo

$ 279775 $

1 $ 1~2840 $1~p-~-c_________________________[_ ~-~~-_ _~_00_00__]~-~~-- -s_~~-~=~=~=~======~=~-~-~~2-_s-00_~_0~$---~~-2-~-s_oo_1 2 1 2 $ 68915 $ 023 ConcretePipe_Cul_vert_(_1_8_)__________ -~---middotmiddot---------+1

___1_s1__ LF $ 4975 $ 751225 $ 6300 j 951300

24 ClasslVConcrete(CulvertampHeadwalls) 1477 CY $ 162800 $ 24045560 $ J90000 $ 28063000 -~-~~-t--------t-----~-r--------1

25 Reinforcing Steel (Culvat amp Headwalls) 33768 LB $ $ 2363760 $070 200 $ 6753600

Page 4 of7 NROADWAYPR02D72DJ75J3- Kudza Road over LWOO L-8 Conaij4 - Bfrl Op ming and Anaysb20J 7513 Bid Tabs

ITEM ITEM DESCRIPTION I QTY UNITS Unit Price j Amount Unit Price r Amount

26 jPedestrianBicycle Railing 96 LF $ 9890 I$ 949440 $ 315 $ 30240

~- Bid~~)DltchLining ~ I~ =~~ ~ -shy middot29-~ Clean Sand Fill 215 CY $ 4335 $ 932025 $ 3000 $ middot 645000

---~3o 1

Stomi SewerPumpingExist)(24orlessXSeeSPs) -1middot--120 LF $ 4751 S 57000 $ 3000 $middot--middot- ~---middot middotshy 360000

SUBTOTAL(RO~WAY) $ 75115375 $ 84590990

CONTINGENCY~

31 ICJass I Concrete(Misc) ____ middot-----~ j 5 CY $ 648 95 I $ 324475 $ 190000 $ 950000 - ----------middot middot-middot1____1- ~-----1

__ 32 1 Chang~Je(VariableMessage) Sign (N~~--M_O_T)____ ___1_o______E_D____s___ 2530i$ 25300 S 3000 $ 30000

_ ~_ ITrafficCon~lOffietT(Non-MOT) -middot-----------shy 16 j HR $ 9295 $ 148720 $ _1_5_0_00--1-$---~2_4_~-~ r---34 Premium for Conflict Condition (See SPs) ________1

1middotf-----_-_--_J EA $ 355855 k 355855 $ 300000 S 300000

35 FlowableFill ____________

1

_1

00

0_ ~1middot--c~~YY -- _$s__2_s_s_1s---+i $ 25815~ $ 30000 $ 300000

middot---3-6 subsoil ExcavationI 1

4

2bull

7

9

5

0 f$$middot- ~I2

5

_

7

9_

0

o_bullbull

0

oo_

0

_$$___3_0_o_o-+1_$____3_ooo__oo~ 37 Stmm Sewer Cleaning (Exist) (24 or J~sXSee SPs) -------~middot- 120 I LF __ $ l 3000 I$ 360000

SUBTOTAL (ROADWAY)

UTILITY ITEMS

38 jRemove and Dispose Existing 811 AC- Water Main I I

39 ~ -shy --shy rRemove Existing 12 Force Main

40 Grout Existing 8 AC Water Main wi~~owable FilJ

41 middot]8 Ductile Iron Pipe For Wala Main Installation I 42 12 DIP Pipeor Force Main Installation l

-~---middot-middot--middot

43 FampI 8 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM -i44 FampI 12 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM -middot--shy

-~ 45 middotFampI 12 Ductile Iron 90 Degree Fittings w Reaction Blocking or Thrust Restraint for WM

-46 Furnish Install and Remove Sample Points Comp1ete

-shy47 2 Air Release Valve with Manhole for Water Main and Force Main I

$ 1298500 $ 2480000

40 I LF $ 14275 $

144 LF $ ~-+----6-1-middot-o-o ~- I+shy -w q 278 LF $ 1050 $ 291900 $ 1200 $ 333600I 25651 $

~-r-----~~~~--r-~~---~~

255 LF $ 10075 $

143 LF $ 20200 $

6 EA $ 28480-1 $-~

5 EA $ 90500 I$

I EA $ 91195 I$

94500 l$2 I EA $

2 EA $ 11sos2s 1 $

2~69125 $

2888600 $

170880 $

452500 $

97195 $

2361650 $

5400 $ 1377000

11500 $ 1644500

30000 $ 180000

78000 $ 390000

85000 $ 85000

69000 $ 138000

850000 $ 1700000

Page5 of7 NROADWAYPR020172017513 bull Kudza flood ov~r LWOD L-8 Conal4 middotBid 0plning arid Anaysii20175 Bid Tabt

ITEM ITEM DESCRIPTION QTY j lJNITS UnJtPrfce Amount Unit Price Amount

48 8 GateVaJveforWaterMain _1~-- _$_ 219~_-9_5____$____2bull 19595 $ 180000 _$____1_soo_00_ __4_9_ middot-18Ga~ Valve for Water Main with Manhole ~dPservice taps 1 -~ $ 367660 $ 367660 $ 550000 $ 550000

50 11211 Gate Valve for Force Main 1 II EA -- $ 315880 $ 315880 $ 300000 $ 300000

s1 jeonnect to Ex-isting 8 water M~- ---- -----2----1 --M $ 2 468 35 $ 493610 $ soo oo $ 1000001

_ 52~- - ]Connect to Existing 1 Forc_e_M--am------_______ ---middot-middotmiddotmiddot ____ - - H-middot-- EA $ 11965~95 $ 23931 ~90-bull __$___70-0-00---+--$-~-middot~--1_4_00_o_o_f 53 Testing and Survey 1( 1 LS $ 2781245 $ 2781245 $ 550000 $ 550000

--- 54 jAs-builts -middot ------ --------- ____ I l _L_S_ -$--1-3-09-4-3-5-+-$-- ~middot-13-09-4-35--+-$---4-5-00-00-~middot-$----4-S-OO--oo-

SUBTOTAL (UTILITY) S 1784188~ S 8602900

956~73890

Page 6 of7 NROADWAYPR0201720175U bull Kudza Aoad awr LWDD L-8 canaf4-Bfd Optnfng and Ana~lt2017513 Bid Tab$ bull

THE COUNTY DOES NOT GUARANTEE THE ACCURACY OF THE FORMULAS AND EXTENSIONS USED IN THIS SPREADSHEET ------~middot - -shy ______

r--bullbull middot-middot~ -shyTHE ITEMS AND QUANTITJES ABOVE SHALL GOVERN OVER THE PLANS

-shy _ _ ~--middot~middot - - _ ~-

PAY ITEM FOOTNOTES IN CONSTRUCTION PLANS SHALL ALSO BE INCLUDED IN ITEM UNIT PRICE

Note jPAY ITEM FOOTNOTES

1 All items sha11 include cost to furnish and install un]ess otherwise noted -middot ~ - bull -Tshy ~ _~-- - _--

middot Pennitting agency pre-construction meetings and notices of commencement compliance with stormwater pollution prevention plan and stormwata pollution control plan installation of erosionturbidity 2 controls including silt fences inlet protection inspections and reporting preparation and submittal of construction completion certifications and required record drawings by a professional engjneer andor ]and

bull Isurveyor utility notifications are considaed incidental to mobilization ~----middot - - -- ___

3 -- -1AII costs for Maintenance ofTraffic (MOT) and mobilization sha11 be consideci incidental to and shall b~ included in unit prices -fo~-tb-~ay items -

- )Sawc~t ofexisting aspha~ an~or concrete design~ted for removal per pJans ~oval and relocation ofprivatel~~~~middot~ systems including ~on mailboxes fencing ~ ~emoval and disposal ~-~~~~--shy

middot~areas ofexcess and unsuitable material that may b~ encountered during excavation removal and disposal ofexisting structures per plans is considered incidental to th~bid item clearing and grubbing ~ ____

5 Benn construction swale construction grading re-grading ofroadways driveways canal sections and all other rough and finish grading shall be considered incidental to the bid items Excavation andor Embankmenf

- -shy IDemolition ofexisting m~ri~ge to include all co~po~concrete deck and -~c railings bent caps w~g i1s sheet panels comrete ~ ooncrete -oacb slabs an~ any deadmen anchors P~er -shy

6 disposal ofall bridge debris is considered incidental to bridge demolition -shy middot- shy j1211 co~~~cted subgrade is co~~idered incidental to th~-~~-t ofbaserock constructio - - middot-- --shy -middot - - - shy ----~ -shy -middotmiddot~- middotshy

7

__ ___ ~~- --shy middotshy

8 Prime and tack coats are considered incidental to asphalt construction -- ---shy -shy --middoto-shy

9 Excavation and backfin for structures including cost of any select bedding material that may be nec~sary for a satisfactory installation as directed by Palm Beach County is considaed incid_ental to the cost of the structures

I ---shy -~-middot r

-middot~ - - ----shy - --middot-------shy ---=shy bull - 4 -middot -shy -middot _ -~middot -middot - -IO Wrapping of filter fabric around all pipe joints per FDOT index no 280 and cost ofcoring existing structures for pipe connection is considered incidental to the cost ofthe pipe _ ____

-middot __ _ __ __ __ --middot-middot middot

11 The cost of all anchoring hardware per FDOT index 852 is microicidentaJ to the item Pipe Guiderail (Steel) (FDOT Index 852) -shy

lnie cost of det~~Jewarning surfa~ ~ FDOT index 304 and base compaction is considen)(i incidental to sidewalkpatb~ay ~~ction --shy -~ -shy middotshy -

12 ~------- - -r-middotmiddotmiddot -middot~-~ -shy ___ _4_ -shy

13 The cost offilter fabric is incidental to the item Bedding Stone _ ~--- ~-- _--~- -shy - -middot _

14 Sodding-shall be in aceordancewith section 575 of the general provisions ofthis specification Includes costs for fertilizer and water unti1 final acceptance ~~ ---=---middot~ ~lt--- __ -shy

_ __1s__112 thick no 57 stone foundation and filler fabric is incidental to the bid item Class N Concrete (Cast in Place Headwall) -

__ __ -middot - - middotmiddotshy ---~

16 Contingency items may be increased decreased or deleted as directed by the engineer ----shy _______ ----------shy

--~-----

17 1Changeab1e (Variable)_ Message Sign (Non-MOT) and Traffic Control Officers (Non-MOT) in accordance with General Provisions (Section l 02)

- -middot _ ___ _ ~ -~-

~

Indicates Math Error

Page 7 of7

EXHIBIT B Village of Palm Springs (VPS)

PROJECT NAME Kudza Rd over L WDD L-8 Canal

PROJECTNUMBER 2017513

CONTRACTOR FG Construction LLC

ITEM QUANTITY UNITS UNIT PRICE AMOUNT

13 14

Adjust Valve Boxes Adjust Manhole

Roadway Items for VPS

lEA IEA

$26117 $71755

VPS Utility Subtotal

ITEM QUANTITY I UNITS UNIT PRICE

Roadway Contingency Item for VPS

34 Premium for Conflict Condition (See SPs) lEA $1469000

VPS Contingency Subtotal

ITEM QUANTITY I UNITS UNIT PRICE

$26117 $71755

$97872

AMOUNT

$1469000

$1469000

AMOUNT

VPS Utility Items

38 Remove and Dispose Existing 8 AC Water Main 40LF

39 Remove Existing 12 Force Main

40 Grout Existing 8 AC Water Main with Flowable Fill

41 811 Ductile Iron Pipe For Water Main Installation

42 12 DIP Pipe For Force Main Insta~lation

Continue in page 2

1

144LF

278LF

2551F

143LF

$28250

$2825

$967

$7889

$18669

$1130000

$406800

$268826

$2011695

$2669667

f

Village ofPalm Springs Exhibit B for Kudza Rd over LWDD L-8 Canal Project 2017513

ITEM QUANTITY I UNITS UNIT PRICE AMOUNT

VPS Utility Items

43 FampI 811 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM 6EA

44 FampI 12 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM SEA

45 FampI 12 Ductile Iron 90 Degree Fittings w Reaction Blocking or Thrust Restraint for WM 1 EA

46 Furnish Install and Remove Sample Points Complete 2EA

47 2 Air Release Valve with Manhole for Water Main and Force Main 2EA

48 8 Gate Valve for Water Main 1 EA

49 8 Gate Valve for Water Main with Manhole and 1 service taps lEA

50 12 Gate Valve for Force Main lEA

51 Connect to Existing 8 Water Main 2EA

52 Connect to Existing 12 Force Main 2EA

53 Testing and Survey 1 LS

54 As-builts 1 LS

$104517 $627102

$334288 $1671440

$359087

$79001

$359087

$158002

$968565

$288722

$1937130

$288722

$353114

$536275

$97934

$173748

$904000

$395500

$353114

$536275

$195868

$347496

$904000

$395500

VPS Utility Items Subtotal

Village of Palm Springs Grand Total

Village of Palm Springs Grand Total Plus lOoo Contingency

$14260724

$15827596

~17410356

FROADWAYUTILITY COORDINATION2017513_Kudzaover IA CanalVPS Exhibit Bdoc

2

2020------- shy Page 1 of 1

BOARD OF COUNTY COMMISSIONERS PALM BEACH COUNTY

BUDGET Amendment

FUND Transportation Improvement Fund BGRV 031620-430 BGEX 031620-1131

ACCOUNT NUMBER ACCOUNT NAME ORIGINAL BUDGET

CURRENT BUDGET INCREASE DECREASE

ADJUSTED BUDGET

EXPENDED ENCUMBERED

ASOF 31620

REMAINING BALANCE

REVENUES Kudza Road over LWDD L-8 Canal 3500-361-1520-6948 Utility Relocation Reimbursements 0 0 174104 0 174 104

TOTAL RECEIPTS amp BALANCES

EXPENDITURES Kudza Road over LWDD L-8 Canal 3500-361-1520-8101 Contributions Other Governmental Agencies

TOTAL APPROPRIATIONS amp EXPENDITURES

202361433

0

202361433

195369625

0

195369625

174 104

174 104

174 104

0

0

0

195543729

174 104

195543729

0 174 104

SIGNATURE DATE By Board of County Commissioners At Meeting of ________

Engineering amp Public Works ~hliamptk 1-1)-) IJ__i)

Administration I Budget Approval

OFMB Department - Posted Deputy Clerk to the Board of County Commissioners

Page 7: PROJECT NO. 2017513 · Affirmative Procurement Initiative (API) for Construction: 20% minimum mandatory SBE participation, established for the above-mentioned project, which opened

BID TABULATIONS

KUDZA ROAD OVERLWDD L-8 CANAL ENGINEERSAVERAGE

middotcoNTRACT ESTIMATE

cgt_o=- middotbullmiddotrshy ~--middotPBC-PROJECT 2017513 middot -c~middot middot lt middotgt c _ middot ~ middotmiddot middot bullmiddot bull middotmiddot middot -middotbull middot-Cc C _ _middotmiddotCc -~ --~ -_--~~ ---middot---~ --shy -_ -middotgt __]shy -shy ---~= ~--- - -=shy ~middot- bull - middot-----shy --~ -shy ~ -shy ~- - _--- middot _bull

ITEM I ITEM DESCRIPTION I QTY IUNITS UNIT PRICE UNIT PRICE

ROADWAY ITEMS

1 Mobilization 1 LS $ 6820109 $ 5000000

2 Maintenance ofTraffic (incl Pedestrian MOT) 1 LS $ 2548795 $ 400000

3 Removal ofExisting Structure 1 LS $ 7436225 $ 8000000

4 Removal Pedestrian Bridge 1 LS $ 1224212 $ 1200000

5 Clearing and Grubbing 1 LS $ 2571193 $ 1000000

6 Floating Turbidity Barrier 1 LS $ 167516 $ 252000

7 Regular Excavation 96 CY $ 2911 $ 769

8 Embankment (Compacted in Place) 115 CY $ 1950 $ 1289

9 Optional Base Group 7 975 SY $ 2888 $ 1079

10 Superpave Asphalt Concrete (Traffic Level C) 88 TN $ 25086 $ 16036

11 Asph Concrete Friction Course (10) (FC-95) Rubber 67 TN $ 32790 $ 14719

12 Mill Existing Asphalt Pavement ( 1 ) 411 SY $ 2614 $ 274

13 Adjust Valve Boxes 1 EA $ 31021 $ 39425

14 Adjust Manhole 1 EA $ 54098 $ 88800

15 Concrete Curb amp Gutter (Type F) 295 LF $ 3439 $ 2082

16 Cone Sidewalk (4 Thick) 149 SY $ 5844 $ 5527

17 Cone Sidewalk (6 Thick) (Driveways) 119 SY $ 6496 $ 6913

18 Sodding 599 SY $ 845 $ 336

19 Inlet (Ditch Bottom) (Type C) lt10 3 EA $ 397556 $ 510705

20 Inlet(Curb) (P-5) lt10 1 EA $ 531530 $ 580728

21 Yard drain 1 EA $ 188822 $ 194373

22 A2000 PVC Pipe (12) 11 LF $ 5411 $ 3333

23 Concrete Pipe Culvert ( 18) 151 LF $ 6916 $ 7550

24 Class IV Concrete (Culvert amp Headwalls) 1477 CY $ 164487 $ 130000

25 Reinforcing Steel (Culvert amp Headwalls) 33768 LB $ 163 $ 200

Page 1of7

FG CONSTRUCTION LLC

- - _-shy --- middot ~ - -__ - -~ --shy ----shy ----shy ------shy

Unit Price I Amount

$ 4746000 $ 4746000

$ 1507646 $ 1507646

$ 6215000 $ 6215000

$ 908999 $ 908999

$ 2712000 $ 2712000

$ 201194 $ 201194

$ 3164 $ 303744

$ 1865 $ 214475

$ 2187 $ 2132325

$ 20905 $ 1839640

$ 24860 $ 1665620

$ 1080 $ 443880

$ 26117 $ 26117

$ 71755 $ 71755

$ 2599 $ 766705

$ 5695 $ 848555

$ 6000 $ 714000

$ 791 $ 473809

$ 390442 $ 1171326

$ 696344 $ 696344

$ 172448 $ 172448

$ 4378 $ 48158

$ 6390 $ 964890

$ 105149 $ 15530507

$ 181 $ 6112008

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

middot shy c

JOHNSON~DAVIS INC t

----middot-= middotshy

Unit Price I

4500000 $

3500000 $

6200000 $

1000000 $

4000000 $

120000 $

5000 $

2000 $

2500 $

25000 $

27000 $

1600 $

30000 $

40000 $

5000 $

6000 $

7000 $

800 $

350000 $

500000 $

200000 $

5000 $

10000 $

200000 $

200 $

T - bull-shy _ -

Amount

4500000

3500000

6200000

1000000

4000000

120000

480000

230000

2437500

2200000

1809000

657600

30000

40000

1475000

894000

833000

479200

1050000

500000

200000

55000

1510000

29540000

6753600

p -0 (

tJ ~ _

0 -3 + (1

--J ~ J

NROADWAYPR020172017513 - Kudza Road over LWDD L-8 Canal4 -Bid Opening andAnalysis2017513 Bid Tabs

BID TABULATIONS ~

KUDZA ROAD OVER LWDD L-8 _CANAL FG CONSTRUCTIONENGINEERSAVERAGE JOHNSON-DA VIS INC

ESTIMATE LLCCONTRACT

middot=--middotmiddot bull _-middot -~~i- J~~-g~S~~PBC PROJECT 2017513 - -middot_(- middot-middot _middot 2 -middot2~middotcbull~~c - middotmiddotmiddotmiddot~ - middotmiddotmiddotmiddotmiddot-bulllt -middot (

_~ -middot - middot 0-_ bull -~ ~middot -bull- bull-T -- - bull middot - middotmiddot-middot- -- bullmiddot middot- middot - -

UNIT PRICEQTY UNITS UNIT PRICE Unit Price Amount Unit Price AmountITEM DESCRIPTIONITEM

LF $ 12038 $ 10000 $ 25448 $ 244300896 $ 12500 $ 1200000PedestrianBicycle Railing 26

$ 11412363 TN $ 7500 $ 6328 $ 2297064 $ 10000 $ 3630000Rip Rap (Rubble) FampI Ditch Lining 27

242 TN $ 8860 $ 7500 $ 7526 $ 1821292 $ 9000 $ 2178000Bedding Stone (Sect 530)28

215 CY $ 2967 $ 1500 $ 2034 $ 437310 $ 2500 $ 537500Clean Sand Fill 29

LF $ 3703 $ 10735120 $ 3500 $ 1288200 $ 600 $ 72000Storm Sewer Pumping (Exist) (24 or less)(See SPs) 30

$ 58774019 $ 78111400SUBTOTAL (ROADWAY)

CONTINGENCY ITEMS

31 5 CY $ 81370 $ 36244 $ 16611 $ 83055 $ 37500 $ 187500Class I Concrete (Misc)

$ 235110 ED $ 5680 $ 9040 $ 90400 $ 5000 $ 50000Changeable (Variable Message) Sign (Non-MOT) 32

HR $ 9303 $ 12656016 $ 4894 $ 7910 $ 5000 $ 80000Traffic Control Officer (Non-MOT) 33

1 EA $ 673000 $ 795487 $ 1469000 $ 1469000 $ 250000 $ 250000Premium for Conflict Condition (See SPs) 34

10 CY $ 22882 $ 18645 $ 186450 $ 200000$ 20000Flowable Fill 35

CY100 $ 3598 $ 4294 $ 429400 $ 350000$ 3500Subsoil Excavation 36

LF $ 1420120 $ 79320 $ 600 $ 72000Storm Sewer Cleaning (Exist) (24 or less)(See SPs) $ 66137

$ 2464185 $ 1189500SUBTOTAL (ROADWAY)

UTILITY ITEMS

38 LF $ 12631 $ 2825040 $ 2500 $ 1130000 $ 2000 $ 80000Remove and Dispose Existing 811 AC Water Main

LF $ 2273 $ 2825144 $ 2500 $ 406800 $ 288000Remove Existing 12 Force Main $ 200039

LF $ 1304278 $ 1000 $ 967 $ 268826 $ 2000 $ 556000Grout Existing 811 AC Water Main with Flowable Fill 40

255 LF $ 7966 $ 8000 $ 7889 $ 2011695 $ 8500 $ 21675008 Ductile Iron Pipe For Water Main Installation 41

LF $ 16342143 $ 14000 $ 18669 $ 2669667 $ 15000 $ 214500012 DIP Pipe For Force Main Installation 42 9

EA $ 56374 $ 1045176 $ 80000 $ 627102 $ 62500FampI 8 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM $ 375000 043 (

EA $ 153197 $ 3342885 $ 100000 $ 1671440 $ 110000 $ 550000FampI 12 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM44

EA $ 1653211 $ 100000 $ 359087 $ 359087FampI 12 Ductile Iron 90 Degree Fittings w Reaction Blocking or Thrust Restraint for WM $ 120000 $ 12000045 ~

EA2 $ 80625 $ 79001 $ 158002 $ 160000$ 65000 $ 8000046 Furnish Install and Remove Sample Points Complete

2 EA $ 999848 $ 750000 $ 968565 $ 1937130 $ 1000000 $ 20000002 Air Release Valve with Manhole for Water Main and Force Main 47

Page 2 of7 NROADWAYPR020172017513 - Kudza Raad over LWDD l-8 Canal4 - Bid Opening andAnalysis2017513 Bid Tabs

BID TABULATIONS ~-7_~

KUDZA ROAD OVER LWDD L-8 CANAL ENGINEERS FG CONSTRUCTION JOHNSON-DAVIS INC-- AVERAGE

CONTRACT ESTIMATE LLC -

PBC PROJECT 2017513 middot CCshy

middotmiddotmiddotgtmiddotmiddot_middotmiddotmiddotbullmiddotmiddot--~middotmiddotc middot= -bullshy middot--~ --~ ~- middot-middotA-middotmiddotmiddotbull middotmiddot1c-middot middotbull middotmiddotbull= -=middotmiddotmiddot__ middot bull-=middot ccmiddotmiddot bull-__ _ = bull middotmiddotmiddotmiddotmiddotmiddotmiddot=middot--middotmiddot -= - bull _- middot~ -middot ~- middot_middot __ ~~ ~- -_ middotmiddot -

ITEM ITEM DESCRIPTION QTY UNITS UNIT PRICE UNIT PRICE Unit Price Amount Unit Price Amount

48 8 Gate Valve for Water Main 1 EA $ 217079 $ 250000 $ 288722 $ 288722 $ 180000 $ 180000

49 8 Gate Valve for Water Main with Manhole and 1 service taps 1 EA $ 442694 $ 800000 $ 353114 $ 353114 $ 500000 $ 500000

50 12 Gate Valve for Force Main 1 EA $ 375539 $ 350000 $ 536275 $ 536275 $ 350000 $ 350000

51 Connect to Existing 8 Water Main 2 EA $ 228692 $ 250000 $ 97934 $ 195868 $ 520000 $ 1040000

52 Connect to Existing 12 Force Main 2 EA $ 622586 $ 250000 $ 173748 $ 347496 $ 1050000 $ 2100000

53 Testing and Survey 1 LS $ 1133811 $ 1000000 $ 904000 $ 904000 $ 300000 $ 300000

54 As-builts 1 LS $ 611234 $ 1000000 $ 395500 $ 395500 $ 290000 $ 290000

SUBTOTAL (UTILITY) $ 14260724 $ 13201500

_

_754989Z~~ _-~25W24-~9--TOTAL BID __ -~ ~middotmiddot~cl $ $ bull _ yen middotI ~

Page3 of7 NROADWAYPR020172017513 -Kudza Road over LWDD L-8 Canaf4 - Bid Opening and Analysis2017513 Bid Tabs

BID TABULATIONS

KUDZA ROAD OVER LWDD L-8 CANAL

CONTRACT

=middot-middotl~BCPROJECT2017513 -middot -----~- __middotmiddot - -= - shy ~middot- __ - - __ - - - - - - bull -middot - ---middot ---= -shy -~- shy - ---shy - bull --_ -~ - __~ middotshy

ITEM I ITEM DESCRIPTION I QTY IUNITS

ROADWAY ITEMS

1 Mobilization 1 LS $

2 Maintenance ofTraffic (incl Pedestrian MOT) 1 LS $

3 Removal ofExisting Structure 1 LS $

4 Removal Pedestrian Bridge 1 LS $

5 Clearing and Grubbing 1 LS $

6 Floating Turbidity Barrier 1 LS $

7 Regular Excavation 96 CY $

8 Embankment (Compacted in Place) 115 CY $

9 Optional Base Group 7 975 SY $

10 Superpave Asphalt Concrete (Traffic Level C) 88 TN $

11 Asph Concrete Friction Course (10) (FC-95) Rubber 67 TN $

12 Mill Existing Asphalt Pavement (l ) 411 SY $

13 Adjust Valve Boxes 1 EA $

14 Adjust Manhole 1 EA $

15 Concrete Curb amp Gutter (Type F) 295 LF $

16 Cone Sidewalk ( 4 Thick) 149 SY $

17 Cone Sidewalk (6 Thick) (Driveways) 119 SY $

18 Sodding 599 SY $

19 Inlet (Ditch Bottom) (Type C) lt1 O 3 EA $

20 Inlet (Curb) (P-5) lt10 1 EA $

21 Yard drain 1 EA $

22 A2000 PVC Pipe (12) 11 LF $

23 Concrete Pipe Culvert (18) 151 LF $

24 Class IV Concrete (Culvert amp Headwalls) 1477 CY $

25 Reinforcing Steel (Culvert amp Headwalls) 33768 LB $

Page 4 of7

FERREIRA CONSTRUCTION

SOUTHERN DIVISION _CO INC_ _---middot--middotshy --shy

_-- -middot bull bull _ shy ~-_ ~7middot-~- - ~-- bull

Unit Price I Amount

10234435 $ 10234435

2187535 $ 2187535

12329900 $ 12329900

1787850 $ 1787850

572770 $ 572770

48870 $ 48870

1180 $ 113280

3135 $ 360525

1465 $ 1428375

27940 $ 2458720

33300 $ 2231100

2775 $ 1140525

39965 $ 39965

39635 $ 39635

2655 $ 783225

4680 $ 697320

5285 $ 628915

1040 $ 622960

399780 $ 1199340

279775 $ 279775

132840 $ 132840

6265 $ 68915

4975 $ 751225

162800 $ 24045560

070 $ 2363760

FOSTER MARINE

CONTRACTORS INC )

- - - shy -shy - --~ - middot - ~

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

Unit Price I

7800000 $

3000000 $

5000000 $

1200000 $

3000000 $

300000 $

2300 $

800 $

5400 $

26500 $

46000 $

5000 $

28000 $

65000 $

3500 $

7000 $

7700 $

750 $

450000 $

650000 $

250000 $

6000 $

6300 $

190000 $

200 $

Amount

7800000

3000000

5000000

1200000

3000000

300000

220800

92000

5265000

2332000

3082000

2055000

28000

65000

1032500

1043000

916300

449250

1350000

650000

250000

66000

951300

28063000

6153600

bpJ tshy

0 pr Cl (1-h ~

-J (fshy

NROADWAYPR020172017513 - Kudza Raad over LWDD L-8 Canal4 -Bid Opening and Anaysis2017513 Bid Tabs -C

BID TABULATIONS middot

KUDZAROADOVERLWDD L-8 CANAL - middotcoNTRACT

PBC PROJECT 2017513 middot middotmiddot -middot c middotmiddotmiddotc ccmiddotmiddotmiddot middot cmiddotc Cbullltc middotmiddot bull ~ -_shy

ITEM ITEM DESCRIPTION QTY UNITS

26 PedestrianBicycle Railing 96 LF $

27 Rip Rap (Rubble) FampI Ditch Lining 363 TN $

28 Bedding Stone (Sect 530) 242 TN $

29 Clean Sand Fill 215 CY $

30 Storm Sewer Pumping (Exist) (24 or less)(See SPs) 120 LF $

SUBTOTAL (ROADWAY) $

CONTINGENCY ITEMS

31 Class I Concrete (Misc) 5 CY $

32 Changeable (Variable Message) Sign (Non-MOT) 10 ED $

33 Traffic Control Officer (Non-MOT) 16 HR $

34 Premium for Conflict Condition (See SPs) 1 EA $

35 Flowable Fill 10 CY $

36 Subsoil Excavation 100 CY $

37 Storm Sewer Cleaning (Exist) (24 or less)(See SPs) 120 LF $

SUBTOTAL (ROADWAY) $

UTILITY ITEMS

38 Remove and Dispose Existing 8 AC Water Main 40 LF $

39 Remove Existing 12 Force Main 144 LF $

40 Grout Existing 8 AC Water Main with Flowable Fill 278 LF $

41 8 Ductile Iron Pipe For Water Main Installation 255 LF $

42 12 DIP Pipe For Force Main Installation 143 LF $

43 FampI 8 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM 6 EA $

44 FampI 12 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM 5 EA $

45 FampI 12 Ductile Iron 90 Degree Fittings w Reaction Blocking or Thrust Restraint for WM 1 EA $

46 Furnish Install and Remove Sample Points Complete 2 EA $

47 2 Air Release Valve with Manhole for Water Main and Force Main 2 EA $

Page 5 of7

FERREIRAmiddot CONSTRUCTION

SOUTHERN DIVISION middot~~Q JNlt r

~ middot - -bull J -_ ___ - - ~middot middot-~ _middot ~- -~-- _ middotmiddotbullmiddotmiddot

Unit Price Amount

9890 $ 949440

12320 $ 4472160

8915 $ 2157430

4335 $ 932025

475 $ 57000

75115375

64895 $ 324475

2530 $ 25300

9295 $ 148720

355855 $ 355855

25815 $ 258150

1290 $ 129000

475 $ 57000

1298500

14275 $ 571000

2565 $ 369360

1050 $ 291900

10075 $ 2569125

20200 $ 2888600

28480 $ 170880

90500 $ 452500

97195 $ 97195

94500 $ 189000

1180825 $ 2361650

~~f

FOSTER MARINEmiddot~~iB CONTRACTORS INC

gtmiddotbullmiddot bull bull- _ ~-middot=-- middot

---middotmiddot ___ __z

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

Unit Price

315 $

17000 $

10000 $

3000 $

3000 $

190000 $

3000 $

15000 $

300000 $

30000 $

3000 $

3000 $

6000 $

1700 $

1200 $

5400 $

11500 $

30000 $

78000 $

85000 $

69000 $

850000 $

Amount

30240

6171000

2420000

645000

360000

84590990

950000

30000

240000

300000

300000

300000

360000

2480000

240000

244800

333600

1377000

1644500

180000

390000

85000

138000

1700000

cJ h

$ ~ f ~ (l ~

t 0 ~ -1 -J -C

NROADWAYPR020172017513 - Kudza Road over LWDD L-8 Conal4 - Bid Opening and Anaysis2017513 Bid Tabs

BID TABULATIONS FERREIRA KUDZA ROAD OVER LWDD L-8 CANAL CONSTRUCTION

CONTRACT SOUTHERN DIVISION

lBCbullPROJEpoundT2017513 CO INC Imiddotmiddot- 2lt- - ~~-bullmiddotmiddot- middotmiddot shy -middot -- -

~ bull c- gt -middotmiddot ltgt-bullmiddotmiddotmiddot-- _ iebullbull -lt - bull - -shy bull~middot middot middot c bullmiddotmiddotmiddot- bull - middotmiddot shy __

ITEM ITEM DESCRIPTION QTY UNITS Unit Price Amount

48 8 Gate Valve for Water Main 1 EA $ 219595 $ 219595

49 8 Gate Valve for Water Main with Manhole and 1 service taps 1 EA $ 367660 $ 367660

50 12 Gate Valve for Force Main 1 EA $ 315880 $ 315880

51 Connect to Existing 8 Water Main 2 EA $ 246835 $ 493670

52 Connect to Existing 12 Force Main 2 EA $ 1196595 $ 2393190

53 Testing and Survey 1 LS $ 2781245 $ 2781245

54 As-builts 1 LS $ 1309435 $ 1309435

SUBTOTAL (UTILITY) $ 17841885

TOTAL BID $ 94255760middot

$

$

$

$

$

$

$

$

$

FOSTERMARINE CONTRACTORS INC

bullgtcmiddotmiddot -gt bull~middot bull middot- middot

bull--middot-middot shy bull middot-middot ~-middot _ middot~ - - middot-_ middot

Unit Price Amount

180000 $ 180000

550000 $ 550000

300000 $ 300000

50000 $ 100000

70000 $ 140000

550000 $ 550000

450000 $ 450000

8602900

95673890

b

r sshy~

(~ ~

r-Page 6of7 NROADWAYPR020172017513 - Kudza Road over LWDD L-8 Canal4 - Bid Opening and Anafysis2017513 Bid TaEshy

THE COUNTY DOES NOT GUARANTEE THE ACCURACY OF THE FORMULAS AND EXTENSIONS USED IN TIDS 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

All items shall include cost to furnish and install unless otherwise noted

Permitting agency pre-construction meetings and notices of commencement compliance with stormwater pollution prevention plan and stormwater pollution control plan installation of erosionturbidity

2

1

controls including silt fences inlet protection inspections and reporting preparation and submittal of construction completion certifications and required record drawings by a professional engineer andor land surveyor utility notifications are considered incidental to mobilization

3 All costs for Maintenance ofTraffic (MOT) and mobilization shall be considered incidental to and shall be included in unit prices for the pay items

Sawcut of existing asphalt andor concrete designated for removal per plans removal and relocation ofprivately owned systems including irrigation mailboxes fencing etc removal and disposal in suitable 4

areas of excess and unsuitable material that may be encountered during excavation removal and disposal of existing structures per plans is considered incidental to the bid item clearing and grubbing

Berm construction swale construction grading re-grading of roadways driveways canal sections and all other rough and finish grading shall be considered incidental to the bid items Excavation andor 5

Embankment

Demolition of existing road bridge to include all components-concrete deck and traffic railings bent caps wing walls sheet panels concrete piles concrete approach slabs and any deadmen anchors Proper 6

disposal of all bridge debris is considered incidental to bridge demolition

7 12 compacted subgrade is considered incidental to the cost ofbaserock construction

8 Prime and tack coats are considered incidental to asphalt construction

Excavation and backfill for structures including cost of any select bedding material that may be necessary for a satisfactory installation as directed by Palm Beach County is considered incidental to the cost of 9

the structures

10 Wrapping of filter fabric around all pipe joints per FDOT index no 280 and cost of coring existing structures for pipe connection is considered incidental to the cost of the pipe

The cost of all anchoring hardware per FDOT index 852 is incidental to the item Pipe Guiderail (Steel) (FDOT Index 852)

12

11

The cost ofdetectable warning surfaces per FDOT index 304 and base compaction is considered incidental to sidewalkpathway construction

The cost of filter fabric is incidental to the item Bedding Stone

14

13

Sodding-shall be in accordance with section 575 of the general provisions of this specification Includes costs for fertilizer and water until final acceptance

15 12 thick no 57 stone foundation and filter fabric is incidental to the bid item Class IV Concrete (Cast in Place Headwall)

16 Contingency items may be increased decreased or deleted as directed by the engineer

17 Changeable (Variable) Message Sign (Non-MOT) and Traffic Control Officers (Non-MOT) in accordance with General Provisions (Section 102)

-middot Indicates Math Error

Page7 of7

INTERLOCAL AGREEMENT BETWEEN PALM BEACH COUNTY FLORIDA AND

VILLAGE OF PALM SPRINGS FOR JOINT PARTICIPATION AND PROJECT FUNDING FOR CONSTRUCTION OF UTILITY ADJUSTMENTS FOR

KUDZA ROAD BRIDGE OVER LWDD L-8 CANAL BRIDGE REPLACEMENT

PALM BEACH COUNTY PROJECT NO 2017513

THIS Interlocal Agreement (AGREEMENT) for Kudza Road Bridge replacement over the LWDD L-8 Canal (PROJECT) is made as of the __ day of 20201 by and between Palm Beach County1 a political subdivision of the State of Florida1 by and through its Board of County Commissioners (COUNTY) and the Village of Palm Springs1 a municipal corporation existing under the laws of Florjda (hereinafter VILLAGE) each one constituting a public agency defined in Part I of Chapter 163 Florida Statutes (individually Party and collectively Parties)

WHEREAS Section 16301 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 VILLAGE has requested the COUNTY to construct water main1 force main and associated appurtenance adjustments to the VILLAGES system (UTILITY WORK) within the limits of the PROJECT and

WHEREAS1 the COUNTY and the VILLAGE desire to jointly participate in the UTILilY WORK and

WHEREAS both COUNTY and VILLAGE declare that it is in the public interest that the UTILTIY 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

VILLAGE OF PALM SPRINGS 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 2017513 Said Bid Documents include the UTILITY WORK as shown in VILLAGE prepared Utility Matrix Applicable Technical Specifications Standard Construction Details and Approved Product List

B COUNTY shall obtain written approval from the VILLAGE in advance of any change orders including any costs associated with the VILLAGES failure to approve change orders in a timely manner which increase the cost attributable to the UTILITY WORK to an middotamount greater than the contract amount as stated in Section 3A below VILLAGES 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 contractors bid for the PROJECT and the UTILllY WORK

Section 3 VILLAGES Responsibilities

A VILLAGE shall reimburse COUNTY a total estimated cost including 10 contingency of One Hundred Seventy Four Thousand One Hundred Three Dollars and Fifty Six Cents $17410356) provided COUN1Y 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 VILLAGES Utility Items shall be paid by the VILLAGE

8 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 VILLAGE

C Upon completion of the PROJECT and the UTILilY WORK the VILLAGE shall repair and maintain the UTILITY WORK at VILLAGES expense

Section 4 PaymentsInvoicing and Reimbursement

The COUNTY will invoice the VILLAGE on a periodic basis during construction of the PROJECT and the UTILin WORK The VILLAGE agrees to provide to COUNTY payment for documented costs for the UTILITY WORK in the amount established in Section 3A COUNTY shall submit all invoices to the VILLAGE identifying the UTILITY WORK including COUNTYS total expenditure for the PROJECT and identifying the amount attributablemiddot 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 VILLAGE within seven (7) calendar days of request by the VILLAGE Invoices received from COUNlY will be reviewed and approved by the VILLAGE to ensure that expenditures have been made in conformity with this

2

VILLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

AGREEMENT Upon COUNTYS submission of acceptable documents needed to substantiate its costs for the UTILITY WORK VILLAGE will provide said payment to COUNTYmiddot on a reimbursement basis within thirty (30) days of receipt of all required documents In no event shall the VILLAGE 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 VILLAGE 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 VILLAGE will reimburse the COUNTY for the UTILI1Y WORK completed as of the date the COUNTY suspends the UTILITY WORK Any remaining unpaid portion of this AGREEMENT shall be retained by the VILLAGE and the VILLAGE shall have no further obligation to honor reimbursement requests submitted by the COUNTY

Section 5 Access and Audits

COUNTY and VILLAGE 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 VILLAGE 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 COUNTYS sole direction supervision and control All VILLAGE employees engaged in the work or services performed pursuant to this AGREEMENT shall at all times and in all places be subject to VILLAGES sole direction supervision and control (he 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 othermiddot Party shall be that of an Independent Contractor and not as employees or agents of the other

Neither COUNTY nor the VILLAGE 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 VILLAGE

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

VILLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

or permitted under state and local law to perform such services

All of COUNlYS 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 VILLAGE and COUNTY recognize their liability for certain tortious acts of its agents officers employees and invitees to the extent and Hmits provided in Section 768281 Florida Statutes To the extent permitted by law the VILLAGE and COUNlY shall indemnify defend and hold the other harmless against any actions claims and damages arising out of the 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 76828 Florida Statutes1 nor shall the same be construed to constitute an agreement by the VILLAGE 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 andor VILLAGE

Section 9 Annual Appropriation

All provisions of this AGREEMENT calling for the expenditure of ad valorem tax money by either the COUNTY or the VILLAGE are subject to annual budgetary funding and should either Party involuntarily fail to fund any of their respective obfigations 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 attorneys fees) associated with the enforcement of the terms andmiddot conditions of this AGREEMENT shall be borne by the respective Parties

4

VILLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

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

All notice to the VILLAGE shall be sent to

Ronald Eyma PE Public Service Director Village of Palm Springs 226 Cypress Lane Palm Springs FL 33461

All notice to the COUNTY shall be sent to

Omelia A Fernandez P E Director Palm Beach County Engineering amp Public Works Roadway Production Division P0 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 Partys right to assert or rely upon any such provisions or rights in that or

any other instance

5

VILLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

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 Section 17 Non~Discrimination

COUNTY and VILLAGE 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 st~tus 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

COUNlY and VILLAGE shall abide by all applicable federal state and local Jaws orders rules and regulations when performing under this AGREEMENT COUNTY and VILLAGE 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 Generals 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

6

VllLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

contract

Section 23 Public Entity Crime Certification

As provided in FS 287132-133 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 FS 287133 (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 VILLAGE 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

VILLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

IN WITNESS WHEREOF the undersigned Parties have executed this AGREEMENT on the day and year first written above

VILLAGE OF PALM SPRINGS

BY~~~~--~---shyBev Smith Mayor

AllEST

Kimberly M Wynn AUTHORITY CLERK

PALM BEACH COUNlY FLORIDA

BY __~----------~~~-shyTanya N McConnell PE Deputy County Engineer

APPROVED AS TO TERMS AND CONDITTONS

BY __~--~~--~--shy(DATE)

APPROVED AS TO FORM APPROVED AS TO FORM AND LEGAL SUFFIOENCY AND LEGAL SUFFIOENa

BY _________ BY~YB~H---~--~~~~~~~shyVIiiage Attorney Assistant County Attorney

FROADWAYUTILI1Y COORDINATION2017513_Kudza over L-8 CanalVPS Construction Agreementdoc

8

ITEM I ITEM DESCRIPTION QTY middot1 UNITS UNIT PRICE UNIT PRICE UnitPrice I Amount Amount

2 I 30000 $ 30000-g= ___ 4_~-_0 _____1_4_00-so-_

SS21 $ S695 $ --8485ss $ 6000 S 894000

6913 $ 6000 I $ 714000 $ 7000 $ 833000

336 $ 791 I$ 473809 $~-~--8-00~+~$ 479200 middot-~----~~-middot-

510705 $ 390442 $ ll71326 $ 3500001~-- 1050000

~~ 200000 ~ 3333 $ 4378 $ 48158 $ S000 $ 55000

~~ s ~oo s ~~~ s 1~00 $

130000 $ 105149 $ lSS30507 $ 200000 $

1510000

29540000

ROADWAY ITEMS

Mobilization

MaintenanceofTraffic(inclPooestrianMOT)

3 Removal ofExisting Structure

2

- dge -middot- ---middot middotshy ~~=mer

=8 1Embankment(C~~P~-~- shy_ --=-=--~_jmucrde~~Cgt

____J_l__ =jh~7deg=~middot~)(FC-95)Rubber 13 AdjustValveBoxes

~1 outtflt (Type F)

16 Cone SidewaJk~(~_-~-middot -~middot ~_ ___

17 Cone Sidewalk (6 Thick)(Driveways)

18 Sodding middot--~----middot~--~middot---middot- ~--middot--middot--~

j LS $ 6820109 $ 5000000 $ 4746000 $

I LS $ 2548795 $ 4ooooo $ 15076461___

I 1 I LS $ 7436225 $ 8000000 $ 6215000 $

middotmiddot--middot-- ------ middotI middot+-+ ~- ~~ 2~~ middot--middot-middot-middot--1--~middotmiddot -middot--middot~-~ 2~2 M

I 115 I CY $ 1950 $ 1289 $ 1865 $

-~--====J__ _-=f --=~- ~ l~ 2 __ 7i-- middotmiddot-~+---~~~---~~-middot-middotmiddot14~ 2 ---4

EA $ 31021 $

5 295 shy

149 SY $ 5844 $

119 SY $ 6496 $

599 SY $ 845 $

19 InletDitchBottom)(TypeC)lt10 --middot~-----------middot--middotmiddot ___ 3 EA $ 397556 $

______-+--~-et-~-urb-middot-~-(P--5-)_lt_10_- --- --------middot- ~=~-------- I =~-i~--__A_-_--_________~ ___

22 A2000PVCPipe(Iin) 11 LF $ 5411 $

___~____eo_n_~--~-middot_e_c_~_~_c_1s_i_________--_-_~------~--~-~-s 16 $

24 ClassNConcrete(CulvaiampHeadwalls) 1477 CY $ 164487 $

39425 $ 26117 $-

4746000 $ 4500000 $ 4500000

1_s_0__ __ 3_5 _ooo_oo_16_4_6-1_s 3_s_oo_o_oo___$____ 6215000 $ 6200000 $ 6200000

--2-~-~---=-middot--~---~=---0----0-+middot---~---~--0-- -----------12_~__-o--t------~----o--0

214415 $ 2000 $ 230000

-~- middotmiddotmiddot middotmiddot -=~~

~r-=~- --1-~~----lr_

1~ 26117 $-

--~-~-1--~---~-~--~~~middot~-~~~-~-~~~~---~~+-~~---lt-~~ --~--~-+--~-----1~-~~--1middot~~~-~~-+-~~~~-~~

25 Reinforcing Steel (Culvert amp Headwalls) 33768 LB $ 163 $ 200 $ 181 $ 6Cl2008 $ 200 $ 6753600

Page 1 of7 NROAOWAYPll020172017513 bull KudzD Road Oliff LWDD L-8 Conal4 middotBid Optnlng and Analysls201753 Bid Tabs

26

ITEM ITEM DESCRIPl10N QTY UNITS UNIT PRICE UNIT PRICE Unit Price J Amount Unit Price Amount

PedestrianBicycleRailing ll 96 LF $ 12038 $ 10000 $ 25448 $ 2443008 $ 12500 $ 1200000 -----middot------+--------- --middotmiddotmiddotmiddotmiddot-middotmiddot------ --------- middot~---r----~middot----tmiddot-

27 Rip Rap (Rubble) FampI Ditch Lining 363 TN

28 Bedding Stone (Sect 530) ----------~------- 242 i TN

3

209 Clean Sand Fill --middot------ -shy - - ----- shy --il~l2105 -~LF~-Storm Sewer Pumping (Exist) (24 or IessXSee SPs) 120

CONTINGENCY ITEMS

___3_1_ _JClass I Concrete (Misc)

32 _ _jChangeable(VariableMessage) Sign (Non-MOT)

33 )Traffic Control Officer (Non-Mon

SUBTOTAL (ROADWAY)

34 Premium for Conflict Condition (See SPs) --middotmiddot ~---------- shy ------ shy

35

36

37

lFlowable Fill i

Subsoil Excavation ___ j middotlt~----middot

IStonn Sewer Cleaning (Exist) (24II or less xsee SPs)

UTILITY ITEMS

38 Remove and Dispose Existing 8 AC Water Main

39 Remove Existing 12 Force Main lt----~-- --middot--+------------shy

SUBTOTAL(ROADWAY)

40 LF

144 LF

$ 11412 $ 7500 $ 6328 $ 2297064 $ 10000 $ 3630000

$ 8860 $ 7500 $ 7526 $ ] 821292 $ 9000 $ 2178000

$$ 32790637 3155- middot-middot- 437310 I $ 2500 $ 531500-$$_____ bulloooo-middot-$$middotmiddotmiddotmiddot---1-02703354 $$ 1288200

$ 58774019

$ 81370 $ 36244 $ 16611 $ 83055

$ 5680 $ 2351 $ 9040 $ 90400

$ 9303 $ 4894 $ 7910 $ 126560

$ 673000 $ 795487 $ 1469000 $ 1469000 ~-~--------- ~-------i--

$ 22882 $ 18645 $ 186450

$ 600 $ 72000

$ 78111400

$ 31soo I$ 187500i

$ 5000 r $ 50000

$ sooo Is 80000 ----+----middotmiddot-----shy

$ 250000 $ 250000

$ 20000 $ 200000

$

$

~ __4_2-9--l----middot-~ --- _3~f-middot---3-middot~--o~-=-6$ 2464185 $ 1189500

$ 12631 $ 2500 $ 28250 I$ 1130000 $ 2000 $

$ 2273 $ 2500 $ 2825 middot1 $ 406800 $ 2000 $ 288000

40 Grout Existing 811 AC Water Main with Flowable Fill 278 LF $ 1304 $ 1000 $ 967 $ 268826 $ 2000 $ 556000 ------~ -middot-------+---- ~ __ -------+---shy

41 8 DuctileironPipeForWaterMaininstallation -----1---2_ss__ j LF $ 7966 _s_____s_o_00___$~ __7_8_89--t-_s___2_o_11695 _s___~500 i-$___2_1_6_1_so_o_

42 1211 DIPPipeForForceMainlnstallation 143 J LF $ 16342 $ 14000 $ 18669 $ 2669667 $ 15000 $ 21450001-------- ~--~-----middot--- middot--r----~---~-- __ t

___4~ -middot __ FampI 8 Ductile kon 45 Degree Fittings wl Reaction Blocking or Thrust Restraint for WM 6 ~ EA $ 56374 $ 80000 S 104517 $ 627102 $ 62500 _$_____3_7_s_o_oo-f

44 FampI12degDuctilelron45DegreeFittingswReactionBJockingorThrustRcstraintforWM 5 j EA $ 153197 $ 100000 $ 334288 $ 1671440 $ 110000 $ 550000 -middot -------f---middotmiddot--------------------------middot-- --shy~middot-middotmiddotmiddot----4_5 ---1F_amp_I_1_2__Du_c_til_middote_h__ __ee_F_ittin__gs_w_l_R_ea_cti_middoto_n_B_Ioc_km_middotg_or_Thrust_R_es_trai_n_t_fo_r_WM -+-____ ~ EEAA $ 165321 $ 100000 $ 3590871 $ 359087 $ 120000 _s_____o_n_9_o_D_egr __ __ l_2_oo_00_

4

46 Furnish Install and Remove Sample Points Complete 2 $ 80625 $ 65000 $ 79001 $ 158002 $ 80000 $ 1600001 1

middot~------~--------~

47 2 Air Release Valve with Manhole for Water Main and Force Main 2 I EA $ 999848 $ 750000 $ 968565 I$ 1937130 $ 1000000 $ 2000000

Pagel of7 NROADWAYPR020172017513 middotKudla Road over LWDD L-8 Canal4- Sid ~nlng and AnalyslsZOJ75JJ Bid Tabs

80000

ITEM ITEM DESCRIPTION J QTY j UNITS UNIT PRICE UNIT PRICE Unit Price Amount Unit Price Amount

i8 11 Gate Valve for Watfl Main r j EA $ 217079 $ 250000 $ 288722 $ 288722 $ 180000 $ 18000048 --------- middotmiddot-shy ------------ ------middot-~----------- -~middot~-W--------1------- ------+-------4--~------J-------1---------1

49 ----+-J__ +811 Gate Valve for Water Main with Manhole and 111 service taps 1_ EEAA $ 442694 $ 800000 $ 353lJ4 $ 353114 $ 500000 $ 500000

50 12 Gate Valve for Force Main j 1 s 375539 $ 350000 s 536275 s 536275 $ 350000 Is_______3_s_o_o_oo_

51 Connect to Existing 811 Water Main -__-middot_middot--------========------1--2middot i EA $ 228692 $ 250000 $ 97934 $ 195868 $ 520000 J-s- 1040000

52 Connect to Existing 12 Force Main 2 I EA $ 622586 $ 250000 $ l73748 $ 347496 $ 1050000 $ 2100000

LS $ 1133811 $ l 000000 $ 904000 -$-----9-04-0-00--$ 300000 $ 300000~-- --53-- middot(Testingandsurvey -----==---------- I -I ( --L-S----t-$---6--ll-2-34-t-$----1-0-00-0-0--10 $ 395500 $ 39550-0-t--$--2-900-00-+--$ 29000054 lAs-builts

SUBTOTAL (UTILITY) $ 1426deg24 $ 13201500

Page3 of7 NROADWAYPR020172011513 - Kudm Road avu LWDD L-8 Conal4 - Bid O~nlng and AnaiyW2017513 Bid Tabs

ITEM 1 ITEM DESCRIPTION I QTY IUNITS Unit Price I Amount Unit Price j Amount

ROADWAY ITEMS

1 7800000

~ ofT_raffi_c_(m--cl-P_ed_es_tri_an_M___ -----~--- -_---~-j--+plusmn- middot-L~S-- -$- =42s~ 1$o_T_)____~-- -middot--- - ___ -middot~middotmiddot 2 30000001 99 00Removal ofExisting Structure 12329900 J 50000003 --middot ---- -----+----------- shy

4 Remova1 Pedestrian Bridge LS $ 17 878 50 $ 1200000 -- --5---- C-l~g and Grubbing - -- --- --middot---------middot I I j- LS $ 572770 $middot- shy

572770 $ 3000000 $ 3000000 ~---------_-- ------- --- middot~---~ _ -middot- -----~--middotr--------1

6 Floating Turbidity Barrier I LS $ 48870 $ 48870 $ 300000 $ 300000 -~---------~~

__7 ____ ReguJarExcavation 96 I CY $ 1180 $ 113280 $ 2300 ___________ 220800 1

_______s_middot__ -IEmbankment (Compacted in Place) _ ll 5 CY $ 3135 $ 360525 $ 800 I$ 92000

9 Optional Base Group 7 __________ __ ~=~1 975 __ ___14_6_sJ~--~---~----~~~~~~ _____ s2_6_s_ooo-_-- t sv_~_s s s_4_o_o+-I_$____ __

- -- ~aveAsphalt concrete (Traffic Level q ___fr__ _ _ _ __ 2 940 j ~ 24~~ __~middot 26~00-jj $$_ ~--~1--~TN~- $$ 7 _7 20 ~$$____ 2332000

e-- 0-- jAsph~c~ Friction Course (l0) (FC-95) Rub~ 67 1 333 00 P 22rJ 1 ___00 30820001 00 460- -1 1

l Mi11ExistingAsphaltPavement(l) 411 SY $ 2775 $ II40525 $ 5000 __$___20_5_5_0-00shy

13 Adjust Valve Boxes EA $ 39965 I$ 39965 $ 28000 $ 28000

middot---1-4middotmiddot~ AdjustManhole --- -------~--middot EA $ 39635 $ 39635 $ 65000 $ middot--middot-6-50-00shymiddot~----middot-middot- I middot-~---------------

783225 $ 3500 $15 ~ConcreteCwbampGutter(Type F) middotmiddot~Z95i LF $ 4=-middot 16 1Conc Sidewalk(4 Thick) SY $ 46 80 $ 697320 $ 7000 $ 1043000

___ 17 _ _J~nc Sidewalk (6 Thick) (Driveways) -~-- - -- -- - ~~- f SY $ 5285 $ 628915 $ 7700 $ 916300 --- middot-middot-~--middot---~Sodding bull middot 1-middot 59middot - middotsy $ 1040 $ 622960 $ 750 $ 449250

- 19 Inl~~orum--middot~--Bo-tto_m_)(_T_yp_e_C_)-lt-10---- -middot ---~----middotmiddot--middot--------~ - ---3--- T-EA -~-$--3-99-7-8-0-+--------~-$ ]199340 $ 450000 $ 1350000

1-20----1-In-let-(Curbmiddot--)-(P--5-)-lt-10_1____________________________r _ -- 1~ -i-middot $~- 21911s 650000 s 6soooo

$ 279775 $

1 $ 1~2840 $1~p-~-c_________________________[_ ~-~~-_ _~_00_00__]~-~~-- -s_~~-~=~=~=~======~=~-~-~~2-_s-00_~_0~$---~~-2-~-s_oo_1 2 1 2 $ 68915 $ 023 ConcretePipe_Cul_vert_(_1_8_)__________ -~---middotmiddot---------+1

___1_s1__ LF $ 4975 $ 751225 $ 6300 j 951300

24 ClasslVConcrete(CulvertampHeadwalls) 1477 CY $ 162800 $ 24045560 $ J90000 $ 28063000 -~-~~-t--------t-----~-r--------1

25 Reinforcing Steel (Culvat amp Headwalls) 33768 LB $ $ 2363760 $070 200 $ 6753600

Page 4 of7 NROADWAYPR02D72DJ75J3- Kudza Road over LWOO L-8 Conaij4 - Bfrl Op ming and Anaysb20J 7513 Bid Tabs

ITEM ITEM DESCRIPTION I QTY UNITS Unit Price j Amount Unit Price r Amount

26 jPedestrianBicycle Railing 96 LF $ 9890 I$ 949440 $ 315 $ 30240

~- Bid~~)DltchLining ~ I~ =~~ ~ -shy middot29-~ Clean Sand Fill 215 CY $ 4335 $ 932025 $ 3000 $ middot 645000

---~3o 1

Stomi SewerPumpingExist)(24orlessXSeeSPs) -1middot--120 LF $ 4751 S 57000 $ 3000 $middot--middot- ~---middot middotshy 360000

SUBTOTAL(RO~WAY) $ 75115375 $ 84590990

CONTINGENCY~

31 ICJass I Concrete(Misc) ____ middot-----~ j 5 CY $ 648 95 I $ 324475 $ 190000 $ 950000 - ----------middot middot-middot1____1- ~-----1

__ 32 1 Chang~Je(VariableMessage) Sign (N~~--M_O_T)____ ___1_o______E_D____s___ 2530i$ 25300 S 3000 $ 30000

_ ~_ ITrafficCon~lOffietT(Non-MOT) -middot-----------shy 16 j HR $ 9295 $ 148720 $ _1_5_0_00--1-$---~2_4_~-~ r---34 Premium for Conflict Condition (See SPs) ________1

1middotf-----_-_--_J EA $ 355855 k 355855 $ 300000 S 300000

35 FlowableFill ____________

1

_1

00

0_ ~1middot--c~~YY -- _$s__2_s_s_1s---+i $ 25815~ $ 30000 $ 300000

middot---3-6 subsoil ExcavationI 1

4

2bull

7

9

5

0 f$$middot- ~I2

5

_

7

9_

0

o_bullbull

0

oo_

0

_$$___3_0_o_o-+1_$____3_ooo__oo~ 37 Stmm Sewer Cleaning (Exist) (24 or J~sXSee SPs) -------~middot- 120 I LF __ $ l 3000 I$ 360000

SUBTOTAL (ROADWAY)

UTILITY ITEMS

38 jRemove and Dispose Existing 811 AC- Water Main I I

39 ~ -shy --shy rRemove Existing 12 Force Main

40 Grout Existing 8 AC Water Main wi~~owable FilJ

41 middot]8 Ductile Iron Pipe For Wala Main Installation I 42 12 DIP Pipeor Force Main Installation l

-~---middot-middot--middot

43 FampI 8 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM -i44 FampI 12 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM -middot--shy

-~ 45 middotFampI 12 Ductile Iron 90 Degree Fittings w Reaction Blocking or Thrust Restraint for WM

-46 Furnish Install and Remove Sample Points Comp1ete

-shy47 2 Air Release Valve with Manhole for Water Main and Force Main I

$ 1298500 $ 2480000

40 I LF $ 14275 $

144 LF $ ~-+----6-1-middot-o-o ~- I+shy -w q 278 LF $ 1050 $ 291900 $ 1200 $ 333600I 25651 $

~-r-----~~~~--r-~~---~~

255 LF $ 10075 $

143 LF $ 20200 $

6 EA $ 28480-1 $-~

5 EA $ 90500 I$

I EA $ 91195 I$

94500 l$2 I EA $

2 EA $ 11sos2s 1 $

2~69125 $

2888600 $

170880 $

452500 $

97195 $

2361650 $

5400 $ 1377000

11500 $ 1644500

30000 $ 180000

78000 $ 390000

85000 $ 85000

69000 $ 138000

850000 $ 1700000

Page5 of7 NROADWAYPR020172017513 bull Kudza flood ov~r LWOD L-8 Conal4 middotBid 0plning arid Anaysii20175 Bid Tabt

ITEM ITEM DESCRIPTION QTY j lJNITS UnJtPrfce Amount Unit Price Amount

48 8 GateVaJveforWaterMain _1~-- _$_ 219~_-9_5____$____2bull 19595 $ 180000 _$____1_soo_00_ __4_9_ middot-18Ga~ Valve for Water Main with Manhole ~dPservice taps 1 -~ $ 367660 $ 367660 $ 550000 $ 550000

50 11211 Gate Valve for Force Main 1 II EA -- $ 315880 $ 315880 $ 300000 $ 300000

s1 jeonnect to Ex-isting 8 water M~- ---- -----2----1 --M $ 2 468 35 $ 493610 $ soo oo $ 1000001

_ 52~- - ]Connect to Existing 1 Forc_e_M--am------_______ ---middot-middotmiddotmiddot ____ - - H-middot-- EA $ 11965~95 $ 23931 ~90-bull __$___70-0-00---+--$-~-middot~--1_4_00_o_o_f 53 Testing and Survey 1( 1 LS $ 2781245 $ 2781245 $ 550000 $ 550000

--- 54 jAs-builts -middot ------ --------- ____ I l _L_S_ -$--1-3-09-4-3-5-+-$-- ~middot-13-09-4-35--+-$---4-5-00-00-~middot-$----4-S-OO--oo-

SUBTOTAL (UTILITY) S 1784188~ S 8602900

956~73890

Page 6 of7 NROADWAYPR0201720175U bull Kudza Aoad awr LWDD L-8 canaf4-Bfd Optnfng and Ana~lt2017513 Bid Tab$ bull

THE COUNTY DOES NOT GUARANTEE THE ACCURACY OF THE FORMULAS AND EXTENSIONS USED IN THIS SPREADSHEET ------~middot - -shy ______

r--bullbull middot-middot~ -shyTHE ITEMS AND QUANTITJES ABOVE SHALL GOVERN OVER THE PLANS

-shy _ _ ~--middot~middot - - _ ~-

PAY ITEM FOOTNOTES IN CONSTRUCTION PLANS SHALL ALSO BE INCLUDED IN ITEM UNIT PRICE

Note jPAY ITEM FOOTNOTES

1 All items sha11 include cost to furnish and install un]ess otherwise noted -middot ~ - bull -Tshy ~ _~-- - _--

middot Pennitting agency pre-construction meetings and notices of commencement compliance with stormwater pollution prevention plan and stormwata pollution control plan installation of erosionturbidity 2 controls including silt fences inlet protection inspections and reporting preparation and submittal of construction completion certifications and required record drawings by a professional engjneer andor ]and

bull Isurveyor utility notifications are considaed incidental to mobilization ~----middot - - -- ___

3 -- -1AII costs for Maintenance ofTraffic (MOT) and mobilization sha11 be consideci incidental to and shall b~ included in unit prices -fo~-tb-~ay items -

- )Sawc~t ofexisting aspha~ an~or concrete design~ted for removal per pJans ~oval and relocation ofprivatel~~~~middot~ systems including ~on mailboxes fencing ~ ~emoval and disposal ~-~~~~--shy

middot~areas ofexcess and unsuitable material that may b~ encountered during excavation removal and disposal ofexisting structures per plans is considered incidental to th~bid item clearing and grubbing ~ ____

5 Benn construction swale construction grading re-grading ofroadways driveways canal sections and all other rough and finish grading shall be considered incidental to the bid items Excavation andor Embankmenf

- -shy IDemolition ofexisting m~ri~ge to include all co~po~concrete deck and -~c railings bent caps w~g i1s sheet panels comrete ~ ooncrete -oacb slabs an~ any deadmen anchors P~er -shy

6 disposal ofall bridge debris is considered incidental to bridge demolition -shy middot- shy j1211 co~~~cted subgrade is co~~idered incidental to th~-~~-t ofbaserock constructio - - middot-- --shy -middot - - - shy ----~ -shy -middotmiddot~- middotshy

7

__ ___ ~~- --shy middotshy

8 Prime and tack coats are considered incidental to asphalt construction -- ---shy -shy --middoto-shy

9 Excavation and backfin for structures including cost of any select bedding material that may be nec~sary for a satisfactory installation as directed by Palm Beach County is considaed incid_ental to the cost of the structures

I ---shy -~-middot r

-middot~ - - ----shy - --middot-------shy ---=shy bull - 4 -middot -shy -middot _ -~middot -middot - -IO Wrapping of filter fabric around all pipe joints per FDOT index no 280 and cost ofcoring existing structures for pipe connection is considered incidental to the cost ofthe pipe _ ____

-middot __ _ __ __ __ --middot-middot middot

11 The cost of all anchoring hardware per FDOT index 852 is microicidentaJ to the item Pipe Guiderail (Steel) (FDOT Index 852) -shy

lnie cost of det~~Jewarning surfa~ ~ FDOT index 304 and base compaction is considen)(i incidental to sidewalkpatb~ay ~~ction --shy -~ -shy middotshy -

12 ~------- - -r-middotmiddotmiddot -middot~-~ -shy ___ _4_ -shy

13 The cost offilter fabric is incidental to the item Bedding Stone _ ~--- ~-- _--~- -shy - -middot _

14 Sodding-shall be in aceordancewith section 575 of the general provisions ofthis specification Includes costs for fertilizer and water unti1 final acceptance ~~ ---=---middot~ ~lt--- __ -shy

_ __1s__112 thick no 57 stone foundation and filler fabric is incidental to the bid item Class N Concrete (Cast in Place Headwall) -

__ __ -middot - - middotmiddotshy ---~

16 Contingency items may be increased decreased or deleted as directed by the engineer ----shy _______ ----------shy

--~-----

17 1Changeab1e (Variable)_ Message Sign (Non-MOT) and Traffic Control Officers (Non-MOT) in accordance with General Provisions (Section l 02)

- -middot _ ___ _ ~ -~-

~

Indicates Math Error

Page 7 of7

EXHIBIT B Village of Palm Springs (VPS)

PROJECT NAME Kudza Rd over L WDD L-8 Canal

PROJECTNUMBER 2017513

CONTRACTOR FG Construction LLC

ITEM QUANTITY UNITS UNIT PRICE AMOUNT

13 14

Adjust Valve Boxes Adjust Manhole

Roadway Items for VPS

lEA IEA

$26117 $71755

VPS Utility Subtotal

ITEM QUANTITY I UNITS UNIT PRICE

Roadway Contingency Item for VPS

34 Premium for Conflict Condition (See SPs) lEA $1469000

VPS Contingency Subtotal

ITEM QUANTITY I UNITS UNIT PRICE

$26117 $71755

$97872

AMOUNT

$1469000

$1469000

AMOUNT

VPS Utility Items

38 Remove and Dispose Existing 8 AC Water Main 40LF

39 Remove Existing 12 Force Main

40 Grout Existing 8 AC Water Main with Flowable Fill

41 811 Ductile Iron Pipe For Water Main Installation

42 12 DIP Pipe For Force Main Insta~lation

Continue in page 2

1

144LF

278LF

2551F

143LF

$28250

$2825

$967

$7889

$18669

$1130000

$406800

$268826

$2011695

$2669667

f

Village ofPalm Springs Exhibit B for Kudza Rd over LWDD L-8 Canal Project 2017513

ITEM QUANTITY I UNITS UNIT PRICE AMOUNT

VPS Utility Items

43 FampI 811 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM 6EA

44 FampI 12 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM SEA

45 FampI 12 Ductile Iron 90 Degree Fittings w Reaction Blocking or Thrust Restraint for WM 1 EA

46 Furnish Install and Remove Sample Points Complete 2EA

47 2 Air Release Valve with Manhole for Water Main and Force Main 2EA

48 8 Gate Valve for Water Main 1 EA

49 8 Gate Valve for Water Main with Manhole and 1 service taps lEA

50 12 Gate Valve for Force Main lEA

51 Connect to Existing 8 Water Main 2EA

52 Connect to Existing 12 Force Main 2EA

53 Testing and Survey 1 LS

54 As-builts 1 LS

$104517 $627102

$334288 $1671440

$359087

$79001

$359087

$158002

$968565

$288722

$1937130

$288722

$353114

$536275

$97934

$173748

$904000

$395500

$353114

$536275

$195868

$347496

$904000

$395500

VPS Utility Items Subtotal

Village of Palm Springs Grand Total

Village of Palm Springs Grand Total Plus lOoo Contingency

$14260724

$15827596

~17410356

FROADWAYUTILITY COORDINATION2017513_Kudzaover IA CanalVPS Exhibit Bdoc

2

2020------- shy Page 1 of 1

BOARD OF COUNTY COMMISSIONERS PALM BEACH COUNTY

BUDGET Amendment

FUND Transportation Improvement Fund BGRV 031620-430 BGEX 031620-1131

ACCOUNT NUMBER ACCOUNT NAME ORIGINAL BUDGET

CURRENT BUDGET INCREASE DECREASE

ADJUSTED BUDGET

EXPENDED ENCUMBERED

ASOF 31620

REMAINING BALANCE

REVENUES Kudza Road over LWDD L-8 Canal 3500-361-1520-6948 Utility Relocation Reimbursements 0 0 174104 0 174 104

TOTAL RECEIPTS amp BALANCES

EXPENDITURES Kudza Road over LWDD L-8 Canal 3500-361-1520-8101 Contributions Other Governmental Agencies

TOTAL APPROPRIATIONS amp EXPENDITURES

202361433

0

202361433

195369625

0

195369625

174 104

174 104

174 104

0

0

0

195543729

174 104

195543729

0 174 104

SIGNATURE DATE By Board of County Commissioners At Meeting of ________

Engineering amp Public Works ~hliamptk 1-1)-) IJ__i)

Administration I Budget Approval

OFMB Department - Posted Deputy Clerk to the Board of County Commissioners

Page 8: PROJECT NO. 2017513 · Affirmative Procurement Initiative (API) for Construction: 20% minimum mandatory SBE participation, established for the above-mentioned project, which opened

BID TABULATIONS ~

KUDZA ROAD OVER LWDD L-8 _CANAL FG CONSTRUCTIONENGINEERSAVERAGE JOHNSON-DA VIS INC

ESTIMATE LLCCONTRACT

middot=--middotmiddot bull _-middot -~~i- J~~-g~S~~PBC PROJECT 2017513 - -middot_(- middot-middot _middot 2 -middot2~middotcbull~~c - middotmiddotmiddotmiddot~ - middotmiddotmiddotmiddotmiddot-bulllt -middot (

_~ -middot - middot 0-_ bull -~ ~middot -bull- bull-T -- - bull middot - middotmiddot-middot- -- bullmiddot middot- middot - -

UNIT PRICEQTY UNITS UNIT PRICE Unit Price Amount Unit Price AmountITEM DESCRIPTIONITEM

LF $ 12038 $ 10000 $ 25448 $ 244300896 $ 12500 $ 1200000PedestrianBicycle Railing 26

$ 11412363 TN $ 7500 $ 6328 $ 2297064 $ 10000 $ 3630000Rip Rap (Rubble) FampI Ditch Lining 27

242 TN $ 8860 $ 7500 $ 7526 $ 1821292 $ 9000 $ 2178000Bedding Stone (Sect 530)28

215 CY $ 2967 $ 1500 $ 2034 $ 437310 $ 2500 $ 537500Clean Sand Fill 29

LF $ 3703 $ 10735120 $ 3500 $ 1288200 $ 600 $ 72000Storm Sewer Pumping (Exist) (24 or less)(See SPs) 30

$ 58774019 $ 78111400SUBTOTAL (ROADWAY)

CONTINGENCY ITEMS

31 5 CY $ 81370 $ 36244 $ 16611 $ 83055 $ 37500 $ 187500Class I Concrete (Misc)

$ 235110 ED $ 5680 $ 9040 $ 90400 $ 5000 $ 50000Changeable (Variable Message) Sign (Non-MOT) 32

HR $ 9303 $ 12656016 $ 4894 $ 7910 $ 5000 $ 80000Traffic Control Officer (Non-MOT) 33

1 EA $ 673000 $ 795487 $ 1469000 $ 1469000 $ 250000 $ 250000Premium for Conflict Condition (See SPs) 34

10 CY $ 22882 $ 18645 $ 186450 $ 200000$ 20000Flowable Fill 35

CY100 $ 3598 $ 4294 $ 429400 $ 350000$ 3500Subsoil Excavation 36

LF $ 1420120 $ 79320 $ 600 $ 72000Storm Sewer Cleaning (Exist) (24 or less)(See SPs) $ 66137

$ 2464185 $ 1189500SUBTOTAL (ROADWAY)

UTILITY ITEMS

38 LF $ 12631 $ 2825040 $ 2500 $ 1130000 $ 2000 $ 80000Remove and Dispose Existing 811 AC Water Main

LF $ 2273 $ 2825144 $ 2500 $ 406800 $ 288000Remove Existing 12 Force Main $ 200039

LF $ 1304278 $ 1000 $ 967 $ 268826 $ 2000 $ 556000Grout Existing 811 AC Water Main with Flowable Fill 40

255 LF $ 7966 $ 8000 $ 7889 $ 2011695 $ 8500 $ 21675008 Ductile Iron Pipe For Water Main Installation 41

LF $ 16342143 $ 14000 $ 18669 $ 2669667 $ 15000 $ 214500012 DIP Pipe For Force Main Installation 42 9

EA $ 56374 $ 1045176 $ 80000 $ 627102 $ 62500FampI 8 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM $ 375000 043 (

EA $ 153197 $ 3342885 $ 100000 $ 1671440 $ 110000 $ 550000FampI 12 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM44

EA $ 1653211 $ 100000 $ 359087 $ 359087FampI 12 Ductile Iron 90 Degree Fittings w Reaction Blocking or Thrust Restraint for WM $ 120000 $ 12000045 ~

EA2 $ 80625 $ 79001 $ 158002 $ 160000$ 65000 $ 8000046 Furnish Install and Remove Sample Points Complete

2 EA $ 999848 $ 750000 $ 968565 $ 1937130 $ 1000000 $ 20000002 Air Release Valve with Manhole for Water Main and Force Main 47

Page 2 of7 NROADWAYPR020172017513 - Kudza Raad over LWDD l-8 Canal4 - Bid Opening andAnalysis2017513 Bid Tabs

BID TABULATIONS ~-7_~

KUDZA ROAD OVER LWDD L-8 CANAL ENGINEERS FG CONSTRUCTION JOHNSON-DAVIS INC-- AVERAGE

CONTRACT ESTIMATE LLC -

PBC PROJECT 2017513 middot CCshy

middotmiddotmiddotgtmiddotmiddot_middotmiddotmiddotbullmiddotmiddot--~middotmiddotc middot= -bullshy middot--~ --~ ~- middot-middotA-middotmiddotmiddotbull middotmiddot1c-middot middotbull middotmiddotbull= -=middotmiddotmiddot__ middot bull-=middot ccmiddotmiddot bull-__ _ = bull middotmiddotmiddotmiddotmiddotmiddotmiddot=middot--middotmiddot -= - bull _- middot~ -middot ~- middot_middot __ ~~ ~- -_ middotmiddot -

ITEM ITEM DESCRIPTION QTY UNITS UNIT PRICE UNIT PRICE Unit Price Amount Unit Price Amount

48 8 Gate Valve for Water Main 1 EA $ 217079 $ 250000 $ 288722 $ 288722 $ 180000 $ 180000

49 8 Gate Valve for Water Main with Manhole and 1 service taps 1 EA $ 442694 $ 800000 $ 353114 $ 353114 $ 500000 $ 500000

50 12 Gate Valve for Force Main 1 EA $ 375539 $ 350000 $ 536275 $ 536275 $ 350000 $ 350000

51 Connect to Existing 8 Water Main 2 EA $ 228692 $ 250000 $ 97934 $ 195868 $ 520000 $ 1040000

52 Connect to Existing 12 Force Main 2 EA $ 622586 $ 250000 $ 173748 $ 347496 $ 1050000 $ 2100000

53 Testing and Survey 1 LS $ 1133811 $ 1000000 $ 904000 $ 904000 $ 300000 $ 300000

54 As-builts 1 LS $ 611234 $ 1000000 $ 395500 $ 395500 $ 290000 $ 290000

SUBTOTAL (UTILITY) $ 14260724 $ 13201500

_

_754989Z~~ _-~25W24-~9--TOTAL BID __ -~ ~middotmiddot~cl $ $ bull _ yen middotI ~

Page3 of7 NROADWAYPR020172017513 -Kudza Road over LWDD L-8 Canaf4 - Bid Opening and Analysis2017513 Bid Tabs

BID TABULATIONS

KUDZA ROAD OVER LWDD L-8 CANAL

CONTRACT

=middot-middotl~BCPROJECT2017513 -middot -----~- __middotmiddot - -= - shy ~middot- __ - - __ - - - - - - bull -middot - ---middot ---= -shy -~- shy - ---shy - bull --_ -~ - __~ middotshy

ITEM I ITEM DESCRIPTION I QTY IUNITS

ROADWAY ITEMS

1 Mobilization 1 LS $

2 Maintenance ofTraffic (incl Pedestrian MOT) 1 LS $

3 Removal ofExisting Structure 1 LS $

4 Removal Pedestrian Bridge 1 LS $

5 Clearing and Grubbing 1 LS $

6 Floating Turbidity Barrier 1 LS $

7 Regular Excavation 96 CY $

8 Embankment (Compacted in Place) 115 CY $

9 Optional Base Group 7 975 SY $

10 Superpave Asphalt Concrete (Traffic Level C) 88 TN $

11 Asph Concrete Friction Course (10) (FC-95) Rubber 67 TN $

12 Mill Existing Asphalt Pavement (l ) 411 SY $

13 Adjust Valve Boxes 1 EA $

14 Adjust Manhole 1 EA $

15 Concrete Curb amp Gutter (Type F) 295 LF $

16 Cone Sidewalk ( 4 Thick) 149 SY $

17 Cone Sidewalk (6 Thick) (Driveways) 119 SY $

18 Sodding 599 SY $

19 Inlet (Ditch Bottom) (Type C) lt1 O 3 EA $

20 Inlet (Curb) (P-5) lt10 1 EA $

21 Yard drain 1 EA $

22 A2000 PVC Pipe (12) 11 LF $

23 Concrete Pipe Culvert (18) 151 LF $

24 Class IV Concrete (Culvert amp Headwalls) 1477 CY $

25 Reinforcing Steel (Culvert amp Headwalls) 33768 LB $

Page 4 of7

FERREIRA CONSTRUCTION

SOUTHERN DIVISION _CO INC_ _---middot--middotshy --shy

_-- -middot bull bull _ shy ~-_ ~7middot-~- - ~-- bull

Unit Price I Amount

10234435 $ 10234435

2187535 $ 2187535

12329900 $ 12329900

1787850 $ 1787850

572770 $ 572770

48870 $ 48870

1180 $ 113280

3135 $ 360525

1465 $ 1428375

27940 $ 2458720

33300 $ 2231100

2775 $ 1140525

39965 $ 39965

39635 $ 39635

2655 $ 783225

4680 $ 697320

5285 $ 628915

1040 $ 622960

399780 $ 1199340

279775 $ 279775

132840 $ 132840

6265 $ 68915

4975 $ 751225

162800 $ 24045560

070 $ 2363760

FOSTER MARINE

CONTRACTORS INC )

- - - shy -shy - --~ - middot - ~

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

Unit Price I

7800000 $

3000000 $

5000000 $

1200000 $

3000000 $

300000 $

2300 $

800 $

5400 $

26500 $

46000 $

5000 $

28000 $

65000 $

3500 $

7000 $

7700 $

750 $

450000 $

650000 $

250000 $

6000 $

6300 $

190000 $

200 $

Amount

7800000

3000000

5000000

1200000

3000000

300000

220800

92000

5265000

2332000

3082000

2055000

28000

65000

1032500

1043000

916300

449250

1350000

650000

250000

66000

951300

28063000

6153600

bpJ tshy

0 pr Cl (1-h ~

-J (fshy

NROADWAYPR020172017513 - Kudza Raad over LWDD L-8 Canal4 -Bid Opening and Anaysis2017513 Bid Tabs -C

BID TABULATIONS middot

KUDZAROADOVERLWDD L-8 CANAL - middotcoNTRACT

PBC PROJECT 2017513 middot middotmiddot -middot c middotmiddotmiddotc ccmiddotmiddotmiddot middot cmiddotc Cbullltc middotmiddot bull ~ -_shy

ITEM ITEM DESCRIPTION QTY UNITS

26 PedestrianBicycle Railing 96 LF $

27 Rip Rap (Rubble) FampI Ditch Lining 363 TN $

28 Bedding Stone (Sect 530) 242 TN $

29 Clean Sand Fill 215 CY $

30 Storm Sewer Pumping (Exist) (24 or less)(See SPs) 120 LF $

SUBTOTAL (ROADWAY) $

CONTINGENCY ITEMS

31 Class I Concrete (Misc) 5 CY $

32 Changeable (Variable Message) Sign (Non-MOT) 10 ED $

33 Traffic Control Officer (Non-MOT) 16 HR $

34 Premium for Conflict Condition (See SPs) 1 EA $

35 Flowable Fill 10 CY $

36 Subsoil Excavation 100 CY $

37 Storm Sewer Cleaning (Exist) (24 or less)(See SPs) 120 LF $

SUBTOTAL (ROADWAY) $

UTILITY ITEMS

38 Remove and Dispose Existing 8 AC Water Main 40 LF $

39 Remove Existing 12 Force Main 144 LF $

40 Grout Existing 8 AC Water Main with Flowable Fill 278 LF $

41 8 Ductile Iron Pipe For Water Main Installation 255 LF $

42 12 DIP Pipe For Force Main Installation 143 LF $

43 FampI 8 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM 6 EA $

44 FampI 12 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM 5 EA $

45 FampI 12 Ductile Iron 90 Degree Fittings w Reaction Blocking or Thrust Restraint for WM 1 EA $

46 Furnish Install and Remove Sample Points Complete 2 EA $

47 2 Air Release Valve with Manhole for Water Main and Force Main 2 EA $

Page 5 of7

FERREIRAmiddot CONSTRUCTION

SOUTHERN DIVISION middot~~Q JNlt r

~ middot - -bull J -_ ___ - - ~middot middot-~ _middot ~- -~-- _ middotmiddotbullmiddotmiddot

Unit Price Amount

9890 $ 949440

12320 $ 4472160

8915 $ 2157430

4335 $ 932025

475 $ 57000

75115375

64895 $ 324475

2530 $ 25300

9295 $ 148720

355855 $ 355855

25815 $ 258150

1290 $ 129000

475 $ 57000

1298500

14275 $ 571000

2565 $ 369360

1050 $ 291900

10075 $ 2569125

20200 $ 2888600

28480 $ 170880

90500 $ 452500

97195 $ 97195

94500 $ 189000

1180825 $ 2361650

~~f

FOSTER MARINEmiddot~~iB CONTRACTORS INC

gtmiddotbullmiddot bull bull- _ ~-middot=-- middot

---middotmiddot ___ __z

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

Unit Price

315 $

17000 $

10000 $

3000 $

3000 $

190000 $

3000 $

15000 $

300000 $

30000 $

3000 $

3000 $

6000 $

1700 $

1200 $

5400 $

11500 $

30000 $

78000 $

85000 $

69000 $

850000 $

Amount

30240

6171000

2420000

645000

360000

84590990

950000

30000

240000

300000

300000

300000

360000

2480000

240000

244800

333600

1377000

1644500

180000

390000

85000

138000

1700000

cJ h

$ ~ f ~ (l ~

t 0 ~ -1 -J -C

NROADWAYPR020172017513 - Kudza Road over LWDD L-8 Conal4 - Bid Opening and Anaysis2017513 Bid Tabs

BID TABULATIONS FERREIRA KUDZA ROAD OVER LWDD L-8 CANAL CONSTRUCTION

CONTRACT SOUTHERN DIVISION

lBCbullPROJEpoundT2017513 CO INC Imiddotmiddot- 2lt- - ~~-bullmiddotmiddot- middotmiddot shy -middot -- -

~ bull c- gt -middotmiddot ltgt-bullmiddotmiddotmiddot-- _ iebullbull -lt - bull - -shy bull~middot middot middot c bullmiddotmiddotmiddot- bull - middotmiddot shy __

ITEM ITEM DESCRIPTION QTY UNITS Unit Price Amount

48 8 Gate Valve for Water Main 1 EA $ 219595 $ 219595

49 8 Gate Valve for Water Main with Manhole and 1 service taps 1 EA $ 367660 $ 367660

50 12 Gate Valve for Force Main 1 EA $ 315880 $ 315880

51 Connect to Existing 8 Water Main 2 EA $ 246835 $ 493670

52 Connect to Existing 12 Force Main 2 EA $ 1196595 $ 2393190

53 Testing and Survey 1 LS $ 2781245 $ 2781245

54 As-builts 1 LS $ 1309435 $ 1309435

SUBTOTAL (UTILITY) $ 17841885

TOTAL BID $ 94255760middot

$

$

$

$

$

$

$

$

$

FOSTERMARINE CONTRACTORS INC

bullgtcmiddotmiddot -gt bull~middot bull middot- middot

bull--middot-middot shy bull middot-middot ~-middot _ middot~ - - middot-_ middot

Unit Price Amount

180000 $ 180000

550000 $ 550000

300000 $ 300000

50000 $ 100000

70000 $ 140000

550000 $ 550000

450000 $ 450000

8602900

95673890

b

r sshy~

(~ ~

r-Page 6of7 NROADWAYPR020172017513 - Kudza Road over LWDD L-8 Canal4 - Bid Opening and Anafysis2017513 Bid TaEshy

THE COUNTY DOES NOT GUARANTEE THE ACCURACY OF THE FORMULAS AND EXTENSIONS USED IN TIDS 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

All items shall include cost to furnish and install unless otherwise noted

Permitting agency pre-construction meetings and notices of commencement compliance with stormwater pollution prevention plan and stormwater pollution control plan installation of erosionturbidity

2

1

controls including silt fences inlet protection inspections and reporting preparation and submittal of construction completion certifications and required record drawings by a professional engineer andor land surveyor utility notifications are considered incidental to mobilization

3 All costs for Maintenance ofTraffic (MOT) and mobilization shall be considered incidental to and shall be included in unit prices for the pay items

Sawcut of existing asphalt andor concrete designated for removal per plans removal and relocation ofprivately owned systems including irrigation mailboxes fencing etc removal and disposal in suitable 4

areas of excess and unsuitable material that may be encountered during excavation removal and disposal of existing structures per plans is considered incidental to the bid item clearing and grubbing

Berm construction swale construction grading re-grading of roadways driveways canal sections and all other rough and finish grading shall be considered incidental to the bid items Excavation andor 5

Embankment

Demolition of existing road bridge to include all components-concrete deck and traffic railings bent caps wing walls sheet panels concrete piles concrete approach slabs and any deadmen anchors Proper 6

disposal of all bridge debris is considered incidental to bridge demolition

7 12 compacted subgrade is considered incidental to the cost ofbaserock construction

8 Prime and tack coats are considered incidental to asphalt construction

Excavation and backfill for structures including cost of any select bedding material that may be necessary for a satisfactory installation as directed by Palm Beach County is considered incidental to the cost of 9

the structures

10 Wrapping of filter fabric around all pipe joints per FDOT index no 280 and cost of coring existing structures for pipe connection is considered incidental to the cost of the pipe

The cost of all anchoring hardware per FDOT index 852 is incidental to the item Pipe Guiderail (Steel) (FDOT Index 852)

12

11

The cost ofdetectable warning surfaces per FDOT index 304 and base compaction is considered incidental to sidewalkpathway construction

The cost of filter fabric is incidental to the item Bedding Stone

14

13

Sodding-shall be in accordance with section 575 of the general provisions of this specification Includes costs for fertilizer and water until final acceptance

15 12 thick no 57 stone foundation and filter fabric is incidental to the bid item Class IV Concrete (Cast in Place Headwall)

16 Contingency items may be increased decreased or deleted as directed by the engineer

17 Changeable (Variable) Message Sign (Non-MOT) and Traffic Control Officers (Non-MOT) in accordance with General Provisions (Section 102)

-middot Indicates Math Error

Page7 of7

INTERLOCAL AGREEMENT BETWEEN PALM BEACH COUNTY FLORIDA AND

VILLAGE OF PALM SPRINGS FOR JOINT PARTICIPATION AND PROJECT FUNDING FOR CONSTRUCTION OF UTILITY ADJUSTMENTS FOR

KUDZA ROAD BRIDGE OVER LWDD L-8 CANAL BRIDGE REPLACEMENT

PALM BEACH COUNTY PROJECT NO 2017513

THIS Interlocal Agreement (AGREEMENT) for Kudza Road Bridge replacement over the LWDD L-8 Canal (PROJECT) is made as of the __ day of 20201 by and between Palm Beach County1 a political subdivision of the State of Florida1 by and through its Board of County Commissioners (COUNTY) and the Village of Palm Springs1 a municipal corporation existing under the laws of Florjda (hereinafter VILLAGE) each one constituting a public agency defined in Part I of Chapter 163 Florida Statutes (individually Party and collectively Parties)

WHEREAS Section 16301 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 VILLAGE has requested the COUNTY to construct water main1 force main and associated appurtenance adjustments to the VILLAGES system (UTILITY WORK) within the limits of the PROJECT and

WHEREAS1 the COUNTY and the VILLAGE desire to jointly participate in the UTILilY WORK and

WHEREAS both COUNTY and VILLAGE declare that it is in the public interest that the UTILTIY 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

VILLAGE OF PALM SPRINGS 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 2017513 Said Bid Documents include the UTILITY WORK as shown in VILLAGE prepared Utility Matrix Applicable Technical Specifications Standard Construction Details and Approved Product List

B COUNTY shall obtain written approval from the VILLAGE in advance of any change orders including any costs associated with the VILLAGES failure to approve change orders in a timely manner which increase the cost attributable to the UTILITY WORK to an middotamount greater than the contract amount as stated in Section 3A below VILLAGES 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 contractors bid for the PROJECT and the UTILllY WORK

Section 3 VILLAGES Responsibilities

A VILLAGE shall reimburse COUNTY a total estimated cost including 10 contingency of One Hundred Seventy Four Thousand One Hundred Three Dollars and Fifty Six Cents $17410356) provided COUN1Y 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 VILLAGES Utility Items shall be paid by the VILLAGE

8 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 VILLAGE

C Upon completion of the PROJECT and the UTILilY WORK the VILLAGE shall repair and maintain the UTILITY WORK at VILLAGES expense

Section 4 PaymentsInvoicing and Reimbursement

The COUNTY will invoice the VILLAGE on a periodic basis during construction of the PROJECT and the UTILin WORK The VILLAGE agrees to provide to COUNTY payment for documented costs for the UTILITY WORK in the amount established in Section 3A COUNTY shall submit all invoices to the VILLAGE identifying the UTILITY WORK including COUNTYS total expenditure for the PROJECT and identifying the amount attributablemiddot 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 VILLAGE within seven (7) calendar days of request by the VILLAGE Invoices received from COUNlY will be reviewed and approved by the VILLAGE to ensure that expenditures have been made in conformity with this

2

VILLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

AGREEMENT Upon COUNTYS submission of acceptable documents needed to substantiate its costs for the UTILITY WORK VILLAGE will provide said payment to COUNTYmiddot on a reimbursement basis within thirty (30) days of receipt of all required documents In no event shall the VILLAGE 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 VILLAGE 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 VILLAGE will reimburse the COUNTY for the UTILI1Y WORK completed as of the date the COUNTY suspends the UTILITY WORK Any remaining unpaid portion of this AGREEMENT shall be retained by the VILLAGE and the VILLAGE shall have no further obligation to honor reimbursement requests submitted by the COUNTY

Section 5 Access and Audits

COUNTY and VILLAGE 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 VILLAGE 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 COUNTYS sole direction supervision and control All VILLAGE employees engaged in the work or services performed pursuant to this AGREEMENT shall at all times and in all places be subject to VILLAGES sole direction supervision and control (he 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 othermiddot Party shall be that of an Independent Contractor and not as employees or agents of the other

Neither COUNTY nor the VILLAGE 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 VILLAGE

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

VILLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

or permitted under state and local law to perform such services

All of COUNlYS 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 VILLAGE and COUNTY recognize their liability for certain tortious acts of its agents officers employees and invitees to the extent and Hmits provided in Section 768281 Florida Statutes To the extent permitted by law the VILLAGE and COUNlY shall indemnify defend and hold the other harmless against any actions claims and damages arising out of the 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 76828 Florida Statutes1 nor shall the same be construed to constitute an agreement by the VILLAGE 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 andor VILLAGE

Section 9 Annual Appropriation

All provisions of this AGREEMENT calling for the expenditure of ad valorem tax money by either the COUNTY or the VILLAGE are subject to annual budgetary funding and should either Party involuntarily fail to fund any of their respective obfigations 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 attorneys fees) associated with the enforcement of the terms andmiddot conditions of this AGREEMENT shall be borne by the respective Parties

4

VILLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

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

All notice to the VILLAGE shall be sent to

Ronald Eyma PE Public Service Director Village of Palm Springs 226 Cypress Lane Palm Springs FL 33461

All notice to the COUNTY shall be sent to

Omelia A Fernandez P E Director Palm Beach County Engineering amp Public Works Roadway Production Division P0 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 Partys right to assert or rely upon any such provisions or rights in that or

any other instance

5

VILLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

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 Section 17 Non~Discrimination

COUNTY and VILLAGE 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 st~tus 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

COUNlY and VILLAGE shall abide by all applicable federal state and local Jaws orders rules and regulations when performing under this AGREEMENT COUNTY and VILLAGE 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 Generals 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

6

VllLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

contract

Section 23 Public Entity Crime Certification

As provided in FS 287132-133 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 FS 287133 (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 VILLAGE 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

VILLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

IN WITNESS WHEREOF the undersigned Parties have executed this AGREEMENT on the day and year first written above

VILLAGE OF PALM SPRINGS

BY~~~~--~---shyBev Smith Mayor

AllEST

Kimberly M Wynn AUTHORITY CLERK

PALM BEACH COUNlY FLORIDA

BY __~----------~~~-shyTanya N McConnell PE Deputy County Engineer

APPROVED AS TO TERMS AND CONDITTONS

BY __~--~~--~--shy(DATE)

APPROVED AS TO FORM APPROVED AS TO FORM AND LEGAL SUFFIOENCY AND LEGAL SUFFIOENa

BY _________ BY~YB~H---~--~~~~~~~shyVIiiage Attorney Assistant County Attorney

FROADWAYUTILI1Y COORDINATION2017513_Kudza over L-8 CanalVPS Construction Agreementdoc

8

ITEM I ITEM DESCRIPTION QTY middot1 UNITS UNIT PRICE UNIT PRICE UnitPrice I Amount Amount

2 I 30000 $ 30000-g= ___ 4_~-_0 _____1_4_00-so-_

SS21 $ S695 $ --8485ss $ 6000 S 894000

6913 $ 6000 I $ 714000 $ 7000 $ 833000

336 $ 791 I$ 473809 $~-~--8-00~+~$ 479200 middot-~----~~-middot-

510705 $ 390442 $ ll71326 $ 3500001~-- 1050000

~~ 200000 ~ 3333 $ 4378 $ 48158 $ S000 $ 55000

~~ s ~oo s ~~~ s 1~00 $

130000 $ 105149 $ lSS30507 $ 200000 $

1510000

29540000

ROADWAY ITEMS

Mobilization

MaintenanceofTraffic(inclPooestrianMOT)

3 Removal ofExisting Structure

2

- dge -middot- ---middot middotshy ~~=mer

=8 1Embankment(C~~P~-~- shy_ --=-=--~_jmucrde~~Cgt

____J_l__ =jh~7deg=~middot~)(FC-95)Rubber 13 AdjustValveBoxes

~1 outtflt (Type F)

16 Cone SidewaJk~(~_-~-middot -~middot ~_ ___

17 Cone Sidewalk (6 Thick)(Driveways)

18 Sodding middot--~----middot~--~middot---middot- ~--middot--middot--~

j LS $ 6820109 $ 5000000 $ 4746000 $

I LS $ 2548795 $ 4ooooo $ 15076461___

I 1 I LS $ 7436225 $ 8000000 $ 6215000 $

middotmiddot--middot-- ------ middotI middot+-+ ~- ~~ 2~~ middot--middot-middot-middot--1--~middotmiddot -middot--middot~-~ 2~2 M

I 115 I CY $ 1950 $ 1289 $ 1865 $

-~--====J__ _-=f --=~- ~ l~ 2 __ 7i-- middotmiddot-~+---~~~---~~-middot-middotmiddot14~ 2 ---4

EA $ 31021 $

5 295 shy

149 SY $ 5844 $

119 SY $ 6496 $

599 SY $ 845 $

19 InletDitchBottom)(TypeC)lt10 --middot~-----------middot--middotmiddot ___ 3 EA $ 397556 $

______-+--~-et-~-urb-middot-~-(P--5-)_lt_10_- --- --------middot- ~=~-------- I =~-i~--__A_-_--_________~ ___

22 A2000PVCPipe(Iin) 11 LF $ 5411 $

___~____eo_n_~--~-middot_e_c_~_~_c_1s_i_________--_-_~------~--~-~-s 16 $

24 ClassNConcrete(CulvaiampHeadwalls) 1477 CY $ 164487 $

39425 $ 26117 $-

4746000 $ 4500000 $ 4500000

1_s_0__ __ 3_5 _ooo_oo_16_4_6-1_s 3_s_oo_o_oo___$____ 6215000 $ 6200000 $ 6200000

--2-~-~---=-middot--~---~=---0----0-+middot---~---~--0-- -----------12_~__-o--t------~----o--0

214415 $ 2000 $ 230000

-~- middotmiddotmiddot middotmiddot -=~~

~r-=~- --1-~~----lr_

1~ 26117 $-

--~-~-1--~---~-~--~~~middot~-~~~-~-~~~~---~~+-~~---lt-~~ --~--~-+--~-----1~-~~--1middot~~~-~~-+-~~~~-~~

25 Reinforcing Steel (Culvert amp Headwalls) 33768 LB $ 163 $ 200 $ 181 $ 6Cl2008 $ 200 $ 6753600

Page 1 of7 NROAOWAYPll020172017513 bull KudzD Road Oliff LWDD L-8 Conal4 middotBid Optnlng and Analysls201753 Bid Tabs

26

ITEM ITEM DESCRIPl10N QTY UNITS UNIT PRICE UNIT PRICE Unit Price J Amount Unit Price Amount

PedestrianBicycleRailing ll 96 LF $ 12038 $ 10000 $ 25448 $ 2443008 $ 12500 $ 1200000 -----middot------+--------- --middotmiddotmiddotmiddotmiddot-middotmiddot------ --------- middot~---r----~middot----tmiddot-

27 Rip Rap (Rubble) FampI Ditch Lining 363 TN

28 Bedding Stone (Sect 530) ----------~------- 242 i TN

3

209 Clean Sand Fill --middot------ -shy - - ----- shy --il~l2105 -~LF~-Storm Sewer Pumping (Exist) (24 or IessXSee SPs) 120

CONTINGENCY ITEMS

___3_1_ _JClass I Concrete (Misc)

32 _ _jChangeable(VariableMessage) Sign (Non-MOT)

33 )Traffic Control Officer (Non-Mon

SUBTOTAL (ROADWAY)

34 Premium for Conflict Condition (See SPs) --middotmiddot ~---------- shy ------ shy

35

36

37

lFlowable Fill i

Subsoil Excavation ___ j middotlt~----middot

IStonn Sewer Cleaning (Exist) (24II or less xsee SPs)

UTILITY ITEMS

38 Remove and Dispose Existing 8 AC Water Main

39 Remove Existing 12 Force Main lt----~-- --middot--+------------shy

SUBTOTAL(ROADWAY)

40 LF

144 LF

$ 11412 $ 7500 $ 6328 $ 2297064 $ 10000 $ 3630000

$ 8860 $ 7500 $ 7526 $ ] 821292 $ 9000 $ 2178000

$$ 32790637 3155- middot-middot- 437310 I $ 2500 $ 531500-$$_____ bulloooo-middot-$$middotmiddotmiddotmiddot---1-02703354 $$ 1288200

$ 58774019

$ 81370 $ 36244 $ 16611 $ 83055

$ 5680 $ 2351 $ 9040 $ 90400

$ 9303 $ 4894 $ 7910 $ 126560

$ 673000 $ 795487 $ 1469000 $ 1469000 ~-~--------- ~-------i--

$ 22882 $ 18645 $ 186450

$ 600 $ 72000

$ 78111400

$ 31soo I$ 187500i

$ 5000 r $ 50000

$ sooo Is 80000 ----+----middotmiddot-----shy

$ 250000 $ 250000

$ 20000 $ 200000

$

$

~ __4_2-9--l----middot-~ --- _3~f-middot---3-middot~--o~-=-6$ 2464185 $ 1189500

$ 12631 $ 2500 $ 28250 I$ 1130000 $ 2000 $

$ 2273 $ 2500 $ 2825 middot1 $ 406800 $ 2000 $ 288000

40 Grout Existing 811 AC Water Main with Flowable Fill 278 LF $ 1304 $ 1000 $ 967 $ 268826 $ 2000 $ 556000 ------~ -middot-------+---- ~ __ -------+---shy

41 8 DuctileironPipeForWaterMaininstallation -----1---2_ss__ j LF $ 7966 _s_____s_o_00___$~ __7_8_89--t-_s___2_o_11695 _s___~500 i-$___2_1_6_1_so_o_

42 1211 DIPPipeForForceMainlnstallation 143 J LF $ 16342 $ 14000 $ 18669 $ 2669667 $ 15000 $ 21450001-------- ~--~-----middot--- middot--r----~---~-- __ t

___4~ -middot __ FampI 8 Ductile kon 45 Degree Fittings wl Reaction Blocking or Thrust Restraint for WM 6 ~ EA $ 56374 $ 80000 S 104517 $ 627102 $ 62500 _$_____3_7_s_o_oo-f

44 FampI12degDuctilelron45DegreeFittingswReactionBJockingorThrustRcstraintforWM 5 j EA $ 153197 $ 100000 $ 334288 $ 1671440 $ 110000 $ 550000 -middot -------f---middotmiddot--------------------------middot-- --shy~middot-middotmiddotmiddot----4_5 ---1F_amp_I_1_2__Du_c_til_middote_h__ __ee_F_ittin__gs_w_l_R_ea_cti_middoto_n_B_Ioc_km_middotg_or_Thrust_R_es_trai_n_t_fo_r_WM -+-____ ~ EEAA $ 165321 $ 100000 $ 3590871 $ 359087 $ 120000 _s_____o_n_9_o_D_egr __ __ l_2_oo_00_

4

46 Furnish Install and Remove Sample Points Complete 2 $ 80625 $ 65000 $ 79001 $ 158002 $ 80000 $ 1600001 1

middot~------~--------~

47 2 Air Release Valve with Manhole for Water Main and Force Main 2 I EA $ 999848 $ 750000 $ 968565 I$ 1937130 $ 1000000 $ 2000000

Pagel of7 NROADWAYPR020172017513 middotKudla Road over LWDD L-8 Canal4- Sid ~nlng and AnalyslsZOJ75JJ Bid Tabs

80000

ITEM ITEM DESCRIPTION J QTY j UNITS UNIT PRICE UNIT PRICE Unit Price Amount Unit Price Amount

i8 11 Gate Valve for Watfl Main r j EA $ 217079 $ 250000 $ 288722 $ 288722 $ 180000 $ 18000048 --------- middotmiddot-shy ------------ ------middot-~----------- -~middot~-W--------1------- ------+-------4--~------J-------1---------1

49 ----+-J__ +811 Gate Valve for Water Main with Manhole and 111 service taps 1_ EEAA $ 442694 $ 800000 $ 353lJ4 $ 353114 $ 500000 $ 500000

50 12 Gate Valve for Force Main j 1 s 375539 $ 350000 s 536275 s 536275 $ 350000 Is_______3_s_o_o_oo_

51 Connect to Existing 811 Water Main -__-middot_middot--------========------1--2middot i EA $ 228692 $ 250000 $ 97934 $ 195868 $ 520000 J-s- 1040000

52 Connect to Existing 12 Force Main 2 I EA $ 622586 $ 250000 $ l73748 $ 347496 $ 1050000 $ 2100000

LS $ 1133811 $ l 000000 $ 904000 -$-----9-04-0-00--$ 300000 $ 300000~-- --53-- middot(Testingandsurvey -----==---------- I -I ( --L-S----t-$---6--ll-2-34-t-$----1-0-00-0-0--10 $ 395500 $ 39550-0-t--$--2-900-00-+--$ 29000054 lAs-builts

SUBTOTAL (UTILITY) $ 1426deg24 $ 13201500

Page3 of7 NROADWAYPR020172011513 - Kudm Road avu LWDD L-8 Conal4 - Bid O~nlng and AnaiyW2017513 Bid Tabs

ITEM 1 ITEM DESCRIPTION I QTY IUNITS Unit Price I Amount Unit Price j Amount

ROADWAY ITEMS

1 7800000

~ ofT_raffi_c_(m--cl-P_ed_es_tri_an_M___ -----~--- -_---~-j--+plusmn- middot-L~S-- -$- =42s~ 1$o_T_)____~-- -middot--- - ___ -middot~middotmiddot 2 30000001 99 00Removal ofExisting Structure 12329900 J 50000003 --middot ---- -----+----------- shy

4 Remova1 Pedestrian Bridge LS $ 17 878 50 $ 1200000 -- --5---- C-l~g and Grubbing - -- --- --middot---------middot I I j- LS $ 572770 $middot- shy

572770 $ 3000000 $ 3000000 ~---------_-- ------- --- middot~---~ _ -middot- -----~--middotr--------1

6 Floating Turbidity Barrier I LS $ 48870 $ 48870 $ 300000 $ 300000 -~---------~~

__7 ____ ReguJarExcavation 96 I CY $ 1180 $ 113280 $ 2300 ___________ 220800 1

_______s_middot__ -IEmbankment (Compacted in Place) _ ll 5 CY $ 3135 $ 360525 $ 800 I$ 92000

9 Optional Base Group 7 __________ __ ~=~1 975 __ ___14_6_sJ~--~---~----~~~~~~ _____ s2_6_s_ooo-_-- t sv_~_s s s_4_o_o+-I_$____ __

- -- ~aveAsphalt concrete (Traffic Level q ___fr__ _ _ _ __ 2 940 j ~ 24~~ __~middot 26~00-jj $$_ ~--~1--~TN~- $$ 7 _7 20 ~$$____ 2332000

e-- 0-- jAsph~c~ Friction Course (l0) (FC-95) Rub~ 67 1 333 00 P 22rJ 1 ___00 30820001 00 460- -1 1

l Mi11ExistingAsphaltPavement(l) 411 SY $ 2775 $ II40525 $ 5000 __$___20_5_5_0-00shy

13 Adjust Valve Boxes EA $ 39965 I$ 39965 $ 28000 $ 28000

middot---1-4middotmiddot~ AdjustManhole --- -------~--middot EA $ 39635 $ 39635 $ 65000 $ middot--middot-6-50-00shymiddot~----middot-middot- I middot-~---------------

783225 $ 3500 $15 ~ConcreteCwbampGutter(Type F) middotmiddot~Z95i LF $ 4=-middot 16 1Conc Sidewalk(4 Thick) SY $ 46 80 $ 697320 $ 7000 $ 1043000

___ 17 _ _J~nc Sidewalk (6 Thick) (Driveways) -~-- - -- -- - ~~- f SY $ 5285 $ 628915 $ 7700 $ 916300 --- middot-middot-~--middot---~Sodding bull middot 1-middot 59middot - middotsy $ 1040 $ 622960 $ 750 $ 449250

- 19 Inl~~orum--middot~--Bo-tto_m_)(_T_yp_e_C_)-lt-10---- -middot ---~----middotmiddot--middot--------~ - ---3--- T-EA -~-$--3-99-7-8-0-+--------~-$ ]199340 $ 450000 $ 1350000

1-20----1-In-let-(Curbmiddot--)-(P--5-)-lt-10_1____________________________r _ -- 1~ -i-middot $~- 21911s 650000 s 6soooo

$ 279775 $

1 $ 1~2840 $1~p-~-c_________________________[_ ~-~~-_ _~_00_00__]~-~~-- -s_~~-~=~=~=~======~=~-~-~~2-_s-00_~_0~$---~~-2-~-s_oo_1 2 1 2 $ 68915 $ 023 ConcretePipe_Cul_vert_(_1_8_)__________ -~---middotmiddot---------+1

___1_s1__ LF $ 4975 $ 751225 $ 6300 j 951300

24 ClasslVConcrete(CulvertampHeadwalls) 1477 CY $ 162800 $ 24045560 $ J90000 $ 28063000 -~-~~-t--------t-----~-r--------1

25 Reinforcing Steel (Culvat amp Headwalls) 33768 LB $ $ 2363760 $070 200 $ 6753600

Page 4 of7 NROADWAYPR02D72DJ75J3- Kudza Road over LWOO L-8 Conaij4 - Bfrl Op ming and Anaysb20J 7513 Bid Tabs

ITEM ITEM DESCRIPTION I QTY UNITS Unit Price j Amount Unit Price r Amount

26 jPedestrianBicycle Railing 96 LF $ 9890 I$ 949440 $ 315 $ 30240

~- Bid~~)DltchLining ~ I~ =~~ ~ -shy middot29-~ Clean Sand Fill 215 CY $ 4335 $ 932025 $ 3000 $ middot 645000

---~3o 1

Stomi SewerPumpingExist)(24orlessXSeeSPs) -1middot--120 LF $ 4751 S 57000 $ 3000 $middot--middot- ~---middot middotshy 360000

SUBTOTAL(RO~WAY) $ 75115375 $ 84590990

CONTINGENCY~

31 ICJass I Concrete(Misc) ____ middot-----~ j 5 CY $ 648 95 I $ 324475 $ 190000 $ 950000 - ----------middot middot-middot1____1- ~-----1

__ 32 1 Chang~Je(VariableMessage) Sign (N~~--M_O_T)____ ___1_o______E_D____s___ 2530i$ 25300 S 3000 $ 30000

_ ~_ ITrafficCon~lOffietT(Non-MOT) -middot-----------shy 16 j HR $ 9295 $ 148720 $ _1_5_0_00--1-$---~2_4_~-~ r---34 Premium for Conflict Condition (See SPs) ________1

1middotf-----_-_--_J EA $ 355855 k 355855 $ 300000 S 300000

35 FlowableFill ____________

1

_1

00

0_ ~1middot--c~~YY -- _$s__2_s_s_1s---+i $ 25815~ $ 30000 $ 300000

middot---3-6 subsoil ExcavationI 1

4

2bull

7

9

5

0 f$$middot- ~I2

5

_

7

9_

0

o_bullbull

0

oo_

0

_$$___3_0_o_o-+1_$____3_ooo__oo~ 37 Stmm Sewer Cleaning (Exist) (24 or J~sXSee SPs) -------~middot- 120 I LF __ $ l 3000 I$ 360000

SUBTOTAL (ROADWAY)

UTILITY ITEMS

38 jRemove and Dispose Existing 811 AC- Water Main I I

39 ~ -shy --shy rRemove Existing 12 Force Main

40 Grout Existing 8 AC Water Main wi~~owable FilJ

41 middot]8 Ductile Iron Pipe For Wala Main Installation I 42 12 DIP Pipeor Force Main Installation l

-~---middot-middot--middot

43 FampI 8 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM -i44 FampI 12 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM -middot--shy

-~ 45 middotFampI 12 Ductile Iron 90 Degree Fittings w Reaction Blocking or Thrust Restraint for WM

-46 Furnish Install and Remove Sample Points Comp1ete

-shy47 2 Air Release Valve with Manhole for Water Main and Force Main I

$ 1298500 $ 2480000

40 I LF $ 14275 $

144 LF $ ~-+----6-1-middot-o-o ~- I+shy -w q 278 LF $ 1050 $ 291900 $ 1200 $ 333600I 25651 $

~-r-----~~~~--r-~~---~~

255 LF $ 10075 $

143 LF $ 20200 $

6 EA $ 28480-1 $-~

5 EA $ 90500 I$

I EA $ 91195 I$

94500 l$2 I EA $

2 EA $ 11sos2s 1 $

2~69125 $

2888600 $

170880 $

452500 $

97195 $

2361650 $

5400 $ 1377000

11500 $ 1644500

30000 $ 180000

78000 $ 390000

85000 $ 85000

69000 $ 138000

850000 $ 1700000

Page5 of7 NROADWAYPR020172017513 bull Kudza flood ov~r LWOD L-8 Conal4 middotBid 0plning arid Anaysii20175 Bid Tabt

ITEM ITEM DESCRIPTION QTY j lJNITS UnJtPrfce Amount Unit Price Amount

48 8 GateVaJveforWaterMain _1~-- _$_ 219~_-9_5____$____2bull 19595 $ 180000 _$____1_soo_00_ __4_9_ middot-18Ga~ Valve for Water Main with Manhole ~dPservice taps 1 -~ $ 367660 $ 367660 $ 550000 $ 550000

50 11211 Gate Valve for Force Main 1 II EA -- $ 315880 $ 315880 $ 300000 $ 300000

s1 jeonnect to Ex-isting 8 water M~- ---- -----2----1 --M $ 2 468 35 $ 493610 $ soo oo $ 1000001

_ 52~- - ]Connect to Existing 1 Forc_e_M--am------_______ ---middot-middotmiddotmiddot ____ - - H-middot-- EA $ 11965~95 $ 23931 ~90-bull __$___70-0-00---+--$-~-middot~--1_4_00_o_o_f 53 Testing and Survey 1( 1 LS $ 2781245 $ 2781245 $ 550000 $ 550000

--- 54 jAs-builts -middot ------ --------- ____ I l _L_S_ -$--1-3-09-4-3-5-+-$-- ~middot-13-09-4-35--+-$---4-5-00-00-~middot-$----4-S-OO--oo-

SUBTOTAL (UTILITY) S 1784188~ S 8602900

956~73890

Page 6 of7 NROADWAYPR0201720175U bull Kudza Aoad awr LWDD L-8 canaf4-Bfd Optnfng and Ana~lt2017513 Bid Tab$ bull

THE COUNTY DOES NOT GUARANTEE THE ACCURACY OF THE FORMULAS AND EXTENSIONS USED IN THIS SPREADSHEET ------~middot - -shy ______

r--bullbull middot-middot~ -shyTHE ITEMS AND QUANTITJES ABOVE SHALL GOVERN OVER THE PLANS

-shy _ _ ~--middot~middot - - _ ~-

PAY ITEM FOOTNOTES IN CONSTRUCTION PLANS SHALL ALSO BE INCLUDED IN ITEM UNIT PRICE

Note jPAY ITEM FOOTNOTES

1 All items sha11 include cost to furnish and install un]ess otherwise noted -middot ~ - bull -Tshy ~ _~-- - _--

middot Pennitting agency pre-construction meetings and notices of commencement compliance with stormwater pollution prevention plan and stormwata pollution control plan installation of erosionturbidity 2 controls including silt fences inlet protection inspections and reporting preparation and submittal of construction completion certifications and required record drawings by a professional engjneer andor ]and

bull Isurveyor utility notifications are considaed incidental to mobilization ~----middot - - -- ___

3 -- -1AII costs for Maintenance ofTraffic (MOT) and mobilization sha11 be consideci incidental to and shall b~ included in unit prices -fo~-tb-~ay items -

- )Sawc~t ofexisting aspha~ an~or concrete design~ted for removal per pJans ~oval and relocation ofprivatel~~~~middot~ systems including ~on mailboxes fencing ~ ~emoval and disposal ~-~~~~--shy

middot~areas ofexcess and unsuitable material that may b~ encountered during excavation removal and disposal ofexisting structures per plans is considered incidental to th~bid item clearing and grubbing ~ ____

5 Benn construction swale construction grading re-grading ofroadways driveways canal sections and all other rough and finish grading shall be considered incidental to the bid items Excavation andor Embankmenf

- -shy IDemolition ofexisting m~ri~ge to include all co~po~concrete deck and -~c railings bent caps w~g i1s sheet panels comrete ~ ooncrete -oacb slabs an~ any deadmen anchors P~er -shy

6 disposal ofall bridge debris is considered incidental to bridge demolition -shy middot- shy j1211 co~~~cted subgrade is co~~idered incidental to th~-~~-t ofbaserock constructio - - middot-- --shy -middot - - - shy ----~ -shy -middotmiddot~- middotshy

7

__ ___ ~~- --shy middotshy

8 Prime and tack coats are considered incidental to asphalt construction -- ---shy -shy --middoto-shy

9 Excavation and backfin for structures including cost of any select bedding material that may be nec~sary for a satisfactory installation as directed by Palm Beach County is considaed incid_ental to the cost of the structures

I ---shy -~-middot r

-middot~ - - ----shy - --middot-------shy ---=shy bull - 4 -middot -shy -middot _ -~middot -middot - -IO Wrapping of filter fabric around all pipe joints per FDOT index no 280 and cost ofcoring existing structures for pipe connection is considered incidental to the cost ofthe pipe _ ____

-middot __ _ __ __ __ --middot-middot middot

11 The cost of all anchoring hardware per FDOT index 852 is microicidentaJ to the item Pipe Guiderail (Steel) (FDOT Index 852) -shy

lnie cost of det~~Jewarning surfa~ ~ FDOT index 304 and base compaction is considen)(i incidental to sidewalkpatb~ay ~~ction --shy -~ -shy middotshy -

12 ~------- - -r-middotmiddotmiddot -middot~-~ -shy ___ _4_ -shy

13 The cost offilter fabric is incidental to the item Bedding Stone _ ~--- ~-- _--~- -shy - -middot _

14 Sodding-shall be in aceordancewith section 575 of the general provisions ofthis specification Includes costs for fertilizer and water unti1 final acceptance ~~ ---=---middot~ ~lt--- __ -shy

_ __1s__112 thick no 57 stone foundation and filler fabric is incidental to the bid item Class N Concrete (Cast in Place Headwall) -

__ __ -middot - - middotmiddotshy ---~

16 Contingency items may be increased decreased or deleted as directed by the engineer ----shy _______ ----------shy

--~-----

17 1Changeab1e (Variable)_ Message Sign (Non-MOT) and Traffic Control Officers (Non-MOT) in accordance with General Provisions (Section l 02)

- -middot _ ___ _ ~ -~-

~

Indicates Math Error

Page 7 of7

EXHIBIT B Village of Palm Springs (VPS)

PROJECT NAME Kudza Rd over L WDD L-8 Canal

PROJECTNUMBER 2017513

CONTRACTOR FG Construction LLC

ITEM QUANTITY UNITS UNIT PRICE AMOUNT

13 14

Adjust Valve Boxes Adjust Manhole

Roadway Items for VPS

lEA IEA

$26117 $71755

VPS Utility Subtotal

ITEM QUANTITY I UNITS UNIT PRICE

Roadway Contingency Item for VPS

34 Premium for Conflict Condition (See SPs) lEA $1469000

VPS Contingency Subtotal

ITEM QUANTITY I UNITS UNIT PRICE

$26117 $71755

$97872

AMOUNT

$1469000

$1469000

AMOUNT

VPS Utility Items

38 Remove and Dispose Existing 8 AC Water Main 40LF

39 Remove Existing 12 Force Main

40 Grout Existing 8 AC Water Main with Flowable Fill

41 811 Ductile Iron Pipe For Water Main Installation

42 12 DIP Pipe For Force Main Insta~lation

Continue in page 2

1

144LF

278LF

2551F

143LF

$28250

$2825

$967

$7889

$18669

$1130000

$406800

$268826

$2011695

$2669667

f

Village ofPalm Springs Exhibit B for Kudza Rd over LWDD L-8 Canal Project 2017513

ITEM QUANTITY I UNITS UNIT PRICE AMOUNT

VPS Utility Items

43 FampI 811 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM 6EA

44 FampI 12 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM SEA

45 FampI 12 Ductile Iron 90 Degree Fittings w Reaction Blocking or Thrust Restraint for WM 1 EA

46 Furnish Install and Remove Sample Points Complete 2EA

47 2 Air Release Valve with Manhole for Water Main and Force Main 2EA

48 8 Gate Valve for Water Main 1 EA

49 8 Gate Valve for Water Main with Manhole and 1 service taps lEA

50 12 Gate Valve for Force Main lEA

51 Connect to Existing 8 Water Main 2EA

52 Connect to Existing 12 Force Main 2EA

53 Testing and Survey 1 LS

54 As-builts 1 LS

$104517 $627102

$334288 $1671440

$359087

$79001

$359087

$158002

$968565

$288722

$1937130

$288722

$353114

$536275

$97934

$173748

$904000

$395500

$353114

$536275

$195868

$347496

$904000

$395500

VPS Utility Items Subtotal

Village of Palm Springs Grand Total

Village of Palm Springs Grand Total Plus lOoo Contingency

$14260724

$15827596

~17410356

FROADWAYUTILITY COORDINATION2017513_Kudzaover IA CanalVPS Exhibit Bdoc

2

2020------- shy Page 1 of 1

BOARD OF COUNTY COMMISSIONERS PALM BEACH COUNTY

BUDGET Amendment

FUND Transportation Improvement Fund BGRV 031620-430 BGEX 031620-1131

ACCOUNT NUMBER ACCOUNT NAME ORIGINAL BUDGET

CURRENT BUDGET INCREASE DECREASE

ADJUSTED BUDGET

EXPENDED ENCUMBERED

ASOF 31620

REMAINING BALANCE

REVENUES Kudza Road over LWDD L-8 Canal 3500-361-1520-6948 Utility Relocation Reimbursements 0 0 174104 0 174 104

TOTAL RECEIPTS amp BALANCES

EXPENDITURES Kudza Road over LWDD L-8 Canal 3500-361-1520-8101 Contributions Other Governmental Agencies

TOTAL APPROPRIATIONS amp EXPENDITURES

202361433

0

202361433

195369625

0

195369625

174 104

174 104

174 104

0

0

0

195543729

174 104

195543729

0 174 104

SIGNATURE DATE By Board of County Commissioners At Meeting of ________

Engineering amp Public Works ~hliamptk 1-1)-) IJ__i)

Administration I Budget Approval

OFMB Department - Posted Deputy Clerk to the Board of County Commissioners

Page 9: PROJECT NO. 2017513 · Affirmative Procurement Initiative (API) for Construction: 20% minimum mandatory SBE participation, established for the above-mentioned project, which opened

BID TABULATIONS ~-7_~

KUDZA ROAD OVER LWDD L-8 CANAL ENGINEERS FG CONSTRUCTION JOHNSON-DAVIS INC-- AVERAGE

CONTRACT ESTIMATE LLC -

PBC PROJECT 2017513 middot CCshy

middotmiddotmiddotgtmiddotmiddot_middotmiddotmiddotbullmiddotmiddot--~middotmiddotc middot= -bullshy middot--~ --~ ~- middot-middotA-middotmiddotmiddotbull middotmiddot1c-middot middotbull middotmiddotbull= -=middotmiddotmiddot__ middot bull-=middot ccmiddotmiddot bull-__ _ = bull middotmiddotmiddotmiddotmiddotmiddotmiddot=middot--middotmiddot -= - bull _- middot~ -middot ~- middot_middot __ ~~ ~- -_ middotmiddot -

ITEM ITEM DESCRIPTION QTY UNITS UNIT PRICE UNIT PRICE Unit Price Amount Unit Price Amount

48 8 Gate Valve for Water Main 1 EA $ 217079 $ 250000 $ 288722 $ 288722 $ 180000 $ 180000

49 8 Gate Valve for Water Main with Manhole and 1 service taps 1 EA $ 442694 $ 800000 $ 353114 $ 353114 $ 500000 $ 500000

50 12 Gate Valve for Force Main 1 EA $ 375539 $ 350000 $ 536275 $ 536275 $ 350000 $ 350000

51 Connect to Existing 8 Water Main 2 EA $ 228692 $ 250000 $ 97934 $ 195868 $ 520000 $ 1040000

52 Connect to Existing 12 Force Main 2 EA $ 622586 $ 250000 $ 173748 $ 347496 $ 1050000 $ 2100000

53 Testing and Survey 1 LS $ 1133811 $ 1000000 $ 904000 $ 904000 $ 300000 $ 300000

54 As-builts 1 LS $ 611234 $ 1000000 $ 395500 $ 395500 $ 290000 $ 290000

SUBTOTAL (UTILITY) $ 14260724 $ 13201500

_

_754989Z~~ _-~25W24-~9--TOTAL BID __ -~ ~middotmiddot~cl $ $ bull _ yen middotI ~

Page3 of7 NROADWAYPR020172017513 -Kudza Road over LWDD L-8 Canaf4 - Bid Opening and Analysis2017513 Bid Tabs

BID TABULATIONS

KUDZA ROAD OVER LWDD L-8 CANAL

CONTRACT

=middot-middotl~BCPROJECT2017513 -middot -----~- __middotmiddot - -= - shy ~middot- __ - - __ - - - - - - bull -middot - ---middot ---= -shy -~- shy - ---shy - bull --_ -~ - __~ middotshy

ITEM I ITEM DESCRIPTION I QTY IUNITS

ROADWAY ITEMS

1 Mobilization 1 LS $

2 Maintenance ofTraffic (incl Pedestrian MOT) 1 LS $

3 Removal ofExisting Structure 1 LS $

4 Removal Pedestrian Bridge 1 LS $

5 Clearing and Grubbing 1 LS $

6 Floating Turbidity Barrier 1 LS $

7 Regular Excavation 96 CY $

8 Embankment (Compacted in Place) 115 CY $

9 Optional Base Group 7 975 SY $

10 Superpave Asphalt Concrete (Traffic Level C) 88 TN $

11 Asph Concrete Friction Course (10) (FC-95) Rubber 67 TN $

12 Mill Existing Asphalt Pavement (l ) 411 SY $

13 Adjust Valve Boxes 1 EA $

14 Adjust Manhole 1 EA $

15 Concrete Curb amp Gutter (Type F) 295 LF $

16 Cone Sidewalk ( 4 Thick) 149 SY $

17 Cone Sidewalk (6 Thick) (Driveways) 119 SY $

18 Sodding 599 SY $

19 Inlet (Ditch Bottom) (Type C) lt1 O 3 EA $

20 Inlet (Curb) (P-5) lt10 1 EA $

21 Yard drain 1 EA $

22 A2000 PVC Pipe (12) 11 LF $

23 Concrete Pipe Culvert (18) 151 LF $

24 Class IV Concrete (Culvert amp Headwalls) 1477 CY $

25 Reinforcing Steel (Culvert amp Headwalls) 33768 LB $

Page 4 of7

FERREIRA CONSTRUCTION

SOUTHERN DIVISION _CO INC_ _---middot--middotshy --shy

_-- -middot bull bull _ shy ~-_ ~7middot-~- - ~-- bull

Unit Price I Amount

10234435 $ 10234435

2187535 $ 2187535

12329900 $ 12329900

1787850 $ 1787850

572770 $ 572770

48870 $ 48870

1180 $ 113280

3135 $ 360525

1465 $ 1428375

27940 $ 2458720

33300 $ 2231100

2775 $ 1140525

39965 $ 39965

39635 $ 39635

2655 $ 783225

4680 $ 697320

5285 $ 628915

1040 $ 622960

399780 $ 1199340

279775 $ 279775

132840 $ 132840

6265 $ 68915

4975 $ 751225

162800 $ 24045560

070 $ 2363760

FOSTER MARINE

CONTRACTORS INC )

- - - shy -shy - --~ - middot - ~

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

Unit Price I

7800000 $

3000000 $

5000000 $

1200000 $

3000000 $

300000 $

2300 $

800 $

5400 $

26500 $

46000 $

5000 $

28000 $

65000 $

3500 $

7000 $

7700 $

750 $

450000 $

650000 $

250000 $

6000 $

6300 $

190000 $

200 $

Amount

7800000

3000000

5000000

1200000

3000000

300000

220800

92000

5265000

2332000

3082000

2055000

28000

65000

1032500

1043000

916300

449250

1350000

650000

250000

66000

951300

28063000

6153600

bpJ tshy

0 pr Cl (1-h ~

-J (fshy

NROADWAYPR020172017513 - Kudza Raad over LWDD L-8 Canal4 -Bid Opening and Anaysis2017513 Bid Tabs -C

BID TABULATIONS middot

KUDZAROADOVERLWDD L-8 CANAL - middotcoNTRACT

PBC PROJECT 2017513 middot middotmiddot -middot c middotmiddotmiddotc ccmiddotmiddotmiddot middot cmiddotc Cbullltc middotmiddot bull ~ -_shy

ITEM ITEM DESCRIPTION QTY UNITS

26 PedestrianBicycle Railing 96 LF $

27 Rip Rap (Rubble) FampI Ditch Lining 363 TN $

28 Bedding Stone (Sect 530) 242 TN $

29 Clean Sand Fill 215 CY $

30 Storm Sewer Pumping (Exist) (24 or less)(See SPs) 120 LF $

SUBTOTAL (ROADWAY) $

CONTINGENCY ITEMS

31 Class I Concrete (Misc) 5 CY $

32 Changeable (Variable Message) Sign (Non-MOT) 10 ED $

33 Traffic Control Officer (Non-MOT) 16 HR $

34 Premium for Conflict Condition (See SPs) 1 EA $

35 Flowable Fill 10 CY $

36 Subsoil Excavation 100 CY $

37 Storm Sewer Cleaning (Exist) (24 or less)(See SPs) 120 LF $

SUBTOTAL (ROADWAY) $

UTILITY ITEMS

38 Remove and Dispose Existing 8 AC Water Main 40 LF $

39 Remove Existing 12 Force Main 144 LF $

40 Grout Existing 8 AC Water Main with Flowable Fill 278 LF $

41 8 Ductile Iron Pipe For Water Main Installation 255 LF $

42 12 DIP Pipe For Force Main Installation 143 LF $

43 FampI 8 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM 6 EA $

44 FampI 12 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM 5 EA $

45 FampI 12 Ductile Iron 90 Degree Fittings w Reaction Blocking or Thrust Restraint for WM 1 EA $

46 Furnish Install and Remove Sample Points Complete 2 EA $

47 2 Air Release Valve with Manhole for Water Main and Force Main 2 EA $

Page 5 of7

FERREIRAmiddot CONSTRUCTION

SOUTHERN DIVISION middot~~Q JNlt r

~ middot - -bull J -_ ___ - - ~middot middot-~ _middot ~- -~-- _ middotmiddotbullmiddotmiddot

Unit Price Amount

9890 $ 949440

12320 $ 4472160

8915 $ 2157430

4335 $ 932025

475 $ 57000

75115375

64895 $ 324475

2530 $ 25300

9295 $ 148720

355855 $ 355855

25815 $ 258150

1290 $ 129000

475 $ 57000

1298500

14275 $ 571000

2565 $ 369360

1050 $ 291900

10075 $ 2569125

20200 $ 2888600

28480 $ 170880

90500 $ 452500

97195 $ 97195

94500 $ 189000

1180825 $ 2361650

~~f

FOSTER MARINEmiddot~~iB CONTRACTORS INC

gtmiddotbullmiddot bull bull- _ ~-middot=-- middot

---middotmiddot ___ __z

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

Unit Price

315 $

17000 $

10000 $

3000 $

3000 $

190000 $

3000 $

15000 $

300000 $

30000 $

3000 $

3000 $

6000 $

1700 $

1200 $

5400 $

11500 $

30000 $

78000 $

85000 $

69000 $

850000 $

Amount

30240

6171000

2420000

645000

360000

84590990

950000

30000

240000

300000

300000

300000

360000

2480000

240000

244800

333600

1377000

1644500

180000

390000

85000

138000

1700000

cJ h

$ ~ f ~ (l ~

t 0 ~ -1 -J -C

NROADWAYPR020172017513 - Kudza Road over LWDD L-8 Conal4 - Bid Opening and Anaysis2017513 Bid Tabs

BID TABULATIONS FERREIRA KUDZA ROAD OVER LWDD L-8 CANAL CONSTRUCTION

CONTRACT SOUTHERN DIVISION

lBCbullPROJEpoundT2017513 CO INC Imiddotmiddot- 2lt- - ~~-bullmiddotmiddot- middotmiddot shy -middot -- -

~ bull c- gt -middotmiddot ltgt-bullmiddotmiddotmiddot-- _ iebullbull -lt - bull - -shy bull~middot middot middot c bullmiddotmiddotmiddot- bull - middotmiddot shy __

ITEM ITEM DESCRIPTION QTY UNITS Unit Price Amount

48 8 Gate Valve for Water Main 1 EA $ 219595 $ 219595

49 8 Gate Valve for Water Main with Manhole and 1 service taps 1 EA $ 367660 $ 367660

50 12 Gate Valve for Force Main 1 EA $ 315880 $ 315880

51 Connect to Existing 8 Water Main 2 EA $ 246835 $ 493670

52 Connect to Existing 12 Force Main 2 EA $ 1196595 $ 2393190

53 Testing and Survey 1 LS $ 2781245 $ 2781245

54 As-builts 1 LS $ 1309435 $ 1309435

SUBTOTAL (UTILITY) $ 17841885

TOTAL BID $ 94255760middot

$

$

$

$

$

$

$

$

$

FOSTERMARINE CONTRACTORS INC

bullgtcmiddotmiddot -gt bull~middot bull middot- middot

bull--middot-middot shy bull middot-middot ~-middot _ middot~ - - middot-_ middot

Unit Price Amount

180000 $ 180000

550000 $ 550000

300000 $ 300000

50000 $ 100000

70000 $ 140000

550000 $ 550000

450000 $ 450000

8602900

95673890

b

r sshy~

(~ ~

r-Page 6of7 NROADWAYPR020172017513 - Kudza Road over LWDD L-8 Canal4 - Bid Opening and Anafysis2017513 Bid TaEshy

THE COUNTY DOES NOT GUARANTEE THE ACCURACY OF THE FORMULAS AND EXTENSIONS USED IN TIDS 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

All items shall include cost to furnish and install unless otherwise noted

Permitting agency pre-construction meetings and notices of commencement compliance with stormwater pollution prevention plan and stormwater pollution control plan installation of erosionturbidity

2

1

controls including silt fences inlet protection inspections and reporting preparation and submittal of construction completion certifications and required record drawings by a professional engineer andor land surveyor utility notifications are considered incidental to mobilization

3 All costs for Maintenance ofTraffic (MOT) and mobilization shall be considered incidental to and shall be included in unit prices for the pay items

Sawcut of existing asphalt andor concrete designated for removal per plans removal and relocation ofprivately owned systems including irrigation mailboxes fencing etc removal and disposal in suitable 4

areas of excess and unsuitable material that may be encountered during excavation removal and disposal of existing structures per plans is considered incidental to the bid item clearing and grubbing

Berm construction swale construction grading re-grading of roadways driveways canal sections and all other rough and finish grading shall be considered incidental to the bid items Excavation andor 5

Embankment

Demolition of existing road bridge to include all components-concrete deck and traffic railings bent caps wing walls sheet panels concrete piles concrete approach slabs and any deadmen anchors Proper 6

disposal of all bridge debris is considered incidental to bridge demolition

7 12 compacted subgrade is considered incidental to the cost ofbaserock construction

8 Prime and tack coats are considered incidental to asphalt construction

Excavation and backfill for structures including cost of any select bedding material that may be necessary for a satisfactory installation as directed by Palm Beach County is considered incidental to the cost of 9

the structures

10 Wrapping of filter fabric around all pipe joints per FDOT index no 280 and cost of coring existing structures for pipe connection is considered incidental to the cost of the pipe

The cost of all anchoring hardware per FDOT index 852 is incidental to the item Pipe Guiderail (Steel) (FDOT Index 852)

12

11

The cost ofdetectable warning surfaces per FDOT index 304 and base compaction is considered incidental to sidewalkpathway construction

The cost of filter fabric is incidental to the item Bedding Stone

14

13

Sodding-shall be in accordance with section 575 of the general provisions of this specification Includes costs for fertilizer and water until final acceptance

15 12 thick no 57 stone foundation and filter fabric is incidental to the bid item Class IV Concrete (Cast in Place Headwall)

16 Contingency items may be increased decreased or deleted as directed by the engineer

17 Changeable (Variable) Message Sign (Non-MOT) and Traffic Control Officers (Non-MOT) in accordance with General Provisions (Section 102)

-middot Indicates Math Error

Page7 of7

INTERLOCAL AGREEMENT BETWEEN PALM BEACH COUNTY FLORIDA AND

VILLAGE OF PALM SPRINGS FOR JOINT PARTICIPATION AND PROJECT FUNDING FOR CONSTRUCTION OF UTILITY ADJUSTMENTS FOR

KUDZA ROAD BRIDGE OVER LWDD L-8 CANAL BRIDGE REPLACEMENT

PALM BEACH COUNTY PROJECT NO 2017513

THIS Interlocal Agreement (AGREEMENT) for Kudza Road Bridge replacement over the LWDD L-8 Canal (PROJECT) is made as of the __ day of 20201 by and between Palm Beach County1 a political subdivision of the State of Florida1 by and through its Board of County Commissioners (COUNTY) and the Village of Palm Springs1 a municipal corporation existing under the laws of Florjda (hereinafter VILLAGE) each one constituting a public agency defined in Part I of Chapter 163 Florida Statutes (individually Party and collectively Parties)

WHEREAS Section 16301 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 VILLAGE has requested the COUNTY to construct water main1 force main and associated appurtenance adjustments to the VILLAGES system (UTILITY WORK) within the limits of the PROJECT and

WHEREAS1 the COUNTY and the VILLAGE desire to jointly participate in the UTILilY WORK and

WHEREAS both COUNTY and VILLAGE declare that it is in the public interest that the UTILTIY 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

VILLAGE OF PALM SPRINGS 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 2017513 Said Bid Documents include the UTILITY WORK as shown in VILLAGE prepared Utility Matrix Applicable Technical Specifications Standard Construction Details and Approved Product List

B COUNTY shall obtain written approval from the VILLAGE in advance of any change orders including any costs associated with the VILLAGES failure to approve change orders in a timely manner which increase the cost attributable to the UTILITY WORK to an middotamount greater than the contract amount as stated in Section 3A below VILLAGES 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 contractors bid for the PROJECT and the UTILllY WORK

Section 3 VILLAGES Responsibilities

A VILLAGE shall reimburse COUNTY a total estimated cost including 10 contingency of One Hundred Seventy Four Thousand One Hundred Three Dollars and Fifty Six Cents $17410356) provided COUN1Y 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 VILLAGES Utility Items shall be paid by the VILLAGE

8 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 VILLAGE

C Upon completion of the PROJECT and the UTILilY WORK the VILLAGE shall repair and maintain the UTILITY WORK at VILLAGES expense

Section 4 PaymentsInvoicing and Reimbursement

The COUNTY will invoice the VILLAGE on a periodic basis during construction of the PROJECT and the UTILin WORK The VILLAGE agrees to provide to COUNTY payment for documented costs for the UTILITY WORK in the amount established in Section 3A COUNTY shall submit all invoices to the VILLAGE identifying the UTILITY WORK including COUNTYS total expenditure for the PROJECT and identifying the amount attributablemiddot 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 VILLAGE within seven (7) calendar days of request by the VILLAGE Invoices received from COUNlY will be reviewed and approved by the VILLAGE to ensure that expenditures have been made in conformity with this

2

VILLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

AGREEMENT Upon COUNTYS submission of acceptable documents needed to substantiate its costs for the UTILITY WORK VILLAGE will provide said payment to COUNTYmiddot on a reimbursement basis within thirty (30) days of receipt of all required documents In no event shall the VILLAGE 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 VILLAGE 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 VILLAGE will reimburse the COUNTY for the UTILI1Y WORK completed as of the date the COUNTY suspends the UTILITY WORK Any remaining unpaid portion of this AGREEMENT shall be retained by the VILLAGE and the VILLAGE shall have no further obligation to honor reimbursement requests submitted by the COUNTY

Section 5 Access and Audits

COUNTY and VILLAGE 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 VILLAGE 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 COUNTYS sole direction supervision and control All VILLAGE employees engaged in the work or services performed pursuant to this AGREEMENT shall at all times and in all places be subject to VILLAGES sole direction supervision and control (he 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 othermiddot Party shall be that of an Independent Contractor and not as employees or agents of the other

Neither COUNTY nor the VILLAGE 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 VILLAGE

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

VILLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

or permitted under state and local law to perform such services

All of COUNlYS 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 VILLAGE and COUNTY recognize their liability for certain tortious acts of its agents officers employees and invitees to the extent and Hmits provided in Section 768281 Florida Statutes To the extent permitted by law the VILLAGE and COUNlY shall indemnify defend and hold the other harmless against any actions claims and damages arising out of the 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 76828 Florida Statutes1 nor shall the same be construed to constitute an agreement by the VILLAGE 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 andor VILLAGE

Section 9 Annual Appropriation

All provisions of this AGREEMENT calling for the expenditure of ad valorem tax money by either the COUNTY or the VILLAGE are subject to annual budgetary funding and should either Party involuntarily fail to fund any of their respective obfigations 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 attorneys fees) associated with the enforcement of the terms andmiddot conditions of this AGREEMENT shall be borne by the respective Parties

4

VILLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

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

All notice to the VILLAGE shall be sent to

Ronald Eyma PE Public Service Director Village of Palm Springs 226 Cypress Lane Palm Springs FL 33461

All notice to the COUNTY shall be sent to

Omelia A Fernandez P E Director Palm Beach County Engineering amp Public Works Roadway Production Division P0 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 Partys right to assert or rely upon any such provisions or rights in that or

any other instance

5

VILLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

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 Section 17 Non~Discrimination

COUNTY and VILLAGE 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 st~tus 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

COUNlY and VILLAGE shall abide by all applicable federal state and local Jaws orders rules and regulations when performing under this AGREEMENT COUNTY and VILLAGE 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 Generals 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

6

VllLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

contract

Section 23 Public Entity Crime Certification

As provided in FS 287132-133 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 FS 287133 (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 VILLAGE 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

VILLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

IN WITNESS WHEREOF the undersigned Parties have executed this AGREEMENT on the day and year first written above

VILLAGE OF PALM SPRINGS

BY~~~~--~---shyBev Smith Mayor

AllEST

Kimberly M Wynn AUTHORITY CLERK

PALM BEACH COUNlY FLORIDA

BY __~----------~~~-shyTanya N McConnell PE Deputy County Engineer

APPROVED AS TO TERMS AND CONDITTONS

BY __~--~~--~--shy(DATE)

APPROVED AS TO FORM APPROVED AS TO FORM AND LEGAL SUFFIOENCY AND LEGAL SUFFIOENa

BY _________ BY~YB~H---~--~~~~~~~shyVIiiage Attorney Assistant County Attorney

FROADWAYUTILI1Y COORDINATION2017513_Kudza over L-8 CanalVPS Construction Agreementdoc

8

ITEM I ITEM DESCRIPTION QTY middot1 UNITS UNIT PRICE UNIT PRICE UnitPrice I Amount Amount

2 I 30000 $ 30000-g= ___ 4_~-_0 _____1_4_00-so-_

SS21 $ S695 $ --8485ss $ 6000 S 894000

6913 $ 6000 I $ 714000 $ 7000 $ 833000

336 $ 791 I$ 473809 $~-~--8-00~+~$ 479200 middot-~----~~-middot-

510705 $ 390442 $ ll71326 $ 3500001~-- 1050000

~~ 200000 ~ 3333 $ 4378 $ 48158 $ S000 $ 55000

~~ s ~oo s ~~~ s 1~00 $

130000 $ 105149 $ lSS30507 $ 200000 $

1510000

29540000

ROADWAY ITEMS

Mobilization

MaintenanceofTraffic(inclPooestrianMOT)

3 Removal ofExisting Structure

2

- dge -middot- ---middot middotshy ~~=mer

=8 1Embankment(C~~P~-~- shy_ --=-=--~_jmucrde~~Cgt

____J_l__ =jh~7deg=~middot~)(FC-95)Rubber 13 AdjustValveBoxes

~1 outtflt (Type F)

16 Cone SidewaJk~(~_-~-middot -~middot ~_ ___

17 Cone Sidewalk (6 Thick)(Driveways)

18 Sodding middot--~----middot~--~middot---middot- ~--middot--middot--~

j LS $ 6820109 $ 5000000 $ 4746000 $

I LS $ 2548795 $ 4ooooo $ 15076461___

I 1 I LS $ 7436225 $ 8000000 $ 6215000 $

middotmiddot--middot-- ------ middotI middot+-+ ~- ~~ 2~~ middot--middot-middot-middot--1--~middotmiddot -middot--middot~-~ 2~2 M

I 115 I CY $ 1950 $ 1289 $ 1865 $

-~--====J__ _-=f --=~- ~ l~ 2 __ 7i-- middotmiddot-~+---~~~---~~-middot-middotmiddot14~ 2 ---4

EA $ 31021 $

5 295 shy

149 SY $ 5844 $

119 SY $ 6496 $

599 SY $ 845 $

19 InletDitchBottom)(TypeC)lt10 --middot~-----------middot--middotmiddot ___ 3 EA $ 397556 $

______-+--~-et-~-urb-middot-~-(P--5-)_lt_10_- --- --------middot- ~=~-------- I =~-i~--__A_-_--_________~ ___

22 A2000PVCPipe(Iin) 11 LF $ 5411 $

___~____eo_n_~--~-middot_e_c_~_~_c_1s_i_________--_-_~------~--~-~-s 16 $

24 ClassNConcrete(CulvaiampHeadwalls) 1477 CY $ 164487 $

39425 $ 26117 $-

4746000 $ 4500000 $ 4500000

1_s_0__ __ 3_5 _ooo_oo_16_4_6-1_s 3_s_oo_o_oo___$____ 6215000 $ 6200000 $ 6200000

--2-~-~---=-middot--~---~=---0----0-+middot---~---~--0-- -----------12_~__-o--t------~----o--0

214415 $ 2000 $ 230000

-~- middotmiddotmiddot middotmiddot -=~~

~r-=~- --1-~~----lr_

1~ 26117 $-

--~-~-1--~---~-~--~~~middot~-~~~-~-~~~~---~~+-~~---lt-~~ --~--~-+--~-----1~-~~--1middot~~~-~~-+-~~~~-~~

25 Reinforcing Steel (Culvert amp Headwalls) 33768 LB $ 163 $ 200 $ 181 $ 6Cl2008 $ 200 $ 6753600

Page 1 of7 NROAOWAYPll020172017513 bull KudzD Road Oliff LWDD L-8 Conal4 middotBid Optnlng and Analysls201753 Bid Tabs

26

ITEM ITEM DESCRIPl10N QTY UNITS UNIT PRICE UNIT PRICE Unit Price J Amount Unit Price Amount

PedestrianBicycleRailing ll 96 LF $ 12038 $ 10000 $ 25448 $ 2443008 $ 12500 $ 1200000 -----middot------+--------- --middotmiddotmiddotmiddotmiddot-middotmiddot------ --------- middot~---r----~middot----tmiddot-

27 Rip Rap (Rubble) FampI Ditch Lining 363 TN

28 Bedding Stone (Sect 530) ----------~------- 242 i TN

3

209 Clean Sand Fill --middot------ -shy - - ----- shy --il~l2105 -~LF~-Storm Sewer Pumping (Exist) (24 or IessXSee SPs) 120

CONTINGENCY ITEMS

___3_1_ _JClass I Concrete (Misc)

32 _ _jChangeable(VariableMessage) Sign (Non-MOT)

33 )Traffic Control Officer (Non-Mon

SUBTOTAL (ROADWAY)

34 Premium for Conflict Condition (See SPs) --middotmiddot ~---------- shy ------ shy

35

36

37

lFlowable Fill i

Subsoil Excavation ___ j middotlt~----middot

IStonn Sewer Cleaning (Exist) (24II or less xsee SPs)

UTILITY ITEMS

38 Remove and Dispose Existing 8 AC Water Main

39 Remove Existing 12 Force Main lt----~-- --middot--+------------shy

SUBTOTAL(ROADWAY)

40 LF

144 LF

$ 11412 $ 7500 $ 6328 $ 2297064 $ 10000 $ 3630000

$ 8860 $ 7500 $ 7526 $ ] 821292 $ 9000 $ 2178000

$$ 32790637 3155- middot-middot- 437310 I $ 2500 $ 531500-$$_____ bulloooo-middot-$$middotmiddotmiddotmiddot---1-02703354 $$ 1288200

$ 58774019

$ 81370 $ 36244 $ 16611 $ 83055

$ 5680 $ 2351 $ 9040 $ 90400

$ 9303 $ 4894 $ 7910 $ 126560

$ 673000 $ 795487 $ 1469000 $ 1469000 ~-~--------- ~-------i--

$ 22882 $ 18645 $ 186450

$ 600 $ 72000

$ 78111400

$ 31soo I$ 187500i

$ 5000 r $ 50000

$ sooo Is 80000 ----+----middotmiddot-----shy

$ 250000 $ 250000

$ 20000 $ 200000

$

$

~ __4_2-9--l----middot-~ --- _3~f-middot---3-middot~--o~-=-6$ 2464185 $ 1189500

$ 12631 $ 2500 $ 28250 I$ 1130000 $ 2000 $

$ 2273 $ 2500 $ 2825 middot1 $ 406800 $ 2000 $ 288000

40 Grout Existing 811 AC Water Main with Flowable Fill 278 LF $ 1304 $ 1000 $ 967 $ 268826 $ 2000 $ 556000 ------~ -middot-------+---- ~ __ -------+---shy

41 8 DuctileironPipeForWaterMaininstallation -----1---2_ss__ j LF $ 7966 _s_____s_o_00___$~ __7_8_89--t-_s___2_o_11695 _s___~500 i-$___2_1_6_1_so_o_

42 1211 DIPPipeForForceMainlnstallation 143 J LF $ 16342 $ 14000 $ 18669 $ 2669667 $ 15000 $ 21450001-------- ~--~-----middot--- middot--r----~---~-- __ t

___4~ -middot __ FampI 8 Ductile kon 45 Degree Fittings wl Reaction Blocking or Thrust Restraint for WM 6 ~ EA $ 56374 $ 80000 S 104517 $ 627102 $ 62500 _$_____3_7_s_o_oo-f

44 FampI12degDuctilelron45DegreeFittingswReactionBJockingorThrustRcstraintforWM 5 j EA $ 153197 $ 100000 $ 334288 $ 1671440 $ 110000 $ 550000 -middot -------f---middotmiddot--------------------------middot-- --shy~middot-middotmiddotmiddot----4_5 ---1F_amp_I_1_2__Du_c_til_middote_h__ __ee_F_ittin__gs_w_l_R_ea_cti_middoto_n_B_Ioc_km_middotg_or_Thrust_R_es_trai_n_t_fo_r_WM -+-____ ~ EEAA $ 165321 $ 100000 $ 3590871 $ 359087 $ 120000 _s_____o_n_9_o_D_egr __ __ l_2_oo_00_

4

46 Furnish Install and Remove Sample Points Complete 2 $ 80625 $ 65000 $ 79001 $ 158002 $ 80000 $ 1600001 1

middot~------~--------~

47 2 Air Release Valve with Manhole for Water Main and Force Main 2 I EA $ 999848 $ 750000 $ 968565 I$ 1937130 $ 1000000 $ 2000000

Pagel of7 NROADWAYPR020172017513 middotKudla Road over LWDD L-8 Canal4- Sid ~nlng and AnalyslsZOJ75JJ Bid Tabs

80000

ITEM ITEM DESCRIPTION J QTY j UNITS UNIT PRICE UNIT PRICE Unit Price Amount Unit Price Amount

i8 11 Gate Valve for Watfl Main r j EA $ 217079 $ 250000 $ 288722 $ 288722 $ 180000 $ 18000048 --------- middotmiddot-shy ------------ ------middot-~----------- -~middot~-W--------1------- ------+-------4--~------J-------1---------1

49 ----+-J__ +811 Gate Valve for Water Main with Manhole and 111 service taps 1_ EEAA $ 442694 $ 800000 $ 353lJ4 $ 353114 $ 500000 $ 500000

50 12 Gate Valve for Force Main j 1 s 375539 $ 350000 s 536275 s 536275 $ 350000 Is_______3_s_o_o_oo_

51 Connect to Existing 811 Water Main -__-middot_middot--------========------1--2middot i EA $ 228692 $ 250000 $ 97934 $ 195868 $ 520000 J-s- 1040000

52 Connect to Existing 12 Force Main 2 I EA $ 622586 $ 250000 $ l73748 $ 347496 $ 1050000 $ 2100000

LS $ 1133811 $ l 000000 $ 904000 -$-----9-04-0-00--$ 300000 $ 300000~-- --53-- middot(Testingandsurvey -----==---------- I -I ( --L-S----t-$---6--ll-2-34-t-$----1-0-00-0-0--10 $ 395500 $ 39550-0-t--$--2-900-00-+--$ 29000054 lAs-builts

SUBTOTAL (UTILITY) $ 1426deg24 $ 13201500

Page3 of7 NROADWAYPR020172011513 - Kudm Road avu LWDD L-8 Conal4 - Bid O~nlng and AnaiyW2017513 Bid Tabs

ITEM 1 ITEM DESCRIPTION I QTY IUNITS Unit Price I Amount Unit Price j Amount

ROADWAY ITEMS

1 7800000

~ ofT_raffi_c_(m--cl-P_ed_es_tri_an_M___ -----~--- -_---~-j--+plusmn- middot-L~S-- -$- =42s~ 1$o_T_)____~-- -middot--- - ___ -middot~middotmiddot 2 30000001 99 00Removal ofExisting Structure 12329900 J 50000003 --middot ---- -----+----------- shy

4 Remova1 Pedestrian Bridge LS $ 17 878 50 $ 1200000 -- --5---- C-l~g and Grubbing - -- --- --middot---------middot I I j- LS $ 572770 $middot- shy

572770 $ 3000000 $ 3000000 ~---------_-- ------- --- middot~---~ _ -middot- -----~--middotr--------1

6 Floating Turbidity Barrier I LS $ 48870 $ 48870 $ 300000 $ 300000 -~---------~~

__7 ____ ReguJarExcavation 96 I CY $ 1180 $ 113280 $ 2300 ___________ 220800 1

_______s_middot__ -IEmbankment (Compacted in Place) _ ll 5 CY $ 3135 $ 360525 $ 800 I$ 92000

9 Optional Base Group 7 __________ __ ~=~1 975 __ ___14_6_sJ~--~---~----~~~~~~ _____ s2_6_s_ooo-_-- t sv_~_s s s_4_o_o+-I_$____ __

- -- ~aveAsphalt concrete (Traffic Level q ___fr__ _ _ _ __ 2 940 j ~ 24~~ __~middot 26~00-jj $$_ ~--~1--~TN~- $$ 7 _7 20 ~$$____ 2332000

e-- 0-- jAsph~c~ Friction Course (l0) (FC-95) Rub~ 67 1 333 00 P 22rJ 1 ___00 30820001 00 460- -1 1

l Mi11ExistingAsphaltPavement(l) 411 SY $ 2775 $ II40525 $ 5000 __$___20_5_5_0-00shy

13 Adjust Valve Boxes EA $ 39965 I$ 39965 $ 28000 $ 28000

middot---1-4middotmiddot~ AdjustManhole --- -------~--middot EA $ 39635 $ 39635 $ 65000 $ middot--middot-6-50-00shymiddot~----middot-middot- I middot-~---------------

783225 $ 3500 $15 ~ConcreteCwbampGutter(Type F) middotmiddot~Z95i LF $ 4=-middot 16 1Conc Sidewalk(4 Thick) SY $ 46 80 $ 697320 $ 7000 $ 1043000

___ 17 _ _J~nc Sidewalk (6 Thick) (Driveways) -~-- - -- -- - ~~- f SY $ 5285 $ 628915 $ 7700 $ 916300 --- middot-middot-~--middot---~Sodding bull middot 1-middot 59middot - middotsy $ 1040 $ 622960 $ 750 $ 449250

- 19 Inl~~orum--middot~--Bo-tto_m_)(_T_yp_e_C_)-lt-10---- -middot ---~----middotmiddot--middot--------~ - ---3--- T-EA -~-$--3-99-7-8-0-+--------~-$ ]199340 $ 450000 $ 1350000

1-20----1-In-let-(Curbmiddot--)-(P--5-)-lt-10_1____________________________r _ -- 1~ -i-middot $~- 21911s 650000 s 6soooo

$ 279775 $

1 $ 1~2840 $1~p-~-c_________________________[_ ~-~~-_ _~_00_00__]~-~~-- -s_~~-~=~=~=~======~=~-~-~~2-_s-00_~_0~$---~~-2-~-s_oo_1 2 1 2 $ 68915 $ 023 ConcretePipe_Cul_vert_(_1_8_)__________ -~---middotmiddot---------+1

___1_s1__ LF $ 4975 $ 751225 $ 6300 j 951300

24 ClasslVConcrete(CulvertampHeadwalls) 1477 CY $ 162800 $ 24045560 $ J90000 $ 28063000 -~-~~-t--------t-----~-r--------1

25 Reinforcing Steel (Culvat amp Headwalls) 33768 LB $ $ 2363760 $070 200 $ 6753600

Page 4 of7 NROADWAYPR02D72DJ75J3- Kudza Road over LWOO L-8 Conaij4 - Bfrl Op ming and Anaysb20J 7513 Bid Tabs

ITEM ITEM DESCRIPTION I QTY UNITS Unit Price j Amount Unit Price r Amount

26 jPedestrianBicycle Railing 96 LF $ 9890 I$ 949440 $ 315 $ 30240

~- Bid~~)DltchLining ~ I~ =~~ ~ -shy middot29-~ Clean Sand Fill 215 CY $ 4335 $ 932025 $ 3000 $ middot 645000

---~3o 1

Stomi SewerPumpingExist)(24orlessXSeeSPs) -1middot--120 LF $ 4751 S 57000 $ 3000 $middot--middot- ~---middot middotshy 360000

SUBTOTAL(RO~WAY) $ 75115375 $ 84590990

CONTINGENCY~

31 ICJass I Concrete(Misc) ____ middot-----~ j 5 CY $ 648 95 I $ 324475 $ 190000 $ 950000 - ----------middot middot-middot1____1- ~-----1

__ 32 1 Chang~Je(VariableMessage) Sign (N~~--M_O_T)____ ___1_o______E_D____s___ 2530i$ 25300 S 3000 $ 30000

_ ~_ ITrafficCon~lOffietT(Non-MOT) -middot-----------shy 16 j HR $ 9295 $ 148720 $ _1_5_0_00--1-$---~2_4_~-~ r---34 Premium for Conflict Condition (See SPs) ________1

1middotf-----_-_--_J EA $ 355855 k 355855 $ 300000 S 300000

35 FlowableFill ____________

1

_1

00

0_ ~1middot--c~~YY -- _$s__2_s_s_1s---+i $ 25815~ $ 30000 $ 300000

middot---3-6 subsoil ExcavationI 1

4

2bull

7

9

5

0 f$$middot- ~I2

5

_

7

9_

0

o_bullbull

0

oo_

0

_$$___3_0_o_o-+1_$____3_ooo__oo~ 37 Stmm Sewer Cleaning (Exist) (24 or J~sXSee SPs) -------~middot- 120 I LF __ $ l 3000 I$ 360000

SUBTOTAL (ROADWAY)

UTILITY ITEMS

38 jRemove and Dispose Existing 811 AC- Water Main I I

39 ~ -shy --shy rRemove Existing 12 Force Main

40 Grout Existing 8 AC Water Main wi~~owable FilJ

41 middot]8 Ductile Iron Pipe For Wala Main Installation I 42 12 DIP Pipeor Force Main Installation l

-~---middot-middot--middot

43 FampI 8 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM -i44 FampI 12 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM -middot--shy

-~ 45 middotFampI 12 Ductile Iron 90 Degree Fittings w Reaction Blocking or Thrust Restraint for WM

-46 Furnish Install and Remove Sample Points Comp1ete

-shy47 2 Air Release Valve with Manhole for Water Main and Force Main I

$ 1298500 $ 2480000

40 I LF $ 14275 $

144 LF $ ~-+----6-1-middot-o-o ~- I+shy -w q 278 LF $ 1050 $ 291900 $ 1200 $ 333600I 25651 $

~-r-----~~~~--r-~~---~~

255 LF $ 10075 $

143 LF $ 20200 $

6 EA $ 28480-1 $-~

5 EA $ 90500 I$

I EA $ 91195 I$

94500 l$2 I EA $

2 EA $ 11sos2s 1 $

2~69125 $

2888600 $

170880 $

452500 $

97195 $

2361650 $

5400 $ 1377000

11500 $ 1644500

30000 $ 180000

78000 $ 390000

85000 $ 85000

69000 $ 138000

850000 $ 1700000

Page5 of7 NROADWAYPR020172017513 bull Kudza flood ov~r LWOD L-8 Conal4 middotBid 0plning arid Anaysii20175 Bid Tabt

ITEM ITEM DESCRIPTION QTY j lJNITS UnJtPrfce Amount Unit Price Amount

48 8 GateVaJveforWaterMain _1~-- _$_ 219~_-9_5____$____2bull 19595 $ 180000 _$____1_soo_00_ __4_9_ middot-18Ga~ Valve for Water Main with Manhole ~dPservice taps 1 -~ $ 367660 $ 367660 $ 550000 $ 550000

50 11211 Gate Valve for Force Main 1 II EA -- $ 315880 $ 315880 $ 300000 $ 300000

s1 jeonnect to Ex-isting 8 water M~- ---- -----2----1 --M $ 2 468 35 $ 493610 $ soo oo $ 1000001

_ 52~- - ]Connect to Existing 1 Forc_e_M--am------_______ ---middot-middotmiddotmiddot ____ - - H-middot-- EA $ 11965~95 $ 23931 ~90-bull __$___70-0-00---+--$-~-middot~--1_4_00_o_o_f 53 Testing and Survey 1( 1 LS $ 2781245 $ 2781245 $ 550000 $ 550000

--- 54 jAs-builts -middot ------ --------- ____ I l _L_S_ -$--1-3-09-4-3-5-+-$-- ~middot-13-09-4-35--+-$---4-5-00-00-~middot-$----4-S-OO--oo-

SUBTOTAL (UTILITY) S 1784188~ S 8602900

956~73890

Page 6 of7 NROADWAYPR0201720175U bull Kudza Aoad awr LWDD L-8 canaf4-Bfd Optnfng and Ana~lt2017513 Bid Tab$ bull

THE COUNTY DOES NOT GUARANTEE THE ACCURACY OF THE FORMULAS AND EXTENSIONS USED IN THIS SPREADSHEET ------~middot - -shy ______

r--bullbull middot-middot~ -shyTHE ITEMS AND QUANTITJES ABOVE SHALL GOVERN OVER THE PLANS

-shy _ _ ~--middot~middot - - _ ~-

PAY ITEM FOOTNOTES IN CONSTRUCTION PLANS SHALL ALSO BE INCLUDED IN ITEM UNIT PRICE

Note jPAY ITEM FOOTNOTES

1 All items sha11 include cost to furnish and install un]ess otherwise noted -middot ~ - bull -Tshy ~ _~-- - _--

middot Pennitting agency pre-construction meetings and notices of commencement compliance with stormwater pollution prevention plan and stormwata pollution control plan installation of erosionturbidity 2 controls including silt fences inlet protection inspections and reporting preparation and submittal of construction completion certifications and required record drawings by a professional engjneer andor ]and

bull Isurveyor utility notifications are considaed incidental to mobilization ~----middot - - -- ___

3 -- -1AII costs for Maintenance ofTraffic (MOT) and mobilization sha11 be consideci incidental to and shall b~ included in unit prices -fo~-tb-~ay items -

- )Sawc~t ofexisting aspha~ an~or concrete design~ted for removal per pJans ~oval and relocation ofprivatel~~~~middot~ systems including ~on mailboxes fencing ~ ~emoval and disposal ~-~~~~--shy

middot~areas ofexcess and unsuitable material that may b~ encountered during excavation removal and disposal ofexisting structures per plans is considered incidental to th~bid item clearing and grubbing ~ ____

5 Benn construction swale construction grading re-grading ofroadways driveways canal sections and all other rough and finish grading shall be considered incidental to the bid items Excavation andor Embankmenf

- -shy IDemolition ofexisting m~ri~ge to include all co~po~concrete deck and -~c railings bent caps w~g i1s sheet panels comrete ~ ooncrete -oacb slabs an~ any deadmen anchors P~er -shy

6 disposal ofall bridge debris is considered incidental to bridge demolition -shy middot- shy j1211 co~~~cted subgrade is co~~idered incidental to th~-~~-t ofbaserock constructio - - middot-- --shy -middot - - - shy ----~ -shy -middotmiddot~- middotshy

7

__ ___ ~~- --shy middotshy

8 Prime and tack coats are considered incidental to asphalt construction -- ---shy -shy --middoto-shy

9 Excavation and backfin for structures including cost of any select bedding material that may be nec~sary for a satisfactory installation as directed by Palm Beach County is considaed incid_ental to the cost of the structures

I ---shy -~-middot r

-middot~ - - ----shy - --middot-------shy ---=shy bull - 4 -middot -shy -middot _ -~middot -middot - -IO Wrapping of filter fabric around all pipe joints per FDOT index no 280 and cost ofcoring existing structures for pipe connection is considered incidental to the cost ofthe pipe _ ____

-middot __ _ __ __ __ --middot-middot middot

11 The cost of all anchoring hardware per FDOT index 852 is microicidentaJ to the item Pipe Guiderail (Steel) (FDOT Index 852) -shy

lnie cost of det~~Jewarning surfa~ ~ FDOT index 304 and base compaction is considen)(i incidental to sidewalkpatb~ay ~~ction --shy -~ -shy middotshy -

12 ~------- - -r-middotmiddotmiddot -middot~-~ -shy ___ _4_ -shy

13 The cost offilter fabric is incidental to the item Bedding Stone _ ~--- ~-- _--~- -shy - -middot _

14 Sodding-shall be in aceordancewith section 575 of the general provisions ofthis specification Includes costs for fertilizer and water unti1 final acceptance ~~ ---=---middot~ ~lt--- __ -shy

_ __1s__112 thick no 57 stone foundation and filler fabric is incidental to the bid item Class N Concrete (Cast in Place Headwall) -

__ __ -middot - - middotmiddotshy ---~

16 Contingency items may be increased decreased or deleted as directed by the engineer ----shy _______ ----------shy

--~-----

17 1Changeab1e (Variable)_ Message Sign (Non-MOT) and Traffic Control Officers (Non-MOT) in accordance with General Provisions (Section l 02)

- -middot _ ___ _ ~ -~-

~

Indicates Math Error

Page 7 of7

EXHIBIT B Village of Palm Springs (VPS)

PROJECT NAME Kudza Rd over L WDD L-8 Canal

PROJECTNUMBER 2017513

CONTRACTOR FG Construction LLC

ITEM QUANTITY UNITS UNIT PRICE AMOUNT

13 14

Adjust Valve Boxes Adjust Manhole

Roadway Items for VPS

lEA IEA

$26117 $71755

VPS Utility Subtotal

ITEM QUANTITY I UNITS UNIT PRICE

Roadway Contingency Item for VPS

34 Premium for Conflict Condition (See SPs) lEA $1469000

VPS Contingency Subtotal

ITEM QUANTITY I UNITS UNIT PRICE

$26117 $71755

$97872

AMOUNT

$1469000

$1469000

AMOUNT

VPS Utility Items

38 Remove and Dispose Existing 8 AC Water Main 40LF

39 Remove Existing 12 Force Main

40 Grout Existing 8 AC Water Main with Flowable Fill

41 811 Ductile Iron Pipe For Water Main Installation

42 12 DIP Pipe For Force Main Insta~lation

Continue in page 2

1

144LF

278LF

2551F

143LF

$28250

$2825

$967

$7889

$18669

$1130000

$406800

$268826

$2011695

$2669667

f

Village ofPalm Springs Exhibit B for Kudza Rd over LWDD L-8 Canal Project 2017513

ITEM QUANTITY I UNITS UNIT PRICE AMOUNT

VPS Utility Items

43 FampI 811 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM 6EA

44 FampI 12 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM SEA

45 FampI 12 Ductile Iron 90 Degree Fittings w Reaction Blocking or Thrust Restraint for WM 1 EA

46 Furnish Install and Remove Sample Points Complete 2EA

47 2 Air Release Valve with Manhole for Water Main and Force Main 2EA

48 8 Gate Valve for Water Main 1 EA

49 8 Gate Valve for Water Main with Manhole and 1 service taps lEA

50 12 Gate Valve for Force Main lEA

51 Connect to Existing 8 Water Main 2EA

52 Connect to Existing 12 Force Main 2EA

53 Testing and Survey 1 LS

54 As-builts 1 LS

$104517 $627102

$334288 $1671440

$359087

$79001

$359087

$158002

$968565

$288722

$1937130

$288722

$353114

$536275

$97934

$173748

$904000

$395500

$353114

$536275

$195868

$347496

$904000

$395500

VPS Utility Items Subtotal

Village of Palm Springs Grand Total

Village of Palm Springs Grand Total Plus lOoo Contingency

$14260724

$15827596

~17410356

FROADWAYUTILITY COORDINATION2017513_Kudzaover IA CanalVPS Exhibit Bdoc

2

2020------- shy Page 1 of 1

BOARD OF COUNTY COMMISSIONERS PALM BEACH COUNTY

BUDGET Amendment

FUND Transportation Improvement Fund BGRV 031620-430 BGEX 031620-1131

ACCOUNT NUMBER ACCOUNT NAME ORIGINAL BUDGET

CURRENT BUDGET INCREASE DECREASE

ADJUSTED BUDGET

EXPENDED ENCUMBERED

ASOF 31620

REMAINING BALANCE

REVENUES Kudza Road over LWDD L-8 Canal 3500-361-1520-6948 Utility Relocation Reimbursements 0 0 174104 0 174 104

TOTAL RECEIPTS amp BALANCES

EXPENDITURES Kudza Road over LWDD L-8 Canal 3500-361-1520-8101 Contributions Other Governmental Agencies

TOTAL APPROPRIATIONS amp EXPENDITURES

202361433

0

202361433

195369625

0

195369625

174 104

174 104

174 104

0

0

0

195543729

174 104

195543729

0 174 104

SIGNATURE DATE By Board of County Commissioners At Meeting of ________

Engineering amp Public Works ~hliamptk 1-1)-) IJ__i)

Administration I Budget Approval

OFMB Department - Posted Deputy Clerk to the Board of County Commissioners

Page 10: PROJECT NO. 2017513 · Affirmative Procurement Initiative (API) for Construction: 20% minimum mandatory SBE participation, established for the above-mentioned project, which opened

BID TABULATIONS

KUDZA ROAD OVER LWDD L-8 CANAL

CONTRACT

=middot-middotl~BCPROJECT2017513 -middot -----~- __middotmiddot - -= - shy ~middot- __ - - __ - - - - - - bull -middot - ---middot ---= -shy -~- shy - ---shy - bull --_ -~ - __~ middotshy

ITEM I ITEM DESCRIPTION I QTY IUNITS

ROADWAY ITEMS

1 Mobilization 1 LS $

2 Maintenance ofTraffic (incl Pedestrian MOT) 1 LS $

3 Removal ofExisting Structure 1 LS $

4 Removal Pedestrian Bridge 1 LS $

5 Clearing and Grubbing 1 LS $

6 Floating Turbidity Barrier 1 LS $

7 Regular Excavation 96 CY $

8 Embankment (Compacted in Place) 115 CY $

9 Optional Base Group 7 975 SY $

10 Superpave Asphalt Concrete (Traffic Level C) 88 TN $

11 Asph Concrete Friction Course (10) (FC-95) Rubber 67 TN $

12 Mill Existing Asphalt Pavement (l ) 411 SY $

13 Adjust Valve Boxes 1 EA $

14 Adjust Manhole 1 EA $

15 Concrete Curb amp Gutter (Type F) 295 LF $

16 Cone Sidewalk ( 4 Thick) 149 SY $

17 Cone Sidewalk (6 Thick) (Driveways) 119 SY $

18 Sodding 599 SY $

19 Inlet (Ditch Bottom) (Type C) lt1 O 3 EA $

20 Inlet (Curb) (P-5) lt10 1 EA $

21 Yard drain 1 EA $

22 A2000 PVC Pipe (12) 11 LF $

23 Concrete Pipe Culvert (18) 151 LF $

24 Class IV Concrete (Culvert amp Headwalls) 1477 CY $

25 Reinforcing Steel (Culvert amp Headwalls) 33768 LB $

Page 4 of7

FERREIRA CONSTRUCTION

SOUTHERN DIVISION _CO INC_ _---middot--middotshy --shy

_-- -middot bull bull _ shy ~-_ ~7middot-~- - ~-- bull

Unit Price I Amount

10234435 $ 10234435

2187535 $ 2187535

12329900 $ 12329900

1787850 $ 1787850

572770 $ 572770

48870 $ 48870

1180 $ 113280

3135 $ 360525

1465 $ 1428375

27940 $ 2458720

33300 $ 2231100

2775 $ 1140525

39965 $ 39965

39635 $ 39635

2655 $ 783225

4680 $ 697320

5285 $ 628915

1040 $ 622960

399780 $ 1199340

279775 $ 279775

132840 $ 132840

6265 $ 68915

4975 $ 751225

162800 $ 24045560

070 $ 2363760

FOSTER MARINE

CONTRACTORS INC )

- - - shy -shy - --~ - middot - ~

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

Unit Price I

7800000 $

3000000 $

5000000 $

1200000 $

3000000 $

300000 $

2300 $

800 $

5400 $

26500 $

46000 $

5000 $

28000 $

65000 $

3500 $

7000 $

7700 $

750 $

450000 $

650000 $

250000 $

6000 $

6300 $

190000 $

200 $

Amount

7800000

3000000

5000000

1200000

3000000

300000

220800

92000

5265000

2332000

3082000

2055000

28000

65000

1032500

1043000

916300

449250

1350000

650000

250000

66000

951300

28063000

6153600

bpJ tshy

0 pr Cl (1-h ~

-J (fshy

NROADWAYPR020172017513 - Kudza Raad over LWDD L-8 Canal4 -Bid Opening and Anaysis2017513 Bid Tabs -C

BID TABULATIONS middot

KUDZAROADOVERLWDD L-8 CANAL - middotcoNTRACT

PBC PROJECT 2017513 middot middotmiddot -middot c middotmiddotmiddotc ccmiddotmiddotmiddot middot cmiddotc Cbullltc middotmiddot bull ~ -_shy

ITEM ITEM DESCRIPTION QTY UNITS

26 PedestrianBicycle Railing 96 LF $

27 Rip Rap (Rubble) FampI Ditch Lining 363 TN $

28 Bedding Stone (Sect 530) 242 TN $

29 Clean Sand Fill 215 CY $

30 Storm Sewer Pumping (Exist) (24 or less)(See SPs) 120 LF $

SUBTOTAL (ROADWAY) $

CONTINGENCY ITEMS

31 Class I Concrete (Misc) 5 CY $

32 Changeable (Variable Message) Sign (Non-MOT) 10 ED $

33 Traffic Control Officer (Non-MOT) 16 HR $

34 Premium for Conflict Condition (See SPs) 1 EA $

35 Flowable Fill 10 CY $

36 Subsoil Excavation 100 CY $

37 Storm Sewer Cleaning (Exist) (24 or less)(See SPs) 120 LF $

SUBTOTAL (ROADWAY) $

UTILITY ITEMS

38 Remove and Dispose Existing 8 AC Water Main 40 LF $

39 Remove Existing 12 Force Main 144 LF $

40 Grout Existing 8 AC Water Main with Flowable Fill 278 LF $

41 8 Ductile Iron Pipe For Water Main Installation 255 LF $

42 12 DIP Pipe For Force Main Installation 143 LF $

43 FampI 8 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM 6 EA $

44 FampI 12 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM 5 EA $

45 FampI 12 Ductile Iron 90 Degree Fittings w Reaction Blocking or Thrust Restraint for WM 1 EA $

46 Furnish Install and Remove Sample Points Complete 2 EA $

47 2 Air Release Valve with Manhole for Water Main and Force Main 2 EA $

Page 5 of7

FERREIRAmiddot CONSTRUCTION

SOUTHERN DIVISION middot~~Q JNlt r

~ middot - -bull J -_ ___ - - ~middot middot-~ _middot ~- -~-- _ middotmiddotbullmiddotmiddot

Unit Price Amount

9890 $ 949440

12320 $ 4472160

8915 $ 2157430

4335 $ 932025

475 $ 57000

75115375

64895 $ 324475

2530 $ 25300

9295 $ 148720

355855 $ 355855

25815 $ 258150

1290 $ 129000

475 $ 57000

1298500

14275 $ 571000

2565 $ 369360

1050 $ 291900

10075 $ 2569125

20200 $ 2888600

28480 $ 170880

90500 $ 452500

97195 $ 97195

94500 $ 189000

1180825 $ 2361650

~~f

FOSTER MARINEmiddot~~iB CONTRACTORS INC

gtmiddotbullmiddot bull bull- _ ~-middot=-- middot

---middotmiddot ___ __z

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

Unit Price

315 $

17000 $

10000 $

3000 $

3000 $

190000 $

3000 $

15000 $

300000 $

30000 $

3000 $

3000 $

6000 $

1700 $

1200 $

5400 $

11500 $

30000 $

78000 $

85000 $

69000 $

850000 $

Amount

30240

6171000

2420000

645000

360000

84590990

950000

30000

240000

300000

300000

300000

360000

2480000

240000

244800

333600

1377000

1644500

180000

390000

85000

138000

1700000

cJ h

$ ~ f ~ (l ~

t 0 ~ -1 -J -C

NROADWAYPR020172017513 - Kudza Road over LWDD L-8 Conal4 - Bid Opening and Anaysis2017513 Bid Tabs

BID TABULATIONS FERREIRA KUDZA ROAD OVER LWDD L-8 CANAL CONSTRUCTION

CONTRACT SOUTHERN DIVISION

lBCbullPROJEpoundT2017513 CO INC Imiddotmiddot- 2lt- - ~~-bullmiddotmiddot- middotmiddot shy -middot -- -

~ bull c- gt -middotmiddot ltgt-bullmiddotmiddotmiddot-- _ iebullbull -lt - bull - -shy bull~middot middot middot c bullmiddotmiddotmiddot- bull - middotmiddot shy __

ITEM ITEM DESCRIPTION QTY UNITS Unit Price Amount

48 8 Gate Valve for Water Main 1 EA $ 219595 $ 219595

49 8 Gate Valve for Water Main with Manhole and 1 service taps 1 EA $ 367660 $ 367660

50 12 Gate Valve for Force Main 1 EA $ 315880 $ 315880

51 Connect to Existing 8 Water Main 2 EA $ 246835 $ 493670

52 Connect to Existing 12 Force Main 2 EA $ 1196595 $ 2393190

53 Testing and Survey 1 LS $ 2781245 $ 2781245

54 As-builts 1 LS $ 1309435 $ 1309435

SUBTOTAL (UTILITY) $ 17841885

TOTAL BID $ 94255760middot

$

$

$

$

$

$

$

$

$

FOSTERMARINE CONTRACTORS INC

bullgtcmiddotmiddot -gt bull~middot bull middot- middot

bull--middot-middot shy bull middot-middot ~-middot _ middot~ - - middot-_ middot

Unit Price Amount

180000 $ 180000

550000 $ 550000

300000 $ 300000

50000 $ 100000

70000 $ 140000

550000 $ 550000

450000 $ 450000

8602900

95673890

b

r sshy~

(~ ~

r-Page 6of7 NROADWAYPR020172017513 - Kudza Road over LWDD L-8 Canal4 - Bid Opening and Anafysis2017513 Bid TaEshy

THE COUNTY DOES NOT GUARANTEE THE ACCURACY OF THE FORMULAS AND EXTENSIONS USED IN TIDS 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

All items shall include cost to furnish and install unless otherwise noted

Permitting agency pre-construction meetings and notices of commencement compliance with stormwater pollution prevention plan and stormwater pollution control plan installation of erosionturbidity

2

1

controls including silt fences inlet protection inspections and reporting preparation and submittal of construction completion certifications and required record drawings by a professional engineer andor land surveyor utility notifications are considered incidental to mobilization

3 All costs for Maintenance ofTraffic (MOT) and mobilization shall be considered incidental to and shall be included in unit prices for the pay items

Sawcut of existing asphalt andor concrete designated for removal per plans removal and relocation ofprivately owned systems including irrigation mailboxes fencing etc removal and disposal in suitable 4

areas of excess and unsuitable material that may be encountered during excavation removal and disposal of existing structures per plans is considered incidental to the bid item clearing and grubbing

Berm construction swale construction grading re-grading of roadways driveways canal sections and all other rough and finish grading shall be considered incidental to the bid items Excavation andor 5

Embankment

Demolition of existing road bridge to include all components-concrete deck and traffic railings bent caps wing walls sheet panels concrete piles concrete approach slabs and any deadmen anchors Proper 6

disposal of all bridge debris is considered incidental to bridge demolition

7 12 compacted subgrade is considered incidental to the cost ofbaserock construction

8 Prime and tack coats are considered incidental to asphalt construction

Excavation and backfill for structures including cost of any select bedding material that may be necessary for a satisfactory installation as directed by Palm Beach County is considered incidental to the cost of 9

the structures

10 Wrapping of filter fabric around all pipe joints per FDOT index no 280 and cost of coring existing structures for pipe connection is considered incidental to the cost of the pipe

The cost of all anchoring hardware per FDOT index 852 is incidental to the item Pipe Guiderail (Steel) (FDOT Index 852)

12

11

The cost ofdetectable warning surfaces per FDOT index 304 and base compaction is considered incidental to sidewalkpathway construction

The cost of filter fabric is incidental to the item Bedding Stone

14

13

Sodding-shall be in accordance with section 575 of the general provisions of this specification Includes costs for fertilizer and water until final acceptance

15 12 thick no 57 stone foundation and filter fabric is incidental to the bid item Class IV Concrete (Cast in Place Headwall)

16 Contingency items may be increased decreased or deleted as directed by the engineer

17 Changeable (Variable) Message Sign (Non-MOT) and Traffic Control Officers (Non-MOT) in accordance with General Provisions (Section 102)

-middot Indicates Math Error

Page7 of7

INTERLOCAL AGREEMENT BETWEEN PALM BEACH COUNTY FLORIDA AND

VILLAGE OF PALM SPRINGS FOR JOINT PARTICIPATION AND PROJECT FUNDING FOR CONSTRUCTION OF UTILITY ADJUSTMENTS FOR

KUDZA ROAD BRIDGE OVER LWDD L-8 CANAL BRIDGE REPLACEMENT

PALM BEACH COUNTY PROJECT NO 2017513

THIS Interlocal Agreement (AGREEMENT) for Kudza Road Bridge replacement over the LWDD L-8 Canal (PROJECT) is made as of the __ day of 20201 by and between Palm Beach County1 a political subdivision of the State of Florida1 by and through its Board of County Commissioners (COUNTY) and the Village of Palm Springs1 a municipal corporation existing under the laws of Florjda (hereinafter VILLAGE) each one constituting a public agency defined in Part I of Chapter 163 Florida Statutes (individually Party and collectively Parties)

WHEREAS Section 16301 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 VILLAGE has requested the COUNTY to construct water main1 force main and associated appurtenance adjustments to the VILLAGES system (UTILITY WORK) within the limits of the PROJECT and

WHEREAS1 the COUNTY and the VILLAGE desire to jointly participate in the UTILilY WORK and

WHEREAS both COUNTY and VILLAGE declare that it is in the public interest that the UTILTIY 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

VILLAGE OF PALM SPRINGS 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 2017513 Said Bid Documents include the UTILITY WORK as shown in VILLAGE prepared Utility Matrix Applicable Technical Specifications Standard Construction Details and Approved Product List

B COUNTY shall obtain written approval from the VILLAGE in advance of any change orders including any costs associated with the VILLAGES failure to approve change orders in a timely manner which increase the cost attributable to the UTILITY WORK to an middotamount greater than the contract amount as stated in Section 3A below VILLAGES 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 contractors bid for the PROJECT and the UTILllY WORK

Section 3 VILLAGES Responsibilities

A VILLAGE shall reimburse COUNTY a total estimated cost including 10 contingency of One Hundred Seventy Four Thousand One Hundred Three Dollars and Fifty Six Cents $17410356) provided COUN1Y 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 VILLAGES Utility Items shall be paid by the VILLAGE

8 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 VILLAGE

C Upon completion of the PROJECT and the UTILilY WORK the VILLAGE shall repair and maintain the UTILITY WORK at VILLAGES expense

Section 4 PaymentsInvoicing and Reimbursement

The COUNTY will invoice the VILLAGE on a periodic basis during construction of the PROJECT and the UTILin WORK The VILLAGE agrees to provide to COUNTY payment for documented costs for the UTILITY WORK in the amount established in Section 3A COUNTY shall submit all invoices to the VILLAGE identifying the UTILITY WORK including COUNTYS total expenditure for the PROJECT and identifying the amount attributablemiddot 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 VILLAGE within seven (7) calendar days of request by the VILLAGE Invoices received from COUNlY will be reviewed and approved by the VILLAGE to ensure that expenditures have been made in conformity with this

2

VILLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

AGREEMENT Upon COUNTYS submission of acceptable documents needed to substantiate its costs for the UTILITY WORK VILLAGE will provide said payment to COUNTYmiddot on a reimbursement basis within thirty (30) days of receipt of all required documents In no event shall the VILLAGE 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 VILLAGE 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 VILLAGE will reimburse the COUNTY for the UTILI1Y WORK completed as of the date the COUNTY suspends the UTILITY WORK Any remaining unpaid portion of this AGREEMENT shall be retained by the VILLAGE and the VILLAGE shall have no further obligation to honor reimbursement requests submitted by the COUNTY

Section 5 Access and Audits

COUNTY and VILLAGE 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 VILLAGE 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 COUNTYS sole direction supervision and control All VILLAGE employees engaged in the work or services performed pursuant to this AGREEMENT shall at all times and in all places be subject to VILLAGES sole direction supervision and control (he 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 othermiddot Party shall be that of an Independent Contractor and not as employees or agents of the other

Neither COUNTY nor the VILLAGE 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 VILLAGE

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

VILLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

or permitted under state and local law to perform such services

All of COUNlYS 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 VILLAGE and COUNTY recognize their liability for certain tortious acts of its agents officers employees and invitees to the extent and Hmits provided in Section 768281 Florida Statutes To the extent permitted by law the VILLAGE and COUNlY shall indemnify defend and hold the other harmless against any actions claims and damages arising out of the 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 76828 Florida Statutes1 nor shall the same be construed to constitute an agreement by the VILLAGE 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 andor VILLAGE

Section 9 Annual Appropriation

All provisions of this AGREEMENT calling for the expenditure of ad valorem tax money by either the COUNTY or the VILLAGE are subject to annual budgetary funding and should either Party involuntarily fail to fund any of their respective obfigations 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 attorneys fees) associated with the enforcement of the terms andmiddot conditions of this AGREEMENT shall be borne by the respective Parties

4

VILLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

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

All notice to the VILLAGE shall be sent to

Ronald Eyma PE Public Service Director Village of Palm Springs 226 Cypress Lane Palm Springs FL 33461

All notice to the COUNTY shall be sent to

Omelia A Fernandez P E Director Palm Beach County Engineering amp Public Works Roadway Production Division P0 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 Partys right to assert or rely upon any such provisions or rights in that or

any other instance

5

VILLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

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 Section 17 Non~Discrimination

COUNTY and VILLAGE 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 st~tus 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

COUNlY and VILLAGE shall abide by all applicable federal state and local Jaws orders rules and regulations when performing under this AGREEMENT COUNTY and VILLAGE 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 Generals 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

6

VllLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

contract

Section 23 Public Entity Crime Certification

As provided in FS 287132-133 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 FS 287133 (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 VILLAGE 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

VILLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

IN WITNESS WHEREOF the undersigned Parties have executed this AGREEMENT on the day and year first written above

VILLAGE OF PALM SPRINGS

BY~~~~--~---shyBev Smith Mayor

AllEST

Kimberly M Wynn AUTHORITY CLERK

PALM BEACH COUNlY FLORIDA

BY __~----------~~~-shyTanya N McConnell PE Deputy County Engineer

APPROVED AS TO TERMS AND CONDITTONS

BY __~--~~--~--shy(DATE)

APPROVED AS TO FORM APPROVED AS TO FORM AND LEGAL SUFFIOENCY AND LEGAL SUFFIOENa

BY _________ BY~YB~H---~--~~~~~~~shyVIiiage Attorney Assistant County Attorney

FROADWAYUTILI1Y COORDINATION2017513_Kudza over L-8 CanalVPS Construction Agreementdoc

8

ITEM I ITEM DESCRIPTION QTY middot1 UNITS UNIT PRICE UNIT PRICE UnitPrice I Amount Amount

2 I 30000 $ 30000-g= ___ 4_~-_0 _____1_4_00-so-_

SS21 $ S695 $ --8485ss $ 6000 S 894000

6913 $ 6000 I $ 714000 $ 7000 $ 833000

336 $ 791 I$ 473809 $~-~--8-00~+~$ 479200 middot-~----~~-middot-

510705 $ 390442 $ ll71326 $ 3500001~-- 1050000

~~ 200000 ~ 3333 $ 4378 $ 48158 $ S000 $ 55000

~~ s ~oo s ~~~ s 1~00 $

130000 $ 105149 $ lSS30507 $ 200000 $

1510000

29540000

ROADWAY ITEMS

Mobilization

MaintenanceofTraffic(inclPooestrianMOT)

3 Removal ofExisting Structure

2

- dge -middot- ---middot middotshy ~~=mer

=8 1Embankment(C~~P~-~- shy_ --=-=--~_jmucrde~~Cgt

____J_l__ =jh~7deg=~middot~)(FC-95)Rubber 13 AdjustValveBoxes

~1 outtflt (Type F)

16 Cone SidewaJk~(~_-~-middot -~middot ~_ ___

17 Cone Sidewalk (6 Thick)(Driveways)

18 Sodding middot--~----middot~--~middot---middot- ~--middot--middot--~

j LS $ 6820109 $ 5000000 $ 4746000 $

I LS $ 2548795 $ 4ooooo $ 15076461___

I 1 I LS $ 7436225 $ 8000000 $ 6215000 $

middotmiddot--middot-- ------ middotI middot+-+ ~- ~~ 2~~ middot--middot-middot-middot--1--~middotmiddot -middot--middot~-~ 2~2 M

I 115 I CY $ 1950 $ 1289 $ 1865 $

-~--====J__ _-=f --=~- ~ l~ 2 __ 7i-- middotmiddot-~+---~~~---~~-middot-middotmiddot14~ 2 ---4

EA $ 31021 $

5 295 shy

149 SY $ 5844 $

119 SY $ 6496 $

599 SY $ 845 $

19 InletDitchBottom)(TypeC)lt10 --middot~-----------middot--middotmiddot ___ 3 EA $ 397556 $

______-+--~-et-~-urb-middot-~-(P--5-)_lt_10_- --- --------middot- ~=~-------- I =~-i~--__A_-_--_________~ ___

22 A2000PVCPipe(Iin) 11 LF $ 5411 $

___~____eo_n_~--~-middot_e_c_~_~_c_1s_i_________--_-_~------~--~-~-s 16 $

24 ClassNConcrete(CulvaiampHeadwalls) 1477 CY $ 164487 $

39425 $ 26117 $-

4746000 $ 4500000 $ 4500000

1_s_0__ __ 3_5 _ooo_oo_16_4_6-1_s 3_s_oo_o_oo___$____ 6215000 $ 6200000 $ 6200000

--2-~-~---=-middot--~---~=---0----0-+middot---~---~--0-- -----------12_~__-o--t------~----o--0

214415 $ 2000 $ 230000

-~- middotmiddotmiddot middotmiddot -=~~

~r-=~- --1-~~----lr_

1~ 26117 $-

--~-~-1--~---~-~--~~~middot~-~~~-~-~~~~---~~+-~~---lt-~~ --~--~-+--~-----1~-~~--1middot~~~-~~-+-~~~~-~~

25 Reinforcing Steel (Culvert amp Headwalls) 33768 LB $ 163 $ 200 $ 181 $ 6Cl2008 $ 200 $ 6753600

Page 1 of7 NROAOWAYPll020172017513 bull KudzD Road Oliff LWDD L-8 Conal4 middotBid Optnlng and Analysls201753 Bid Tabs

26

ITEM ITEM DESCRIPl10N QTY UNITS UNIT PRICE UNIT PRICE Unit Price J Amount Unit Price Amount

PedestrianBicycleRailing ll 96 LF $ 12038 $ 10000 $ 25448 $ 2443008 $ 12500 $ 1200000 -----middot------+--------- --middotmiddotmiddotmiddotmiddot-middotmiddot------ --------- middot~---r----~middot----tmiddot-

27 Rip Rap (Rubble) FampI Ditch Lining 363 TN

28 Bedding Stone (Sect 530) ----------~------- 242 i TN

3

209 Clean Sand Fill --middot------ -shy - - ----- shy --il~l2105 -~LF~-Storm Sewer Pumping (Exist) (24 or IessXSee SPs) 120

CONTINGENCY ITEMS

___3_1_ _JClass I Concrete (Misc)

32 _ _jChangeable(VariableMessage) Sign (Non-MOT)

33 )Traffic Control Officer (Non-Mon

SUBTOTAL (ROADWAY)

34 Premium for Conflict Condition (See SPs) --middotmiddot ~---------- shy ------ shy

35

36

37

lFlowable Fill i

Subsoil Excavation ___ j middotlt~----middot

IStonn Sewer Cleaning (Exist) (24II or less xsee SPs)

UTILITY ITEMS

38 Remove and Dispose Existing 8 AC Water Main

39 Remove Existing 12 Force Main lt----~-- --middot--+------------shy

SUBTOTAL(ROADWAY)

40 LF

144 LF

$ 11412 $ 7500 $ 6328 $ 2297064 $ 10000 $ 3630000

$ 8860 $ 7500 $ 7526 $ ] 821292 $ 9000 $ 2178000

$$ 32790637 3155- middot-middot- 437310 I $ 2500 $ 531500-$$_____ bulloooo-middot-$$middotmiddotmiddotmiddot---1-02703354 $$ 1288200

$ 58774019

$ 81370 $ 36244 $ 16611 $ 83055

$ 5680 $ 2351 $ 9040 $ 90400

$ 9303 $ 4894 $ 7910 $ 126560

$ 673000 $ 795487 $ 1469000 $ 1469000 ~-~--------- ~-------i--

$ 22882 $ 18645 $ 186450

$ 600 $ 72000

$ 78111400

$ 31soo I$ 187500i

$ 5000 r $ 50000

$ sooo Is 80000 ----+----middotmiddot-----shy

$ 250000 $ 250000

$ 20000 $ 200000

$

$

~ __4_2-9--l----middot-~ --- _3~f-middot---3-middot~--o~-=-6$ 2464185 $ 1189500

$ 12631 $ 2500 $ 28250 I$ 1130000 $ 2000 $

$ 2273 $ 2500 $ 2825 middot1 $ 406800 $ 2000 $ 288000

40 Grout Existing 811 AC Water Main with Flowable Fill 278 LF $ 1304 $ 1000 $ 967 $ 268826 $ 2000 $ 556000 ------~ -middot-------+---- ~ __ -------+---shy

41 8 DuctileironPipeForWaterMaininstallation -----1---2_ss__ j LF $ 7966 _s_____s_o_00___$~ __7_8_89--t-_s___2_o_11695 _s___~500 i-$___2_1_6_1_so_o_

42 1211 DIPPipeForForceMainlnstallation 143 J LF $ 16342 $ 14000 $ 18669 $ 2669667 $ 15000 $ 21450001-------- ~--~-----middot--- middot--r----~---~-- __ t

___4~ -middot __ FampI 8 Ductile kon 45 Degree Fittings wl Reaction Blocking or Thrust Restraint for WM 6 ~ EA $ 56374 $ 80000 S 104517 $ 627102 $ 62500 _$_____3_7_s_o_oo-f

44 FampI12degDuctilelron45DegreeFittingswReactionBJockingorThrustRcstraintforWM 5 j EA $ 153197 $ 100000 $ 334288 $ 1671440 $ 110000 $ 550000 -middot -------f---middotmiddot--------------------------middot-- --shy~middot-middotmiddotmiddot----4_5 ---1F_amp_I_1_2__Du_c_til_middote_h__ __ee_F_ittin__gs_w_l_R_ea_cti_middoto_n_B_Ioc_km_middotg_or_Thrust_R_es_trai_n_t_fo_r_WM -+-____ ~ EEAA $ 165321 $ 100000 $ 3590871 $ 359087 $ 120000 _s_____o_n_9_o_D_egr __ __ l_2_oo_00_

4

46 Furnish Install and Remove Sample Points Complete 2 $ 80625 $ 65000 $ 79001 $ 158002 $ 80000 $ 1600001 1

middot~------~--------~

47 2 Air Release Valve with Manhole for Water Main and Force Main 2 I EA $ 999848 $ 750000 $ 968565 I$ 1937130 $ 1000000 $ 2000000

Pagel of7 NROADWAYPR020172017513 middotKudla Road over LWDD L-8 Canal4- Sid ~nlng and AnalyslsZOJ75JJ Bid Tabs

80000

ITEM ITEM DESCRIPTION J QTY j UNITS UNIT PRICE UNIT PRICE Unit Price Amount Unit Price Amount

i8 11 Gate Valve for Watfl Main r j EA $ 217079 $ 250000 $ 288722 $ 288722 $ 180000 $ 18000048 --------- middotmiddot-shy ------------ ------middot-~----------- -~middot~-W--------1------- ------+-------4--~------J-------1---------1

49 ----+-J__ +811 Gate Valve for Water Main with Manhole and 111 service taps 1_ EEAA $ 442694 $ 800000 $ 353lJ4 $ 353114 $ 500000 $ 500000

50 12 Gate Valve for Force Main j 1 s 375539 $ 350000 s 536275 s 536275 $ 350000 Is_______3_s_o_o_oo_

51 Connect to Existing 811 Water Main -__-middot_middot--------========------1--2middot i EA $ 228692 $ 250000 $ 97934 $ 195868 $ 520000 J-s- 1040000

52 Connect to Existing 12 Force Main 2 I EA $ 622586 $ 250000 $ l73748 $ 347496 $ 1050000 $ 2100000

LS $ 1133811 $ l 000000 $ 904000 -$-----9-04-0-00--$ 300000 $ 300000~-- --53-- middot(Testingandsurvey -----==---------- I -I ( --L-S----t-$---6--ll-2-34-t-$----1-0-00-0-0--10 $ 395500 $ 39550-0-t--$--2-900-00-+--$ 29000054 lAs-builts

SUBTOTAL (UTILITY) $ 1426deg24 $ 13201500

Page3 of7 NROADWAYPR020172011513 - Kudm Road avu LWDD L-8 Conal4 - Bid O~nlng and AnaiyW2017513 Bid Tabs

ITEM 1 ITEM DESCRIPTION I QTY IUNITS Unit Price I Amount Unit Price j Amount

ROADWAY ITEMS

1 7800000

~ ofT_raffi_c_(m--cl-P_ed_es_tri_an_M___ -----~--- -_---~-j--+plusmn- middot-L~S-- -$- =42s~ 1$o_T_)____~-- -middot--- - ___ -middot~middotmiddot 2 30000001 99 00Removal ofExisting Structure 12329900 J 50000003 --middot ---- -----+----------- shy

4 Remova1 Pedestrian Bridge LS $ 17 878 50 $ 1200000 -- --5---- C-l~g and Grubbing - -- --- --middot---------middot I I j- LS $ 572770 $middot- shy

572770 $ 3000000 $ 3000000 ~---------_-- ------- --- middot~---~ _ -middot- -----~--middotr--------1

6 Floating Turbidity Barrier I LS $ 48870 $ 48870 $ 300000 $ 300000 -~---------~~

__7 ____ ReguJarExcavation 96 I CY $ 1180 $ 113280 $ 2300 ___________ 220800 1

_______s_middot__ -IEmbankment (Compacted in Place) _ ll 5 CY $ 3135 $ 360525 $ 800 I$ 92000

9 Optional Base Group 7 __________ __ ~=~1 975 __ ___14_6_sJ~--~---~----~~~~~~ _____ s2_6_s_ooo-_-- t sv_~_s s s_4_o_o+-I_$____ __

- -- ~aveAsphalt concrete (Traffic Level q ___fr__ _ _ _ __ 2 940 j ~ 24~~ __~middot 26~00-jj $$_ ~--~1--~TN~- $$ 7 _7 20 ~$$____ 2332000

e-- 0-- jAsph~c~ Friction Course (l0) (FC-95) Rub~ 67 1 333 00 P 22rJ 1 ___00 30820001 00 460- -1 1

l Mi11ExistingAsphaltPavement(l) 411 SY $ 2775 $ II40525 $ 5000 __$___20_5_5_0-00shy

13 Adjust Valve Boxes EA $ 39965 I$ 39965 $ 28000 $ 28000

middot---1-4middotmiddot~ AdjustManhole --- -------~--middot EA $ 39635 $ 39635 $ 65000 $ middot--middot-6-50-00shymiddot~----middot-middot- I middot-~---------------

783225 $ 3500 $15 ~ConcreteCwbampGutter(Type F) middotmiddot~Z95i LF $ 4=-middot 16 1Conc Sidewalk(4 Thick) SY $ 46 80 $ 697320 $ 7000 $ 1043000

___ 17 _ _J~nc Sidewalk (6 Thick) (Driveways) -~-- - -- -- - ~~- f SY $ 5285 $ 628915 $ 7700 $ 916300 --- middot-middot-~--middot---~Sodding bull middot 1-middot 59middot - middotsy $ 1040 $ 622960 $ 750 $ 449250

- 19 Inl~~orum--middot~--Bo-tto_m_)(_T_yp_e_C_)-lt-10---- -middot ---~----middotmiddot--middot--------~ - ---3--- T-EA -~-$--3-99-7-8-0-+--------~-$ ]199340 $ 450000 $ 1350000

1-20----1-In-let-(Curbmiddot--)-(P--5-)-lt-10_1____________________________r _ -- 1~ -i-middot $~- 21911s 650000 s 6soooo

$ 279775 $

1 $ 1~2840 $1~p-~-c_________________________[_ ~-~~-_ _~_00_00__]~-~~-- -s_~~-~=~=~=~======~=~-~-~~2-_s-00_~_0~$---~~-2-~-s_oo_1 2 1 2 $ 68915 $ 023 ConcretePipe_Cul_vert_(_1_8_)__________ -~---middotmiddot---------+1

___1_s1__ LF $ 4975 $ 751225 $ 6300 j 951300

24 ClasslVConcrete(CulvertampHeadwalls) 1477 CY $ 162800 $ 24045560 $ J90000 $ 28063000 -~-~~-t--------t-----~-r--------1

25 Reinforcing Steel (Culvat amp Headwalls) 33768 LB $ $ 2363760 $070 200 $ 6753600

Page 4 of7 NROADWAYPR02D72DJ75J3- Kudza Road over LWOO L-8 Conaij4 - Bfrl Op ming and Anaysb20J 7513 Bid Tabs

ITEM ITEM DESCRIPTION I QTY UNITS Unit Price j Amount Unit Price r Amount

26 jPedestrianBicycle Railing 96 LF $ 9890 I$ 949440 $ 315 $ 30240

~- Bid~~)DltchLining ~ I~ =~~ ~ -shy middot29-~ Clean Sand Fill 215 CY $ 4335 $ 932025 $ 3000 $ middot 645000

---~3o 1

Stomi SewerPumpingExist)(24orlessXSeeSPs) -1middot--120 LF $ 4751 S 57000 $ 3000 $middot--middot- ~---middot middotshy 360000

SUBTOTAL(RO~WAY) $ 75115375 $ 84590990

CONTINGENCY~

31 ICJass I Concrete(Misc) ____ middot-----~ j 5 CY $ 648 95 I $ 324475 $ 190000 $ 950000 - ----------middot middot-middot1____1- ~-----1

__ 32 1 Chang~Je(VariableMessage) Sign (N~~--M_O_T)____ ___1_o______E_D____s___ 2530i$ 25300 S 3000 $ 30000

_ ~_ ITrafficCon~lOffietT(Non-MOT) -middot-----------shy 16 j HR $ 9295 $ 148720 $ _1_5_0_00--1-$---~2_4_~-~ r---34 Premium for Conflict Condition (See SPs) ________1

1middotf-----_-_--_J EA $ 355855 k 355855 $ 300000 S 300000

35 FlowableFill ____________

1

_1

00

0_ ~1middot--c~~YY -- _$s__2_s_s_1s---+i $ 25815~ $ 30000 $ 300000

middot---3-6 subsoil ExcavationI 1

4

2bull

7

9

5

0 f$$middot- ~I2

5

_

7

9_

0

o_bullbull

0

oo_

0

_$$___3_0_o_o-+1_$____3_ooo__oo~ 37 Stmm Sewer Cleaning (Exist) (24 or J~sXSee SPs) -------~middot- 120 I LF __ $ l 3000 I$ 360000

SUBTOTAL (ROADWAY)

UTILITY ITEMS

38 jRemove and Dispose Existing 811 AC- Water Main I I

39 ~ -shy --shy rRemove Existing 12 Force Main

40 Grout Existing 8 AC Water Main wi~~owable FilJ

41 middot]8 Ductile Iron Pipe For Wala Main Installation I 42 12 DIP Pipeor Force Main Installation l

-~---middot-middot--middot

43 FampI 8 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM -i44 FampI 12 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM -middot--shy

-~ 45 middotFampI 12 Ductile Iron 90 Degree Fittings w Reaction Blocking or Thrust Restraint for WM

-46 Furnish Install and Remove Sample Points Comp1ete

-shy47 2 Air Release Valve with Manhole for Water Main and Force Main I

$ 1298500 $ 2480000

40 I LF $ 14275 $

144 LF $ ~-+----6-1-middot-o-o ~- I+shy -w q 278 LF $ 1050 $ 291900 $ 1200 $ 333600I 25651 $

~-r-----~~~~--r-~~---~~

255 LF $ 10075 $

143 LF $ 20200 $

6 EA $ 28480-1 $-~

5 EA $ 90500 I$

I EA $ 91195 I$

94500 l$2 I EA $

2 EA $ 11sos2s 1 $

2~69125 $

2888600 $

170880 $

452500 $

97195 $

2361650 $

5400 $ 1377000

11500 $ 1644500

30000 $ 180000

78000 $ 390000

85000 $ 85000

69000 $ 138000

850000 $ 1700000

Page5 of7 NROADWAYPR020172017513 bull Kudza flood ov~r LWOD L-8 Conal4 middotBid 0plning arid Anaysii20175 Bid Tabt

ITEM ITEM DESCRIPTION QTY j lJNITS UnJtPrfce Amount Unit Price Amount

48 8 GateVaJveforWaterMain _1~-- _$_ 219~_-9_5____$____2bull 19595 $ 180000 _$____1_soo_00_ __4_9_ middot-18Ga~ Valve for Water Main with Manhole ~dPservice taps 1 -~ $ 367660 $ 367660 $ 550000 $ 550000

50 11211 Gate Valve for Force Main 1 II EA -- $ 315880 $ 315880 $ 300000 $ 300000

s1 jeonnect to Ex-isting 8 water M~- ---- -----2----1 --M $ 2 468 35 $ 493610 $ soo oo $ 1000001

_ 52~- - ]Connect to Existing 1 Forc_e_M--am------_______ ---middot-middotmiddotmiddot ____ - - H-middot-- EA $ 11965~95 $ 23931 ~90-bull __$___70-0-00---+--$-~-middot~--1_4_00_o_o_f 53 Testing and Survey 1( 1 LS $ 2781245 $ 2781245 $ 550000 $ 550000

--- 54 jAs-builts -middot ------ --------- ____ I l _L_S_ -$--1-3-09-4-3-5-+-$-- ~middot-13-09-4-35--+-$---4-5-00-00-~middot-$----4-S-OO--oo-

SUBTOTAL (UTILITY) S 1784188~ S 8602900

956~73890

Page 6 of7 NROADWAYPR0201720175U bull Kudza Aoad awr LWDD L-8 canaf4-Bfd Optnfng and Ana~lt2017513 Bid Tab$ bull

THE COUNTY DOES NOT GUARANTEE THE ACCURACY OF THE FORMULAS AND EXTENSIONS USED IN THIS SPREADSHEET ------~middot - -shy ______

r--bullbull middot-middot~ -shyTHE ITEMS AND QUANTITJES ABOVE SHALL GOVERN OVER THE PLANS

-shy _ _ ~--middot~middot - - _ ~-

PAY ITEM FOOTNOTES IN CONSTRUCTION PLANS SHALL ALSO BE INCLUDED IN ITEM UNIT PRICE

Note jPAY ITEM FOOTNOTES

1 All items sha11 include cost to furnish and install un]ess otherwise noted -middot ~ - bull -Tshy ~ _~-- - _--

middot Pennitting agency pre-construction meetings and notices of commencement compliance with stormwater pollution prevention plan and stormwata pollution control plan installation of erosionturbidity 2 controls including silt fences inlet protection inspections and reporting preparation and submittal of construction completion certifications and required record drawings by a professional engjneer andor ]and

bull Isurveyor utility notifications are considaed incidental to mobilization ~----middot - - -- ___

3 -- -1AII costs for Maintenance ofTraffic (MOT) and mobilization sha11 be consideci incidental to and shall b~ included in unit prices -fo~-tb-~ay items -

- )Sawc~t ofexisting aspha~ an~or concrete design~ted for removal per pJans ~oval and relocation ofprivatel~~~~middot~ systems including ~on mailboxes fencing ~ ~emoval and disposal ~-~~~~--shy

middot~areas ofexcess and unsuitable material that may b~ encountered during excavation removal and disposal ofexisting structures per plans is considered incidental to th~bid item clearing and grubbing ~ ____

5 Benn construction swale construction grading re-grading ofroadways driveways canal sections and all other rough and finish grading shall be considered incidental to the bid items Excavation andor Embankmenf

- -shy IDemolition ofexisting m~ri~ge to include all co~po~concrete deck and -~c railings bent caps w~g i1s sheet panels comrete ~ ooncrete -oacb slabs an~ any deadmen anchors P~er -shy

6 disposal ofall bridge debris is considered incidental to bridge demolition -shy middot- shy j1211 co~~~cted subgrade is co~~idered incidental to th~-~~-t ofbaserock constructio - - middot-- --shy -middot - - - shy ----~ -shy -middotmiddot~- middotshy

7

__ ___ ~~- --shy middotshy

8 Prime and tack coats are considered incidental to asphalt construction -- ---shy -shy --middoto-shy

9 Excavation and backfin for structures including cost of any select bedding material that may be nec~sary for a satisfactory installation as directed by Palm Beach County is considaed incid_ental to the cost of the structures

I ---shy -~-middot r

-middot~ - - ----shy - --middot-------shy ---=shy bull - 4 -middot -shy -middot _ -~middot -middot - -IO Wrapping of filter fabric around all pipe joints per FDOT index no 280 and cost ofcoring existing structures for pipe connection is considered incidental to the cost ofthe pipe _ ____

-middot __ _ __ __ __ --middot-middot middot

11 The cost of all anchoring hardware per FDOT index 852 is microicidentaJ to the item Pipe Guiderail (Steel) (FDOT Index 852) -shy

lnie cost of det~~Jewarning surfa~ ~ FDOT index 304 and base compaction is considen)(i incidental to sidewalkpatb~ay ~~ction --shy -~ -shy middotshy -

12 ~------- - -r-middotmiddotmiddot -middot~-~ -shy ___ _4_ -shy

13 The cost offilter fabric is incidental to the item Bedding Stone _ ~--- ~-- _--~- -shy - -middot _

14 Sodding-shall be in aceordancewith section 575 of the general provisions ofthis specification Includes costs for fertilizer and water unti1 final acceptance ~~ ---=---middot~ ~lt--- __ -shy

_ __1s__112 thick no 57 stone foundation and filler fabric is incidental to the bid item Class N Concrete (Cast in Place Headwall) -

__ __ -middot - - middotmiddotshy ---~

16 Contingency items may be increased decreased or deleted as directed by the engineer ----shy _______ ----------shy

--~-----

17 1Changeab1e (Variable)_ Message Sign (Non-MOT) and Traffic Control Officers (Non-MOT) in accordance with General Provisions (Section l 02)

- -middot _ ___ _ ~ -~-

~

Indicates Math Error

Page 7 of7

EXHIBIT B Village of Palm Springs (VPS)

PROJECT NAME Kudza Rd over L WDD L-8 Canal

PROJECTNUMBER 2017513

CONTRACTOR FG Construction LLC

ITEM QUANTITY UNITS UNIT PRICE AMOUNT

13 14

Adjust Valve Boxes Adjust Manhole

Roadway Items for VPS

lEA IEA

$26117 $71755

VPS Utility Subtotal

ITEM QUANTITY I UNITS UNIT PRICE

Roadway Contingency Item for VPS

34 Premium for Conflict Condition (See SPs) lEA $1469000

VPS Contingency Subtotal

ITEM QUANTITY I UNITS UNIT PRICE

$26117 $71755

$97872

AMOUNT

$1469000

$1469000

AMOUNT

VPS Utility Items

38 Remove and Dispose Existing 8 AC Water Main 40LF

39 Remove Existing 12 Force Main

40 Grout Existing 8 AC Water Main with Flowable Fill

41 811 Ductile Iron Pipe For Water Main Installation

42 12 DIP Pipe For Force Main Insta~lation

Continue in page 2

1

144LF

278LF

2551F

143LF

$28250

$2825

$967

$7889

$18669

$1130000

$406800

$268826

$2011695

$2669667

f

Village ofPalm Springs Exhibit B for Kudza Rd over LWDD L-8 Canal Project 2017513

ITEM QUANTITY I UNITS UNIT PRICE AMOUNT

VPS Utility Items

43 FampI 811 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM 6EA

44 FampI 12 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM SEA

45 FampI 12 Ductile Iron 90 Degree Fittings w Reaction Blocking or Thrust Restraint for WM 1 EA

46 Furnish Install and Remove Sample Points Complete 2EA

47 2 Air Release Valve with Manhole for Water Main and Force Main 2EA

48 8 Gate Valve for Water Main 1 EA

49 8 Gate Valve for Water Main with Manhole and 1 service taps lEA

50 12 Gate Valve for Force Main lEA

51 Connect to Existing 8 Water Main 2EA

52 Connect to Existing 12 Force Main 2EA

53 Testing and Survey 1 LS

54 As-builts 1 LS

$104517 $627102

$334288 $1671440

$359087

$79001

$359087

$158002

$968565

$288722

$1937130

$288722

$353114

$536275

$97934

$173748

$904000

$395500

$353114

$536275

$195868

$347496

$904000

$395500

VPS Utility Items Subtotal

Village of Palm Springs Grand Total

Village of Palm Springs Grand Total Plus lOoo Contingency

$14260724

$15827596

~17410356

FROADWAYUTILITY COORDINATION2017513_Kudzaover IA CanalVPS Exhibit Bdoc

2

2020------- shy Page 1 of 1

BOARD OF COUNTY COMMISSIONERS PALM BEACH COUNTY

BUDGET Amendment

FUND Transportation Improvement Fund BGRV 031620-430 BGEX 031620-1131

ACCOUNT NUMBER ACCOUNT NAME ORIGINAL BUDGET

CURRENT BUDGET INCREASE DECREASE

ADJUSTED BUDGET

EXPENDED ENCUMBERED

ASOF 31620

REMAINING BALANCE

REVENUES Kudza Road over LWDD L-8 Canal 3500-361-1520-6948 Utility Relocation Reimbursements 0 0 174104 0 174 104

TOTAL RECEIPTS amp BALANCES

EXPENDITURES Kudza Road over LWDD L-8 Canal 3500-361-1520-8101 Contributions Other Governmental Agencies

TOTAL APPROPRIATIONS amp EXPENDITURES

202361433

0

202361433

195369625

0

195369625

174 104

174 104

174 104

0

0

0

195543729

174 104

195543729

0 174 104

SIGNATURE DATE By Board of County Commissioners At Meeting of ________

Engineering amp Public Works ~hliamptk 1-1)-) IJ__i)

Administration I Budget Approval

OFMB Department - Posted Deputy Clerk to the Board of County Commissioners

Page 11: PROJECT NO. 2017513 · Affirmative Procurement Initiative (API) for Construction: 20% minimum mandatory SBE participation, established for the above-mentioned project, which opened

BID TABULATIONS middot

KUDZAROADOVERLWDD L-8 CANAL - middotcoNTRACT

PBC PROJECT 2017513 middot middotmiddot -middot c middotmiddotmiddotc ccmiddotmiddotmiddot middot cmiddotc Cbullltc middotmiddot bull ~ -_shy

ITEM ITEM DESCRIPTION QTY UNITS

26 PedestrianBicycle Railing 96 LF $

27 Rip Rap (Rubble) FampI Ditch Lining 363 TN $

28 Bedding Stone (Sect 530) 242 TN $

29 Clean Sand Fill 215 CY $

30 Storm Sewer Pumping (Exist) (24 or less)(See SPs) 120 LF $

SUBTOTAL (ROADWAY) $

CONTINGENCY ITEMS

31 Class I Concrete (Misc) 5 CY $

32 Changeable (Variable Message) Sign (Non-MOT) 10 ED $

33 Traffic Control Officer (Non-MOT) 16 HR $

34 Premium for Conflict Condition (See SPs) 1 EA $

35 Flowable Fill 10 CY $

36 Subsoil Excavation 100 CY $

37 Storm Sewer Cleaning (Exist) (24 or less)(See SPs) 120 LF $

SUBTOTAL (ROADWAY) $

UTILITY ITEMS

38 Remove and Dispose Existing 8 AC Water Main 40 LF $

39 Remove Existing 12 Force Main 144 LF $

40 Grout Existing 8 AC Water Main with Flowable Fill 278 LF $

41 8 Ductile Iron Pipe For Water Main Installation 255 LF $

42 12 DIP Pipe For Force Main Installation 143 LF $

43 FampI 8 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM 6 EA $

44 FampI 12 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM 5 EA $

45 FampI 12 Ductile Iron 90 Degree Fittings w Reaction Blocking or Thrust Restraint for WM 1 EA $

46 Furnish Install and Remove Sample Points Complete 2 EA $

47 2 Air Release Valve with Manhole for Water Main and Force Main 2 EA $

Page 5 of7

FERREIRAmiddot CONSTRUCTION

SOUTHERN DIVISION middot~~Q JNlt r

~ middot - -bull J -_ ___ - - ~middot middot-~ _middot ~- -~-- _ middotmiddotbullmiddotmiddot

Unit Price Amount

9890 $ 949440

12320 $ 4472160

8915 $ 2157430

4335 $ 932025

475 $ 57000

75115375

64895 $ 324475

2530 $ 25300

9295 $ 148720

355855 $ 355855

25815 $ 258150

1290 $ 129000

475 $ 57000

1298500

14275 $ 571000

2565 $ 369360

1050 $ 291900

10075 $ 2569125

20200 $ 2888600

28480 $ 170880

90500 $ 452500

97195 $ 97195

94500 $ 189000

1180825 $ 2361650

~~f

FOSTER MARINEmiddot~~iB CONTRACTORS INC

gtmiddotbullmiddot bull bull- _ ~-middot=-- middot

---middotmiddot ___ __z

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

Unit Price

315 $

17000 $

10000 $

3000 $

3000 $

190000 $

3000 $

15000 $

300000 $

30000 $

3000 $

3000 $

6000 $

1700 $

1200 $

5400 $

11500 $

30000 $

78000 $

85000 $

69000 $

850000 $

Amount

30240

6171000

2420000

645000

360000

84590990

950000

30000

240000

300000

300000

300000

360000

2480000

240000

244800

333600

1377000

1644500

180000

390000

85000

138000

1700000

cJ h

$ ~ f ~ (l ~

t 0 ~ -1 -J -C

NROADWAYPR020172017513 - Kudza Road over LWDD L-8 Conal4 - Bid Opening and Anaysis2017513 Bid Tabs

BID TABULATIONS FERREIRA KUDZA ROAD OVER LWDD L-8 CANAL CONSTRUCTION

CONTRACT SOUTHERN DIVISION

lBCbullPROJEpoundT2017513 CO INC Imiddotmiddot- 2lt- - ~~-bullmiddotmiddot- middotmiddot shy -middot -- -

~ bull c- gt -middotmiddot ltgt-bullmiddotmiddotmiddot-- _ iebullbull -lt - bull - -shy bull~middot middot middot c bullmiddotmiddotmiddot- bull - middotmiddot shy __

ITEM ITEM DESCRIPTION QTY UNITS Unit Price Amount

48 8 Gate Valve for Water Main 1 EA $ 219595 $ 219595

49 8 Gate Valve for Water Main with Manhole and 1 service taps 1 EA $ 367660 $ 367660

50 12 Gate Valve for Force Main 1 EA $ 315880 $ 315880

51 Connect to Existing 8 Water Main 2 EA $ 246835 $ 493670

52 Connect to Existing 12 Force Main 2 EA $ 1196595 $ 2393190

53 Testing and Survey 1 LS $ 2781245 $ 2781245

54 As-builts 1 LS $ 1309435 $ 1309435

SUBTOTAL (UTILITY) $ 17841885

TOTAL BID $ 94255760middot

$

$

$

$

$

$

$

$

$

FOSTERMARINE CONTRACTORS INC

bullgtcmiddotmiddot -gt bull~middot bull middot- middot

bull--middot-middot shy bull middot-middot ~-middot _ middot~ - - middot-_ middot

Unit Price Amount

180000 $ 180000

550000 $ 550000

300000 $ 300000

50000 $ 100000

70000 $ 140000

550000 $ 550000

450000 $ 450000

8602900

95673890

b

r sshy~

(~ ~

r-Page 6of7 NROADWAYPR020172017513 - Kudza Road over LWDD L-8 Canal4 - Bid Opening and Anafysis2017513 Bid TaEshy

THE COUNTY DOES NOT GUARANTEE THE ACCURACY OF THE FORMULAS AND EXTENSIONS USED IN TIDS 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

All items shall include cost to furnish and install unless otherwise noted

Permitting agency pre-construction meetings and notices of commencement compliance with stormwater pollution prevention plan and stormwater pollution control plan installation of erosionturbidity

2

1

controls including silt fences inlet protection inspections and reporting preparation and submittal of construction completion certifications and required record drawings by a professional engineer andor land surveyor utility notifications are considered incidental to mobilization

3 All costs for Maintenance ofTraffic (MOT) and mobilization shall be considered incidental to and shall be included in unit prices for the pay items

Sawcut of existing asphalt andor concrete designated for removal per plans removal and relocation ofprivately owned systems including irrigation mailboxes fencing etc removal and disposal in suitable 4

areas of excess and unsuitable material that may be encountered during excavation removal and disposal of existing structures per plans is considered incidental to the bid item clearing and grubbing

Berm construction swale construction grading re-grading of roadways driveways canal sections and all other rough and finish grading shall be considered incidental to the bid items Excavation andor 5

Embankment

Demolition of existing road bridge to include all components-concrete deck and traffic railings bent caps wing walls sheet panels concrete piles concrete approach slabs and any deadmen anchors Proper 6

disposal of all bridge debris is considered incidental to bridge demolition

7 12 compacted subgrade is considered incidental to the cost ofbaserock construction

8 Prime and tack coats are considered incidental to asphalt construction

Excavation and backfill for structures including cost of any select bedding material that may be necessary for a satisfactory installation as directed by Palm Beach County is considered incidental to the cost of 9

the structures

10 Wrapping of filter fabric around all pipe joints per FDOT index no 280 and cost of coring existing structures for pipe connection is considered incidental to the cost of the pipe

The cost of all anchoring hardware per FDOT index 852 is incidental to the item Pipe Guiderail (Steel) (FDOT Index 852)

12

11

The cost ofdetectable warning surfaces per FDOT index 304 and base compaction is considered incidental to sidewalkpathway construction

The cost of filter fabric is incidental to the item Bedding Stone

14

13

Sodding-shall be in accordance with section 575 of the general provisions of this specification Includes costs for fertilizer and water until final acceptance

15 12 thick no 57 stone foundation and filter fabric is incidental to the bid item Class IV Concrete (Cast in Place Headwall)

16 Contingency items may be increased decreased or deleted as directed by the engineer

17 Changeable (Variable) Message Sign (Non-MOT) and Traffic Control Officers (Non-MOT) in accordance with General Provisions (Section 102)

-middot Indicates Math Error

Page7 of7

INTERLOCAL AGREEMENT BETWEEN PALM BEACH COUNTY FLORIDA AND

VILLAGE OF PALM SPRINGS FOR JOINT PARTICIPATION AND PROJECT FUNDING FOR CONSTRUCTION OF UTILITY ADJUSTMENTS FOR

KUDZA ROAD BRIDGE OVER LWDD L-8 CANAL BRIDGE REPLACEMENT

PALM BEACH COUNTY PROJECT NO 2017513

THIS Interlocal Agreement (AGREEMENT) for Kudza Road Bridge replacement over the LWDD L-8 Canal (PROJECT) is made as of the __ day of 20201 by and between Palm Beach County1 a political subdivision of the State of Florida1 by and through its Board of County Commissioners (COUNTY) and the Village of Palm Springs1 a municipal corporation existing under the laws of Florjda (hereinafter VILLAGE) each one constituting a public agency defined in Part I of Chapter 163 Florida Statutes (individually Party and collectively Parties)

WHEREAS Section 16301 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 VILLAGE has requested the COUNTY to construct water main1 force main and associated appurtenance adjustments to the VILLAGES system (UTILITY WORK) within the limits of the PROJECT and

WHEREAS1 the COUNTY and the VILLAGE desire to jointly participate in the UTILilY WORK and

WHEREAS both COUNTY and VILLAGE declare that it is in the public interest that the UTILTIY 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

VILLAGE OF PALM SPRINGS 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 2017513 Said Bid Documents include the UTILITY WORK as shown in VILLAGE prepared Utility Matrix Applicable Technical Specifications Standard Construction Details and Approved Product List

B COUNTY shall obtain written approval from the VILLAGE in advance of any change orders including any costs associated with the VILLAGES failure to approve change orders in a timely manner which increase the cost attributable to the UTILITY WORK to an middotamount greater than the contract amount as stated in Section 3A below VILLAGES 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 contractors bid for the PROJECT and the UTILllY WORK

Section 3 VILLAGES Responsibilities

A VILLAGE shall reimburse COUNTY a total estimated cost including 10 contingency of One Hundred Seventy Four Thousand One Hundred Three Dollars and Fifty Six Cents $17410356) provided COUN1Y 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 VILLAGES Utility Items shall be paid by the VILLAGE

8 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 VILLAGE

C Upon completion of the PROJECT and the UTILilY WORK the VILLAGE shall repair and maintain the UTILITY WORK at VILLAGES expense

Section 4 PaymentsInvoicing and Reimbursement

The COUNTY will invoice the VILLAGE on a periodic basis during construction of the PROJECT and the UTILin WORK The VILLAGE agrees to provide to COUNTY payment for documented costs for the UTILITY WORK in the amount established in Section 3A COUNTY shall submit all invoices to the VILLAGE identifying the UTILITY WORK including COUNTYS total expenditure for the PROJECT and identifying the amount attributablemiddot 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 VILLAGE within seven (7) calendar days of request by the VILLAGE Invoices received from COUNlY will be reviewed and approved by the VILLAGE to ensure that expenditures have been made in conformity with this

2

VILLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

AGREEMENT Upon COUNTYS submission of acceptable documents needed to substantiate its costs for the UTILITY WORK VILLAGE will provide said payment to COUNTYmiddot on a reimbursement basis within thirty (30) days of receipt of all required documents In no event shall the VILLAGE 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 VILLAGE 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 VILLAGE will reimburse the COUNTY for the UTILI1Y WORK completed as of the date the COUNTY suspends the UTILITY WORK Any remaining unpaid portion of this AGREEMENT shall be retained by the VILLAGE and the VILLAGE shall have no further obligation to honor reimbursement requests submitted by the COUNTY

Section 5 Access and Audits

COUNTY and VILLAGE 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 VILLAGE 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 COUNTYS sole direction supervision and control All VILLAGE employees engaged in the work or services performed pursuant to this AGREEMENT shall at all times and in all places be subject to VILLAGES sole direction supervision and control (he 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 othermiddot Party shall be that of an Independent Contractor and not as employees or agents of the other

Neither COUNTY nor the VILLAGE 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 VILLAGE

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

VILLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

or permitted under state and local law to perform such services

All of COUNlYS 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 VILLAGE and COUNTY recognize their liability for certain tortious acts of its agents officers employees and invitees to the extent and Hmits provided in Section 768281 Florida Statutes To the extent permitted by law the VILLAGE and COUNlY shall indemnify defend and hold the other harmless against any actions claims and damages arising out of the 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 76828 Florida Statutes1 nor shall the same be construed to constitute an agreement by the VILLAGE 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 andor VILLAGE

Section 9 Annual Appropriation

All provisions of this AGREEMENT calling for the expenditure of ad valorem tax money by either the COUNTY or the VILLAGE are subject to annual budgetary funding and should either Party involuntarily fail to fund any of their respective obfigations 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 attorneys fees) associated with the enforcement of the terms andmiddot conditions of this AGREEMENT shall be borne by the respective Parties

4

VILLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

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

All notice to the VILLAGE shall be sent to

Ronald Eyma PE Public Service Director Village of Palm Springs 226 Cypress Lane Palm Springs FL 33461

All notice to the COUNTY shall be sent to

Omelia A Fernandez P E Director Palm Beach County Engineering amp Public Works Roadway Production Division P0 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 Partys right to assert or rely upon any such provisions or rights in that or

any other instance

5

VILLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

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 Section 17 Non~Discrimination

COUNTY and VILLAGE 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 st~tus 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

COUNlY and VILLAGE shall abide by all applicable federal state and local Jaws orders rules and regulations when performing under this AGREEMENT COUNTY and VILLAGE 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 Generals 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

6

VllLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

contract

Section 23 Public Entity Crime Certification

As provided in FS 287132-133 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 FS 287133 (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 VILLAGE 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

VILLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

IN WITNESS WHEREOF the undersigned Parties have executed this AGREEMENT on the day and year first written above

VILLAGE OF PALM SPRINGS

BY~~~~--~---shyBev Smith Mayor

AllEST

Kimberly M Wynn AUTHORITY CLERK

PALM BEACH COUNlY FLORIDA

BY __~----------~~~-shyTanya N McConnell PE Deputy County Engineer

APPROVED AS TO TERMS AND CONDITTONS

BY __~--~~--~--shy(DATE)

APPROVED AS TO FORM APPROVED AS TO FORM AND LEGAL SUFFIOENCY AND LEGAL SUFFIOENa

BY _________ BY~YB~H---~--~~~~~~~shyVIiiage Attorney Assistant County Attorney

FROADWAYUTILI1Y COORDINATION2017513_Kudza over L-8 CanalVPS Construction Agreementdoc

8

ITEM I ITEM DESCRIPTION QTY middot1 UNITS UNIT PRICE UNIT PRICE UnitPrice I Amount Amount

2 I 30000 $ 30000-g= ___ 4_~-_0 _____1_4_00-so-_

SS21 $ S695 $ --8485ss $ 6000 S 894000

6913 $ 6000 I $ 714000 $ 7000 $ 833000

336 $ 791 I$ 473809 $~-~--8-00~+~$ 479200 middot-~----~~-middot-

510705 $ 390442 $ ll71326 $ 3500001~-- 1050000

~~ 200000 ~ 3333 $ 4378 $ 48158 $ S000 $ 55000

~~ s ~oo s ~~~ s 1~00 $

130000 $ 105149 $ lSS30507 $ 200000 $

1510000

29540000

ROADWAY ITEMS

Mobilization

MaintenanceofTraffic(inclPooestrianMOT)

3 Removal ofExisting Structure

2

- dge -middot- ---middot middotshy ~~=mer

=8 1Embankment(C~~P~-~- shy_ --=-=--~_jmucrde~~Cgt

____J_l__ =jh~7deg=~middot~)(FC-95)Rubber 13 AdjustValveBoxes

~1 outtflt (Type F)

16 Cone SidewaJk~(~_-~-middot -~middot ~_ ___

17 Cone Sidewalk (6 Thick)(Driveways)

18 Sodding middot--~----middot~--~middot---middot- ~--middot--middot--~

j LS $ 6820109 $ 5000000 $ 4746000 $

I LS $ 2548795 $ 4ooooo $ 15076461___

I 1 I LS $ 7436225 $ 8000000 $ 6215000 $

middotmiddot--middot-- ------ middotI middot+-+ ~- ~~ 2~~ middot--middot-middot-middot--1--~middotmiddot -middot--middot~-~ 2~2 M

I 115 I CY $ 1950 $ 1289 $ 1865 $

-~--====J__ _-=f --=~- ~ l~ 2 __ 7i-- middotmiddot-~+---~~~---~~-middot-middotmiddot14~ 2 ---4

EA $ 31021 $

5 295 shy

149 SY $ 5844 $

119 SY $ 6496 $

599 SY $ 845 $

19 InletDitchBottom)(TypeC)lt10 --middot~-----------middot--middotmiddot ___ 3 EA $ 397556 $

______-+--~-et-~-urb-middot-~-(P--5-)_lt_10_- --- --------middot- ~=~-------- I =~-i~--__A_-_--_________~ ___

22 A2000PVCPipe(Iin) 11 LF $ 5411 $

___~____eo_n_~--~-middot_e_c_~_~_c_1s_i_________--_-_~------~--~-~-s 16 $

24 ClassNConcrete(CulvaiampHeadwalls) 1477 CY $ 164487 $

39425 $ 26117 $-

4746000 $ 4500000 $ 4500000

1_s_0__ __ 3_5 _ooo_oo_16_4_6-1_s 3_s_oo_o_oo___$____ 6215000 $ 6200000 $ 6200000

--2-~-~---=-middot--~---~=---0----0-+middot---~---~--0-- -----------12_~__-o--t------~----o--0

214415 $ 2000 $ 230000

-~- middotmiddotmiddot middotmiddot -=~~

~r-=~- --1-~~----lr_

1~ 26117 $-

--~-~-1--~---~-~--~~~middot~-~~~-~-~~~~---~~+-~~---lt-~~ --~--~-+--~-----1~-~~--1middot~~~-~~-+-~~~~-~~

25 Reinforcing Steel (Culvert amp Headwalls) 33768 LB $ 163 $ 200 $ 181 $ 6Cl2008 $ 200 $ 6753600

Page 1 of7 NROAOWAYPll020172017513 bull KudzD Road Oliff LWDD L-8 Conal4 middotBid Optnlng and Analysls201753 Bid Tabs

26

ITEM ITEM DESCRIPl10N QTY UNITS UNIT PRICE UNIT PRICE Unit Price J Amount Unit Price Amount

PedestrianBicycleRailing ll 96 LF $ 12038 $ 10000 $ 25448 $ 2443008 $ 12500 $ 1200000 -----middot------+--------- --middotmiddotmiddotmiddotmiddot-middotmiddot------ --------- middot~---r----~middot----tmiddot-

27 Rip Rap (Rubble) FampI Ditch Lining 363 TN

28 Bedding Stone (Sect 530) ----------~------- 242 i TN

3

209 Clean Sand Fill --middot------ -shy - - ----- shy --il~l2105 -~LF~-Storm Sewer Pumping (Exist) (24 or IessXSee SPs) 120

CONTINGENCY ITEMS

___3_1_ _JClass I Concrete (Misc)

32 _ _jChangeable(VariableMessage) Sign (Non-MOT)

33 )Traffic Control Officer (Non-Mon

SUBTOTAL (ROADWAY)

34 Premium for Conflict Condition (See SPs) --middotmiddot ~---------- shy ------ shy

35

36

37

lFlowable Fill i

Subsoil Excavation ___ j middotlt~----middot

IStonn Sewer Cleaning (Exist) (24II or less xsee SPs)

UTILITY ITEMS

38 Remove and Dispose Existing 8 AC Water Main

39 Remove Existing 12 Force Main lt----~-- --middot--+------------shy

SUBTOTAL(ROADWAY)

40 LF

144 LF

$ 11412 $ 7500 $ 6328 $ 2297064 $ 10000 $ 3630000

$ 8860 $ 7500 $ 7526 $ ] 821292 $ 9000 $ 2178000

$$ 32790637 3155- middot-middot- 437310 I $ 2500 $ 531500-$$_____ bulloooo-middot-$$middotmiddotmiddotmiddot---1-02703354 $$ 1288200

$ 58774019

$ 81370 $ 36244 $ 16611 $ 83055

$ 5680 $ 2351 $ 9040 $ 90400

$ 9303 $ 4894 $ 7910 $ 126560

$ 673000 $ 795487 $ 1469000 $ 1469000 ~-~--------- ~-------i--

$ 22882 $ 18645 $ 186450

$ 600 $ 72000

$ 78111400

$ 31soo I$ 187500i

$ 5000 r $ 50000

$ sooo Is 80000 ----+----middotmiddot-----shy

$ 250000 $ 250000

$ 20000 $ 200000

$

$

~ __4_2-9--l----middot-~ --- _3~f-middot---3-middot~--o~-=-6$ 2464185 $ 1189500

$ 12631 $ 2500 $ 28250 I$ 1130000 $ 2000 $

$ 2273 $ 2500 $ 2825 middot1 $ 406800 $ 2000 $ 288000

40 Grout Existing 811 AC Water Main with Flowable Fill 278 LF $ 1304 $ 1000 $ 967 $ 268826 $ 2000 $ 556000 ------~ -middot-------+---- ~ __ -------+---shy

41 8 DuctileironPipeForWaterMaininstallation -----1---2_ss__ j LF $ 7966 _s_____s_o_00___$~ __7_8_89--t-_s___2_o_11695 _s___~500 i-$___2_1_6_1_so_o_

42 1211 DIPPipeForForceMainlnstallation 143 J LF $ 16342 $ 14000 $ 18669 $ 2669667 $ 15000 $ 21450001-------- ~--~-----middot--- middot--r----~---~-- __ t

___4~ -middot __ FampI 8 Ductile kon 45 Degree Fittings wl Reaction Blocking or Thrust Restraint for WM 6 ~ EA $ 56374 $ 80000 S 104517 $ 627102 $ 62500 _$_____3_7_s_o_oo-f

44 FampI12degDuctilelron45DegreeFittingswReactionBJockingorThrustRcstraintforWM 5 j EA $ 153197 $ 100000 $ 334288 $ 1671440 $ 110000 $ 550000 -middot -------f---middotmiddot--------------------------middot-- --shy~middot-middotmiddotmiddot----4_5 ---1F_amp_I_1_2__Du_c_til_middote_h__ __ee_F_ittin__gs_w_l_R_ea_cti_middoto_n_B_Ioc_km_middotg_or_Thrust_R_es_trai_n_t_fo_r_WM -+-____ ~ EEAA $ 165321 $ 100000 $ 3590871 $ 359087 $ 120000 _s_____o_n_9_o_D_egr __ __ l_2_oo_00_

4

46 Furnish Install and Remove Sample Points Complete 2 $ 80625 $ 65000 $ 79001 $ 158002 $ 80000 $ 1600001 1

middot~------~--------~

47 2 Air Release Valve with Manhole for Water Main and Force Main 2 I EA $ 999848 $ 750000 $ 968565 I$ 1937130 $ 1000000 $ 2000000

Pagel of7 NROADWAYPR020172017513 middotKudla Road over LWDD L-8 Canal4- Sid ~nlng and AnalyslsZOJ75JJ Bid Tabs

80000

ITEM ITEM DESCRIPTION J QTY j UNITS UNIT PRICE UNIT PRICE Unit Price Amount Unit Price Amount

i8 11 Gate Valve for Watfl Main r j EA $ 217079 $ 250000 $ 288722 $ 288722 $ 180000 $ 18000048 --------- middotmiddot-shy ------------ ------middot-~----------- -~middot~-W--------1------- ------+-------4--~------J-------1---------1

49 ----+-J__ +811 Gate Valve for Water Main with Manhole and 111 service taps 1_ EEAA $ 442694 $ 800000 $ 353lJ4 $ 353114 $ 500000 $ 500000

50 12 Gate Valve for Force Main j 1 s 375539 $ 350000 s 536275 s 536275 $ 350000 Is_______3_s_o_o_oo_

51 Connect to Existing 811 Water Main -__-middot_middot--------========------1--2middot i EA $ 228692 $ 250000 $ 97934 $ 195868 $ 520000 J-s- 1040000

52 Connect to Existing 12 Force Main 2 I EA $ 622586 $ 250000 $ l73748 $ 347496 $ 1050000 $ 2100000

LS $ 1133811 $ l 000000 $ 904000 -$-----9-04-0-00--$ 300000 $ 300000~-- --53-- middot(Testingandsurvey -----==---------- I -I ( --L-S----t-$---6--ll-2-34-t-$----1-0-00-0-0--10 $ 395500 $ 39550-0-t--$--2-900-00-+--$ 29000054 lAs-builts

SUBTOTAL (UTILITY) $ 1426deg24 $ 13201500

Page3 of7 NROADWAYPR020172011513 - Kudm Road avu LWDD L-8 Conal4 - Bid O~nlng and AnaiyW2017513 Bid Tabs

ITEM 1 ITEM DESCRIPTION I QTY IUNITS Unit Price I Amount Unit Price j Amount

ROADWAY ITEMS

1 7800000

~ ofT_raffi_c_(m--cl-P_ed_es_tri_an_M___ -----~--- -_---~-j--+plusmn- middot-L~S-- -$- =42s~ 1$o_T_)____~-- -middot--- - ___ -middot~middotmiddot 2 30000001 99 00Removal ofExisting Structure 12329900 J 50000003 --middot ---- -----+----------- shy

4 Remova1 Pedestrian Bridge LS $ 17 878 50 $ 1200000 -- --5---- C-l~g and Grubbing - -- --- --middot---------middot I I j- LS $ 572770 $middot- shy

572770 $ 3000000 $ 3000000 ~---------_-- ------- --- middot~---~ _ -middot- -----~--middotr--------1

6 Floating Turbidity Barrier I LS $ 48870 $ 48870 $ 300000 $ 300000 -~---------~~

__7 ____ ReguJarExcavation 96 I CY $ 1180 $ 113280 $ 2300 ___________ 220800 1

_______s_middot__ -IEmbankment (Compacted in Place) _ ll 5 CY $ 3135 $ 360525 $ 800 I$ 92000

9 Optional Base Group 7 __________ __ ~=~1 975 __ ___14_6_sJ~--~---~----~~~~~~ _____ s2_6_s_ooo-_-- t sv_~_s s s_4_o_o+-I_$____ __

- -- ~aveAsphalt concrete (Traffic Level q ___fr__ _ _ _ __ 2 940 j ~ 24~~ __~middot 26~00-jj $$_ ~--~1--~TN~- $$ 7 _7 20 ~$$____ 2332000

e-- 0-- jAsph~c~ Friction Course (l0) (FC-95) Rub~ 67 1 333 00 P 22rJ 1 ___00 30820001 00 460- -1 1

l Mi11ExistingAsphaltPavement(l) 411 SY $ 2775 $ II40525 $ 5000 __$___20_5_5_0-00shy

13 Adjust Valve Boxes EA $ 39965 I$ 39965 $ 28000 $ 28000

middot---1-4middotmiddot~ AdjustManhole --- -------~--middot EA $ 39635 $ 39635 $ 65000 $ middot--middot-6-50-00shymiddot~----middot-middot- I middot-~---------------

783225 $ 3500 $15 ~ConcreteCwbampGutter(Type F) middotmiddot~Z95i LF $ 4=-middot 16 1Conc Sidewalk(4 Thick) SY $ 46 80 $ 697320 $ 7000 $ 1043000

___ 17 _ _J~nc Sidewalk (6 Thick) (Driveways) -~-- - -- -- - ~~- f SY $ 5285 $ 628915 $ 7700 $ 916300 --- middot-middot-~--middot---~Sodding bull middot 1-middot 59middot - middotsy $ 1040 $ 622960 $ 750 $ 449250

- 19 Inl~~orum--middot~--Bo-tto_m_)(_T_yp_e_C_)-lt-10---- -middot ---~----middotmiddot--middot--------~ - ---3--- T-EA -~-$--3-99-7-8-0-+--------~-$ ]199340 $ 450000 $ 1350000

1-20----1-In-let-(Curbmiddot--)-(P--5-)-lt-10_1____________________________r _ -- 1~ -i-middot $~- 21911s 650000 s 6soooo

$ 279775 $

1 $ 1~2840 $1~p-~-c_________________________[_ ~-~~-_ _~_00_00__]~-~~-- -s_~~-~=~=~=~======~=~-~-~~2-_s-00_~_0~$---~~-2-~-s_oo_1 2 1 2 $ 68915 $ 023 ConcretePipe_Cul_vert_(_1_8_)__________ -~---middotmiddot---------+1

___1_s1__ LF $ 4975 $ 751225 $ 6300 j 951300

24 ClasslVConcrete(CulvertampHeadwalls) 1477 CY $ 162800 $ 24045560 $ J90000 $ 28063000 -~-~~-t--------t-----~-r--------1

25 Reinforcing Steel (Culvat amp Headwalls) 33768 LB $ $ 2363760 $070 200 $ 6753600

Page 4 of7 NROADWAYPR02D72DJ75J3- Kudza Road over LWOO L-8 Conaij4 - Bfrl Op ming and Anaysb20J 7513 Bid Tabs

ITEM ITEM DESCRIPTION I QTY UNITS Unit Price j Amount Unit Price r Amount

26 jPedestrianBicycle Railing 96 LF $ 9890 I$ 949440 $ 315 $ 30240

~- Bid~~)DltchLining ~ I~ =~~ ~ -shy middot29-~ Clean Sand Fill 215 CY $ 4335 $ 932025 $ 3000 $ middot 645000

---~3o 1

Stomi SewerPumpingExist)(24orlessXSeeSPs) -1middot--120 LF $ 4751 S 57000 $ 3000 $middot--middot- ~---middot middotshy 360000

SUBTOTAL(RO~WAY) $ 75115375 $ 84590990

CONTINGENCY~

31 ICJass I Concrete(Misc) ____ middot-----~ j 5 CY $ 648 95 I $ 324475 $ 190000 $ 950000 - ----------middot middot-middot1____1- ~-----1

__ 32 1 Chang~Je(VariableMessage) Sign (N~~--M_O_T)____ ___1_o______E_D____s___ 2530i$ 25300 S 3000 $ 30000

_ ~_ ITrafficCon~lOffietT(Non-MOT) -middot-----------shy 16 j HR $ 9295 $ 148720 $ _1_5_0_00--1-$---~2_4_~-~ r---34 Premium for Conflict Condition (See SPs) ________1

1middotf-----_-_--_J EA $ 355855 k 355855 $ 300000 S 300000

35 FlowableFill ____________

1

_1

00

0_ ~1middot--c~~YY -- _$s__2_s_s_1s---+i $ 25815~ $ 30000 $ 300000

middot---3-6 subsoil ExcavationI 1

4

2bull

7

9

5

0 f$$middot- ~I2

5

_

7

9_

0

o_bullbull

0

oo_

0

_$$___3_0_o_o-+1_$____3_ooo__oo~ 37 Stmm Sewer Cleaning (Exist) (24 or J~sXSee SPs) -------~middot- 120 I LF __ $ l 3000 I$ 360000

SUBTOTAL (ROADWAY)

UTILITY ITEMS

38 jRemove and Dispose Existing 811 AC- Water Main I I

39 ~ -shy --shy rRemove Existing 12 Force Main

40 Grout Existing 8 AC Water Main wi~~owable FilJ

41 middot]8 Ductile Iron Pipe For Wala Main Installation I 42 12 DIP Pipeor Force Main Installation l

-~---middot-middot--middot

43 FampI 8 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM -i44 FampI 12 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM -middot--shy

-~ 45 middotFampI 12 Ductile Iron 90 Degree Fittings w Reaction Blocking or Thrust Restraint for WM

-46 Furnish Install and Remove Sample Points Comp1ete

-shy47 2 Air Release Valve with Manhole for Water Main and Force Main I

$ 1298500 $ 2480000

40 I LF $ 14275 $

144 LF $ ~-+----6-1-middot-o-o ~- I+shy -w q 278 LF $ 1050 $ 291900 $ 1200 $ 333600I 25651 $

~-r-----~~~~--r-~~---~~

255 LF $ 10075 $

143 LF $ 20200 $

6 EA $ 28480-1 $-~

5 EA $ 90500 I$

I EA $ 91195 I$

94500 l$2 I EA $

2 EA $ 11sos2s 1 $

2~69125 $

2888600 $

170880 $

452500 $

97195 $

2361650 $

5400 $ 1377000

11500 $ 1644500

30000 $ 180000

78000 $ 390000

85000 $ 85000

69000 $ 138000

850000 $ 1700000

Page5 of7 NROADWAYPR020172017513 bull Kudza flood ov~r LWOD L-8 Conal4 middotBid 0plning arid Anaysii20175 Bid Tabt

ITEM ITEM DESCRIPTION QTY j lJNITS UnJtPrfce Amount Unit Price Amount

48 8 GateVaJveforWaterMain _1~-- _$_ 219~_-9_5____$____2bull 19595 $ 180000 _$____1_soo_00_ __4_9_ middot-18Ga~ Valve for Water Main with Manhole ~dPservice taps 1 -~ $ 367660 $ 367660 $ 550000 $ 550000

50 11211 Gate Valve for Force Main 1 II EA -- $ 315880 $ 315880 $ 300000 $ 300000

s1 jeonnect to Ex-isting 8 water M~- ---- -----2----1 --M $ 2 468 35 $ 493610 $ soo oo $ 1000001

_ 52~- - ]Connect to Existing 1 Forc_e_M--am------_______ ---middot-middotmiddotmiddot ____ - - H-middot-- EA $ 11965~95 $ 23931 ~90-bull __$___70-0-00---+--$-~-middot~--1_4_00_o_o_f 53 Testing and Survey 1( 1 LS $ 2781245 $ 2781245 $ 550000 $ 550000

--- 54 jAs-builts -middot ------ --------- ____ I l _L_S_ -$--1-3-09-4-3-5-+-$-- ~middot-13-09-4-35--+-$---4-5-00-00-~middot-$----4-S-OO--oo-

SUBTOTAL (UTILITY) S 1784188~ S 8602900

956~73890

Page 6 of7 NROADWAYPR0201720175U bull Kudza Aoad awr LWDD L-8 canaf4-Bfd Optnfng and Ana~lt2017513 Bid Tab$ bull

THE COUNTY DOES NOT GUARANTEE THE ACCURACY OF THE FORMULAS AND EXTENSIONS USED IN THIS SPREADSHEET ------~middot - -shy ______

r--bullbull middot-middot~ -shyTHE ITEMS AND QUANTITJES ABOVE SHALL GOVERN OVER THE PLANS

-shy _ _ ~--middot~middot - - _ ~-

PAY ITEM FOOTNOTES IN CONSTRUCTION PLANS SHALL ALSO BE INCLUDED IN ITEM UNIT PRICE

Note jPAY ITEM FOOTNOTES

1 All items sha11 include cost to furnish and install un]ess otherwise noted -middot ~ - bull -Tshy ~ _~-- - _--

middot Pennitting agency pre-construction meetings and notices of commencement compliance with stormwater pollution prevention plan and stormwata pollution control plan installation of erosionturbidity 2 controls including silt fences inlet protection inspections and reporting preparation and submittal of construction completion certifications and required record drawings by a professional engjneer andor ]and

bull Isurveyor utility notifications are considaed incidental to mobilization ~----middot - - -- ___

3 -- -1AII costs for Maintenance ofTraffic (MOT) and mobilization sha11 be consideci incidental to and shall b~ included in unit prices -fo~-tb-~ay items -

- )Sawc~t ofexisting aspha~ an~or concrete design~ted for removal per pJans ~oval and relocation ofprivatel~~~~middot~ systems including ~on mailboxes fencing ~ ~emoval and disposal ~-~~~~--shy

middot~areas ofexcess and unsuitable material that may b~ encountered during excavation removal and disposal ofexisting structures per plans is considered incidental to th~bid item clearing and grubbing ~ ____

5 Benn construction swale construction grading re-grading ofroadways driveways canal sections and all other rough and finish grading shall be considered incidental to the bid items Excavation andor Embankmenf

- -shy IDemolition ofexisting m~ri~ge to include all co~po~concrete deck and -~c railings bent caps w~g i1s sheet panels comrete ~ ooncrete -oacb slabs an~ any deadmen anchors P~er -shy

6 disposal ofall bridge debris is considered incidental to bridge demolition -shy middot- shy j1211 co~~~cted subgrade is co~~idered incidental to th~-~~-t ofbaserock constructio - - middot-- --shy -middot - - - shy ----~ -shy -middotmiddot~- middotshy

7

__ ___ ~~- --shy middotshy

8 Prime and tack coats are considered incidental to asphalt construction -- ---shy -shy --middoto-shy

9 Excavation and backfin for structures including cost of any select bedding material that may be nec~sary for a satisfactory installation as directed by Palm Beach County is considaed incid_ental to the cost of the structures

I ---shy -~-middot r

-middot~ - - ----shy - --middot-------shy ---=shy bull - 4 -middot -shy -middot _ -~middot -middot - -IO Wrapping of filter fabric around all pipe joints per FDOT index no 280 and cost ofcoring existing structures for pipe connection is considered incidental to the cost ofthe pipe _ ____

-middot __ _ __ __ __ --middot-middot middot

11 The cost of all anchoring hardware per FDOT index 852 is microicidentaJ to the item Pipe Guiderail (Steel) (FDOT Index 852) -shy

lnie cost of det~~Jewarning surfa~ ~ FDOT index 304 and base compaction is considen)(i incidental to sidewalkpatb~ay ~~ction --shy -~ -shy middotshy -

12 ~------- - -r-middotmiddotmiddot -middot~-~ -shy ___ _4_ -shy

13 The cost offilter fabric is incidental to the item Bedding Stone _ ~--- ~-- _--~- -shy - -middot _

14 Sodding-shall be in aceordancewith section 575 of the general provisions ofthis specification Includes costs for fertilizer and water unti1 final acceptance ~~ ---=---middot~ ~lt--- __ -shy

_ __1s__112 thick no 57 stone foundation and filler fabric is incidental to the bid item Class N Concrete (Cast in Place Headwall) -

__ __ -middot - - middotmiddotshy ---~

16 Contingency items may be increased decreased or deleted as directed by the engineer ----shy _______ ----------shy

--~-----

17 1Changeab1e (Variable)_ Message Sign (Non-MOT) and Traffic Control Officers (Non-MOT) in accordance with General Provisions (Section l 02)

- -middot _ ___ _ ~ -~-

~

Indicates Math Error

Page 7 of7

EXHIBIT B Village of Palm Springs (VPS)

PROJECT NAME Kudza Rd over L WDD L-8 Canal

PROJECTNUMBER 2017513

CONTRACTOR FG Construction LLC

ITEM QUANTITY UNITS UNIT PRICE AMOUNT

13 14

Adjust Valve Boxes Adjust Manhole

Roadway Items for VPS

lEA IEA

$26117 $71755

VPS Utility Subtotal

ITEM QUANTITY I UNITS UNIT PRICE

Roadway Contingency Item for VPS

34 Premium for Conflict Condition (See SPs) lEA $1469000

VPS Contingency Subtotal

ITEM QUANTITY I UNITS UNIT PRICE

$26117 $71755

$97872

AMOUNT

$1469000

$1469000

AMOUNT

VPS Utility Items

38 Remove and Dispose Existing 8 AC Water Main 40LF

39 Remove Existing 12 Force Main

40 Grout Existing 8 AC Water Main with Flowable Fill

41 811 Ductile Iron Pipe For Water Main Installation

42 12 DIP Pipe For Force Main Insta~lation

Continue in page 2

1

144LF

278LF

2551F

143LF

$28250

$2825

$967

$7889

$18669

$1130000

$406800

$268826

$2011695

$2669667

f

Village ofPalm Springs Exhibit B for Kudza Rd over LWDD L-8 Canal Project 2017513

ITEM QUANTITY I UNITS UNIT PRICE AMOUNT

VPS Utility Items

43 FampI 811 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM 6EA

44 FampI 12 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM SEA

45 FampI 12 Ductile Iron 90 Degree Fittings w Reaction Blocking or Thrust Restraint for WM 1 EA

46 Furnish Install and Remove Sample Points Complete 2EA

47 2 Air Release Valve with Manhole for Water Main and Force Main 2EA

48 8 Gate Valve for Water Main 1 EA

49 8 Gate Valve for Water Main with Manhole and 1 service taps lEA

50 12 Gate Valve for Force Main lEA

51 Connect to Existing 8 Water Main 2EA

52 Connect to Existing 12 Force Main 2EA

53 Testing and Survey 1 LS

54 As-builts 1 LS

$104517 $627102

$334288 $1671440

$359087

$79001

$359087

$158002

$968565

$288722

$1937130

$288722

$353114

$536275

$97934

$173748

$904000

$395500

$353114

$536275

$195868

$347496

$904000

$395500

VPS Utility Items Subtotal

Village of Palm Springs Grand Total

Village of Palm Springs Grand Total Plus lOoo Contingency

$14260724

$15827596

~17410356

FROADWAYUTILITY COORDINATION2017513_Kudzaover IA CanalVPS Exhibit Bdoc

2

2020------- shy Page 1 of 1

BOARD OF COUNTY COMMISSIONERS PALM BEACH COUNTY

BUDGET Amendment

FUND Transportation Improvement Fund BGRV 031620-430 BGEX 031620-1131

ACCOUNT NUMBER ACCOUNT NAME ORIGINAL BUDGET

CURRENT BUDGET INCREASE DECREASE

ADJUSTED BUDGET

EXPENDED ENCUMBERED

ASOF 31620

REMAINING BALANCE

REVENUES Kudza Road over LWDD L-8 Canal 3500-361-1520-6948 Utility Relocation Reimbursements 0 0 174104 0 174 104

TOTAL RECEIPTS amp BALANCES

EXPENDITURES Kudza Road over LWDD L-8 Canal 3500-361-1520-8101 Contributions Other Governmental Agencies

TOTAL APPROPRIATIONS amp EXPENDITURES

202361433

0

202361433

195369625

0

195369625

174 104

174 104

174 104

0

0

0

195543729

174 104

195543729

0 174 104

SIGNATURE DATE By Board of County Commissioners At Meeting of ________

Engineering amp Public Works ~hliamptk 1-1)-) IJ__i)

Administration I Budget Approval

OFMB Department - Posted Deputy Clerk to the Board of County Commissioners

Page 12: PROJECT NO. 2017513 · Affirmative Procurement Initiative (API) for Construction: 20% minimum mandatory SBE participation, established for the above-mentioned project, which opened

BID TABULATIONS FERREIRA KUDZA ROAD OVER LWDD L-8 CANAL CONSTRUCTION

CONTRACT SOUTHERN DIVISION

lBCbullPROJEpoundT2017513 CO INC Imiddotmiddot- 2lt- - ~~-bullmiddotmiddot- middotmiddot shy -middot -- -

~ bull c- gt -middotmiddot ltgt-bullmiddotmiddotmiddot-- _ iebullbull -lt - bull - -shy bull~middot middot middot c bullmiddotmiddotmiddot- bull - middotmiddot shy __

ITEM ITEM DESCRIPTION QTY UNITS Unit Price Amount

48 8 Gate Valve for Water Main 1 EA $ 219595 $ 219595

49 8 Gate Valve for Water Main with Manhole and 1 service taps 1 EA $ 367660 $ 367660

50 12 Gate Valve for Force Main 1 EA $ 315880 $ 315880

51 Connect to Existing 8 Water Main 2 EA $ 246835 $ 493670

52 Connect to Existing 12 Force Main 2 EA $ 1196595 $ 2393190

53 Testing and Survey 1 LS $ 2781245 $ 2781245

54 As-builts 1 LS $ 1309435 $ 1309435

SUBTOTAL (UTILITY) $ 17841885

TOTAL BID $ 94255760middot

$

$

$

$

$

$

$

$

$

FOSTERMARINE CONTRACTORS INC

bullgtcmiddotmiddot -gt bull~middot bull middot- middot

bull--middot-middot shy bull middot-middot ~-middot _ middot~ - - middot-_ middot

Unit Price Amount

180000 $ 180000

550000 $ 550000

300000 $ 300000

50000 $ 100000

70000 $ 140000

550000 $ 550000

450000 $ 450000

8602900

95673890

b

r sshy~

(~ ~

r-Page 6of7 NROADWAYPR020172017513 - Kudza Road over LWDD L-8 Canal4 - Bid Opening and Anafysis2017513 Bid TaEshy

THE COUNTY DOES NOT GUARANTEE THE ACCURACY OF THE FORMULAS AND EXTENSIONS USED IN TIDS 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

All items shall include cost to furnish and install unless otherwise noted

Permitting agency pre-construction meetings and notices of commencement compliance with stormwater pollution prevention plan and stormwater pollution control plan installation of erosionturbidity

2

1

controls including silt fences inlet protection inspections and reporting preparation and submittal of construction completion certifications and required record drawings by a professional engineer andor land surveyor utility notifications are considered incidental to mobilization

3 All costs for Maintenance ofTraffic (MOT) and mobilization shall be considered incidental to and shall be included in unit prices for the pay items

Sawcut of existing asphalt andor concrete designated for removal per plans removal and relocation ofprivately owned systems including irrigation mailboxes fencing etc removal and disposal in suitable 4

areas of excess and unsuitable material that may be encountered during excavation removal and disposal of existing structures per plans is considered incidental to the bid item clearing and grubbing

Berm construction swale construction grading re-grading of roadways driveways canal sections and all other rough and finish grading shall be considered incidental to the bid items Excavation andor 5

Embankment

Demolition of existing road bridge to include all components-concrete deck and traffic railings bent caps wing walls sheet panels concrete piles concrete approach slabs and any deadmen anchors Proper 6

disposal of all bridge debris is considered incidental to bridge demolition

7 12 compacted subgrade is considered incidental to the cost ofbaserock construction

8 Prime and tack coats are considered incidental to asphalt construction

Excavation and backfill for structures including cost of any select bedding material that may be necessary for a satisfactory installation as directed by Palm Beach County is considered incidental to the cost of 9

the structures

10 Wrapping of filter fabric around all pipe joints per FDOT index no 280 and cost of coring existing structures for pipe connection is considered incidental to the cost of the pipe

The cost of all anchoring hardware per FDOT index 852 is incidental to the item Pipe Guiderail (Steel) (FDOT Index 852)

12

11

The cost ofdetectable warning surfaces per FDOT index 304 and base compaction is considered incidental to sidewalkpathway construction

The cost of filter fabric is incidental to the item Bedding Stone

14

13

Sodding-shall be in accordance with section 575 of the general provisions of this specification Includes costs for fertilizer and water until final acceptance

15 12 thick no 57 stone foundation and filter fabric is incidental to the bid item Class IV Concrete (Cast in Place Headwall)

16 Contingency items may be increased decreased or deleted as directed by the engineer

17 Changeable (Variable) Message Sign (Non-MOT) and Traffic Control Officers (Non-MOT) in accordance with General Provisions (Section 102)

-middot Indicates Math Error

Page7 of7

INTERLOCAL AGREEMENT BETWEEN PALM BEACH COUNTY FLORIDA AND

VILLAGE OF PALM SPRINGS FOR JOINT PARTICIPATION AND PROJECT FUNDING FOR CONSTRUCTION OF UTILITY ADJUSTMENTS FOR

KUDZA ROAD BRIDGE OVER LWDD L-8 CANAL BRIDGE REPLACEMENT

PALM BEACH COUNTY PROJECT NO 2017513

THIS Interlocal Agreement (AGREEMENT) for Kudza Road Bridge replacement over the LWDD L-8 Canal (PROJECT) is made as of the __ day of 20201 by and between Palm Beach County1 a political subdivision of the State of Florida1 by and through its Board of County Commissioners (COUNTY) and the Village of Palm Springs1 a municipal corporation existing under the laws of Florjda (hereinafter VILLAGE) each one constituting a public agency defined in Part I of Chapter 163 Florida Statutes (individually Party and collectively Parties)

WHEREAS Section 16301 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 VILLAGE has requested the COUNTY to construct water main1 force main and associated appurtenance adjustments to the VILLAGES system (UTILITY WORK) within the limits of the PROJECT and

WHEREAS1 the COUNTY and the VILLAGE desire to jointly participate in the UTILilY WORK and

WHEREAS both COUNTY and VILLAGE declare that it is in the public interest that the UTILTIY 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

VILLAGE OF PALM SPRINGS 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 2017513 Said Bid Documents include the UTILITY WORK as shown in VILLAGE prepared Utility Matrix Applicable Technical Specifications Standard Construction Details and Approved Product List

B COUNTY shall obtain written approval from the VILLAGE in advance of any change orders including any costs associated with the VILLAGES failure to approve change orders in a timely manner which increase the cost attributable to the UTILITY WORK to an middotamount greater than the contract amount as stated in Section 3A below VILLAGES 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 contractors bid for the PROJECT and the UTILllY WORK

Section 3 VILLAGES Responsibilities

A VILLAGE shall reimburse COUNTY a total estimated cost including 10 contingency of One Hundred Seventy Four Thousand One Hundred Three Dollars and Fifty Six Cents $17410356) provided COUN1Y 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 VILLAGES Utility Items shall be paid by the VILLAGE

8 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 VILLAGE

C Upon completion of the PROJECT and the UTILilY WORK the VILLAGE shall repair and maintain the UTILITY WORK at VILLAGES expense

Section 4 PaymentsInvoicing and Reimbursement

The COUNTY will invoice the VILLAGE on a periodic basis during construction of the PROJECT and the UTILin WORK The VILLAGE agrees to provide to COUNTY payment for documented costs for the UTILITY WORK in the amount established in Section 3A COUNTY shall submit all invoices to the VILLAGE identifying the UTILITY WORK including COUNTYS total expenditure for the PROJECT and identifying the amount attributablemiddot 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 VILLAGE within seven (7) calendar days of request by the VILLAGE Invoices received from COUNlY will be reviewed and approved by the VILLAGE to ensure that expenditures have been made in conformity with this

2

VILLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

AGREEMENT Upon COUNTYS submission of acceptable documents needed to substantiate its costs for the UTILITY WORK VILLAGE will provide said payment to COUNTYmiddot on a reimbursement basis within thirty (30) days of receipt of all required documents In no event shall the VILLAGE 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 VILLAGE 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 VILLAGE will reimburse the COUNTY for the UTILI1Y WORK completed as of the date the COUNTY suspends the UTILITY WORK Any remaining unpaid portion of this AGREEMENT shall be retained by the VILLAGE and the VILLAGE shall have no further obligation to honor reimbursement requests submitted by the COUNTY

Section 5 Access and Audits

COUNTY and VILLAGE 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 VILLAGE 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 COUNTYS sole direction supervision and control All VILLAGE employees engaged in the work or services performed pursuant to this AGREEMENT shall at all times and in all places be subject to VILLAGES sole direction supervision and control (he 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 othermiddot Party shall be that of an Independent Contractor and not as employees or agents of the other

Neither COUNTY nor the VILLAGE 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 VILLAGE

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

VILLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

or permitted under state and local law to perform such services

All of COUNlYS 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 VILLAGE and COUNTY recognize their liability for certain tortious acts of its agents officers employees and invitees to the extent and Hmits provided in Section 768281 Florida Statutes To the extent permitted by law the VILLAGE and COUNlY shall indemnify defend and hold the other harmless against any actions claims and damages arising out of the 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 76828 Florida Statutes1 nor shall the same be construed to constitute an agreement by the VILLAGE 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 andor VILLAGE

Section 9 Annual Appropriation

All provisions of this AGREEMENT calling for the expenditure of ad valorem tax money by either the COUNTY or the VILLAGE are subject to annual budgetary funding and should either Party involuntarily fail to fund any of their respective obfigations 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 attorneys fees) associated with the enforcement of the terms andmiddot conditions of this AGREEMENT shall be borne by the respective Parties

4

VILLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

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

All notice to the VILLAGE shall be sent to

Ronald Eyma PE Public Service Director Village of Palm Springs 226 Cypress Lane Palm Springs FL 33461

All notice to the COUNTY shall be sent to

Omelia A Fernandez P E Director Palm Beach County Engineering amp Public Works Roadway Production Division P0 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 Partys right to assert or rely upon any such provisions or rights in that or

any other instance

5

VILLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

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 Section 17 Non~Discrimination

COUNTY and VILLAGE 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 st~tus 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

COUNlY and VILLAGE shall abide by all applicable federal state and local Jaws orders rules and regulations when performing under this AGREEMENT COUNTY and VILLAGE 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 Generals 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

6

VllLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

contract

Section 23 Public Entity Crime Certification

As provided in FS 287132-133 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 FS 287133 (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 VILLAGE 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

VILLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

IN WITNESS WHEREOF the undersigned Parties have executed this AGREEMENT on the day and year first written above

VILLAGE OF PALM SPRINGS

BY~~~~--~---shyBev Smith Mayor

AllEST

Kimberly M Wynn AUTHORITY CLERK

PALM BEACH COUNlY FLORIDA

BY __~----------~~~-shyTanya N McConnell PE Deputy County Engineer

APPROVED AS TO TERMS AND CONDITTONS

BY __~--~~--~--shy(DATE)

APPROVED AS TO FORM APPROVED AS TO FORM AND LEGAL SUFFIOENCY AND LEGAL SUFFIOENa

BY _________ BY~YB~H---~--~~~~~~~shyVIiiage Attorney Assistant County Attorney

FROADWAYUTILI1Y COORDINATION2017513_Kudza over L-8 CanalVPS Construction Agreementdoc

8

ITEM I ITEM DESCRIPTION QTY middot1 UNITS UNIT PRICE UNIT PRICE UnitPrice I Amount Amount

2 I 30000 $ 30000-g= ___ 4_~-_0 _____1_4_00-so-_

SS21 $ S695 $ --8485ss $ 6000 S 894000

6913 $ 6000 I $ 714000 $ 7000 $ 833000

336 $ 791 I$ 473809 $~-~--8-00~+~$ 479200 middot-~----~~-middot-

510705 $ 390442 $ ll71326 $ 3500001~-- 1050000

~~ 200000 ~ 3333 $ 4378 $ 48158 $ S000 $ 55000

~~ s ~oo s ~~~ s 1~00 $

130000 $ 105149 $ lSS30507 $ 200000 $

1510000

29540000

ROADWAY ITEMS

Mobilization

MaintenanceofTraffic(inclPooestrianMOT)

3 Removal ofExisting Structure

2

- dge -middot- ---middot middotshy ~~=mer

=8 1Embankment(C~~P~-~- shy_ --=-=--~_jmucrde~~Cgt

____J_l__ =jh~7deg=~middot~)(FC-95)Rubber 13 AdjustValveBoxes

~1 outtflt (Type F)

16 Cone SidewaJk~(~_-~-middot -~middot ~_ ___

17 Cone Sidewalk (6 Thick)(Driveways)

18 Sodding middot--~----middot~--~middot---middot- ~--middot--middot--~

j LS $ 6820109 $ 5000000 $ 4746000 $

I LS $ 2548795 $ 4ooooo $ 15076461___

I 1 I LS $ 7436225 $ 8000000 $ 6215000 $

middotmiddot--middot-- ------ middotI middot+-+ ~- ~~ 2~~ middot--middot-middot-middot--1--~middotmiddot -middot--middot~-~ 2~2 M

I 115 I CY $ 1950 $ 1289 $ 1865 $

-~--====J__ _-=f --=~- ~ l~ 2 __ 7i-- middotmiddot-~+---~~~---~~-middot-middotmiddot14~ 2 ---4

EA $ 31021 $

5 295 shy

149 SY $ 5844 $

119 SY $ 6496 $

599 SY $ 845 $

19 InletDitchBottom)(TypeC)lt10 --middot~-----------middot--middotmiddot ___ 3 EA $ 397556 $

______-+--~-et-~-urb-middot-~-(P--5-)_lt_10_- --- --------middot- ~=~-------- I =~-i~--__A_-_--_________~ ___

22 A2000PVCPipe(Iin) 11 LF $ 5411 $

___~____eo_n_~--~-middot_e_c_~_~_c_1s_i_________--_-_~------~--~-~-s 16 $

24 ClassNConcrete(CulvaiampHeadwalls) 1477 CY $ 164487 $

39425 $ 26117 $-

4746000 $ 4500000 $ 4500000

1_s_0__ __ 3_5 _ooo_oo_16_4_6-1_s 3_s_oo_o_oo___$____ 6215000 $ 6200000 $ 6200000

--2-~-~---=-middot--~---~=---0----0-+middot---~---~--0-- -----------12_~__-o--t------~----o--0

214415 $ 2000 $ 230000

-~- middotmiddotmiddot middotmiddot -=~~

~r-=~- --1-~~----lr_

1~ 26117 $-

--~-~-1--~---~-~--~~~middot~-~~~-~-~~~~---~~+-~~---lt-~~ --~--~-+--~-----1~-~~--1middot~~~-~~-+-~~~~-~~

25 Reinforcing Steel (Culvert amp Headwalls) 33768 LB $ 163 $ 200 $ 181 $ 6Cl2008 $ 200 $ 6753600

Page 1 of7 NROAOWAYPll020172017513 bull KudzD Road Oliff LWDD L-8 Conal4 middotBid Optnlng and Analysls201753 Bid Tabs

26

ITEM ITEM DESCRIPl10N QTY UNITS UNIT PRICE UNIT PRICE Unit Price J Amount Unit Price Amount

PedestrianBicycleRailing ll 96 LF $ 12038 $ 10000 $ 25448 $ 2443008 $ 12500 $ 1200000 -----middot------+--------- --middotmiddotmiddotmiddotmiddot-middotmiddot------ --------- middot~---r----~middot----tmiddot-

27 Rip Rap (Rubble) FampI Ditch Lining 363 TN

28 Bedding Stone (Sect 530) ----------~------- 242 i TN

3

209 Clean Sand Fill --middot------ -shy - - ----- shy --il~l2105 -~LF~-Storm Sewer Pumping (Exist) (24 or IessXSee SPs) 120

CONTINGENCY ITEMS

___3_1_ _JClass I Concrete (Misc)

32 _ _jChangeable(VariableMessage) Sign (Non-MOT)

33 )Traffic Control Officer (Non-Mon

SUBTOTAL (ROADWAY)

34 Premium for Conflict Condition (See SPs) --middotmiddot ~---------- shy ------ shy

35

36

37

lFlowable Fill i

Subsoil Excavation ___ j middotlt~----middot

IStonn Sewer Cleaning (Exist) (24II or less xsee SPs)

UTILITY ITEMS

38 Remove and Dispose Existing 8 AC Water Main

39 Remove Existing 12 Force Main lt----~-- --middot--+------------shy

SUBTOTAL(ROADWAY)

40 LF

144 LF

$ 11412 $ 7500 $ 6328 $ 2297064 $ 10000 $ 3630000

$ 8860 $ 7500 $ 7526 $ ] 821292 $ 9000 $ 2178000

$$ 32790637 3155- middot-middot- 437310 I $ 2500 $ 531500-$$_____ bulloooo-middot-$$middotmiddotmiddotmiddot---1-02703354 $$ 1288200

$ 58774019

$ 81370 $ 36244 $ 16611 $ 83055

$ 5680 $ 2351 $ 9040 $ 90400

$ 9303 $ 4894 $ 7910 $ 126560

$ 673000 $ 795487 $ 1469000 $ 1469000 ~-~--------- ~-------i--

$ 22882 $ 18645 $ 186450

$ 600 $ 72000

$ 78111400

$ 31soo I$ 187500i

$ 5000 r $ 50000

$ sooo Is 80000 ----+----middotmiddot-----shy

$ 250000 $ 250000

$ 20000 $ 200000

$

$

~ __4_2-9--l----middot-~ --- _3~f-middot---3-middot~--o~-=-6$ 2464185 $ 1189500

$ 12631 $ 2500 $ 28250 I$ 1130000 $ 2000 $

$ 2273 $ 2500 $ 2825 middot1 $ 406800 $ 2000 $ 288000

40 Grout Existing 811 AC Water Main with Flowable Fill 278 LF $ 1304 $ 1000 $ 967 $ 268826 $ 2000 $ 556000 ------~ -middot-------+---- ~ __ -------+---shy

41 8 DuctileironPipeForWaterMaininstallation -----1---2_ss__ j LF $ 7966 _s_____s_o_00___$~ __7_8_89--t-_s___2_o_11695 _s___~500 i-$___2_1_6_1_so_o_

42 1211 DIPPipeForForceMainlnstallation 143 J LF $ 16342 $ 14000 $ 18669 $ 2669667 $ 15000 $ 21450001-------- ~--~-----middot--- middot--r----~---~-- __ t

___4~ -middot __ FampI 8 Ductile kon 45 Degree Fittings wl Reaction Blocking or Thrust Restraint for WM 6 ~ EA $ 56374 $ 80000 S 104517 $ 627102 $ 62500 _$_____3_7_s_o_oo-f

44 FampI12degDuctilelron45DegreeFittingswReactionBJockingorThrustRcstraintforWM 5 j EA $ 153197 $ 100000 $ 334288 $ 1671440 $ 110000 $ 550000 -middot -------f---middotmiddot--------------------------middot-- --shy~middot-middotmiddotmiddot----4_5 ---1F_amp_I_1_2__Du_c_til_middote_h__ __ee_F_ittin__gs_w_l_R_ea_cti_middoto_n_B_Ioc_km_middotg_or_Thrust_R_es_trai_n_t_fo_r_WM -+-____ ~ EEAA $ 165321 $ 100000 $ 3590871 $ 359087 $ 120000 _s_____o_n_9_o_D_egr __ __ l_2_oo_00_

4

46 Furnish Install and Remove Sample Points Complete 2 $ 80625 $ 65000 $ 79001 $ 158002 $ 80000 $ 1600001 1

middot~------~--------~

47 2 Air Release Valve with Manhole for Water Main and Force Main 2 I EA $ 999848 $ 750000 $ 968565 I$ 1937130 $ 1000000 $ 2000000

Pagel of7 NROADWAYPR020172017513 middotKudla Road over LWDD L-8 Canal4- Sid ~nlng and AnalyslsZOJ75JJ Bid Tabs

80000

ITEM ITEM DESCRIPTION J QTY j UNITS UNIT PRICE UNIT PRICE Unit Price Amount Unit Price Amount

i8 11 Gate Valve for Watfl Main r j EA $ 217079 $ 250000 $ 288722 $ 288722 $ 180000 $ 18000048 --------- middotmiddot-shy ------------ ------middot-~----------- -~middot~-W--------1------- ------+-------4--~------J-------1---------1

49 ----+-J__ +811 Gate Valve for Water Main with Manhole and 111 service taps 1_ EEAA $ 442694 $ 800000 $ 353lJ4 $ 353114 $ 500000 $ 500000

50 12 Gate Valve for Force Main j 1 s 375539 $ 350000 s 536275 s 536275 $ 350000 Is_______3_s_o_o_oo_

51 Connect to Existing 811 Water Main -__-middot_middot--------========------1--2middot i EA $ 228692 $ 250000 $ 97934 $ 195868 $ 520000 J-s- 1040000

52 Connect to Existing 12 Force Main 2 I EA $ 622586 $ 250000 $ l73748 $ 347496 $ 1050000 $ 2100000

LS $ 1133811 $ l 000000 $ 904000 -$-----9-04-0-00--$ 300000 $ 300000~-- --53-- middot(Testingandsurvey -----==---------- I -I ( --L-S----t-$---6--ll-2-34-t-$----1-0-00-0-0--10 $ 395500 $ 39550-0-t--$--2-900-00-+--$ 29000054 lAs-builts

SUBTOTAL (UTILITY) $ 1426deg24 $ 13201500

Page3 of7 NROADWAYPR020172011513 - Kudm Road avu LWDD L-8 Conal4 - Bid O~nlng and AnaiyW2017513 Bid Tabs

ITEM 1 ITEM DESCRIPTION I QTY IUNITS Unit Price I Amount Unit Price j Amount

ROADWAY ITEMS

1 7800000

~ ofT_raffi_c_(m--cl-P_ed_es_tri_an_M___ -----~--- -_---~-j--+plusmn- middot-L~S-- -$- =42s~ 1$o_T_)____~-- -middot--- - ___ -middot~middotmiddot 2 30000001 99 00Removal ofExisting Structure 12329900 J 50000003 --middot ---- -----+----------- shy

4 Remova1 Pedestrian Bridge LS $ 17 878 50 $ 1200000 -- --5---- C-l~g and Grubbing - -- --- --middot---------middot I I j- LS $ 572770 $middot- shy

572770 $ 3000000 $ 3000000 ~---------_-- ------- --- middot~---~ _ -middot- -----~--middotr--------1

6 Floating Turbidity Barrier I LS $ 48870 $ 48870 $ 300000 $ 300000 -~---------~~

__7 ____ ReguJarExcavation 96 I CY $ 1180 $ 113280 $ 2300 ___________ 220800 1

_______s_middot__ -IEmbankment (Compacted in Place) _ ll 5 CY $ 3135 $ 360525 $ 800 I$ 92000

9 Optional Base Group 7 __________ __ ~=~1 975 __ ___14_6_sJ~--~---~----~~~~~~ _____ s2_6_s_ooo-_-- t sv_~_s s s_4_o_o+-I_$____ __

- -- ~aveAsphalt concrete (Traffic Level q ___fr__ _ _ _ __ 2 940 j ~ 24~~ __~middot 26~00-jj $$_ ~--~1--~TN~- $$ 7 _7 20 ~$$____ 2332000

e-- 0-- jAsph~c~ Friction Course (l0) (FC-95) Rub~ 67 1 333 00 P 22rJ 1 ___00 30820001 00 460- -1 1

l Mi11ExistingAsphaltPavement(l) 411 SY $ 2775 $ II40525 $ 5000 __$___20_5_5_0-00shy

13 Adjust Valve Boxes EA $ 39965 I$ 39965 $ 28000 $ 28000

middot---1-4middotmiddot~ AdjustManhole --- -------~--middot EA $ 39635 $ 39635 $ 65000 $ middot--middot-6-50-00shymiddot~----middot-middot- I middot-~---------------

783225 $ 3500 $15 ~ConcreteCwbampGutter(Type F) middotmiddot~Z95i LF $ 4=-middot 16 1Conc Sidewalk(4 Thick) SY $ 46 80 $ 697320 $ 7000 $ 1043000

___ 17 _ _J~nc Sidewalk (6 Thick) (Driveways) -~-- - -- -- - ~~- f SY $ 5285 $ 628915 $ 7700 $ 916300 --- middot-middot-~--middot---~Sodding bull middot 1-middot 59middot - middotsy $ 1040 $ 622960 $ 750 $ 449250

- 19 Inl~~orum--middot~--Bo-tto_m_)(_T_yp_e_C_)-lt-10---- -middot ---~----middotmiddot--middot--------~ - ---3--- T-EA -~-$--3-99-7-8-0-+--------~-$ ]199340 $ 450000 $ 1350000

1-20----1-In-let-(Curbmiddot--)-(P--5-)-lt-10_1____________________________r _ -- 1~ -i-middot $~- 21911s 650000 s 6soooo

$ 279775 $

1 $ 1~2840 $1~p-~-c_________________________[_ ~-~~-_ _~_00_00__]~-~~-- -s_~~-~=~=~=~======~=~-~-~~2-_s-00_~_0~$---~~-2-~-s_oo_1 2 1 2 $ 68915 $ 023 ConcretePipe_Cul_vert_(_1_8_)__________ -~---middotmiddot---------+1

___1_s1__ LF $ 4975 $ 751225 $ 6300 j 951300

24 ClasslVConcrete(CulvertampHeadwalls) 1477 CY $ 162800 $ 24045560 $ J90000 $ 28063000 -~-~~-t--------t-----~-r--------1

25 Reinforcing Steel (Culvat amp Headwalls) 33768 LB $ $ 2363760 $070 200 $ 6753600

Page 4 of7 NROADWAYPR02D72DJ75J3- Kudza Road over LWOO L-8 Conaij4 - Bfrl Op ming and Anaysb20J 7513 Bid Tabs

ITEM ITEM DESCRIPTION I QTY UNITS Unit Price j Amount Unit Price r Amount

26 jPedestrianBicycle Railing 96 LF $ 9890 I$ 949440 $ 315 $ 30240

~- Bid~~)DltchLining ~ I~ =~~ ~ -shy middot29-~ Clean Sand Fill 215 CY $ 4335 $ 932025 $ 3000 $ middot 645000

---~3o 1

Stomi SewerPumpingExist)(24orlessXSeeSPs) -1middot--120 LF $ 4751 S 57000 $ 3000 $middot--middot- ~---middot middotshy 360000

SUBTOTAL(RO~WAY) $ 75115375 $ 84590990

CONTINGENCY~

31 ICJass I Concrete(Misc) ____ middot-----~ j 5 CY $ 648 95 I $ 324475 $ 190000 $ 950000 - ----------middot middot-middot1____1- ~-----1

__ 32 1 Chang~Je(VariableMessage) Sign (N~~--M_O_T)____ ___1_o______E_D____s___ 2530i$ 25300 S 3000 $ 30000

_ ~_ ITrafficCon~lOffietT(Non-MOT) -middot-----------shy 16 j HR $ 9295 $ 148720 $ _1_5_0_00--1-$---~2_4_~-~ r---34 Premium for Conflict Condition (See SPs) ________1

1middotf-----_-_--_J EA $ 355855 k 355855 $ 300000 S 300000

35 FlowableFill ____________

1

_1

00

0_ ~1middot--c~~YY -- _$s__2_s_s_1s---+i $ 25815~ $ 30000 $ 300000

middot---3-6 subsoil ExcavationI 1

4

2bull

7

9

5

0 f$$middot- ~I2

5

_

7

9_

0

o_bullbull

0

oo_

0

_$$___3_0_o_o-+1_$____3_ooo__oo~ 37 Stmm Sewer Cleaning (Exist) (24 or J~sXSee SPs) -------~middot- 120 I LF __ $ l 3000 I$ 360000

SUBTOTAL (ROADWAY)

UTILITY ITEMS

38 jRemove and Dispose Existing 811 AC- Water Main I I

39 ~ -shy --shy rRemove Existing 12 Force Main

40 Grout Existing 8 AC Water Main wi~~owable FilJ

41 middot]8 Ductile Iron Pipe For Wala Main Installation I 42 12 DIP Pipeor Force Main Installation l

-~---middot-middot--middot

43 FampI 8 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM -i44 FampI 12 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM -middot--shy

-~ 45 middotFampI 12 Ductile Iron 90 Degree Fittings w Reaction Blocking or Thrust Restraint for WM

-46 Furnish Install and Remove Sample Points Comp1ete

-shy47 2 Air Release Valve with Manhole for Water Main and Force Main I

$ 1298500 $ 2480000

40 I LF $ 14275 $

144 LF $ ~-+----6-1-middot-o-o ~- I+shy -w q 278 LF $ 1050 $ 291900 $ 1200 $ 333600I 25651 $

~-r-----~~~~--r-~~---~~

255 LF $ 10075 $

143 LF $ 20200 $

6 EA $ 28480-1 $-~

5 EA $ 90500 I$

I EA $ 91195 I$

94500 l$2 I EA $

2 EA $ 11sos2s 1 $

2~69125 $

2888600 $

170880 $

452500 $

97195 $

2361650 $

5400 $ 1377000

11500 $ 1644500

30000 $ 180000

78000 $ 390000

85000 $ 85000

69000 $ 138000

850000 $ 1700000

Page5 of7 NROADWAYPR020172017513 bull Kudza flood ov~r LWOD L-8 Conal4 middotBid 0plning arid Anaysii20175 Bid Tabt

ITEM ITEM DESCRIPTION QTY j lJNITS UnJtPrfce Amount Unit Price Amount

48 8 GateVaJveforWaterMain _1~-- _$_ 219~_-9_5____$____2bull 19595 $ 180000 _$____1_soo_00_ __4_9_ middot-18Ga~ Valve for Water Main with Manhole ~dPservice taps 1 -~ $ 367660 $ 367660 $ 550000 $ 550000

50 11211 Gate Valve for Force Main 1 II EA -- $ 315880 $ 315880 $ 300000 $ 300000

s1 jeonnect to Ex-isting 8 water M~- ---- -----2----1 --M $ 2 468 35 $ 493610 $ soo oo $ 1000001

_ 52~- - ]Connect to Existing 1 Forc_e_M--am------_______ ---middot-middotmiddotmiddot ____ - - H-middot-- EA $ 11965~95 $ 23931 ~90-bull __$___70-0-00---+--$-~-middot~--1_4_00_o_o_f 53 Testing and Survey 1( 1 LS $ 2781245 $ 2781245 $ 550000 $ 550000

--- 54 jAs-builts -middot ------ --------- ____ I l _L_S_ -$--1-3-09-4-3-5-+-$-- ~middot-13-09-4-35--+-$---4-5-00-00-~middot-$----4-S-OO--oo-

SUBTOTAL (UTILITY) S 1784188~ S 8602900

956~73890

Page 6 of7 NROADWAYPR0201720175U bull Kudza Aoad awr LWDD L-8 canaf4-Bfd Optnfng and Ana~lt2017513 Bid Tab$ bull

THE COUNTY DOES NOT GUARANTEE THE ACCURACY OF THE FORMULAS AND EXTENSIONS USED IN THIS SPREADSHEET ------~middot - -shy ______

r--bullbull middot-middot~ -shyTHE ITEMS AND QUANTITJES ABOVE SHALL GOVERN OVER THE PLANS

-shy _ _ ~--middot~middot - - _ ~-

PAY ITEM FOOTNOTES IN CONSTRUCTION PLANS SHALL ALSO BE INCLUDED IN ITEM UNIT PRICE

Note jPAY ITEM FOOTNOTES

1 All items sha11 include cost to furnish and install un]ess otherwise noted -middot ~ - bull -Tshy ~ _~-- - _--

middot Pennitting agency pre-construction meetings and notices of commencement compliance with stormwater pollution prevention plan and stormwata pollution control plan installation of erosionturbidity 2 controls including silt fences inlet protection inspections and reporting preparation and submittal of construction completion certifications and required record drawings by a professional engjneer andor ]and

bull Isurveyor utility notifications are considaed incidental to mobilization ~----middot - - -- ___

3 -- -1AII costs for Maintenance ofTraffic (MOT) and mobilization sha11 be consideci incidental to and shall b~ included in unit prices -fo~-tb-~ay items -

- )Sawc~t ofexisting aspha~ an~or concrete design~ted for removal per pJans ~oval and relocation ofprivatel~~~~middot~ systems including ~on mailboxes fencing ~ ~emoval and disposal ~-~~~~--shy

middot~areas ofexcess and unsuitable material that may b~ encountered during excavation removal and disposal ofexisting structures per plans is considered incidental to th~bid item clearing and grubbing ~ ____

5 Benn construction swale construction grading re-grading ofroadways driveways canal sections and all other rough and finish grading shall be considered incidental to the bid items Excavation andor Embankmenf

- -shy IDemolition ofexisting m~ri~ge to include all co~po~concrete deck and -~c railings bent caps w~g i1s sheet panels comrete ~ ooncrete -oacb slabs an~ any deadmen anchors P~er -shy

6 disposal ofall bridge debris is considered incidental to bridge demolition -shy middot- shy j1211 co~~~cted subgrade is co~~idered incidental to th~-~~-t ofbaserock constructio - - middot-- --shy -middot - - - shy ----~ -shy -middotmiddot~- middotshy

7

__ ___ ~~- --shy middotshy

8 Prime and tack coats are considered incidental to asphalt construction -- ---shy -shy --middoto-shy

9 Excavation and backfin for structures including cost of any select bedding material that may be nec~sary for a satisfactory installation as directed by Palm Beach County is considaed incid_ental to the cost of the structures

I ---shy -~-middot r

-middot~ - - ----shy - --middot-------shy ---=shy bull - 4 -middot -shy -middot _ -~middot -middot - -IO Wrapping of filter fabric around all pipe joints per FDOT index no 280 and cost ofcoring existing structures for pipe connection is considered incidental to the cost ofthe pipe _ ____

-middot __ _ __ __ __ --middot-middot middot

11 The cost of all anchoring hardware per FDOT index 852 is microicidentaJ to the item Pipe Guiderail (Steel) (FDOT Index 852) -shy

lnie cost of det~~Jewarning surfa~ ~ FDOT index 304 and base compaction is considen)(i incidental to sidewalkpatb~ay ~~ction --shy -~ -shy middotshy -

12 ~------- - -r-middotmiddotmiddot -middot~-~ -shy ___ _4_ -shy

13 The cost offilter fabric is incidental to the item Bedding Stone _ ~--- ~-- _--~- -shy - -middot _

14 Sodding-shall be in aceordancewith section 575 of the general provisions ofthis specification Includes costs for fertilizer and water unti1 final acceptance ~~ ---=---middot~ ~lt--- __ -shy

_ __1s__112 thick no 57 stone foundation and filler fabric is incidental to the bid item Class N Concrete (Cast in Place Headwall) -

__ __ -middot - - middotmiddotshy ---~

16 Contingency items may be increased decreased or deleted as directed by the engineer ----shy _______ ----------shy

--~-----

17 1Changeab1e (Variable)_ Message Sign (Non-MOT) and Traffic Control Officers (Non-MOT) in accordance with General Provisions (Section l 02)

- -middot _ ___ _ ~ -~-

~

Indicates Math Error

Page 7 of7

EXHIBIT B Village of Palm Springs (VPS)

PROJECT NAME Kudza Rd over L WDD L-8 Canal

PROJECTNUMBER 2017513

CONTRACTOR FG Construction LLC

ITEM QUANTITY UNITS UNIT PRICE AMOUNT

13 14

Adjust Valve Boxes Adjust Manhole

Roadway Items for VPS

lEA IEA

$26117 $71755

VPS Utility Subtotal

ITEM QUANTITY I UNITS UNIT PRICE

Roadway Contingency Item for VPS

34 Premium for Conflict Condition (See SPs) lEA $1469000

VPS Contingency Subtotal

ITEM QUANTITY I UNITS UNIT PRICE

$26117 $71755

$97872

AMOUNT

$1469000

$1469000

AMOUNT

VPS Utility Items

38 Remove and Dispose Existing 8 AC Water Main 40LF

39 Remove Existing 12 Force Main

40 Grout Existing 8 AC Water Main with Flowable Fill

41 811 Ductile Iron Pipe For Water Main Installation

42 12 DIP Pipe For Force Main Insta~lation

Continue in page 2

1

144LF

278LF

2551F

143LF

$28250

$2825

$967

$7889

$18669

$1130000

$406800

$268826

$2011695

$2669667

f

Village ofPalm Springs Exhibit B for Kudza Rd over LWDD L-8 Canal Project 2017513

ITEM QUANTITY I UNITS UNIT PRICE AMOUNT

VPS Utility Items

43 FampI 811 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM 6EA

44 FampI 12 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM SEA

45 FampI 12 Ductile Iron 90 Degree Fittings w Reaction Blocking or Thrust Restraint for WM 1 EA

46 Furnish Install and Remove Sample Points Complete 2EA

47 2 Air Release Valve with Manhole for Water Main and Force Main 2EA

48 8 Gate Valve for Water Main 1 EA

49 8 Gate Valve for Water Main with Manhole and 1 service taps lEA

50 12 Gate Valve for Force Main lEA

51 Connect to Existing 8 Water Main 2EA

52 Connect to Existing 12 Force Main 2EA

53 Testing and Survey 1 LS

54 As-builts 1 LS

$104517 $627102

$334288 $1671440

$359087

$79001

$359087

$158002

$968565

$288722

$1937130

$288722

$353114

$536275

$97934

$173748

$904000

$395500

$353114

$536275

$195868

$347496

$904000

$395500

VPS Utility Items Subtotal

Village of Palm Springs Grand Total

Village of Palm Springs Grand Total Plus lOoo Contingency

$14260724

$15827596

~17410356

FROADWAYUTILITY COORDINATION2017513_Kudzaover IA CanalVPS Exhibit Bdoc

2

2020------- shy Page 1 of 1

BOARD OF COUNTY COMMISSIONERS PALM BEACH COUNTY

BUDGET Amendment

FUND Transportation Improvement Fund BGRV 031620-430 BGEX 031620-1131

ACCOUNT NUMBER ACCOUNT NAME ORIGINAL BUDGET

CURRENT BUDGET INCREASE DECREASE

ADJUSTED BUDGET

EXPENDED ENCUMBERED

ASOF 31620

REMAINING BALANCE

REVENUES Kudza Road over LWDD L-8 Canal 3500-361-1520-6948 Utility Relocation Reimbursements 0 0 174104 0 174 104

TOTAL RECEIPTS amp BALANCES

EXPENDITURES Kudza Road over LWDD L-8 Canal 3500-361-1520-8101 Contributions Other Governmental Agencies

TOTAL APPROPRIATIONS amp EXPENDITURES

202361433

0

202361433

195369625

0

195369625

174 104

174 104

174 104

0

0

0

195543729

174 104

195543729

0 174 104

SIGNATURE DATE By Board of County Commissioners At Meeting of ________

Engineering amp Public Works ~hliamptk 1-1)-) IJ__i)

Administration I Budget Approval

OFMB Department - Posted Deputy Clerk to the Board of County Commissioners

Page 13: PROJECT NO. 2017513 · Affirmative Procurement Initiative (API) for Construction: 20% minimum mandatory SBE participation, established for the above-mentioned project, which opened

THE COUNTY DOES NOT GUARANTEE THE ACCURACY OF THE FORMULAS AND EXTENSIONS USED IN TIDS 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

All items shall include cost to furnish and install unless otherwise noted

Permitting agency pre-construction meetings and notices of commencement compliance with stormwater pollution prevention plan and stormwater pollution control plan installation of erosionturbidity

2

1

controls including silt fences inlet protection inspections and reporting preparation and submittal of construction completion certifications and required record drawings by a professional engineer andor land surveyor utility notifications are considered incidental to mobilization

3 All costs for Maintenance ofTraffic (MOT) and mobilization shall be considered incidental to and shall be included in unit prices for the pay items

Sawcut of existing asphalt andor concrete designated for removal per plans removal and relocation ofprivately owned systems including irrigation mailboxes fencing etc removal and disposal in suitable 4

areas of excess and unsuitable material that may be encountered during excavation removal and disposal of existing structures per plans is considered incidental to the bid item clearing and grubbing

Berm construction swale construction grading re-grading of roadways driveways canal sections and all other rough and finish grading shall be considered incidental to the bid items Excavation andor 5

Embankment

Demolition of existing road bridge to include all components-concrete deck and traffic railings bent caps wing walls sheet panels concrete piles concrete approach slabs and any deadmen anchors Proper 6

disposal of all bridge debris is considered incidental to bridge demolition

7 12 compacted subgrade is considered incidental to the cost ofbaserock construction

8 Prime and tack coats are considered incidental to asphalt construction

Excavation and backfill for structures including cost of any select bedding material that may be necessary for a satisfactory installation as directed by Palm Beach County is considered incidental to the cost of 9

the structures

10 Wrapping of filter fabric around all pipe joints per FDOT index no 280 and cost of coring existing structures for pipe connection is considered incidental to the cost of the pipe

The cost of all anchoring hardware per FDOT index 852 is incidental to the item Pipe Guiderail (Steel) (FDOT Index 852)

12

11

The cost ofdetectable warning surfaces per FDOT index 304 and base compaction is considered incidental to sidewalkpathway construction

The cost of filter fabric is incidental to the item Bedding Stone

14

13

Sodding-shall be in accordance with section 575 of the general provisions of this specification Includes costs for fertilizer and water until final acceptance

15 12 thick no 57 stone foundation and filter fabric is incidental to the bid item Class IV Concrete (Cast in Place Headwall)

16 Contingency items may be increased decreased or deleted as directed by the engineer

17 Changeable (Variable) Message Sign (Non-MOT) and Traffic Control Officers (Non-MOT) in accordance with General Provisions (Section 102)

-middot Indicates Math Error

Page7 of7

INTERLOCAL AGREEMENT BETWEEN PALM BEACH COUNTY FLORIDA AND

VILLAGE OF PALM SPRINGS FOR JOINT PARTICIPATION AND PROJECT FUNDING FOR CONSTRUCTION OF UTILITY ADJUSTMENTS FOR

KUDZA ROAD BRIDGE OVER LWDD L-8 CANAL BRIDGE REPLACEMENT

PALM BEACH COUNTY PROJECT NO 2017513

THIS Interlocal Agreement (AGREEMENT) for Kudza Road Bridge replacement over the LWDD L-8 Canal (PROJECT) is made as of the __ day of 20201 by and between Palm Beach County1 a political subdivision of the State of Florida1 by and through its Board of County Commissioners (COUNTY) and the Village of Palm Springs1 a municipal corporation existing under the laws of Florjda (hereinafter VILLAGE) each one constituting a public agency defined in Part I of Chapter 163 Florida Statutes (individually Party and collectively Parties)

WHEREAS Section 16301 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 VILLAGE has requested the COUNTY to construct water main1 force main and associated appurtenance adjustments to the VILLAGES system (UTILITY WORK) within the limits of the PROJECT and

WHEREAS1 the COUNTY and the VILLAGE desire to jointly participate in the UTILilY WORK and

WHEREAS both COUNTY and VILLAGE declare that it is in the public interest that the UTILTIY 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

VILLAGE OF PALM SPRINGS 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 2017513 Said Bid Documents include the UTILITY WORK as shown in VILLAGE prepared Utility Matrix Applicable Technical Specifications Standard Construction Details and Approved Product List

B COUNTY shall obtain written approval from the VILLAGE in advance of any change orders including any costs associated with the VILLAGES failure to approve change orders in a timely manner which increase the cost attributable to the UTILITY WORK to an middotamount greater than the contract amount as stated in Section 3A below VILLAGES 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 contractors bid for the PROJECT and the UTILllY WORK

Section 3 VILLAGES Responsibilities

A VILLAGE shall reimburse COUNTY a total estimated cost including 10 contingency of One Hundred Seventy Four Thousand One Hundred Three Dollars and Fifty Six Cents $17410356) provided COUN1Y 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 VILLAGES Utility Items shall be paid by the VILLAGE

8 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 VILLAGE

C Upon completion of the PROJECT and the UTILilY WORK the VILLAGE shall repair and maintain the UTILITY WORK at VILLAGES expense

Section 4 PaymentsInvoicing and Reimbursement

The COUNTY will invoice the VILLAGE on a periodic basis during construction of the PROJECT and the UTILin WORK The VILLAGE agrees to provide to COUNTY payment for documented costs for the UTILITY WORK in the amount established in Section 3A COUNTY shall submit all invoices to the VILLAGE identifying the UTILITY WORK including COUNTYS total expenditure for the PROJECT and identifying the amount attributablemiddot 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 VILLAGE within seven (7) calendar days of request by the VILLAGE Invoices received from COUNlY will be reviewed and approved by the VILLAGE to ensure that expenditures have been made in conformity with this

2

VILLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

AGREEMENT Upon COUNTYS submission of acceptable documents needed to substantiate its costs for the UTILITY WORK VILLAGE will provide said payment to COUNTYmiddot on a reimbursement basis within thirty (30) days of receipt of all required documents In no event shall the VILLAGE 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 VILLAGE 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 VILLAGE will reimburse the COUNTY for the UTILI1Y WORK completed as of the date the COUNTY suspends the UTILITY WORK Any remaining unpaid portion of this AGREEMENT shall be retained by the VILLAGE and the VILLAGE shall have no further obligation to honor reimbursement requests submitted by the COUNTY

Section 5 Access and Audits

COUNTY and VILLAGE 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 VILLAGE 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 COUNTYS sole direction supervision and control All VILLAGE employees engaged in the work or services performed pursuant to this AGREEMENT shall at all times and in all places be subject to VILLAGES sole direction supervision and control (he 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 othermiddot Party shall be that of an Independent Contractor and not as employees or agents of the other

Neither COUNTY nor the VILLAGE 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 VILLAGE

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

VILLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

or permitted under state and local law to perform such services

All of COUNlYS 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 VILLAGE and COUNTY recognize their liability for certain tortious acts of its agents officers employees and invitees to the extent and Hmits provided in Section 768281 Florida Statutes To the extent permitted by law the VILLAGE and COUNlY shall indemnify defend and hold the other harmless against any actions claims and damages arising out of the 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 76828 Florida Statutes1 nor shall the same be construed to constitute an agreement by the VILLAGE 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 andor VILLAGE

Section 9 Annual Appropriation

All provisions of this AGREEMENT calling for the expenditure of ad valorem tax money by either the COUNTY or the VILLAGE are subject to annual budgetary funding and should either Party involuntarily fail to fund any of their respective obfigations 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 attorneys fees) associated with the enforcement of the terms andmiddot conditions of this AGREEMENT shall be borne by the respective Parties

4

VILLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

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

All notice to the VILLAGE shall be sent to

Ronald Eyma PE Public Service Director Village of Palm Springs 226 Cypress Lane Palm Springs FL 33461

All notice to the COUNTY shall be sent to

Omelia A Fernandez P E Director Palm Beach County Engineering amp Public Works Roadway Production Division P0 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 Partys right to assert or rely upon any such provisions or rights in that or

any other instance

5

VILLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

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 Section 17 Non~Discrimination

COUNTY and VILLAGE 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 st~tus 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

COUNlY and VILLAGE shall abide by all applicable federal state and local Jaws orders rules and regulations when performing under this AGREEMENT COUNTY and VILLAGE 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 Generals 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

6

VllLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

contract

Section 23 Public Entity Crime Certification

As provided in FS 287132-133 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 FS 287133 (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 VILLAGE 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

VILLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

IN WITNESS WHEREOF the undersigned Parties have executed this AGREEMENT on the day and year first written above

VILLAGE OF PALM SPRINGS

BY~~~~--~---shyBev Smith Mayor

AllEST

Kimberly M Wynn AUTHORITY CLERK

PALM BEACH COUNlY FLORIDA

BY __~----------~~~-shyTanya N McConnell PE Deputy County Engineer

APPROVED AS TO TERMS AND CONDITTONS

BY __~--~~--~--shy(DATE)

APPROVED AS TO FORM APPROVED AS TO FORM AND LEGAL SUFFIOENCY AND LEGAL SUFFIOENa

BY _________ BY~YB~H---~--~~~~~~~shyVIiiage Attorney Assistant County Attorney

FROADWAYUTILI1Y COORDINATION2017513_Kudza over L-8 CanalVPS Construction Agreementdoc

8

ITEM I ITEM DESCRIPTION QTY middot1 UNITS UNIT PRICE UNIT PRICE UnitPrice I Amount Amount

2 I 30000 $ 30000-g= ___ 4_~-_0 _____1_4_00-so-_

SS21 $ S695 $ --8485ss $ 6000 S 894000

6913 $ 6000 I $ 714000 $ 7000 $ 833000

336 $ 791 I$ 473809 $~-~--8-00~+~$ 479200 middot-~----~~-middot-

510705 $ 390442 $ ll71326 $ 3500001~-- 1050000

~~ 200000 ~ 3333 $ 4378 $ 48158 $ S000 $ 55000

~~ s ~oo s ~~~ s 1~00 $

130000 $ 105149 $ lSS30507 $ 200000 $

1510000

29540000

ROADWAY ITEMS

Mobilization

MaintenanceofTraffic(inclPooestrianMOT)

3 Removal ofExisting Structure

2

- dge -middot- ---middot middotshy ~~=mer

=8 1Embankment(C~~P~-~- shy_ --=-=--~_jmucrde~~Cgt

____J_l__ =jh~7deg=~middot~)(FC-95)Rubber 13 AdjustValveBoxes

~1 outtflt (Type F)

16 Cone SidewaJk~(~_-~-middot -~middot ~_ ___

17 Cone Sidewalk (6 Thick)(Driveways)

18 Sodding middot--~----middot~--~middot---middot- ~--middot--middot--~

j LS $ 6820109 $ 5000000 $ 4746000 $

I LS $ 2548795 $ 4ooooo $ 15076461___

I 1 I LS $ 7436225 $ 8000000 $ 6215000 $

middotmiddot--middot-- ------ middotI middot+-+ ~- ~~ 2~~ middot--middot-middot-middot--1--~middotmiddot -middot--middot~-~ 2~2 M

I 115 I CY $ 1950 $ 1289 $ 1865 $

-~--====J__ _-=f --=~- ~ l~ 2 __ 7i-- middotmiddot-~+---~~~---~~-middot-middotmiddot14~ 2 ---4

EA $ 31021 $

5 295 shy

149 SY $ 5844 $

119 SY $ 6496 $

599 SY $ 845 $

19 InletDitchBottom)(TypeC)lt10 --middot~-----------middot--middotmiddot ___ 3 EA $ 397556 $

______-+--~-et-~-urb-middot-~-(P--5-)_lt_10_- --- --------middot- ~=~-------- I =~-i~--__A_-_--_________~ ___

22 A2000PVCPipe(Iin) 11 LF $ 5411 $

___~____eo_n_~--~-middot_e_c_~_~_c_1s_i_________--_-_~------~--~-~-s 16 $

24 ClassNConcrete(CulvaiampHeadwalls) 1477 CY $ 164487 $

39425 $ 26117 $-

4746000 $ 4500000 $ 4500000

1_s_0__ __ 3_5 _ooo_oo_16_4_6-1_s 3_s_oo_o_oo___$____ 6215000 $ 6200000 $ 6200000

--2-~-~---=-middot--~---~=---0----0-+middot---~---~--0-- -----------12_~__-o--t------~----o--0

214415 $ 2000 $ 230000

-~- middotmiddotmiddot middotmiddot -=~~

~r-=~- --1-~~----lr_

1~ 26117 $-

--~-~-1--~---~-~--~~~middot~-~~~-~-~~~~---~~+-~~---lt-~~ --~--~-+--~-----1~-~~--1middot~~~-~~-+-~~~~-~~

25 Reinforcing Steel (Culvert amp Headwalls) 33768 LB $ 163 $ 200 $ 181 $ 6Cl2008 $ 200 $ 6753600

Page 1 of7 NROAOWAYPll020172017513 bull KudzD Road Oliff LWDD L-8 Conal4 middotBid Optnlng and Analysls201753 Bid Tabs

26

ITEM ITEM DESCRIPl10N QTY UNITS UNIT PRICE UNIT PRICE Unit Price J Amount Unit Price Amount

PedestrianBicycleRailing ll 96 LF $ 12038 $ 10000 $ 25448 $ 2443008 $ 12500 $ 1200000 -----middot------+--------- --middotmiddotmiddotmiddotmiddot-middotmiddot------ --------- middot~---r----~middot----tmiddot-

27 Rip Rap (Rubble) FampI Ditch Lining 363 TN

28 Bedding Stone (Sect 530) ----------~------- 242 i TN

3

209 Clean Sand Fill --middot------ -shy - - ----- shy --il~l2105 -~LF~-Storm Sewer Pumping (Exist) (24 or IessXSee SPs) 120

CONTINGENCY ITEMS

___3_1_ _JClass I Concrete (Misc)

32 _ _jChangeable(VariableMessage) Sign (Non-MOT)

33 )Traffic Control Officer (Non-Mon

SUBTOTAL (ROADWAY)

34 Premium for Conflict Condition (See SPs) --middotmiddot ~---------- shy ------ shy

35

36

37

lFlowable Fill i

Subsoil Excavation ___ j middotlt~----middot

IStonn Sewer Cleaning (Exist) (24II or less xsee SPs)

UTILITY ITEMS

38 Remove and Dispose Existing 8 AC Water Main

39 Remove Existing 12 Force Main lt----~-- --middot--+------------shy

SUBTOTAL(ROADWAY)

40 LF

144 LF

$ 11412 $ 7500 $ 6328 $ 2297064 $ 10000 $ 3630000

$ 8860 $ 7500 $ 7526 $ ] 821292 $ 9000 $ 2178000

$$ 32790637 3155- middot-middot- 437310 I $ 2500 $ 531500-$$_____ bulloooo-middot-$$middotmiddotmiddotmiddot---1-02703354 $$ 1288200

$ 58774019

$ 81370 $ 36244 $ 16611 $ 83055

$ 5680 $ 2351 $ 9040 $ 90400

$ 9303 $ 4894 $ 7910 $ 126560

$ 673000 $ 795487 $ 1469000 $ 1469000 ~-~--------- ~-------i--

$ 22882 $ 18645 $ 186450

$ 600 $ 72000

$ 78111400

$ 31soo I$ 187500i

$ 5000 r $ 50000

$ sooo Is 80000 ----+----middotmiddot-----shy

$ 250000 $ 250000

$ 20000 $ 200000

$

$

~ __4_2-9--l----middot-~ --- _3~f-middot---3-middot~--o~-=-6$ 2464185 $ 1189500

$ 12631 $ 2500 $ 28250 I$ 1130000 $ 2000 $

$ 2273 $ 2500 $ 2825 middot1 $ 406800 $ 2000 $ 288000

40 Grout Existing 811 AC Water Main with Flowable Fill 278 LF $ 1304 $ 1000 $ 967 $ 268826 $ 2000 $ 556000 ------~ -middot-------+---- ~ __ -------+---shy

41 8 DuctileironPipeForWaterMaininstallation -----1---2_ss__ j LF $ 7966 _s_____s_o_00___$~ __7_8_89--t-_s___2_o_11695 _s___~500 i-$___2_1_6_1_so_o_

42 1211 DIPPipeForForceMainlnstallation 143 J LF $ 16342 $ 14000 $ 18669 $ 2669667 $ 15000 $ 21450001-------- ~--~-----middot--- middot--r----~---~-- __ t

___4~ -middot __ FampI 8 Ductile kon 45 Degree Fittings wl Reaction Blocking or Thrust Restraint for WM 6 ~ EA $ 56374 $ 80000 S 104517 $ 627102 $ 62500 _$_____3_7_s_o_oo-f

44 FampI12degDuctilelron45DegreeFittingswReactionBJockingorThrustRcstraintforWM 5 j EA $ 153197 $ 100000 $ 334288 $ 1671440 $ 110000 $ 550000 -middot -------f---middotmiddot--------------------------middot-- --shy~middot-middotmiddotmiddot----4_5 ---1F_amp_I_1_2__Du_c_til_middote_h__ __ee_F_ittin__gs_w_l_R_ea_cti_middoto_n_B_Ioc_km_middotg_or_Thrust_R_es_trai_n_t_fo_r_WM -+-____ ~ EEAA $ 165321 $ 100000 $ 3590871 $ 359087 $ 120000 _s_____o_n_9_o_D_egr __ __ l_2_oo_00_

4

46 Furnish Install and Remove Sample Points Complete 2 $ 80625 $ 65000 $ 79001 $ 158002 $ 80000 $ 1600001 1

middot~------~--------~

47 2 Air Release Valve with Manhole for Water Main and Force Main 2 I EA $ 999848 $ 750000 $ 968565 I$ 1937130 $ 1000000 $ 2000000

Pagel of7 NROADWAYPR020172017513 middotKudla Road over LWDD L-8 Canal4- Sid ~nlng and AnalyslsZOJ75JJ Bid Tabs

80000

ITEM ITEM DESCRIPTION J QTY j UNITS UNIT PRICE UNIT PRICE Unit Price Amount Unit Price Amount

i8 11 Gate Valve for Watfl Main r j EA $ 217079 $ 250000 $ 288722 $ 288722 $ 180000 $ 18000048 --------- middotmiddot-shy ------------ ------middot-~----------- -~middot~-W--------1------- ------+-------4--~------J-------1---------1

49 ----+-J__ +811 Gate Valve for Water Main with Manhole and 111 service taps 1_ EEAA $ 442694 $ 800000 $ 353lJ4 $ 353114 $ 500000 $ 500000

50 12 Gate Valve for Force Main j 1 s 375539 $ 350000 s 536275 s 536275 $ 350000 Is_______3_s_o_o_oo_

51 Connect to Existing 811 Water Main -__-middot_middot--------========------1--2middot i EA $ 228692 $ 250000 $ 97934 $ 195868 $ 520000 J-s- 1040000

52 Connect to Existing 12 Force Main 2 I EA $ 622586 $ 250000 $ l73748 $ 347496 $ 1050000 $ 2100000

LS $ 1133811 $ l 000000 $ 904000 -$-----9-04-0-00--$ 300000 $ 300000~-- --53-- middot(Testingandsurvey -----==---------- I -I ( --L-S----t-$---6--ll-2-34-t-$----1-0-00-0-0--10 $ 395500 $ 39550-0-t--$--2-900-00-+--$ 29000054 lAs-builts

SUBTOTAL (UTILITY) $ 1426deg24 $ 13201500

Page3 of7 NROADWAYPR020172011513 - Kudm Road avu LWDD L-8 Conal4 - Bid O~nlng and AnaiyW2017513 Bid Tabs

ITEM 1 ITEM DESCRIPTION I QTY IUNITS Unit Price I Amount Unit Price j Amount

ROADWAY ITEMS

1 7800000

~ ofT_raffi_c_(m--cl-P_ed_es_tri_an_M___ -----~--- -_---~-j--+plusmn- middot-L~S-- -$- =42s~ 1$o_T_)____~-- -middot--- - ___ -middot~middotmiddot 2 30000001 99 00Removal ofExisting Structure 12329900 J 50000003 --middot ---- -----+----------- shy

4 Remova1 Pedestrian Bridge LS $ 17 878 50 $ 1200000 -- --5---- C-l~g and Grubbing - -- --- --middot---------middot I I j- LS $ 572770 $middot- shy

572770 $ 3000000 $ 3000000 ~---------_-- ------- --- middot~---~ _ -middot- -----~--middotr--------1

6 Floating Turbidity Barrier I LS $ 48870 $ 48870 $ 300000 $ 300000 -~---------~~

__7 ____ ReguJarExcavation 96 I CY $ 1180 $ 113280 $ 2300 ___________ 220800 1

_______s_middot__ -IEmbankment (Compacted in Place) _ ll 5 CY $ 3135 $ 360525 $ 800 I$ 92000

9 Optional Base Group 7 __________ __ ~=~1 975 __ ___14_6_sJ~--~---~----~~~~~~ _____ s2_6_s_ooo-_-- t sv_~_s s s_4_o_o+-I_$____ __

- -- ~aveAsphalt concrete (Traffic Level q ___fr__ _ _ _ __ 2 940 j ~ 24~~ __~middot 26~00-jj $$_ ~--~1--~TN~- $$ 7 _7 20 ~$$____ 2332000

e-- 0-- jAsph~c~ Friction Course (l0) (FC-95) Rub~ 67 1 333 00 P 22rJ 1 ___00 30820001 00 460- -1 1

l Mi11ExistingAsphaltPavement(l) 411 SY $ 2775 $ II40525 $ 5000 __$___20_5_5_0-00shy

13 Adjust Valve Boxes EA $ 39965 I$ 39965 $ 28000 $ 28000

middot---1-4middotmiddot~ AdjustManhole --- -------~--middot EA $ 39635 $ 39635 $ 65000 $ middot--middot-6-50-00shymiddot~----middot-middot- I middot-~---------------

783225 $ 3500 $15 ~ConcreteCwbampGutter(Type F) middotmiddot~Z95i LF $ 4=-middot 16 1Conc Sidewalk(4 Thick) SY $ 46 80 $ 697320 $ 7000 $ 1043000

___ 17 _ _J~nc Sidewalk (6 Thick) (Driveways) -~-- - -- -- - ~~- f SY $ 5285 $ 628915 $ 7700 $ 916300 --- middot-middot-~--middot---~Sodding bull middot 1-middot 59middot - middotsy $ 1040 $ 622960 $ 750 $ 449250

- 19 Inl~~orum--middot~--Bo-tto_m_)(_T_yp_e_C_)-lt-10---- -middot ---~----middotmiddot--middot--------~ - ---3--- T-EA -~-$--3-99-7-8-0-+--------~-$ ]199340 $ 450000 $ 1350000

1-20----1-In-let-(Curbmiddot--)-(P--5-)-lt-10_1____________________________r _ -- 1~ -i-middot $~- 21911s 650000 s 6soooo

$ 279775 $

1 $ 1~2840 $1~p-~-c_________________________[_ ~-~~-_ _~_00_00__]~-~~-- -s_~~-~=~=~=~======~=~-~-~~2-_s-00_~_0~$---~~-2-~-s_oo_1 2 1 2 $ 68915 $ 023 ConcretePipe_Cul_vert_(_1_8_)__________ -~---middotmiddot---------+1

___1_s1__ LF $ 4975 $ 751225 $ 6300 j 951300

24 ClasslVConcrete(CulvertampHeadwalls) 1477 CY $ 162800 $ 24045560 $ J90000 $ 28063000 -~-~~-t--------t-----~-r--------1

25 Reinforcing Steel (Culvat amp Headwalls) 33768 LB $ $ 2363760 $070 200 $ 6753600

Page 4 of7 NROADWAYPR02D72DJ75J3- Kudza Road over LWOO L-8 Conaij4 - Bfrl Op ming and Anaysb20J 7513 Bid Tabs

ITEM ITEM DESCRIPTION I QTY UNITS Unit Price j Amount Unit Price r Amount

26 jPedestrianBicycle Railing 96 LF $ 9890 I$ 949440 $ 315 $ 30240

~- Bid~~)DltchLining ~ I~ =~~ ~ -shy middot29-~ Clean Sand Fill 215 CY $ 4335 $ 932025 $ 3000 $ middot 645000

---~3o 1

Stomi SewerPumpingExist)(24orlessXSeeSPs) -1middot--120 LF $ 4751 S 57000 $ 3000 $middot--middot- ~---middot middotshy 360000

SUBTOTAL(RO~WAY) $ 75115375 $ 84590990

CONTINGENCY~

31 ICJass I Concrete(Misc) ____ middot-----~ j 5 CY $ 648 95 I $ 324475 $ 190000 $ 950000 - ----------middot middot-middot1____1- ~-----1

__ 32 1 Chang~Je(VariableMessage) Sign (N~~--M_O_T)____ ___1_o______E_D____s___ 2530i$ 25300 S 3000 $ 30000

_ ~_ ITrafficCon~lOffietT(Non-MOT) -middot-----------shy 16 j HR $ 9295 $ 148720 $ _1_5_0_00--1-$---~2_4_~-~ r---34 Premium for Conflict Condition (See SPs) ________1

1middotf-----_-_--_J EA $ 355855 k 355855 $ 300000 S 300000

35 FlowableFill ____________

1

_1

00

0_ ~1middot--c~~YY -- _$s__2_s_s_1s---+i $ 25815~ $ 30000 $ 300000

middot---3-6 subsoil ExcavationI 1

4

2bull

7

9

5

0 f$$middot- ~I2

5

_

7

9_

0

o_bullbull

0

oo_

0

_$$___3_0_o_o-+1_$____3_ooo__oo~ 37 Stmm Sewer Cleaning (Exist) (24 or J~sXSee SPs) -------~middot- 120 I LF __ $ l 3000 I$ 360000

SUBTOTAL (ROADWAY)

UTILITY ITEMS

38 jRemove and Dispose Existing 811 AC- Water Main I I

39 ~ -shy --shy rRemove Existing 12 Force Main

40 Grout Existing 8 AC Water Main wi~~owable FilJ

41 middot]8 Ductile Iron Pipe For Wala Main Installation I 42 12 DIP Pipeor Force Main Installation l

-~---middot-middot--middot

43 FampI 8 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM -i44 FampI 12 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM -middot--shy

-~ 45 middotFampI 12 Ductile Iron 90 Degree Fittings w Reaction Blocking or Thrust Restraint for WM

-46 Furnish Install and Remove Sample Points Comp1ete

-shy47 2 Air Release Valve with Manhole for Water Main and Force Main I

$ 1298500 $ 2480000

40 I LF $ 14275 $

144 LF $ ~-+----6-1-middot-o-o ~- I+shy -w q 278 LF $ 1050 $ 291900 $ 1200 $ 333600I 25651 $

~-r-----~~~~--r-~~---~~

255 LF $ 10075 $

143 LF $ 20200 $

6 EA $ 28480-1 $-~

5 EA $ 90500 I$

I EA $ 91195 I$

94500 l$2 I EA $

2 EA $ 11sos2s 1 $

2~69125 $

2888600 $

170880 $

452500 $

97195 $

2361650 $

5400 $ 1377000

11500 $ 1644500

30000 $ 180000

78000 $ 390000

85000 $ 85000

69000 $ 138000

850000 $ 1700000

Page5 of7 NROADWAYPR020172017513 bull Kudza flood ov~r LWOD L-8 Conal4 middotBid 0plning arid Anaysii20175 Bid Tabt

ITEM ITEM DESCRIPTION QTY j lJNITS UnJtPrfce Amount Unit Price Amount

48 8 GateVaJveforWaterMain _1~-- _$_ 219~_-9_5____$____2bull 19595 $ 180000 _$____1_soo_00_ __4_9_ middot-18Ga~ Valve for Water Main with Manhole ~dPservice taps 1 -~ $ 367660 $ 367660 $ 550000 $ 550000

50 11211 Gate Valve for Force Main 1 II EA -- $ 315880 $ 315880 $ 300000 $ 300000

s1 jeonnect to Ex-isting 8 water M~- ---- -----2----1 --M $ 2 468 35 $ 493610 $ soo oo $ 1000001

_ 52~- - ]Connect to Existing 1 Forc_e_M--am------_______ ---middot-middotmiddotmiddot ____ - - H-middot-- EA $ 11965~95 $ 23931 ~90-bull __$___70-0-00---+--$-~-middot~--1_4_00_o_o_f 53 Testing and Survey 1( 1 LS $ 2781245 $ 2781245 $ 550000 $ 550000

--- 54 jAs-builts -middot ------ --------- ____ I l _L_S_ -$--1-3-09-4-3-5-+-$-- ~middot-13-09-4-35--+-$---4-5-00-00-~middot-$----4-S-OO--oo-

SUBTOTAL (UTILITY) S 1784188~ S 8602900

956~73890

Page 6 of7 NROADWAYPR0201720175U bull Kudza Aoad awr LWDD L-8 canaf4-Bfd Optnfng and Ana~lt2017513 Bid Tab$ bull

THE COUNTY DOES NOT GUARANTEE THE ACCURACY OF THE FORMULAS AND EXTENSIONS USED IN THIS SPREADSHEET ------~middot - -shy ______

r--bullbull middot-middot~ -shyTHE ITEMS AND QUANTITJES ABOVE SHALL GOVERN OVER THE PLANS

-shy _ _ ~--middot~middot - - _ ~-

PAY ITEM FOOTNOTES IN CONSTRUCTION PLANS SHALL ALSO BE INCLUDED IN ITEM UNIT PRICE

Note jPAY ITEM FOOTNOTES

1 All items sha11 include cost to furnish and install un]ess otherwise noted -middot ~ - bull -Tshy ~ _~-- - _--

middot Pennitting agency pre-construction meetings and notices of commencement compliance with stormwater pollution prevention plan and stormwata pollution control plan installation of erosionturbidity 2 controls including silt fences inlet protection inspections and reporting preparation and submittal of construction completion certifications and required record drawings by a professional engjneer andor ]and

bull Isurveyor utility notifications are considaed incidental to mobilization ~----middot - - -- ___

3 -- -1AII costs for Maintenance ofTraffic (MOT) and mobilization sha11 be consideci incidental to and shall b~ included in unit prices -fo~-tb-~ay items -

- )Sawc~t ofexisting aspha~ an~or concrete design~ted for removal per pJans ~oval and relocation ofprivatel~~~~middot~ systems including ~on mailboxes fencing ~ ~emoval and disposal ~-~~~~--shy

middot~areas ofexcess and unsuitable material that may b~ encountered during excavation removal and disposal ofexisting structures per plans is considered incidental to th~bid item clearing and grubbing ~ ____

5 Benn construction swale construction grading re-grading ofroadways driveways canal sections and all other rough and finish grading shall be considered incidental to the bid items Excavation andor Embankmenf

- -shy IDemolition ofexisting m~ri~ge to include all co~po~concrete deck and -~c railings bent caps w~g i1s sheet panels comrete ~ ooncrete -oacb slabs an~ any deadmen anchors P~er -shy

6 disposal ofall bridge debris is considered incidental to bridge demolition -shy middot- shy j1211 co~~~cted subgrade is co~~idered incidental to th~-~~-t ofbaserock constructio - - middot-- --shy -middot - - - shy ----~ -shy -middotmiddot~- middotshy

7

__ ___ ~~- --shy middotshy

8 Prime and tack coats are considered incidental to asphalt construction -- ---shy -shy --middoto-shy

9 Excavation and backfin for structures including cost of any select bedding material that may be nec~sary for a satisfactory installation as directed by Palm Beach County is considaed incid_ental to the cost of the structures

I ---shy -~-middot r

-middot~ - - ----shy - --middot-------shy ---=shy bull - 4 -middot -shy -middot _ -~middot -middot - -IO Wrapping of filter fabric around all pipe joints per FDOT index no 280 and cost ofcoring existing structures for pipe connection is considered incidental to the cost ofthe pipe _ ____

-middot __ _ __ __ __ --middot-middot middot

11 The cost of all anchoring hardware per FDOT index 852 is microicidentaJ to the item Pipe Guiderail (Steel) (FDOT Index 852) -shy

lnie cost of det~~Jewarning surfa~ ~ FDOT index 304 and base compaction is considen)(i incidental to sidewalkpatb~ay ~~ction --shy -~ -shy middotshy -

12 ~------- - -r-middotmiddotmiddot -middot~-~ -shy ___ _4_ -shy

13 The cost offilter fabric is incidental to the item Bedding Stone _ ~--- ~-- _--~- -shy - -middot _

14 Sodding-shall be in aceordancewith section 575 of the general provisions ofthis specification Includes costs for fertilizer and water unti1 final acceptance ~~ ---=---middot~ ~lt--- __ -shy

_ __1s__112 thick no 57 stone foundation and filler fabric is incidental to the bid item Class N Concrete (Cast in Place Headwall) -

__ __ -middot - - middotmiddotshy ---~

16 Contingency items may be increased decreased or deleted as directed by the engineer ----shy _______ ----------shy

--~-----

17 1Changeab1e (Variable)_ Message Sign (Non-MOT) and Traffic Control Officers (Non-MOT) in accordance with General Provisions (Section l 02)

- -middot _ ___ _ ~ -~-

~

Indicates Math Error

Page 7 of7

EXHIBIT B Village of Palm Springs (VPS)

PROJECT NAME Kudza Rd over L WDD L-8 Canal

PROJECTNUMBER 2017513

CONTRACTOR FG Construction LLC

ITEM QUANTITY UNITS UNIT PRICE AMOUNT

13 14

Adjust Valve Boxes Adjust Manhole

Roadway Items for VPS

lEA IEA

$26117 $71755

VPS Utility Subtotal

ITEM QUANTITY I UNITS UNIT PRICE

Roadway Contingency Item for VPS

34 Premium for Conflict Condition (See SPs) lEA $1469000

VPS Contingency Subtotal

ITEM QUANTITY I UNITS UNIT PRICE

$26117 $71755

$97872

AMOUNT

$1469000

$1469000

AMOUNT

VPS Utility Items

38 Remove and Dispose Existing 8 AC Water Main 40LF

39 Remove Existing 12 Force Main

40 Grout Existing 8 AC Water Main with Flowable Fill

41 811 Ductile Iron Pipe For Water Main Installation

42 12 DIP Pipe For Force Main Insta~lation

Continue in page 2

1

144LF

278LF

2551F

143LF

$28250

$2825

$967

$7889

$18669

$1130000

$406800

$268826

$2011695

$2669667

f

Village ofPalm Springs Exhibit B for Kudza Rd over LWDD L-8 Canal Project 2017513

ITEM QUANTITY I UNITS UNIT PRICE AMOUNT

VPS Utility Items

43 FampI 811 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM 6EA

44 FampI 12 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM SEA

45 FampI 12 Ductile Iron 90 Degree Fittings w Reaction Blocking or Thrust Restraint for WM 1 EA

46 Furnish Install and Remove Sample Points Complete 2EA

47 2 Air Release Valve with Manhole for Water Main and Force Main 2EA

48 8 Gate Valve for Water Main 1 EA

49 8 Gate Valve for Water Main with Manhole and 1 service taps lEA

50 12 Gate Valve for Force Main lEA

51 Connect to Existing 8 Water Main 2EA

52 Connect to Existing 12 Force Main 2EA

53 Testing and Survey 1 LS

54 As-builts 1 LS

$104517 $627102

$334288 $1671440

$359087

$79001

$359087

$158002

$968565

$288722

$1937130

$288722

$353114

$536275

$97934

$173748

$904000

$395500

$353114

$536275

$195868

$347496

$904000

$395500

VPS Utility Items Subtotal

Village of Palm Springs Grand Total

Village of Palm Springs Grand Total Plus lOoo Contingency

$14260724

$15827596

~17410356

FROADWAYUTILITY COORDINATION2017513_Kudzaover IA CanalVPS Exhibit Bdoc

2

2020------- shy Page 1 of 1

BOARD OF COUNTY COMMISSIONERS PALM BEACH COUNTY

BUDGET Amendment

FUND Transportation Improvement Fund BGRV 031620-430 BGEX 031620-1131

ACCOUNT NUMBER ACCOUNT NAME ORIGINAL BUDGET

CURRENT BUDGET INCREASE DECREASE

ADJUSTED BUDGET

EXPENDED ENCUMBERED

ASOF 31620

REMAINING BALANCE

REVENUES Kudza Road over LWDD L-8 Canal 3500-361-1520-6948 Utility Relocation Reimbursements 0 0 174104 0 174 104

TOTAL RECEIPTS amp BALANCES

EXPENDITURES Kudza Road over LWDD L-8 Canal 3500-361-1520-8101 Contributions Other Governmental Agencies

TOTAL APPROPRIATIONS amp EXPENDITURES

202361433

0

202361433

195369625

0

195369625

174 104

174 104

174 104

0

0

0

195543729

174 104

195543729

0 174 104

SIGNATURE DATE By Board of County Commissioners At Meeting of ________

Engineering amp Public Works ~hliamptk 1-1)-) IJ__i)

Administration I Budget Approval

OFMB Department - Posted Deputy Clerk to the Board of County Commissioners

Page 14: PROJECT NO. 2017513 · Affirmative Procurement Initiative (API) for Construction: 20% minimum mandatory SBE participation, established for the above-mentioned project, which opened

INTERLOCAL AGREEMENT BETWEEN PALM BEACH COUNTY FLORIDA AND

VILLAGE OF PALM SPRINGS FOR JOINT PARTICIPATION AND PROJECT FUNDING FOR CONSTRUCTION OF UTILITY ADJUSTMENTS FOR

KUDZA ROAD BRIDGE OVER LWDD L-8 CANAL BRIDGE REPLACEMENT

PALM BEACH COUNTY PROJECT NO 2017513

THIS Interlocal Agreement (AGREEMENT) for Kudza Road Bridge replacement over the LWDD L-8 Canal (PROJECT) is made as of the __ day of 20201 by and between Palm Beach County1 a political subdivision of the State of Florida1 by and through its Board of County Commissioners (COUNTY) and the Village of Palm Springs1 a municipal corporation existing under the laws of Florjda (hereinafter VILLAGE) each one constituting a public agency defined in Part I of Chapter 163 Florida Statutes (individually Party and collectively Parties)

WHEREAS Section 16301 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 VILLAGE has requested the COUNTY to construct water main1 force main and associated appurtenance adjustments to the VILLAGES system (UTILITY WORK) within the limits of the PROJECT and

WHEREAS1 the COUNTY and the VILLAGE desire to jointly participate in the UTILilY WORK and

WHEREAS both COUNTY and VILLAGE declare that it is in the public interest that the UTILTIY 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

VILLAGE OF PALM SPRINGS 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 2017513 Said Bid Documents include the UTILITY WORK as shown in VILLAGE prepared Utility Matrix Applicable Technical Specifications Standard Construction Details and Approved Product List

B COUNTY shall obtain written approval from the VILLAGE in advance of any change orders including any costs associated with the VILLAGES failure to approve change orders in a timely manner which increase the cost attributable to the UTILITY WORK to an middotamount greater than the contract amount as stated in Section 3A below VILLAGES 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 contractors bid for the PROJECT and the UTILllY WORK

Section 3 VILLAGES Responsibilities

A VILLAGE shall reimburse COUNTY a total estimated cost including 10 contingency of One Hundred Seventy Four Thousand One Hundred Three Dollars and Fifty Six Cents $17410356) provided COUN1Y 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 VILLAGES Utility Items shall be paid by the VILLAGE

8 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 VILLAGE

C Upon completion of the PROJECT and the UTILilY WORK the VILLAGE shall repair and maintain the UTILITY WORK at VILLAGES expense

Section 4 PaymentsInvoicing and Reimbursement

The COUNTY will invoice the VILLAGE on a periodic basis during construction of the PROJECT and the UTILin WORK The VILLAGE agrees to provide to COUNTY payment for documented costs for the UTILITY WORK in the amount established in Section 3A COUNTY shall submit all invoices to the VILLAGE identifying the UTILITY WORK including COUNTYS total expenditure for the PROJECT and identifying the amount attributablemiddot 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 VILLAGE within seven (7) calendar days of request by the VILLAGE Invoices received from COUNlY will be reviewed and approved by the VILLAGE to ensure that expenditures have been made in conformity with this

2

VILLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

AGREEMENT Upon COUNTYS submission of acceptable documents needed to substantiate its costs for the UTILITY WORK VILLAGE will provide said payment to COUNTYmiddot on a reimbursement basis within thirty (30) days of receipt of all required documents In no event shall the VILLAGE 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 VILLAGE 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 VILLAGE will reimburse the COUNTY for the UTILI1Y WORK completed as of the date the COUNTY suspends the UTILITY WORK Any remaining unpaid portion of this AGREEMENT shall be retained by the VILLAGE and the VILLAGE shall have no further obligation to honor reimbursement requests submitted by the COUNTY

Section 5 Access and Audits

COUNTY and VILLAGE 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 VILLAGE 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 COUNTYS sole direction supervision and control All VILLAGE employees engaged in the work or services performed pursuant to this AGREEMENT shall at all times and in all places be subject to VILLAGES sole direction supervision and control (he 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 othermiddot Party shall be that of an Independent Contractor and not as employees or agents of the other

Neither COUNTY nor the VILLAGE 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 VILLAGE

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

VILLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

or permitted under state and local law to perform such services

All of COUNlYS 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 VILLAGE and COUNTY recognize their liability for certain tortious acts of its agents officers employees and invitees to the extent and Hmits provided in Section 768281 Florida Statutes To the extent permitted by law the VILLAGE and COUNlY shall indemnify defend and hold the other harmless against any actions claims and damages arising out of the 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 76828 Florida Statutes1 nor shall the same be construed to constitute an agreement by the VILLAGE 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 andor VILLAGE

Section 9 Annual Appropriation

All provisions of this AGREEMENT calling for the expenditure of ad valorem tax money by either the COUNTY or the VILLAGE are subject to annual budgetary funding and should either Party involuntarily fail to fund any of their respective obfigations 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 attorneys fees) associated with the enforcement of the terms andmiddot conditions of this AGREEMENT shall be borne by the respective Parties

4

VILLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

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

All notice to the VILLAGE shall be sent to

Ronald Eyma PE Public Service Director Village of Palm Springs 226 Cypress Lane Palm Springs FL 33461

All notice to the COUNTY shall be sent to

Omelia A Fernandez P E Director Palm Beach County Engineering amp Public Works Roadway Production Division P0 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 Partys right to assert or rely upon any such provisions or rights in that or

any other instance

5

VILLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

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 Section 17 Non~Discrimination

COUNTY and VILLAGE 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 st~tus 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

COUNlY and VILLAGE shall abide by all applicable federal state and local Jaws orders rules and regulations when performing under this AGREEMENT COUNTY and VILLAGE 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 Generals 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

6

VllLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

contract

Section 23 Public Entity Crime Certification

As provided in FS 287132-133 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 FS 287133 (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 VILLAGE 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

VILLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

IN WITNESS WHEREOF the undersigned Parties have executed this AGREEMENT on the day and year first written above

VILLAGE OF PALM SPRINGS

BY~~~~--~---shyBev Smith Mayor

AllEST

Kimberly M Wynn AUTHORITY CLERK

PALM BEACH COUNlY FLORIDA

BY __~----------~~~-shyTanya N McConnell PE Deputy County Engineer

APPROVED AS TO TERMS AND CONDITTONS

BY __~--~~--~--shy(DATE)

APPROVED AS TO FORM APPROVED AS TO FORM AND LEGAL SUFFIOENCY AND LEGAL SUFFIOENa

BY _________ BY~YB~H---~--~~~~~~~shyVIiiage Attorney Assistant County Attorney

FROADWAYUTILI1Y COORDINATION2017513_Kudza over L-8 CanalVPS Construction Agreementdoc

8

ITEM I ITEM DESCRIPTION QTY middot1 UNITS UNIT PRICE UNIT PRICE UnitPrice I Amount Amount

2 I 30000 $ 30000-g= ___ 4_~-_0 _____1_4_00-so-_

SS21 $ S695 $ --8485ss $ 6000 S 894000

6913 $ 6000 I $ 714000 $ 7000 $ 833000

336 $ 791 I$ 473809 $~-~--8-00~+~$ 479200 middot-~----~~-middot-

510705 $ 390442 $ ll71326 $ 3500001~-- 1050000

~~ 200000 ~ 3333 $ 4378 $ 48158 $ S000 $ 55000

~~ s ~oo s ~~~ s 1~00 $

130000 $ 105149 $ lSS30507 $ 200000 $

1510000

29540000

ROADWAY ITEMS

Mobilization

MaintenanceofTraffic(inclPooestrianMOT)

3 Removal ofExisting Structure

2

- dge -middot- ---middot middotshy ~~=mer

=8 1Embankment(C~~P~-~- shy_ --=-=--~_jmucrde~~Cgt

____J_l__ =jh~7deg=~middot~)(FC-95)Rubber 13 AdjustValveBoxes

~1 outtflt (Type F)

16 Cone SidewaJk~(~_-~-middot -~middot ~_ ___

17 Cone Sidewalk (6 Thick)(Driveways)

18 Sodding middot--~----middot~--~middot---middot- ~--middot--middot--~

j LS $ 6820109 $ 5000000 $ 4746000 $

I LS $ 2548795 $ 4ooooo $ 15076461___

I 1 I LS $ 7436225 $ 8000000 $ 6215000 $

middotmiddot--middot-- ------ middotI middot+-+ ~- ~~ 2~~ middot--middot-middot-middot--1--~middotmiddot -middot--middot~-~ 2~2 M

I 115 I CY $ 1950 $ 1289 $ 1865 $

-~--====J__ _-=f --=~- ~ l~ 2 __ 7i-- middotmiddot-~+---~~~---~~-middot-middotmiddot14~ 2 ---4

EA $ 31021 $

5 295 shy

149 SY $ 5844 $

119 SY $ 6496 $

599 SY $ 845 $

19 InletDitchBottom)(TypeC)lt10 --middot~-----------middot--middotmiddot ___ 3 EA $ 397556 $

______-+--~-et-~-urb-middot-~-(P--5-)_lt_10_- --- --------middot- ~=~-------- I =~-i~--__A_-_--_________~ ___

22 A2000PVCPipe(Iin) 11 LF $ 5411 $

___~____eo_n_~--~-middot_e_c_~_~_c_1s_i_________--_-_~------~--~-~-s 16 $

24 ClassNConcrete(CulvaiampHeadwalls) 1477 CY $ 164487 $

39425 $ 26117 $-

4746000 $ 4500000 $ 4500000

1_s_0__ __ 3_5 _ooo_oo_16_4_6-1_s 3_s_oo_o_oo___$____ 6215000 $ 6200000 $ 6200000

--2-~-~---=-middot--~---~=---0----0-+middot---~---~--0-- -----------12_~__-o--t------~----o--0

214415 $ 2000 $ 230000

-~- middotmiddotmiddot middotmiddot -=~~

~r-=~- --1-~~----lr_

1~ 26117 $-

--~-~-1--~---~-~--~~~middot~-~~~-~-~~~~---~~+-~~---lt-~~ --~--~-+--~-----1~-~~--1middot~~~-~~-+-~~~~-~~

25 Reinforcing Steel (Culvert amp Headwalls) 33768 LB $ 163 $ 200 $ 181 $ 6Cl2008 $ 200 $ 6753600

Page 1 of7 NROAOWAYPll020172017513 bull KudzD Road Oliff LWDD L-8 Conal4 middotBid Optnlng and Analysls201753 Bid Tabs

26

ITEM ITEM DESCRIPl10N QTY UNITS UNIT PRICE UNIT PRICE Unit Price J Amount Unit Price Amount

PedestrianBicycleRailing ll 96 LF $ 12038 $ 10000 $ 25448 $ 2443008 $ 12500 $ 1200000 -----middot------+--------- --middotmiddotmiddotmiddotmiddot-middotmiddot------ --------- middot~---r----~middot----tmiddot-

27 Rip Rap (Rubble) FampI Ditch Lining 363 TN

28 Bedding Stone (Sect 530) ----------~------- 242 i TN

3

209 Clean Sand Fill --middot------ -shy - - ----- shy --il~l2105 -~LF~-Storm Sewer Pumping (Exist) (24 or IessXSee SPs) 120

CONTINGENCY ITEMS

___3_1_ _JClass I Concrete (Misc)

32 _ _jChangeable(VariableMessage) Sign (Non-MOT)

33 )Traffic Control Officer (Non-Mon

SUBTOTAL (ROADWAY)

34 Premium for Conflict Condition (See SPs) --middotmiddot ~---------- shy ------ shy

35

36

37

lFlowable Fill i

Subsoil Excavation ___ j middotlt~----middot

IStonn Sewer Cleaning (Exist) (24II or less xsee SPs)

UTILITY ITEMS

38 Remove and Dispose Existing 8 AC Water Main

39 Remove Existing 12 Force Main lt----~-- --middot--+------------shy

SUBTOTAL(ROADWAY)

40 LF

144 LF

$ 11412 $ 7500 $ 6328 $ 2297064 $ 10000 $ 3630000

$ 8860 $ 7500 $ 7526 $ ] 821292 $ 9000 $ 2178000

$$ 32790637 3155- middot-middot- 437310 I $ 2500 $ 531500-$$_____ bulloooo-middot-$$middotmiddotmiddotmiddot---1-02703354 $$ 1288200

$ 58774019

$ 81370 $ 36244 $ 16611 $ 83055

$ 5680 $ 2351 $ 9040 $ 90400

$ 9303 $ 4894 $ 7910 $ 126560

$ 673000 $ 795487 $ 1469000 $ 1469000 ~-~--------- ~-------i--

$ 22882 $ 18645 $ 186450

$ 600 $ 72000

$ 78111400

$ 31soo I$ 187500i

$ 5000 r $ 50000

$ sooo Is 80000 ----+----middotmiddot-----shy

$ 250000 $ 250000

$ 20000 $ 200000

$

$

~ __4_2-9--l----middot-~ --- _3~f-middot---3-middot~--o~-=-6$ 2464185 $ 1189500

$ 12631 $ 2500 $ 28250 I$ 1130000 $ 2000 $

$ 2273 $ 2500 $ 2825 middot1 $ 406800 $ 2000 $ 288000

40 Grout Existing 811 AC Water Main with Flowable Fill 278 LF $ 1304 $ 1000 $ 967 $ 268826 $ 2000 $ 556000 ------~ -middot-------+---- ~ __ -------+---shy

41 8 DuctileironPipeForWaterMaininstallation -----1---2_ss__ j LF $ 7966 _s_____s_o_00___$~ __7_8_89--t-_s___2_o_11695 _s___~500 i-$___2_1_6_1_so_o_

42 1211 DIPPipeForForceMainlnstallation 143 J LF $ 16342 $ 14000 $ 18669 $ 2669667 $ 15000 $ 21450001-------- ~--~-----middot--- middot--r----~---~-- __ t

___4~ -middot __ FampI 8 Ductile kon 45 Degree Fittings wl Reaction Blocking or Thrust Restraint for WM 6 ~ EA $ 56374 $ 80000 S 104517 $ 627102 $ 62500 _$_____3_7_s_o_oo-f

44 FampI12degDuctilelron45DegreeFittingswReactionBJockingorThrustRcstraintforWM 5 j EA $ 153197 $ 100000 $ 334288 $ 1671440 $ 110000 $ 550000 -middot -------f---middotmiddot--------------------------middot-- --shy~middot-middotmiddotmiddot----4_5 ---1F_amp_I_1_2__Du_c_til_middote_h__ __ee_F_ittin__gs_w_l_R_ea_cti_middoto_n_B_Ioc_km_middotg_or_Thrust_R_es_trai_n_t_fo_r_WM -+-____ ~ EEAA $ 165321 $ 100000 $ 3590871 $ 359087 $ 120000 _s_____o_n_9_o_D_egr __ __ l_2_oo_00_

4

46 Furnish Install and Remove Sample Points Complete 2 $ 80625 $ 65000 $ 79001 $ 158002 $ 80000 $ 1600001 1

middot~------~--------~

47 2 Air Release Valve with Manhole for Water Main and Force Main 2 I EA $ 999848 $ 750000 $ 968565 I$ 1937130 $ 1000000 $ 2000000

Pagel of7 NROADWAYPR020172017513 middotKudla Road over LWDD L-8 Canal4- Sid ~nlng and AnalyslsZOJ75JJ Bid Tabs

80000

ITEM ITEM DESCRIPTION J QTY j UNITS UNIT PRICE UNIT PRICE Unit Price Amount Unit Price Amount

i8 11 Gate Valve for Watfl Main r j EA $ 217079 $ 250000 $ 288722 $ 288722 $ 180000 $ 18000048 --------- middotmiddot-shy ------------ ------middot-~----------- -~middot~-W--------1------- ------+-------4--~------J-------1---------1

49 ----+-J__ +811 Gate Valve for Water Main with Manhole and 111 service taps 1_ EEAA $ 442694 $ 800000 $ 353lJ4 $ 353114 $ 500000 $ 500000

50 12 Gate Valve for Force Main j 1 s 375539 $ 350000 s 536275 s 536275 $ 350000 Is_______3_s_o_o_oo_

51 Connect to Existing 811 Water Main -__-middot_middot--------========------1--2middot i EA $ 228692 $ 250000 $ 97934 $ 195868 $ 520000 J-s- 1040000

52 Connect to Existing 12 Force Main 2 I EA $ 622586 $ 250000 $ l73748 $ 347496 $ 1050000 $ 2100000

LS $ 1133811 $ l 000000 $ 904000 -$-----9-04-0-00--$ 300000 $ 300000~-- --53-- middot(Testingandsurvey -----==---------- I -I ( --L-S----t-$---6--ll-2-34-t-$----1-0-00-0-0--10 $ 395500 $ 39550-0-t--$--2-900-00-+--$ 29000054 lAs-builts

SUBTOTAL (UTILITY) $ 1426deg24 $ 13201500

Page3 of7 NROADWAYPR020172011513 - Kudm Road avu LWDD L-8 Conal4 - Bid O~nlng and AnaiyW2017513 Bid Tabs

ITEM 1 ITEM DESCRIPTION I QTY IUNITS Unit Price I Amount Unit Price j Amount

ROADWAY ITEMS

1 7800000

~ ofT_raffi_c_(m--cl-P_ed_es_tri_an_M___ -----~--- -_---~-j--+plusmn- middot-L~S-- -$- =42s~ 1$o_T_)____~-- -middot--- - ___ -middot~middotmiddot 2 30000001 99 00Removal ofExisting Structure 12329900 J 50000003 --middot ---- -----+----------- shy

4 Remova1 Pedestrian Bridge LS $ 17 878 50 $ 1200000 -- --5---- C-l~g and Grubbing - -- --- --middot---------middot I I j- LS $ 572770 $middot- shy

572770 $ 3000000 $ 3000000 ~---------_-- ------- --- middot~---~ _ -middot- -----~--middotr--------1

6 Floating Turbidity Barrier I LS $ 48870 $ 48870 $ 300000 $ 300000 -~---------~~

__7 ____ ReguJarExcavation 96 I CY $ 1180 $ 113280 $ 2300 ___________ 220800 1

_______s_middot__ -IEmbankment (Compacted in Place) _ ll 5 CY $ 3135 $ 360525 $ 800 I$ 92000

9 Optional Base Group 7 __________ __ ~=~1 975 __ ___14_6_sJ~--~---~----~~~~~~ _____ s2_6_s_ooo-_-- t sv_~_s s s_4_o_o+-I_$____ __

- -- ~aveAsphalt concrete (Traffic Level q ___fr__ _ _ _ __ 2 940 j ~ 24~~ __~middot 26~00-jj $$_ ~--~1--~TN~- $$ 7 _7 20 ~$$____ 2332000

e-- 0-- jAsph~c~ Friction Course (l0) (FC-95) Rub~ 67 1 333 00 P 22rJ 1 ___00 30820001 00 460- -1 1

l Mi11ExistingAsphaltPavement(l) 411 SY $ 2775 $ II40525 $ 5000 __$___20_5_5_0-00shy

13 Adjust Valve Boxes EA $ 39965 I$ 39965 $ 28000 $ 28000

middot---1-4middotmiddot~ AdjustManhole --- -------~--middot EA $ 39635 $ 39635 $ 65000 $ middot--middot-6-50-00shymiddot~----middot-middot- I middot-~---------------

783225 $ 3500 $15 ~ConcreteCwbampGutter(Type F) middotmiddot~Z95i LF $ 4=-middot 16 1Conc Sidewalk(4 Thick) SY $ 46 80 $ 697320 $ 7000 $ 1043000

___ 17 _ _J~nc Sidewalk (6 Thick) (Driveways) -~-- - -- -- - ~~- f SY $ 5285 $ 628915 $ 7700 $ 916300 --- middot-middot-~--middot---~Sodding bull middot 1-middot 59middot - middotsy $ 1040 $ 622960 $ 750 $ 449250

- 19 Inl~~orum--middot~--Bo-tto_m_)(_T_yp_e_C_)-lt-10---- -middot ---~----middotmiddot--middot--------~ - ---3--- T-EA -~-$--3-99-7-8-0-+--------~-$ ]199340 $ 450000 $ 1350000

1-20----1-In-let-(Curbmiddot--)-(P--5-)-lt-10_1____________________________r _ -- 1~ -i-middot $~- 21911s 650000 s 6soooo

$ 279775 $

1 $ 1~2840 $1~p-~-c_________________________[_ ~-~~-_ _~_00_00__]~-~~-- -s_~~-~=~=~=~======~=~-~-~~2-_s-00_~_0~$---~~-2-~-s_oo_1 2 1 2 $ 68915 $ 023 ConcretePipe_Cul_vert_(_1_8_)__________ -~---middotmiddot---------+1

___1_s1__ LF $ 4975 $ 751225 $ 6300 j 951300

24 ClasslVConcrete(CulvertampHeadwalls) 1477 CY $ 162800 $ 24045560 $ J90000 $ 28063000 -~-~~-t--------t-----~-r--------1

25 Reinforcing Steel (Culvat amp Headwalls) 33768 LB $ $ 2363760 $070 200 $ 6753600

Page 4 of7 NROADWAYPR02D72DJ75J3- Kudza Road over LWOO L-8 Conaij4 - Bfrl Op ming and Anaysb20J 7513 Bid Tabs

ITEM ITEM DESCRIPTION I QTY UNITS Unit Price j Amount Unit Price r Amount

26 jPedestrianBicycle Railing 96 LF $ 9890 I$ 949440 $ 315 $ 30240

~- Bid~~)DltchLining ~ I~ =~~ ~ -shy middot29-~ Clean Sand Fill 215 CY $ 4335 $ 932025 $ 3000 $ middot 645000

---~3o 1

Stomi SewerPumpingExist)(24orlessXSeeSPs) -1middot--120 LF $ 4751 S 57000 $ 3000 $middot--middot- ~---middot middotshy 360000

SUBTOTAL(RO~WAY) $ 75115375 $ 84590990

CONTINGENCY~

31 ICJass I Concrete(Misc) ____ middot-----~ j 5 CY $ 648 95 I $ 324475 $ 190000 $ 950000 - ----------middot middot-middot1____1- ~-----1

__ 32 1 Chang~Je(VariableMessage) Sign (N~~--M_O_T)____ ___1_o______E_D____s___ 2530i$ 25300 S 3000 $ 30000

_ ~_ ITrafficCon~lOffietT(Non-MOT) -middot-----------shy 16 j HR $ 9295 $ 148720 $ _1_5_0_00--1-$---~2_4_~-~ r---34 Premium for Conflict Condition (See SPs) ________1

1middotf-----_-_--_J EA $ 355855 k 355855 $ 300000 S 300000

35 FlowableFill ____________

1

_1

00

0_ ~1middot--c~~YY -- _$s__2_s_s_1s---+i $ 25815~ $ 30000 $ 300000

middot---3-6 subsoil ExcavationI 1

4

2bull

7

9

5

0 f$$middot- ~I2

5

_

7

9_

0

o_bullbull

0

oo_

0

_$$___3_0_o_o-+1_$____3_ooo__oo~ 37 Stmm Sewer Cleaning (Exist) (24 or J~sXSee SPs) -------~middot- 120 I LF __ $ l 3000 I$ 360000

SUBTOTAL (ROADWAY)

UTILITY ITEMS

38 jRemove and Dispose Existing 811 AC- Water Main I I

39 ~ -shy --shy rRemove Existing 12 Force Main

40 Grout Existing 8 AC Water Main wi~~owable FilJ

41 middot]8 Ductile Iron Pipe For Wala Main Installation I 42 12 DIP Pipeor Force Main Installation l

-~---middot-middot--middot

43 FampI 8 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM -i44 FampI 12 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM -middot--shy

-~ 45 middotFampI 12 Ductile Iron 90 Degree Fittings w Reaction Blocking or Thrust Restraint for WM

-46 Furnish Install and Remove Sample Points Comp1ete

-shy47 2 Air Release Valve with Manhole for Water Main and Force Main I

$ 1298500 $ 2480000

40 I LF $ 14275 $

144 LF $ ~-+----6-1-middot-o-o ~- I+shy -w q 278 LF $ 1050 $ 291900 $ 1200 $ 333600I 25651 $

~-r-----~~~~--r-~~---~~

255 LF $ 10075 $

143 LF $ 20200 $

6 EA $ 28480-1 $-~

5 EA $ 90500 I$

I EA $ 91195 I$

94500 l$2 I EA $

2 EA $ 11sos2s 1 $

2~69125 $

2888600 $

170880 $

452500 $

97195 $

2361650 $

5400 $ 1377000

11500 $ 1644500

30000 $ 180000

78000 $ 390000

85000 $ 85000

69000 $ 138000

850000 $ 1700000

Page5 of7 NROADWAYPR020172017513 bull Kudza flood ov~r LWOD L-8 Conal4 middotBid 0plning arid Anaysii20175 Bid Tabt

ITEM ITEM DESCRIPTION QTY j lJNITS UnJtPrfce Amount Unit Price Amount

48 8 GateVaJveforWaterMain _1~-- _$_ 219~_-9_5____$____2bull 19595 $ 180000 _$____1_soo_00_ __4_9_ middot-18Ga~ Valve for Water Main with Manhole ~dPservice taps 1 -~ $ 367660 $ 367660 $ 550000 $ 550000

50 11211 Gate Valve for Force Main 1 II EA -- $ 315880 $ 315880 $ 300000 $ 300000

s1 jeonnect to Ex-isting 8 water M~- ---- -----2----1 --M $ 2 468 35 $ 493610 $ soo oo $ 1000001

_ 52~- - ]Connect to Existing 1 Forc_e_M--am------_______ ---middot-middotmiddotmiddot ____ - - H-middot-- EA $ 11965~95 $ 23931 ~90-bull __$___70-0-00---+--$-~-middot~--1_4_00_o_o_f 53 Testing and Survey 1( 1 LS $ 2781245 $ 2781245 $ 550000 $ 550000

--- 54 jAs-builts -middot ------ --------- ____ I l _L_S_ -$--1-3-09-4-3-5-+-$-- ~middot-13-09-4-35--+-$---4-5-00-00-~middot-$----4-S-OO--oo-

SUBTOTAL (UTILITY) S 1784188~ S 8602900

956~73890

Page 6 of7 NROADWAYPR0201720175U bull Kudza Aoad awr LWDD L-8 canaf4-Bfd Optnfng and Ana~lt2017513 Bid Tab$ bull

THE COUNTY DOES NOT GUARANTEE THE ACCURACY OF THE FORMULAS AND EXTENSIONS USED IN THIS SPREADSHEET ------~middot - -shy ______

r--bullbull middot-middot~ -shyTHE ITEMS AND QUANTITJES ABOVE SHALL GOVERN OVER THE PLANS

-shy _ _ ~--middot~middot - - _ ~-

PAY ITEM FOOTNOTES IN CONSTRUCTION PLANS SHALL ALSO BE INCLUDED IN ITEM UNIT PRICE

Note jPAY ITEM FOOTNOTES

1 All items sha11 include cost to furnish and install un]ess otherwise noted -middot ~ - bull -Tshy ~ _~-- - _--

middot Pennitting agency pre-construction meetings and notices of commencement compliance with stormwater pollution prevention plan and stormwata pollution control plan installation of erosionturbidity 2 controls including silt fences inlet protection inspections and reporting preparation and submittal of construction completion certifications and required record drawings by a professional engjneer andor ]and

bull Isurveyor utility notifications are considaed incidental to mobilization ~----middot - - -- ___

3 -- -1AII costs for Maintenance ofTraffic (MOT) and mobilization sha11 be consideci incidental to and shall b~ included in unit prices -fo~-tb-~ay items -

- )Sawc~t ofexisting aspha~ an~or concrete design~ted for removal per pJans ~oval and relocation ofprivatel~~~~middot~ systems including ~on mailboxes fencing ~ ~emoval and disposal ~-~~~~--shy

middot~areas ofexcess and unsuitable material that may b~ encountered during excavation removal and disposal ofexisting structures per plans is considered incidental to th~bid item clearing and grubbing ~ ____

5 Benn construction swale construction grading re-grading ofroadways driveways canal sections and all other rough and finish grading shall be considered incidental to the bid items Excavation andor Embankmenf

- -shy IDemolition ofexisting m~ri~ge to include all co~po~concrete deck and -~c railings bent caps w~g i1s sheet panels comrete ~ ooncrete -oacb slabs an~ any deadmen anchors P~er -shy

6 disposal ofall bridge debris is considered incidental to bridge demolition -shy middot- shy j1211 co~~~cted subgrade is co~~idered incidental to th~-~~-t ofbaserock constructio - - middot-- --shy -middot - - - shy ----~ -shy -middotmiddot~- middotshy

7

__ ___ ~~- --shy middotshy

8 Prime and tack coats are considered incidental to asphalt construction -- ---shy -shy --middoto-shy

9 Excavation and backfin for structures including cost of any select bedding material that may be nec~sary for a satisfactory installation as directed by Palm Beach County is considaed incid_ental to the cost of the structures

I ---shy -~-middot r

-middot~ - - ----shy - --middot-------shy ---=shy bull - 4 -middot -shy -middot _ -~middot -middot - -IO Wrapping of filter fabric around all pipe joints per FDOT index no 280 and cost ofcoring existing structures for pipe connection is considered incidental to the cost ofthe pipe _ ____

-middot __ _ __ __ __ --middot-middot middot

11 The cost of all anchoring hardware per FDOT index 852 is microicidentaJ to the item Pipe Guiderail (Steel) (FDOT Index 852) -shy

lnie cost of det~~Jewarning surfa~ ~ FDOT index 304 and base compaction is considen)(i incidental to sidewalkpatb~ay ~~ction --shy -~ -shy middotshy -

12 ~------- - -r-middotmiddotmiddot -middot~-~ -shy ___ _4_ -shy

13 The cost offilter fabric is incidental to the item Bedding Stone _ ~--- ~-- _--~- -shy - -middot _

14 Sodding-shall be in aceordancewith section 575 of the general provisions ofthis specification Includes costs for fertilizer and water unti1 final acceptance ~~ ---=---middot~ ~lt--- __ -shy

_ __1s__112 thick no 57 stone foundation and filler fabric is incidental to the bid item Class N Concrete (Cast in Place Headwall) -

__ __ -middot - - middotmiddotshy ---~

16 Contingency items may be increased decreased or deleted as directed by the engineer ----shy _______ ----------shy

--~-----

17 1Changeab1e (Variable)_ Message Sign (Non-MOT) and Traffic Control Officers (Non-MOT) in accordance with General Provisions (Section l 02)

- -middot _ ___ _ ~ -~-

~

Indicates Math Error

Page 7 of7

EXHIBIT B Village of Palm Springs (VPS)

PROJECT NAME Kudza Rd over L WDD L-8 Canal

PROJECTNUMBER 2017513

CONTRACTOR FG Construction LLC

ITEM QUANTITY UNITS UNIT PRICE AMOUNT

13 14

Adjust Valve Boxes Adjust Manhole

Roadway Items for VPS

lEA IEA

$26117 $71755

VPS Utility Subtotal

ITEM QUANTITY I UNITS UNIT PRICE

Roadway Contingency Item for VPS

34 Premium for Conflict Condition (See SPs) lEA $1469000

VPS Contingency Subtotal

ITEM QUANTITY I UNITS UNIT PRICE

$26117 $71755

$97872

AMOUNT

$1469000

$1469000

AMOUNT

VPS Utility Items

38 Remove and Dispose Existing 8 AC Water Main 40LF

39 Remove Existing 12 Force Main

40 Grout Existing 8 AC Water Main with Flowable Fill

41 811 Ductile Iron Pipe For Water Main Installation

42 12 DIP Pipe For Force Main Insta~lation

Continue in page 2

1

144LF

278LF

2551F

143LF

$28250

$2825

$967

$7889

$18669

$1130000

$406800

$268826

$2011695

$2669667

f

Village ofPalm Springs Exhibit B for Kudza Rd over LWDD L-8 Canal Project 2017513

ITEM QUANTITY I UNITS UNIT PRICE AMOUNT

VPS Utility Items

43 FampI 811 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM 6EA

44 FampI 12 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM SEA

45 FampI 12 Ductile Iron 90 Degree Fittings w Reaction Blocking or Thrust Restraint for WM 1 EA

46 Furnish Install and Remove Sample Points Complete 2EA

47 2 Air Release Valve with Manhole for Water Main and Force Main 2EA

48 8 Gate Valve for Water Main 1 EA

49 8 Gate Valve for Water Main with Manhole and 1 service taps lEA

50 12 Gate Valve for Force Main lEA

51 Connect to Existing 8 Water Main 2EA

52 Connect to Existing 12 Force Main 2EA

53 Testing and Survey 1 LS

54 As-builts 1 LS

$104517 $627102

$334288 $1671440

$359087

$79001

$359087

$158002

$968565

$288722

$1937130

$288722

$353114

$536275

$97934

$173748

$904000

$395500

$353114

$536275

$195868

$347496

$904000

$395500

VPS Utility Items Subtotal

Village of Palm Springs Grand Total

Village of Palm Springs Grand Total Plus lOoo Contingency

$14260724

$15827596

~17410356

FROADWAYUTILITY COORDINATION2017513_Kudzaover IA CanalVPS Exhibit Bdoc

2

2020------- shy Page 1 of 1

BOARD OF COUNTY COMMISSIONERS PALM BEACH COUNTY

BUDGET Amendment

FUND Transportation Improvement Fund BGRV 031620-430 BGEX 031620-1131

ACCOUNT NUMBER ACCOUNT NAME ORIGINAL BUDGET

CURRENT BUDGET INCREASE DECREASE

ADJUSTED BUDGET

EXPENDED ENCUMBERED

ASOF 31620

REMAINING BALANCE

REVENUES Kudza Road over LWDD L-8 Canal 3500-361-1520-6948 Utility Relocation Reimbursements 0 0 174104 0 174 104

TOTAL RECEIPTS amp BALANCES

EXPENDITURES Kudza Road over LWDD L-8 Canal 3500-361-1520-8101 Contributions Other Governmental Agencies

TOTAL APPROPRIATIONS amp EXPENDITURES

202361433

0

202361433

195369625

0

195369625

174 104

174 104

174 104

0

0

0

195543729

174 104

195543729

0 174 104

SIGNATURE DATE By Board of County Commissioners At Meeting of ________

Engineering amp Public Works ~hliamptk 1-1)-) IJ__i)

Administration I Budget Approval

OFMB Department - Posted Deputy Clerk to the Board of County Commissioners

Page 15: PROJECT NO. 2017513 · Affirmative Procurement Initiative (API) for Construction: 20% minimum mandatory SBE participation, established for the above-mentioned project, which opened

VILLAGE OF PALM SPRINGS 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 2017513 Said Bid Documents include the UTILITY WORK as shown in VILLAGE prepared Utility Matrix Applicable Technical Specifications Standard Construction Details and Approved Product List

B COUNTY shall obtain written approval from the VILLAGE in advance of any change orders including any costs associated with the VILLAGES failure to approve change orders in a timely manner which increase the cost attributable to the UTILITY WORK to an middotamount greater than the contract amount as stated in Section 3A below VILLAGES 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 contractors bid for the PROJECT and the UTILllY WORK

Section 3 VILLAGES Responsibilities

A VILLAGE shall reimburse COUNTY a total estimated cost including 10 contingency of One Hundred Seventy Four Thousand One Hundred Three Dollars and Fifty Six Cents $17410356) provided COUN1Y 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 VILLAGES Utility Items shall be paid by the VILLAGE

8 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 VILLAGE

C Upon completion of the PROJECT and the UTILilY WORK the VILLAGE shall repair and maintain the UTILITY WORK at VILLAGES expense

Section 4 PaymentsInvoicing and Reimbursement

The COUNTY will invoice the VILLAGE on a periodic basis during construction of the PROJECT and the UTILin WORK The VILLAGE agrees to provide to COUNTY payment for documented costs for the UTILITY WORK in the amount established in Section 3A COUNTY shall submit all invoices to the VILLAGE identifying the UTILITY WORK including COUNTYS total expenditure for the PROJECT and identifying the amount attributablemiddot 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 VILLAGE within seven (7) calendar days of request by the VILLAGE Invoices received from COUNlY will be reviewed and approved by the VILLAGE to ensure that expenditures have been made in conformity with this

2

VILLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

AGREEMENT Upon COUNTYS submission of acceptable documents needed to substantiate its costs for the UTILITY WORK VILLAGE will provide said payment to COUNTYmiddot on a reimbursement basis within thirty (30) days of receipt of all required documents In no event shall the VILLAGE 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 VILLAGE 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 VILLAGE will reimburse the COUNTY for the UTILI1Y WORK completed as of the date the COUNTY suspends the UTILITY WORK Any remaining unpaid portion of this AGREEMENT shall be retained by the VILLAGE and the VILLAGE shall have no further obligation to honor reimbursement requests submitted by the COUNTY

Section 5 Access and Audits

COUNTY and VILLAGE 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 VILLAGE 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 COUNTYS sole direction supervision and control All VILLAGE employees engaged in the work or services performed pursuant to this AGREEMENT shall at all times and in all places be subject to VILLAGES sole direction supervision and control (he 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 othermiddot Party shall be that of an Independent Contractor and not as employees or agents of the other

Neither COUNTY nor the VILLAGE 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 VILLAGE

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

VILLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

or permitted under state and local law to perform such services

All of COUNlYS 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 VILLAGE and COUNTY recognize their liability for certain tortious acts of its agents officers employees and invitees to the extent and Hmits provided in Section 768281 Florida Statutes To the extent permitted by law the VILLAGE and COUNlY shall indemnify defend and hold the other harmless against any actions claims and damages arising out of the 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 76828 Florida Statutes1 nor shall the same be construed to constitute an agreement by the VILLAGE 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 andor VILLAGE

Section 9 Annual Appropriation

All provisions of this AGREEMENT calling for the expenditure of ad valorem tax money by either the COUNTY or the VILLAGE are subject to annual budgetary funding and should either Party involuntarily fail to fund any of their respective obfigations 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 attorneys fees) associated with the enforcement of the terms andmiddot conditions of this AGREEMENT shall be borne by the respective Parties

4

VILLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

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

All notice to the VILLAGE shall be sent to

Ronald Eyma PE Public Service Director Village of Palm Springs 226 Cypress Lane Palm Springs FL 33461

All notice to the COUNTY shall be sent to

Omelia A Fernandez P E Director Palm Beach County Engineering amp Public Works Roadway Production Division P0 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 Partys right to assert or rely upon any such provisions or rights in that or

any other instance

5

VILLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

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 Section 17 Non~Discrimination

COUNTY and VILLAGE 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 st~tus 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

COUNlY and VILLAGE shall abide by all applicable federal state and local Jaws orders rules and regulations when performing under this AGREEMENT COUNTY and VILLAGE 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 Generals 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

6

VllLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

contract

Section 23 Public Entity Crime Certification

As provided in FS 287132-133 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 FS 287133 (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 VILLAGE 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

VILLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

IN WITNESS WHEREOF the undersigned Parties have executed this AGREEMENT on the day and year first written above

VILLAGE OF PALM SPRINGS

BY~~~~--~---shyBev Smith Mayor

AllEST

Kimberly M Wynn AUTHORITY CLERK

PALM BEACH COUNlY FLORIDA

BY __~----------~~~-shyTanya N McConnell PE Deputy County Engineer

APPROVED AS TO TERMS AND CONDITTONS

BY __~--~~--~--shy(DATE)

APPROVED AS TO FORM APPROVED AS TO FORM AND LEGAL SUFFIOENCY AND LEGAL SUFFIOENa

BY _________ BY~YB~H---~--~~~~~~~shyVIiiage Attorney Assistant County Attorney

FROADWAYUTILI1Y COORDINATION2017513_Kudza over L-8 CanalVPS Construction Agreementdoc

8

ITEM I ITEM DESCRIPTION QTY middot1 UNITS UNIT PRICE UNIT PRICE UnitPrice I Amount Amount

2 I 30000 $ 30000-g= ___ 4_~-_0 _____1_4_00-so-_

SS21 $ S695 $ --8485ss $ 6000 S 894000

6913 $ 6000 I $ 714000 $ 7000 $ 833000

336 $ 791 I$ 473809 $~-~--8-00~+~$ 479200 middot-~----~~-middot-

510705 $ 390442 $ ll71326 $ 3500001~-- 1050000

~~ 200000 ~ 3333 $ 4378 $ 48158 $ S000 $ 55000

~~ s ~oo s ~~~ s 1~00 $

130000 $ 105149 $ lSS30507 $ 200000 $

1510000

29540000

ROADWAY ITEMS

Mobilization

MaintenanceofTraffic(inclPooestrianMOT)

3 Removal ofExisting Structure

2

- dge -middot- ---middot middotshy ~~=mer

=8 1Embankment(C~~P~-~- shy_ --=-=--~_jmucrde~~Cgt

____J_l__ =jh~7deg=~middot~)(FC-95)Rubber 13 AdjustValveBoxes

~1 outtflt (Type F)

16 Cone SidewaJk~(~_-~-middot -~middot ~_ ___

17 Cone Sidewalk (6 Thick)(Driveways)

18 Sodding middot--~----middot~--~middot---middot- ~--middot--middot--~

j LS $ 6820109 $ 5000000 $ 4746000 $

I LS $ 2548795 $ 4ooooo $ 15076461___

I 1 I LS $ 7436225 $ 8000000 $ 6215000 $

middotmiddot--middot-- ------ middotI middot+-+ ~- ~~ 2~~ middot--middot-middot-middot--1--~middotmiddot -middot--middot~-~ 2~2 M

I 115 I CY $ 1950 $ 1289 $ 1865 $

-~--====J__ _-=f --=~- ~ l~ 2 __ 7i-- middotmiddot-~+---~~~---~~-middot-middotmiddot14~ 2 ---4

EA $ 31021 $

5 295 shy

149 SY $ 5844 $

119 SY $ 6496 $

599 SY $ 845 $

19 InletDitchBottom)(TypeC)lt10 --middot~-----------middot--middotmiddot ___ 3 EA $ 397556 $

______-+--~-et-~-urb-middot-~-(P--5-)_lt_10_- --- --------middot- ~=~-------- I =~-i~--__A_-_--_________~ ___

22 A2000PVCPipe(Iin) 11 LF $ 5411 $

___~____eo_n_~--~-middot_e_c_~_~_c_1s_i_________--_-_~------~--~-~-s 16 $

24 ClassNConcrete(CulvaiampHeadwalls) 1477 CY $ 164487 $

39425 $ 26117 $-

4746000 $ 4500000 $ 4500000

1_s_0__ __ 3_5 _ooo_oo_16_4_6-1_s 3_s_oo_o_oo___$____ 6215000 $ 6200000 $ 6200000

--2-~-~---=-middot--~---~=---0----0-+middot---~---~--0-- -----------12_~__-o--t------~----o--0

214415 $ 2000 $ 230000

-~- middotmiddotmiddot middotmiddot -=~~

~r-=~- --1-~~----lr_

1~ 26117 $-

--~-~-1--~---~-~--~~~middot~-~~~-~-~~~~---~~+-~~---lt-~~ --~--~-+--~-----1~-~~--1middot~~~-~~-+-~~~~-~~

25 Reinforcing Steel (Culvert amp Headwalls) 33768 LB $ 163 $ 200 $ 181 $ 6Cl2008 $ 200 $ 6753600

Page 1 of7 NROAOWAYPll020172017513 bull KudzD Road Oliff LWDD L-8 Conal4 middotBid Optnlng and Analysls201753 Bid Tabs

26

ITEM ITEM DESCRIPl10N QTY UNITS UNIT PRICE UNIT PRICE Unit Price J Amount Unit Price Amount

PedestrianBicycleRailing ll 96 LF $ 12038 $ 10000 $ 25448 $ 2443008 $ 12500 $ 1200000 -----middot------+--------- --middotmiddotmiddotmiddotmiddot-middotmiddot------ --------- middot~---r----~middot----tmiddot-

27 Rip Rap (Rubble) FampI Ditch Lining 363 TN

28 Bedding Stone (Sect 530) ----------~------- 242 i TN

3

209 Clean Sand Fill --middot------ -shy - - ----- shy --il~l2105 -~LF~-Storm Sewer Pumping (Exist) (24 or IessXSee SPs) 120

CONTINGENCY ITEMS

___3_1_ _JClass I Concrete (Misc)

32 _ _jChangeable(VariableMessage) Sign (Non-MOT)

33 )Traffic Control Officer (Non-Mon

SUBTOTAL (ROADWAY)

34 Premium for Conflict Condition (See SPs) --middotmiddot ~---------- shy ------ shy

35

36

37

lFlowable Fill i

Subsoil Excavation ___ j middotlt~----middot

IStonn Sewer Cleaning (Exist) (24II or less xsee SPs)

UTILITY ITEMS

38 Remove and Dispose Existing 8 AC Water Main

39 Remove Existing 12 Force Main lt----~-- --middot--+------------shy

SUBTOTAL(ROADWAY)

40 LF

144 LF

$ 11412 $ 7500 $ 6328 $ 2297064 $ 10000 $ 3630000

$ 8860 $ 7500 $ 7526 $ ] 821292 $ 9000 $ 2178000

$$ 32790637 3155- middot-middot- 437310 I $ 2500 $ 531500-$$_____ bulloooo-middot-$$middotmiddotmiddotmiddot---1-02703354 $$ 1288200

$ 58774019

$ 81370 $ 36244 $ 16611 $ 83055

$ 5680 $ 2351 $ 9040 $ 90400

$ 9303 $ 4894 $ 7910 $ 126560

$ 673000 $ 795487 $ 1469000 $ 1469000 ~-~--------- ~-------i--

$ 22882 $ 18645 $ 186450

$ 600 $ 72000

$ 78111400

$ 31soo I$ 187500i

$ 5000 r $ 50000

$ sooo Is 80000 ----+----middotmiddot-----shy

$ 250000 $ 250000

$ 20000 $ 200000

$

$

~ __4_2-9--l----middot-~ --- _3~f-middot---3-middot~--o~-=-6$ 2464185 $ 1189500

$ 12631 $ 2500 $ 28250 I$ 1130000 $ 2000 $

$ 2273 $ 2500 $ 2825 middot1 $ 406800 $ 2000 $ 288000

40 Grout Existing 811 AC Water Main with Flowable Fill 278 LF $ 1304 $ 1000 $ 967 $ 268826 $ 2000 $ 556000 ------~ -middot-------+---- ~ __ -------+---shy

41 8 DuctileironPipeForWaterMaininstallation -----1---2_ss__ j LF $ 7966 _s_____s_o_00___$~ __7_8_89--t-_s___2_o_11695 _s___~500 i-$___2_1_6_1_so_o_

42 1211 DIPPipeForForceMainlnstallation 143 J LF $ 16342 $ 14000 $ 18669 $ 2669667 $ 15000 $ 21450001-------- ~--~-----middot--- middot--r----~---~-- __ t

___4~ -middot __ FampI 8 Ductile kon 45 Degree Fittings wl Reaction Blocking or Thrust Restraint for WM 6 ~ EA $ 56374 $ 80000 S 104517 $ 627102 $ 62500 _$_____3_7_s_o_oo-f

44 FampI12degDuctilelron45DegreeFittingswReactionBJockingorThrustRcstraintforWM 5 j EA $ 153197 $ 100000 $ 334288 $ 1671440 $ 110000 $ 550000 -middot -------f---middotmiddot--------------------------middot-- --shy~middot-middotmiddotmiddot----4_5 ---1F_amp_I_1_2__Du_c_til_middote_h__ __ee_F_ittin__gs_w_l_R_ea_cti_middoto_n_B_Ioc_km_middotg_or_Thrust_R_es_trai_n_t_fo_r_WM -+-____ ~ EEAA $ 165321 $ 100000 $ 3590871 $ 359087 $ 120000 _s_____o_n_9_o_D_egr __ __ l_2_oo_00_

4

46 Furnish Install and Remove Sample Points Complete 2 $ 80625 $ 65000 $ 79001 $ 158002 $ 80000 $ 1600001 1

middot~------~--------~

47 2 Air Release Valve with Manhole for Water Main and Force Main 2 I EA $ 999848 $ 750000 $ 968565 I$ 1937130 $ 1000000 $ 2000000

Pagel of7 NROADWAYPR020172017513 middotKudla Road over LWDD L-8 Canal4- Sid ~nlng and AnalyslsZOJ75JJ Bid Tabs

80000

ITEM ITEM DESCRIPTION J QTY j UNITS UNIT PRICE UNIT PRICE Unit Price Amount Unit Price Amount

i8 11 Gate Valve for Watfl Main r j EA $ 217079 $ 250000 $ 288722 $ 288722 $ 180000 $ 18000048 --------- middotmiddot-shy ------------ ------middot-~----------- -~middot~-W--------1------- ------+-------4--~------J-------1---------1

49 ----+-J__ +811 Gate Valve for Water Main with Manhole and 111 service taps 1_ EEAA $ 442694 $ 800000 $ 353lJ4 $ 353114 $ 500000 $ 500000

50 12 Gate Valve for Force Main j 1 s 375539 $ 350000 s 536275 s 536275 $ 350000 Is_______3_s_o_o_oo_

51 Connect to Existing 811 Water Main -__-middot_middot--------========------1--2middot i EA $ 228692 $ 250000 $ 97934 $ 195868 $ 520000 J-s- 1040000

52 Connect to Existing 12 Force Main 2 I EA $ 622586 $ 250000 $ l73748 $ 347496 $ 1050000 $ 2100000

LS $ 1133811 $ l 000000 $ 904000 -$-----9-04-0-00--$ 300000 $ 300000~-- --53-- middot(Testingandsurvey -----==---------- I -I ( --L-S----t-$---6--ll-2-34-t-$----1-0-00-0-0--10 $ 395500 $ 39550-0-t--$--2-900-00-+--$ 29000054 lAs-builts

SUBTOTAL (UTILITY) $ 1426deg24 $ 13201500

Page3 of7 NROADWAYPR020172011513 - Kudm Road avu LWDD L-8 Conal4 - Bid O~nlng and AnaiyW2017513 Bid Tabs

ITEM 1 ITEM DESCRIPTION I QTY IUNITS Unit Price I Amount Unit Price j Amount

ROADWAY ITEMS

1 7800000

~ ofT_raffi_c_(m--cl-P_ed_es_tri_an_M___ -----~--- -_---~-j--+plusmn- middot-L~S-- -$- =42s~ 1$o_T_)____~-- -middot--- - ___ -middot~middotmiddot 2 30000001 99 00Removal ofExisting Structure 12329900 J 50000003 --middot ---- -----+----------- shy

4 Remova1 Pedestrian Bridge LS $ 17 878 50 $ 1200000 -- --5---- C-l~g and Grubbing - -- --- --middot---------middot I I j- LS $ 572770 $middot- shy

572770 $ 3000000 $ 3000000 ~---------_-- ------- --- middot~---~ _ -middot- -----~--middotr--------1

6 Floating Turbidity Barrier I LS $ 48870 $ 48870 $ 300000 $ 300000 -~---------~~

__7 ____ ReguJarExcavation 96 I CY $ 1180 $ 113280 $ 2300 ___________ 220800 1

_______s_middot__ -IEmbankment (Compacted in Place) _ ll 5 CY $ 3135 $ 360525 $ 800 I$ 92000

9 Optional Base Group 7 __________ __ ~=~1 975 __ ___14_6_sJ~--~---~----~~~~~~ _____ s2_6_s_ooo-_-- t sv_~_s s s_4_o_o+-I_$____ __

- -- ~aveAsphalt concrete (Traffic Level q ___fr__ _ _ _ __ 2 940 j ~ 24~~ __~middot 26~00-jj $$_ ~--~1--~TN~- $$ 7 _7 20 ~$$____ 2332000

e-- 0-- jAsph~c~ Friction Course (l0) (FC-95) Rub~ 67 1 333 00 P 22rJ 1 ___00 30820001 00 460- -1 1

l Mi11ExistingAsphaltPavement(l) 411 SY $ 2775 $ II40525 $ 5000 __$___20_5_5_0-00shy

13 Adjust Valve Boxes EA $ 39965 I$ 39965 $ 28000 $ 28000

middot---1-4middotmiddot~ AdjustManhole --- -------~--middot EA $ 39635 $ 39635 $ 65000 $ middot--middot-6-50-00shymiddot~----middot-middot- I middot-~---------------

783225 $ 3500 $15 ~ConcreteCwbampGutter(Type F) middotmiddot~Z95i LF $ 4=-middot 16 1Conc Sidewalk(4 Thick) SY $ 46 80 $ 697320 $ 7000 $ 1043000

___ 17 _ _J~nc Sidewalk (6 Thick) (Driveways) -~-- - -- -- - ~~- f SY $ 5285 $ 628915 $ 7700 $ 916300 --- middot-middot-~--middot---~Sodding bull middot 1-middot 59middot - middotsy $ 1040 $ 622960 $ 750 $ 449250

- 19 Inl~~orum--middot~--Bo-tto_m_)(_T_yp_e_C_)-lt-10---- -middot ---~----middotmiddot--middot--------~ - ---3--- T-EA -~-$--3-99-7-8-0-+--------~-$ ]199340 $ 450000 $ 1350000

1-20----1-In-let-(Curbmiddot--)-(P--5-)-lt-10_1____________________________r _ -- 1~ -i-middot $~- 21911s 650000 s 6soooo

$ 279775 $

1 $ 1~2840 $1~p-~-c_________________________[_ ~-~~-_ _~_00_00__]~-~~-- -s_~~-~=~=~=~======~=~-~-~~2-_s-00_~_0~$---~~-2-~-s_oo_1 2 1 2 $ 68915 $ 023 ConcretePipe_Cul_vert_(_1_8_)__________ -~---middotmiddot---------+1

___1_s1__ LF $ 4975 $ 751225 $ 6300 j 951300

24 ClasslVConcrete(CulvertampHeadwalls) 1477 CY $ 162800 $ 24045560 $ J90000 $ 28063000 -~-~~-t--------t-----~-r--------1

25 Reinforcing Steel (Culvat amp Headwalls) 33768 LB $ $ 2363760 $070 200 $ 6753600

Page 4 of7 NROADWAYPR02D72DJ75J3- Kudza Road over LWOO L-8 Conaij4 - Bfrl Op ming and Anaysb20J 7513 Bid Tabs

ITEM ITEM DESCRIPTION I QTY UNITS Unit Price j Amount Unit Price r Amount

26 jPedestrianBicycle Railing 96 LF $ 9890 I$ 949440 $ 315 $ 30240

~- Bid~~)DltchLining ~ I~ =~~ ~ -shy middot29-~ Clean Sand Fill 215 CY $ 4335 $ 932025 $ 3000 $ middot 645000

---~3o 1

Stomi SewerPumpingExist)(24orlessXSeeSPs) -1middot--120 LF $ 4751 S 57000 $ 3000 $middot--middot- ~---middot middotshy 360000

SUBTOTAL(RO~WAY) $ 75115375 $ 84590990

CONTINGENCY~

31 ICJass I Concrete(Misc) ____ middot-----~ j 5 CY $ 648 95 I $ 324475 $ 190000 $ 950000 - ----------middot middot-middot1____1- ~-----1

__ 32 1 Chang~Je(VariableMessage) Sign (N~~--M_O_T)____ ___1_o______E_D____s___ 2530i$ 25300 S 3000 $ 30000

_ ~_ ITrafficCon~lOffietT(Non-MOT) -middot-----------shy 16 j HR $ 9295 $ 148720 $ _1_5_0_00--1-$---~2_4_~-~ r---34 Premium for Conflict Condition (See SPs) ________1

1middotf-----_-_--_J EA $ 355855 k 355855 $ 300000 S 300000

35 FlowableFill ____________

1

_1

00

0_ ~1middot--c~~YY -- _$s__2_s_s_1s---+i $ 25815~ $ 30000 $ 300000

middot---3-6 subsoil ExcavationI 1

4

2bull

7

9

5

0 f$$middot- ~I2

5

_

7

9_

0

o_bullbull

0

oo_

0

_$$___3_0_o_o-+1_$____3_ooo__oo~ 37 Stmm Sewer Cleaning (Exist) (24 or J~sXSee SPs) -------~middot- 120 I LF __ $ l 3000 I$ 360000

SUBTOTAL (ROADWAY)

UTILITY ITEMS

38 jRemove and Dispose Existing 811 AC- Water Main I I

39 ~ -shy --shy rRemove Existing 12 Force Main

40 Grout Existing 8 AC Water Main wi~~owable FilJ

41 middot]8 Ductile Iron Pipe For Wala Main Installation I 42 12 DIP Pipeor Force Main Installation l

-~---middot-middot--middot

43 FampI 8 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM -i44 FampI 12 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM -middot--shy

-~ 45 middotFampI 12 Ductile Iron 90 Degree Fittings w Reaction Blocking or Thrust Restraint for WM

-46 Furnish Install and Remove Sample Points Comp1ete

-shy47 2 Air Release Valve with Manhole for Water Main and Force Main I

$ 1298500 $ 2480000

40 I LF $ 14275 $

144 LF $ ~-+----6-1-middot-o-o ~- I+shy -w q 278 LF $ 1050 $ 291900 $ 1200 $ 333600I 25651 $

~-r-----~~~~--r-~~---~~

255 LF $ 10075 $

143 LF $ 20200 $

6 EA $ 28480-1 $-~

5 EA $ 90500 I$

I EA $ 91195 I$

94500 l$2 I EA $

2 EA $ 11sos2s 1 $

2~69125 $

2888600 $

170880 $

452500 $

97195 $

2361650 $

5400 $ 1377000

11500 $ 1644500

30000 $ 180000

78000 $ 390000

85000 $ 85000

69000 $ 138000

850000 $ 1700000

Page5 of7 NROADWAYPR020172017513 bull Kudza flood ov~r LWOD L-8 Conal4 middotBid 0plning arid Anaysii20175 Bid Tabt

ITEM ITEM DESCRIPTION QTY j lJNITS UnJtPrfce Amount Unit Price Amount

48 8 GateVaJveforWaterMain _1~-- _$_ 219~_-9_5____$____2bull 19595 $ 180000 _$____1_soo_00_ __4_9_ middot-18Ga~ Valve for Water Main with Manhole ~dPservice taps 1 -~ $ 367660 $ 367660 $ 550000 $ 550000

50 11211 Gate Valve for Force Main 1 II EA -- $ 315880 $ 315880 $ 300000 $ 300000

s1 jeonnect to Ex-isting 8 water M~- ---- -----2----1 --M $ 2 468 35 $ 493610 $ soo oo $ 1000001

_ 52~- - ]Connect to Existing 1 Forc_e_M--am------_______ ---middot-middotmiddotmiddot ____ - - H-middot-- EA $ 11965~95 $ 23931 ~90-bull __$___70-0-00---+--$-~-middot~--1_4_00_o_o_f 53 Testing and Survey 1( 1 LS $ 2781245 $ 2781245 $ 550000 $ 550000

--- 54 jAs-builts -middot ------ --------- ____ I l _L_S_ -$--1-3-09-4-3-5-+-$-- ~middot-13-09-4-35--+-$---4-5-00-00-~middot-$----4-S-OO--oo-

SUBTOTAL (UTILITY) S 1784188~ S 8602900

956~73890

Page 6 of7 NROADWAYPR0201720175U bull Kudza Aoad awr LWDD L-8 canaf4-Bfd Optnfng and Ana~lt2017513 Bid Tab$ bull

THE COUNTY DOES NOT GUARANTEE THE ACCURACY OF THE FORMULAS AND EXTENSIONS USED IN THIS SPREADSHEET ------~middot - -shy ______

r--bullbull middot-middot~ -shyTHE ITEMS AND QUANTITJES ABOVE SHALL GOVERN OVER THE PLANS

-shy _ _ ~--middot~middot - - _ ~-

PAY ITEM FOOTNOTES IN CONSTRUCTION PLANS SHALL ALSO BE INCLUDED IN ITEM UNIT PRICE

Note jPAY ITEM FOOTNOTES

1 All items sha11 include cost to furnish and install un]ess otherwise noted -middot ~ - bull -Tshy ~ _~-- - _--

middot Pennitting agency pre-construction meetings and notices of commencement compliance with stormwater pollution prevention plan and stormwata pollution control plan installation of erosionturbidity 2 controls including silt fences inlet protection inspections and reporting preparation and submittal of construction completion certifications and required record drawings by a professional engjneer andor ]and

bull Isurveyor utility notifications are considaed incidental to mobilization ~----middot - - -- ___

3 -- -1AII costs for Maintenance ofTraffic (MOT) and mobilization sha11 be consideci incidental to and shall b~ included in unit prices -fo~-tb-~ay items -

- )Sawc~t ofexisting aspha~ an~or concrete design~ted for removal per pJans ~oval and relocation ofprivatel~~~~middot~ systems including ~on mailboxes fencing ~ ~emoval and disposal ~-~~~~--shy

middot~areas ofexcess and unsuitable material that may b~ encountered during excavation removal and disposal ofexisting structures per plans is considered incidental to th~bid item clearing and grubbing ~ ____

5 Benn construction swale construction grading re-grading ofroadways driveways canal sections and all other rough and finish grading shall be considered incidental to the bid items Excavation andor Embankmenf

- -shy IDemolition ofexisting m~ri~ge to include all co~po~concrete deck and -~c railings bent caps w~g i1s sheet panels comrete ~ ooncrete -oacb slabs an~ any deadmen anchors P~er -shy

6 disposal ofall bridge debris is considered incidental to bridge demolition -shy middot- shy j1211 co~~~cted subgrade is co~~idered incidental to th~-~~-t ofbaserock constructio - - middot-- --shy -middot - - - shy ----~ -shy -middotmiddot~- middotshy

7

__ ___ ~~- --shy middotshy

8 Prime and tack coats are considered incidental to asphalt construction -- ---shy -shy --middoto-shy

9 Excavation and backfin for structures including cost of any select bedding material that may be nec~sary for a satisfactory installation as directed by Palm Beach County is considaed incid_ental to the cost of the structures

I ---shy -~-middot r

-middot~ - - ----shy - --middot-------shy ---=shy bull - 4 -middot -shy -middot _ -~middot -middot - -IO Wrapping of filter fabric around all pipe joints per FDOT index no 280 and cost ofcoring existing structures for pipe connection is considered incidental to the cost ofthe pipe _ ____

-middot __ _ __ __ __ --middot-middot middot

11 The cost of all anchoring hardware per FDOT index 852 is microicidentaJ to the item Pipe Guiderail (Steel) (FDOT Index 852) -shy

lnie cost of det~~Jewarning surfa~ ~ FDOT index 304 and base compaction is considen)(i incidental to sidewalkpatb~ay ~~ction --shy -~ -shy middotshy -

12 ~------- - -r-middotmiddotmiddot -middot~-~ -shy ___ _4_ -shy

13 The cost offilter fabric is incidental to the item Bedding Stone _ ~--- ~-- _--~- -shy - -middot _

14 Sodding-shall be in aceordancewith section 575 of the general provisions ofthis specification Includes costs for fertilizer and water unti1 final acceptance ~~ ---=---middot~ ~lt--- __ -shy

_ __1s__112 thick no 57 stone foundation and filler fabric is incidental to the bid item Class N Concrete (Cast in Place Headwall) -

__ __ -middot - - middotmiddotshy ---~

16 Contingency items may be increased decreased or deleted as directed by the engineer ----shy _______ ----------shy

--~-----

17 1Changeab1e (Variable)_ Message Sign (Non-MOT) and Traffic Control Officers (Non-MOT) in accordance with General Provisions (Section l 02)

- -middot _ ___ _ ~ -~-

~

Indicates Math Error

Page 7 of7

EXHIBIT B Village of Palm Springs (VPS)

PROJECT NAME Kudza Rd over L WDD L-8 Canal

PROJECTNUMBER 2017513

CONTRACTOR FG Construction LLC

ITEM QUANTITY UNITS UNIT PRICE AMOUNT

13 14

Adjust Valve Boxes Adjust Manhole

Roadway Items for VPS

lEA IEA

$26117 $71755

VPS Utility Subtotal

ITEM QUANTITY I UNITS UNIT PRICE

Roadway Contingency Item for VPS

34 Premium for Conflict Condition (See SPs) lEA $1469000

VPS Contingency Subtotal

ITEM QUANTITY I UNITS UNIT PRICE

$26117 $71755

$97872

AMOUNT

$1469000

$1469000

AMOUNT

VPS Utility Items

38 Remove and Dispose Existing 8 AC Water Main 40LF

39 Remove Existing 12 Force Main

40 Grout Existing 8 AC Water Main with Flowable Fill

41 811 Ductile Iron Pipe For Water Main Installation

42 12 DIP Pipe For Force Main Insta~lation

Continue in page 2

1

144LF

278LF

2551F

143LF

$28250

$2825

$967

$7889

$18669

$1130000

$406800

$268826

$2011695

$2669667

f

Village ofPalm Springs Exhibit B for Kudza Rd over LWDD L-8 Canal Project 2017513

ITEM QUANTITY I UNITS UNIT PRICE AMOUNT

VPS Utility Items

43 FampI 811 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM 6EA

44 FampI 12 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM SEA

45 FampI 12 Ductile Iron 90 Degree Fittings w Reaction Blocking or Thrust Restraint for WM 1 EA

46 Furnish Install and Remove Sample Points Complete 2EA

47 2 Air Release Valve with Manhole for Water Main and Force Main 2EA

48 8 Gate Valve for Water Main 1 EA

49 8 Gate Valve for Water Main with Manhole and 1 service taps lEA

50 12 Gate Valve for Force Main lEA

51 Connect to Existing 8 Water Main 2EA

52 Connect to Existing 12 Force Main 2EA

53 Testing and Survey 1 LS

54 As-builts 1 LS

$104517 $627102

$334288 $1671440

$359087

$79001

$359087

$158002

$968565

$288722

$1937130

$288722

$353114

$536275

$97934

$173748

$904000

$395500

$353114

$536275

$195868

$347496

$904000

$395500

VPS Utility Items Subtotal

Village of Palm Springs Grand Total

Village of Palm Springs Grand Total Plus lOoo Contingency

$14260724

$15827596

~17410356

FROADWAYUTILITY COORDINATION2017513_Kudzaover IA CanalVPS Exhibit Bdoc

2

2020------- shy Page 1 of 1

BOARD OF COUNTY COMMISSIONERS PALM BEACH COUNTY

BUDGET Amendment

FUND Transportation Improvement Fund BGRV 031620-430 BGEX 031620-1131

ACCOUNT NUMBER ACCOUNT NAME ORIGINAL BUDGET

CURRENT BUDGET INCREASE DECREASE

ADJUSTED BUDGET

EXPENDED ENCUMBERED

ASOF 31620

REMAINING BALANCE

REVENUES Kudza Road over LWDD L-8 Canal 3500-361-1520-6948 Utility Relocation Reimbursements 0 0 174104 0 174 104

TOTAL RECEIPTS amp BALANCES

EXPENDITURES Kudza Road over LWDD L-8 Canal 3500-361-1520-8101 Contributions Other Governmental Agencies

TOTAL APPROPRIATIONS amp EXPENDITURES

202361433

0

202361433

195369625

0

195369625

174 104

174 104

174 104

0

0

0

195543729

174 104

195543729

0 174 104

SIGNATURE DATE By Board of County Commissioners At Meeting of ________

Engineering amp Public Works ~hliamptk 1-1)-) IJ__i)

Administration I Budget Approval

OFMB Department - Posted Deputy Clerk to the Board of County Commissioners

Page 16: PROJECT NO. 2017513 · Affirmative Procurement Initiative (API) for Construction: 20% minimum mandatory SBE participation, established for the above-mentioned project, which opened

VILLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

AGREEMENT Upon COUNTYS submission of acceptable documents needed to substantiate its costs for the UTILITY WORK VILLAGE will provide said payment to COUNTYmiddot on a reimbursement basis within thirty (30) days of receipt of all required documents In no event shall the VILLAGE 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 VILLAGE 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 VILLAGE will reimburse the COUNTY for the UTILI1Y WORK completed as of the date the COUNTY suspends the UTILITY WORK Any remaining unpaid portion of this AGREEMENT shall be retained by the VILLAGE and the VILLAGE shall have no further obligation to honor reimbursement requests submitted by the COUNTY

Section 5 Access and Audits

COUNTY and VILLAGE 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 VILLAGE 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 COUNTYS sole direction supervision and control All VILLAGE employees engaged in the work or services performed pursuant to this AGREEMENT shall at all times and in all places be subject to VILLAGES sole direction supervision and control (he 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 othermiddot Party shall be that of an Independent Contractor and not as employees or agents of the other

Neither COUNTY nor the VILLAGE 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 VILLAGE

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

VILLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

or permitted under state and local law to perform such services

All of COUNlYS 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 VILLAGE and COUNTY recognize their liability for certain tortious acts of its agents officers employees and invitees to the extent and Hmits provided in Section 768281 Florida Statutes To the extent permitted by law the VILLAGE and COUNlY shall indemnify defend and hold the other harmless against any actions claims and damages arising out of the 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 76828 Florida Statutes1 nor shall the same be construed to constitute an agreement by the VILLAGE 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 andor VILLAGE

Section 9 Annual Appropriation

All provisions of this AGREEMENT calling for the expenditure of ad valorem tax money by either the COUNTY or the VILLAGE are subject to annual budgetary funding and should either Party involuntarily fail to fund any of their respective obfigations 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 attorneys fees) associated with the enforcement of the terms andmiddot conditions of this AGREEMENT shall be borne by the respective Parties

4

VILLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

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

All notice to the VILLAGE shall be sent to

Ronald Eyma PE Public Service Director Village of Palm Springs 226 Cypress Lane Palm Springs FL 33461

All notice to the COUNTY shall be sent to

Omelia A Fernandez P E Director Palm Beach County Engineering amp Public Works Roadway Production Division P0 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 Partys right to assert or rely upon any such provisions or rights in that or

any other instance

5

VILLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

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 Section 17 Non~Discrimination

COUNTY and VILLAGE 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 st~tus 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

COUNlY and VILLAGE shall abide by all applicable federal state and local Jaws orders rules and regulations when performing under this AGREEMENT COUNTY and VILLAGE 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 Generals 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

6

VllLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

contract

Section 23 Public Entity Crime Certification

As provided in FS 287132-133 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 FS 287133 (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 VILLAGE 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

VILLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

IN WITNESS WHEREOF the undersigned Parties have executed this AGREEMENT on the day and year first written above

VILLAGE OF PALM SPRINGS

BY~~~~--~---shyBev Smith Mayor

AllEST

Kimberly M Wynn AUTHORITY CLERK

PALM BEACH COUNlY FLORIDA

BY __~----------~~~-shyTanya N McConnell PE Deputy County Engineer

APPROVED AS TO TERMS AND CONDITTONS

BY __~--~~--~--shy(DATE)

APPROVED AS TO FORM APPROVED AS TO FORM AND LEGAL SUFFIOENCY AND LEGAL SUFFIOENa

BY _________ BY~YB~H---~--~~~~~~~shyVIiiage Attorney Assistant County Attorney

FROADWAYUTILI1Y COORDINATION2017513_Kudza over L-8 CanalVPS Construction Agreementdoc

8

ITEM I ITEM DESCRIPTION QTY middot1 UNITS UNIT PRICE UNIT PRICE UnitPrice I Amount Amount

2 I 30000 $ 30000-g= ___ 4_~-_0 _____1_4_00-so-_

SS21 $ S695 $ --8485ss $ 6000 S 894000

6913 $ 6000 I $ 714000 $ 7000 $ 833000

336 $ 791 I$ 473809 $~-~--8-00~+~$ 479200 middot-~----~~-middot-

510705 $ 390442 $ ll71326 $ 3500001~-- 1050000

~~ 200000 ~ 3333 $ 4378 $ 48158 $ S000 $ 55000

~~ s ~oo s ~~~ s 1~00 $

130000 $ 105149 $ lSS30507 $ 200000 $

1510000

29540000

ROADWAY ITEMS

Mobilization

MaintenanceofTraffic(inclPooestrianMOT)

3 Removal ofExisting Structure

2

- dge -middot- ---middot middotshy ~~=mer

=8 1Embankment(C~~P~-~- shy_ --=-=--~_jmucrde~~Cgt

____J_l__ =jh~7deg=~middot~)(FC-95)Rubber 13 AdjustValveBoxes

~1 outtflt (Type F)

16 Cone SidewaJk~(~_-~-middot -~middot ~_ ___

17 Cone Sidewalk (6 Thick)(Driveways)

18 Sodding middot--~----middot~--~middot---middot- ~--middot--middot--~

j LS $ 6820109 $ 5000000 $ 4746000 $

I LS $ 2548795 $ 4ooooo $ 15076461___

I 1 I LS $ 7436225 $ 8000000 $ 6215000 $

middotmiddot--middot-- ------ middotI middot+-+ ~- ~~ 2~~ middot--middot-middot-middot--1--~middotmiddot -middot--middot~-~ 2~2 M

I 115 I CY $ 1950 $ 1289 $ 1865 $

-~--====J__ _-=f --=~- ~ l~ 2 __ 7i-- middotmiddot-~+---~~~---~~-middot-middotmiddot14~ 2 ---4

EA $ 31021 $

5 295 shy

149 SY $ 5844 $

119 SY $ 6496 $

599 SY $ 845 $

19 InletDitchBottom)(TypeC)lt10 --middot~-----------middot--middotmiddot ___ 3 EA $ 397556 $

______-+--~-et-~-urb-middot-~-(P--5-)_lt_10_- --- --------middot- ~=~-------- I =~-i~--__A_-_--_________~ ___

22 A2000PVCPipe(Iin) 11 LF $ 5411 $

___~____eo_n_~--~-middot_e_c_~_~_c_1s_i_________--_-_~------~--~-~-s 16 $

24 ClassNConcrete(CulvaiampHeadwalls) 1477 CY $ 164487 $

39425 $ 26117 $-

4746000 $ 4500000 $ 4500000

1_s_0__ __ 3_5 _ooo_oo_16_4_6-1_s 3_s_oo_o_oo___$____ 6215000 $ 6200000 $ 6200000

--2-~-~---=-middot--~---~=---0----0-+middot---~---~--0-- -----------12_~__-o--t------~----o--0

214415 $ 2000 $ 230000

-~- middotmiddotmiddot middotmiddot -=~~

~r-=~- --1-~~----lr_

1~ 26117 $-

--~-~-1--~---~-~--~~~middot~-~~~-~-~~~~---~~+-~~---lt-~~ --~--~-+--~-----1~-~~--1middot~~~-~~-+-~~~~-~~

25 Reinforcing Steel (Culvert amp Headwalls) 33768 LB $ 163 $ 200 $ 181 $ 6Cl2008 $ 200 $ 6753600

Page 1 of7 NROAOWAYPll020172017513 bull KudzD Road Oliff LWDD L-8 Conal4 middotBid Optnlng and Analysls201753 Bid Tabs

26

ITEM ITEM DESCRIPl10N QTY UNITS UNIT PRICE UNIT PRICE Unit Price J Amount Unit Price Amount

PedestrianBicycleRailing ll 96 LF $ 12038 $ 10000 $ 25448 $ 2443008 $ 12500 $ 1200000 -----middot------+--------- --middotmiddotmiddotmiddotmiddot-middotmiddot------ --------- middot~---r----~middot----tmiddot-

27 Rip Rap (Rubble) FampI Ditch Lining 363 TN

28 Bedding Stone (Sect 530) ----------~------- 242 i TN

3

209 Clean Sand Fill --middot------ -shy - - ----- shy --il~l2105 -~LF~-Storm Sewer Pumping (Exist) (24 or IessXSee SPs) 120

CONTINGENCY ITEMS

___3_1_ _JClass I Concrete (Misc)

32 _ _jChangeable(VariableMessage) Sign (Non-MOT)

33 )Traffic Control Officer (Non-Mon

SUBTOTAL (ROADWAY)

34 Premium for Conflict Condition (See SPs) --middotmiddot ~---------- shy ------ shy

35

36

37

lFlowable Fill i

Subsoil Excavation ___ j middotlt~----middot

IStonn Sewer Cleaning (Exist) (24II or less xsee SPs)

UTILITY ITEMS

38 Remove and Dispose Existing 8 AC Water Main

39 Remove Existing 12 Force Main lt----~-- --middot--+------------shy

SUBTOTAL(ROADWAY)

40 LF

144 LF

$ 11412 $ 7500 $ 6328 $ 2297064 $ 10000 $ 3630000

$ 8860 $ 7500 $ 7526 $ ] 821292 $ 9000 $ 2178000

$$ 32790637 3155- middot-middot- 437310 I $ 2500 $ 531500-$$_____ bulloooo-middot-$$middotmiddotmiddotmiddot---1-02703354 $$ 1288200

$ 58774019

$ 81370 $ 36244 $ 16611 $ 83055

$ 5680 $ 2351 $ 9040 $ 90400

$ 9303 $ 4894 $ 7910 $ 126560

$ 673000 $ 795487 $ 1469000 $ 1469000 ~-~--------- ~-------i--

$ 22882 $ 18645 $ 186450

$ 600 $ 72000

$ 78111400

$ 31soo I$ 187500i

$ 5000 r $ 50000

$ sooo Is 80000 ----+----middotmiddot-----shy

$ 250000 $ 250000

$ 20000 $ 200000

$

$

~ __4_2-9--l----middot-~ --- _3~f-middot---3-middot~--o~-=-6$ 2464185 $ 1189500

$ 12631 $ 2500 $ 28250 I$ 1130000 $ 2000 $

$ 2273 $ 2500 $ 2825 middot1 $ 406800 $ 2000 $ 288000

40 Grout Existing 811 AC Water Main with Flowable Fill 278 LF $ 1304 $ 1000 $ 967 $ 268826 $ 2000 $ 556000 ------~ -middot-------+---- ~ __ -------+---shy

41 8 DuctileironPipeForWaterMaininstallation -----1---2_ss__ j LF $ 7966 _s_____s_o_00___$~ __7_8_89--t-_s___2_o_11695 _s___~500 i-$___2_1_6_1_so_o_

42 1211 DIPPipeForForceMainlnstallation 143 J LF $ 16342 $ 14000 $ 18669 $ 2669667 $ 15000 $ 21450001-------- ~--~-----middot--- middot--r----~---~-- __ t

___4~ -middot __ FampI 8 Ductile kon 45 Degree Fittings wl Reaction Blocking or Thrust Restraint for WM 6 ~ EA $ 56374 $ 80000 S 104517 $ 627102 $ 62500 _$_____3_7_s_o_oo-f

44 FampI12degDuctilelron45DegreeFittingswReactionBJockingorThrustRcstraintforWM 5 j EA $ 153197 $ 100000 $ 334288 $ 1671440 $ 110000 $ 550000 -middot -------f---middotmiddot--------------------------middot-- --shy~middot-middotmiddotmiddot----4_5 ---1F_amp_I_1_2__Du_c_til_middote_h__ __ee_F_ittin__gs_w_l_R_ea_cti_middoto_n_B_Ioc_km_middotg_or_Thrust_R_es_trai_n_t_fo_r_WM -+-____ ~ EEAA $ 165321 $ 100000 $ 3590871 $ 359087 $ 120000 _s_____o_n_9_o_D_egr __ __ l_2_oo_00_

4

46 Furnish Install and Remove Sample Points Complete 2 $ 80625 $ 65000 $ 79001 $ 158002 $ 80000 $ 1600001 1

middot~------~--------~

47 2 Air Release Valve with Manhole for Water Main and Force Main 2 I EA $ 999848 $ 750000 $ 968565 I$ 1937130 $ 1000000 $ 2000000

Pagel of7 NROADWAYPR020172017513 middotKudla Road over LWDD L-8 Canal4- Sid ~nlng and AnalyslsZOJ75JJ Bid Tabs

80000

ITEM ITEM DESCRIPTION J QTY j UNITS UNIT PRICE UNIT PRICE Unit Price Amount Unit Price Amount

i8 11 Gate Valve for Watfl Main r j EA $ 217079 $ 250000 $ 288722 $ 288722 $ 180000 $ 18000048 --------- middotmiddot-shy ------------ ------middot-~----------- -~middot~-W--------1------- ------+-------4--~------J-------1---------1

49 ----+-J__ +811 Gate Valve for Water Main with Manhole and 111 service taps 1_ EEAA $ 442694 $ 800000 $ 353lJ4 $ 353114 $ 500000 $ 500000

50 12 Gate Valve for Force Main j 1 s 375539 $ 350000 s 536275 s 536275 $ 350000 Is_______3_s_o_o_oo_

51 Connect to Existing 811 Water Main -__-middot_middot--------========------1--2middot i EA $ 228692 $ 250000 $ 97934 $ 195868 $ 520000 J-s- 1040000

52 Connect to Existing 12 Force Main 2 I EA $ 622586 $ 250000 $ l73748 $ 347496 $ 1050000 $ 2100000

LS $ 1133811 $ l 000000 $ 904000 -$-----9-04-0-00--$ 300000 $ 300000~-- --53-- middot(Testingandsurvey -----==---------- I -I ( --L-S----t-$---6--ll-2-34-t-$----1-0-00-0-0--10 $ 395500 $ 39550-0-t--$--2-900-00-+--$ 29000054 lAs-builts

SUBTOTAL (UTILITY) $ 1426deg24 $ 13201500

Page3 of7 NROADWAYPR020172011513 - Kudm Road avu LWDD L-8 Conal4 - Bid O~nlng and AnaiyW2017513 Bid Tabs

ITEM 1 ITEM DESCRIPTION I QTY IUNITS Unit Price I Amount Unit Price j Amount

ROADWAY ITEMS

1 7800000

~ ofT_raffi_c_(m--cl-P_ed_es_tri_an_M___ -----~--- -_---~-j--+plusmn- middot-L~S-- -$- =42s~ 1$o_T_)____~-- -middot--- - ___ -middot~middotmiddot 2 30000001 99 00Removal ofExisting Structure 12329900 J 50000003 --middot ---- -----+----------- shy

4 Remova1 Pedestrian Bridge LS $ 17 878 50 $ 1200000 -- --5---- C-l~g and Grubbing - -- --- --middot---------middot I I j- LS $ 572770 $middot- shy

572770 $ 3000000 $ 3000000 ~---------_-- ------- --- middot~---~ _ -middot- -----~--middotr--------1

6 Floating Turbidity Barrier I LS $ 48870 $ 48870 $ 300000 $ 300000 -~---------~~

__7 ____ ReguJarExcavation 96 I CY $ 1180 $ 113280 $ 2300 ___________ 220800 1

_______s_middot__ -IEmbankment (Compacted in Place) _ ll 5 CY $ 3135 $ 360525 $ 800 I$ 92000

9 Optional Base Group 7 __________ __ ~=~1 975 __ ___14_6_sJ~--~---~----~~~~~~ _____ s2_6_s_ooo-_-- t sv_~_s s s_4_o_o+-I_$____ __

- -- ~aveAsphalt concrete (Traffic Level q ___fr__ _ _ _ __ 2 940 j ~ 24~~ __~middot 26~00-jj $$_ ~--~1--~TN~- $$ 7 _7 20 ~$$____ 2332000

e-- 0-- jAsph~c~ Friction Course (l0) (FC-95) Rub~ 67 1 333 00 P 22rJ 1 ___00 30820001 00 460- -1 1

l Mi11ExistingAsphaltPavement(l) 411 SY $ 2775 $ II40525 $ 5000 __$___20_5_5_0-00shy

13 Adjust Valve Boxes EA $ 39965 I$ 39965 $ 28000 $ 28000

middot---1-4middotmiddot~ AdjustManhole --- -------~--middot EA $ 39635 $ 39635 $ 65000 $ middot--middot-6-50-00shymiddot~----middot-middot- I middot-~---------------

783225 $ 3500 $15 ~ConcreteCwbampGutter(Type F) middotmiddot~Z95i LF $ 4=-middot 16 1Conc Sidewalk(4 Thick) SY $ 46 80 $ 697320 $ 7000 $ 1043000

___ 17 _ _J~nc Sidewalk (6 Thick) (Driveways) -~-- - -- -- - ~~- f SY $ 5285 $ 628915 $ 7700 $ 916300 --- middot-middot-~--middot---~Sodding bull middot 1-middot 59middot - middotsy $ 1040 $ 622960 $ 750 $ 449250

- 19 Inl~~orum--middot~--Bo-tto_m_)(_T_yp_e_C_)-lt-10---- -middot ---~----middotmiddot--middot--------~ - ---3--- T-EA -~-$--3-99-7-8-0-+--------~-$ ]199340 $ 450000 $ 1350000

1-20----1-In-let-(Curbmiddot--)-(P--5-)-lt-10_1____________________________r _ -- 1~ -i-middot $~- 21911s 650000 s 6soooo

$ 279775 $

1 $ 1~2840 $1~p-~-c_________________________[_ ~-~~-_ _~_00_00__]~-~~-- -s_~~-~=~=~=~======~=~-~-~~2-_s-00_~_0~$---~~-2-~-s_oo_1 2 1 2 $ 68915 $ 023 ConcretePipe_Cul_vert_(_1_8_)__________ -~---middotmiddot---------+1

___1_s1__ LF $ 4975 $ 751225 $ 6300 j 951300

24 ClasslVConcrete(CulvertampHeadwalls) 1477 CY $ 162800 $ 24045560 $ J90000 $ 28063000 -~-~~-t--------t-----~-r--------1

25 Reinforcing Steel (Culvat amp Headwalls) 33768 LB $ $ 2363760 $070 200 $ 6753600

Page 4 of7 NROADWAYPR02D72DJ75J3- Kudza Road over LWOO L-8 Conaij4 - Bfrl Op ming and Anaysb20J 7513 Bid Tabs

ITEM ITEM DESCRIPTION I QTY UNITS Unit Price j Amount Unit Price r Amount

26 jPedestrianBicycle Railing 96 LF $ 9890 I$ 949440 $ 315 $ 30240

~- Bid~~)DltchLining ~ I~ =~~ ~ -shy middot29-~ Clean Sand Fill 215 CY $ 4335 $ 932025 $ 3000 $ middot 645000

---~3o 1

Stomi SewerPumpingExist)(24orlessXSeeSPs) -1middot--120 LF $ 4751 S 57000 $ 3000 $middot--middot- ~---middot middotshy 360000

SUBTOTAL(RO~WAY) $ 75115375 $ 84590990

CONTINGENCY~

31 ICJass I Concrete(Misc) ____ middot-----~ j 5 CY $ 648 95 I $ 324475 $ 190000 $ 950000 - ----------middot middot-middot1____1- ~-----1

__ 32 1 Chang~Je(VariableMessage) Sign (N~~--M_O_T)____ ___1_o______E_D____s___ 2530i$ 25300 S 3000 $ 30000

_ ~_ ITrafficCon~lOffietT(Non-MOT) -middot-----------shy 16 j HR $ 9295 $ 148720 $ _1_5_0_00--1-$---~2_4_~-~ r---34 Premium for Conflict Condition (See SPs) ________1

1middotf-----_-_--_J EA $ 355855 k 355855 $ 300000 S 300000

35 FlowableFill ____________

1

_1

00

0_ ~1middot--c~~YY -- _$s__2_s_s_1s---+i $ 25815~ $ 30000 $ 300000

middot---3-6 subsoil ExcavationI 1

4

2bull

7

9

5

0 f$$middot- ~I2

5

_

7

9_

0

o_bullbull

0

oo_

0

_$$___3_0_o_o-+1_$____3_ooo__oo~ 37 Stmm Sewer Cleaning (Exist) (24 or J~sXSee SPs) -------~middot- 120 I LF __ $ l 3000 I$ 360000

SUBTOTAL (ROADWAY)

UTILITY ITEMS

38 jRemove and Dispose Existing 811 AC- Water Main I I

39 ~ -shy --shy rRemove Existing 12 Force Main

40 Grout Existing 8 AC Water Main wi~~owable FilJ

41 middot]8 Ductile Iron Pipe For Wala Main Installation I 42 12 DIP Pipeor Force Main Installation l

-~---middot-middot--middot

43 FampI 8 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM -i44 FampI 12 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM -middot--shy

-~ 45 middotFampI 12 Ductile Iron 90 Degree Fittings w Reaction Blocking or Thrust Restraint for WM

-46 Furnish Install and Remove Sample Points Comp1ete

-shy47 2 Air Release Valve with Manhole for Water Main and Force Main I

$ 1298500 $ 2480000

40 I LF $ 14275 $

144 LF $ ~-+----6-1-middot-o-o ~- I+shy -w q 278 LF $ 1050 $ 291900 $ 1200 $ 333600I 25651 $

~-r-----~~~~--r-~~---~~

255 LF $ 10075 $

143 LF $ 20200 $

6 EA $ 28480-1 $-~

5 EA $ 90500 I$

I EA $ 91195 I$

94500 l$2 I EA $

2 EA $ 11sos2s 1 $

2~69125 $

2888600 $

170880 $

452500 $

97195 $

2361650 $

5400 $ 1377000

11500 $ 1644500

30000 $ 180000

78000 $ 390000

85000 $ 85000

69000 $ 138000

850000 $ 1700000

Page5 of7 NROADWAYPR020172017513 bull Kudza flood ov~r LWOD L-8 Conal4 middotBid 0plning arid Anaysii20175 Bid Tabt

ITEM ITEM DESCRIPTION QTY j lJNITS UnJtPrfce Amount Unit Price Amount

48 8 GateVaJveforWaterMain _1~-- _$_ 219~_-9_5____$____2bull 19595 $ 180000 _$____1_soo_00_ __4_9_ middot-18Ga~ Valve for Water Main with Manhole ~dPservice taps 1 -~ $ 367660 $ 367660 $ 550000 $ 550000

50 11211 Gate Valve for Force Main 1 II EA -- $ 315880 $ 315880 $ 300000 $ 300000

s1 jeonnect to Ex-isting 8 water M~- ---- -----2----1 --M $ 2 468 35 $ 493610 $ soo oo $ 1000001

_ 52~- - ]Connect to Existing 1 Forc_e_M--am------_______ ---middot-middotmiddotmiddot ____ - - H-middot-- EA $ 11965~95 $ 23931 ~90-bull __$___70-0-00---+--$-~-middot~--1_4_00_o_o_f 53 Testing and Survey 1( 1 LS $ 2781245 $ 2781245 $ 550000 $ 550000

--- 54 jAs-builts -middot ------ --------- ____ I l _L_S_ -$--1-3-09-4-3-5-+-$-- ~middot-13-09-4-35--+-$---4-5-00-00-~middot-$----4-S-OO--oo-

SUBTOTAL (UTILITY) S 1784188~ S 8602900

956~73890

Page 6 of7 NROADWAYPR0201720175U bull Kudza Aoad awr LWDD L-8 canaf4-Bfd Optnfng and Ana~lt2017513 Bid Tab$ bull

THE COUNTY DOES NOT GUARANTEE THE ACCURACY OF THE FORMULAS AND EXTENSIONS USED IN THIS SPREADSHEET ------~middot - -shy ______

r--bullbull middot-middot~ -shyTHE ITEMS AND QUANTITJES ABOVE SHALL GOVERN OVER THE PLANS

-shy _ _ ~--middot~middot - - _ ~-

PAY ITEM FOOTNOTES IN CONSTRUCTION PLANS SHALL ALSO BE INCLUDED IN ITEM UNIT PRICE

Note jPAY ITEM FOOTNOTES

1 All items sha11 include cost to furnish and install un]ess otherwise noted -middot ~ - bull -Tshy ~ _~-- - _--

middot Pennitting agency pre-construction meetings and notices of commencement compliance with stormwater pollution prevention plan and stormwata pollution control plan installation of erosionturbidity 2 controls including silt fences inlet protection inspections and reporting preparation and submittal of construction completion certifications and required record drawings by a professional engjneer andor ]and

bull Isurveyor utility notifications are considaed incidental to mobilization ~----middot - - -- ___

3 -- -1AII costs for Maintenance ofTraffic (MOT) and mobilization sha11 be consideci incidental to and shall b~ included in unit prices -fo~-tb-~ay items -

- )Sawc~t ofexisting aspha~ an~or concrete design~ted for removal per pJans ~oval and relocation ofprivatel~~~~middot~ systems including ~on mailboxes fencing ~ ~emoval and disposal ~-~~~~--shy

middot~areas ofexcess and unsuitable material that may b~ encountered during excavation removal and disposal ofexisting structures per plans is considered incidental to th~bid item clearing and grubbing ~ ____

5 Benn construction swale construction grading re-grading ofroadways driveways canal sections and all other rough and finish grading shall be considered incidental to the bid items Excavation andor Embankmenf

- -shy IDemolition ofexisting m~ri~ge to include all co~po~concrete deck and -~c railings bent caps w~g i1s sheet panels comrete ~ ooncrete -oacb slabs an~ any deadmen anchors P~er -shy

6 disposal ofall bridge debris is considered incidental to bridge demolition -shy middot- shy j1211 co~~~cted subgrade is co~~idered incidental to th~-~~-t ofbaserock constructio - - middot-- --shy -middot - - - shy ----~ -shy -middotmiddot~- middotshy

7

__ ___ ~~- --shy middotshy

8 Prime and tack coats are considered incidental to asphalt construction -- ---shy -shy --middoto-shy

9 Excavation and backfin for structures including cost of any select bedding material that may be nec~sary for a satisfactory installation as directed by Palm Beach County is considaed incid_ental to the cost of the structures

I ---shy -~-middot r

-middot~ - - ----shy - --middot-------shy ---=shy bull - 4 -middot -shy -middot _ -~middot -middot - -IO Wrapping of filter fabric around all pipe joints per FDOT index no 280 and cost ofcoring existing structures for pipe connection is considered incidental to the cost ofthe pipe _ ____

-middot __ _ __ __ __ --middot-middot middot

11 The cost of all anchoring hardware per FDOT index 852 is microicidentaJ to the item Pipe Guiderail (Steel) (FDOT Index 852) -shy

lnie cost of det~~Jewarning surfa~ ~ FDOT index 304 and base compaction is considen)(i incidental to sidewalkpatb~ay ~~ction --shy -~ -shy middotshy -

12 ~------- - -r-middotmiddotmiddot -middot~-~ -shy ___ _4_ -shy

13 The cost offilter fabric is incidental to the item Bedding Stone _ ~--- ~-- _--~- -shy - -middot _

14 Sodding-shall be in aceordancewith section 575 of the general provisions ofthis specification Includes costs for fertilizer and water unti1 final acceptance ~~ ---=---middot~ ~lt--- __ -shy

_ __1s__112 thick no 57 stone foundation and filler fabric is incidental to the bid item Class N Concrete (Cast in Place Headwall) -

__ __ -middot - - middotmiddotshy ---~

16 Contingency items may be increased decreased or deleted as directed by the engineer ----shy _______ ----------shy

--~-----

17 1Changeab1e (Variable)_ Message Sign (Non-MOT) and Traffic Control Officers (Non-MOT) in accordance with General Provisions (Section l 02)

- -middot _ ___ _ ~ -~-

~

Indicates Math Error

Page 7 of7

EXHIBIT B Village of Palm Springs (VPS)

PROJECT NAME Kudza Rd over L WDD L-8 Canal

PROJECTNUMBER 2017513

CONTRACTOR FG Construction LLC

ITEM QUANTITY UNITS UNIT PRICE AMOUNT

13 14

Adjust Valve Boxes Adjust Manhole

Roadway Items for VPS

lEA IEA

$26117 $71755

VPS Utility Subtotal

ITEM QUANTITY I UNITS UNIT PRICE

Roadway Contingency Item for VPS

34 Premium for Conflict Condition (See SPs) lEA $1469000

VPS Contingency Subtotal

ITEM QUANTITY I UNITS UNIT PRICE

$26117 $71755

$97872

AMOUNT

$1469000

$1469000

AMOUNT

VPS Utility Items

38 Remove and Dispose Existing 8 AC Water Main 40LF

39 Remove Existing 12 Force Main

40 Grout Existing 8 AC Water Main with Flowable Fill

41 811 Ductile Iron Pipe For Water Main Installation

42 12 DIP Pipe For Force Main Insta~lation

Continue in page 2

1

144LF

278LF

2551F

143LF

$28250

$2825

$967

$7889

$18669

$1130000

$406800

$268826

$2011695

$2669667

f

Village ofPalm Springs Exhibit B for Kudza Rd over LWDD L-8 Canal Project 2017513

ITEM QUANTITY I UNITS UNIT PRICE AMOUNT

VPS Utility Items

43 FampI 811 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM 6EA

44 FampI 12 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM SEA

45 FampI 12 Ductile Iron 90 Degree Fittings w Reaction Blocking or Thrust Restraint for WM 1 EA

46 Furnish Install and Remove Sample Points Complete 2EA

47 2 Air Release Valve with Manhole for Water Main and Force Main 2EA

48 8 Gate Valve for Water Main 1 EA

49 8 Gate Valve for Water Main with Manhole and 1 service taps lEA

50 12 Gate Valve for Force Main lEA

51 Connect to Existing 8 Water Main 2EA

52 Connect to Existing 12 Force Main 2EA

53 Testing and Survey 1 LS

54 As-builts 1 LS

$104517 $627102

$334288 $1671440

$359087

$79001

$359087

$158002

$968565

$288722

$1937130

$288722

$353114

$536275

$97934

$173748

$904000

$395500

$353114

$536275

$195868

$347496

$904000

$395500

VPS Utility Items Subtotal

Village of Palm Springs Grand Total

Village of Palm Springs Grand Total Plus lOoo Contingency

$14260724

$15827596

~17410356

FROADWAYUTILITY COORDINATION2017513_Kudzaover IA CanalVPS Exhibit Bdoc

2

2020------- shy Page 1 of 1

BOARD OF COUNTY COMMISSIONERS PALM BEACH COUNTY

BUDGET Amendment

FUND Transportation Improvement Fund BGRV 031620-430 BGEX 031620-1131

ACCOUNT NUMBER ACCOUNT NAME ORIGINAL BUDGET

CURRENT BUDGET INCREASE DECREASE

ADJUSTED BUDGET

EXPENDED ENCUMBERED

ASOF 31620

REMAINING BALANCE

REVENUES Kudza Road over LWDD L-8 Canal 3500-361-1520-6948 Utility Relocation Reimbursements 0 0 174104 0 174 104

TOTAL RECEIPTS amp BALANCES

EXPENDITURES Kudza Road over LWDD L-8 Canal 3500-361-1520-8101 Contributions Other Governmental Agencies

TOTAL APPROPRIATIONS amp EXPENDITURES

202361433

0

202361433

195369625

0

195369625

174 104

174 104

174 104

0

0

0

195543729

174 104

195543729

0 174 104

SIGNATURE DATE By Board of County Commissioners At Meeting of ________

Engineering amp Public Works ~hliamptk 1-1)-) IJ__i)

Administration I Budget Approval

OFMB Department - Posted Deputy Clerk to the Board of County Commissioners

Page 17: PROJECT NO. 2017513 · Affirmative Procurement Initiative (API) for Construction: 20% minimum mandatory SBE participation, established for the above-mentioned project, which opened

VILLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

or permitted under state and local law to perform such services

All of COUNlYS 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 VILLAGE and COUNTY recognize their liability for certain tortious acts of its agents officers employees and invitees to the extent and Hmits provided in Section 768281 Florida Statutes To the extent permitted by law the VILLAGE and COUNlY shall indemnify defend and hold the other harmless against any actions claims and damages arising out of the 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 76828 Florida Statutes1 nor shall the same be construed to constitute an agreement by the VILLAGE 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 andor VILLAGE

Section 9 Annual Appropriation

All provisions of this AGREEMENT calling for the expenditure of ad valorem tax money by either the COUNTY or the VILLAGE are subject to annual budgetary funding and should either Party involuntarily fail to fund any of their respective obfigations 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 attorneys fees) associated with the enforcement of the terms andmiddot conditions of this AGREEMENT shall be borne by the respective Parties

4

VILLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

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

All notice to the VILLAGE shall be sent to

Ronald Eyma PE Public Service Director Village of Palm Springs 226 Cypress Lane Palm Springs FL 33461

All notice to the COUNTY shall be sent to

Omelia A Fernandez P E Director Palm Beach County Engineering amp Public Works Roadway Production Division P0 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 Partys right to assert or rely upon any such provisions or rights in that or

any other instance

5

VILLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

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 Section 17 Non~Discrimination

COUNTY and VILLAGE 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 st~tus 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

COUNlY and VILLAGE shall abide by all applicable federal state and local Jaws orders rules and regulations when performing under this AGREEMENT COUNTY and VILLAGE 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 Generals 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

6

VllLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

contract

Section 23 Public Entity Crime Certification

As provided in FS 287132-133 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 FS 287133 (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 VILLAGE 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

VILLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

IN WITNESS WHEREOF the undersigned Parties have executed this AGREEMENT on the day and year first written above

VILLAGE OF PALM SPRINGS

BY~~~~--~---shyBev Smith Mayor

AllEST

Kimberly M Wynn AUTHORITY CLERK

PALM BEACH COUNlY FLORIDA

BY __~----------~~~-shyTanya N McConnell PE Deputy County Engineer

APPROVED AS TO TERMS AND CONDITTONS

BY __~--~~--~--shy(DATE)

APPROVED AS TO FORM APPROVED AS TO FORM AND LEGAL SUFFIOENCY AND LEGAL SUFFIOENa

BY _________ BY~YB~H---~--~~~~~~~shyVIiiage Attorney Assistant County Attorney

FROADWAYUTILI1Y COORDINATION2017513_Kudza over L-8 CanalVPS Construction Agreementdoc

8

ITEM I ITEM DESCRIPTION QTY middot1 UNITS UNIT PRICE UNIT PRICE UnitPrice I Amount Amount

2 I 30000 $ 30000-g= ___ 4_~-_0 _____1_4_00-so-_

SS21 $ S695 $ --8485ss $ 6000 S 894000

6913 $ 6000 I $ 714000 $ 7000 $ 833000

336 $ 791 I$ 473809 $~-~--8-00~+~$ 479200 middot-~----~~-middot-

510705 $ 390442 $ ll71326 $ 3500001~-- 1050000

~~ 200000 ~ 3333 $ 4378 $ 48158 $ S000 $ 55000

~~ s ~oo s ~~~ s 1~00 $

130000 $ 105149 $ lSS30507 $ 200000 $

1510000

29540000

ROADWAY ITEMS

Mobilization

MaintenanceofTraffic(inclPooestrianMOT)

3 Removal ofExisting Structure

2

- dge -middot- ---middot middotshy ~~=mer

=8 1Embankment(C~~P~-~- shy_ --=-=--~_jmucrde~~Cgt

____J_l__ =jh~7deg=~middot~)(FC-95)Rubber 13 AdjustValveBoxes

~1 outtflt (Type F)

16 Cone SidewaJk~(~_-~-middot -~middot ~_ ___

17 Cone Sidewalk (6 Thick)(Driveways)

18 Sodding middot--~----middot~--~middot---middot- ~--middot--middot--~

j LS $ 6820109 $ 5000000 $ 4746000 $

I LS $ 2548795 $ 4ooooo $ 15076461___

I 1 I LS $ 7436225 $ 8000000 $ 6215000 $

middotmiddot--middot-- ------ middotI middot+-+ ~- ~~ 2~~ middot--middot-middot-middot--1--~middotmiddot -middot--middot~-~ 2~2 M

I 115 I CY $ 1950 $ 1289 $ 1865 $

-~--====J__ _-=f --=~- ~ l~ 2 __ 7i-- middotmiddot-~+---~~~---~~-middot-middotmiddot14~ 2 ---4

EA $ 31021 $

5 295 shy

149 SY $ 5844 $

119 SY $ 6496 $

599 SY $ 845 $

19 InletDitchBottom)(TypeC)lt10 --middot~-----------middot--middotmiddot ___ 3 EA $ 397556 $

______-+--~-et-~-urb-middot-~-(P--5-)_lt_10_- --- --------middot- ~=~-------- I =~-i~--__A_-_--_________~ ___

22 A2000PVCPipe(Iin) 11 LF $ 5411 $

___~____eo_n_~--~-middot_e_c_~_~_c_1s_i_________--_-_~------~--~-~-s 16 $

24 ClassNConcrete(CulvaiampHeadwalls) 1477 CY $ 164487 $

39425 $ 26117 $-

4746000 $ 4500000 $ 4500000

1_s_0__ __ 3_5 _ooo_oo_16_4_6-1_s 3_s_oo_o_oo___$____ 6215000 $ 6200000 $ 6200000

--2-~-~---=-middot--~---~=---0----0-+middot---~---~--0-- -----------12_~__-o--t------~----o--0

214415 $ 2000 $ 230000

-~- middotmiddotmiddot middotmiddot -=~~

~r-=~- --1-~~----lr_

1~ 26117 $-

--~-~-1--~---~-~--~~~middot~-~~~-~-~~~~---~~+-~~---lt-~~ --~--~-+--~-----1~-~~--1middot~~~-~~-+-~~~~-~~

25 Reinforcing Steel (Culvert amp Headwalls) 33768 LB $ 163 $ 200 $ 181 $ 6Cl2008 $ 200 $ 6753600

Page 1 of7 NROAOWAYPll020172017513 bull KudzD Road Oliff LWDD L-8 Conal4 middotBid Optnlng and Analysls201753 Bid Tabs

26

ITEM ITEM DESCRIPl10N QTY UNITS UNIT PRICE UNIT PRICE Unit Price J Amount Unit Price Amount

PedestrianBicycleRailing ll 96 LF $ 12038 $ 10000 $ 25448 $ 2443008 $ 12500 $ 1200000 -----middot------+--------- --middotmiddotmiddotmiddotmiddot-middotmiddot------ --------- middot~---r----~middot----tmiddot-

27 Rip Rap (Rubble) FampI Ditch Lining 363 TN

28 Bedding Stone (Sect 530) ----------~------- 242 i TN

3

209 Clean Sand Fill --middot------ -shy - - ----- shy --il~l2105 -~LF~-Storm Sewer Pumping (Exist) (24 or IessXSee SPs) 120

CONTINGENCY ITEMS

___3_1_ _JClass I Concrete (Misc)

32 _ _jChangeable(VariableMessage) Sign (Non-MOT)

33 )Traffic Control Officer (Non-Mon

SUBTOTAL (ROADWAY)

34 Premium for Conflict Condition (See SPs) --middotmiddot ~---------- shy ------ shy

35

36

37

lFlowable Fill i

Subsoil Excavation ___ j middotlt~----middot

IStonn Sewer Cleaning (Exist) (24II or less xsee SPs)

UTILITY ITEMS

38 Remove and Dispose Existing 8 AC Water Main

39 Remove Existing 12 Force Main lt----~-- --middot--+------------shy

SUBTOTAL(ROADWAY)

40 LF

144 LF

$ 11412 $ 7500 $ 6328 $ 2297064 $ 10000 $ 3630000

$ 8860 $ 7500 $ 7526 $ ] 821292 $ 9000 $ 2178000

$$ 32790637 3155- middot-middot- 437310 I $ 2500 $ 531500-$$_____ bulloooo-middot-$$middotmiddotmiddotmiddot---1-02703354 $$ 1288200

$ 58774019

$ 81370 $ 36244 $ 16611 $ 83055

$ 5680 $ 2351 $ 9040 $ 90400

$ 9303 $ 4894 $ 7910 $ 126560

$ 673000 $ 795487 $ 1469000 $ 1469000 ~-~--------- ~-------i--

$ 22882 $ 18645 $ 186450

$ 600 $ 72000

$ 78111400

$ 31soo I$ 187500i

$ 5000 r $ 50000

$ sooo Is 80000 ----+----middotmiddot-----shy

$ 250000 $ 250000

$ 20000 $ 200000

$

$

~ __4_2-9--l----middot-~ --- _3~f-middot---3-middot~--o~-=-6$ 2464185 $ 1189500

$ 12631 $ 2500 $ 28250 I$ 1130000 $ 2000 $

$ 2273 $ 2500 $ 2825 middot1 $ 406800 $ 2000 $ 288000

40 Grout Existing 811 AC Water Main with Flowable Fill 278 LF $ 1304 $ 1000 $ 967 $ 268826 $ 2000 $ 556000 ------~ -middot-------+---- ~ __ -------+---shy

41 8 DuctileironPipeForWaterMaininstallation -----1---2_ss__ j LF $ 7966 _s_____s_o_00___$~ __7_8_89--t-_s___2_o_11695 _s___~500 i-$___2_1_6_1_so_o_

42 1211 DIPPipeForForceMainlnstallation 143 J LF $ 16342 $ 14000 $ 18669 $ 2669667 $ 15000 $ 21450001-------- ~--~-----middot--- middot--r----~---~-- __ t

___4~ -middot __ FampI 8 Ductile kon 45 Degree Fittings wl Reaction Blocking or Thrust Restraint for WM 6 ~ EA $ 56374 $ 80000 S 104517 $ 627102 $ 62500 _$_____3_7_s_o_oo-f

44 FampI12degDuctilelron45DegreeFittingswReactionBJockingorThrustRcstraintforWM 5 j EA $ 153197 $ 100000 $ 334288 $ 1671440 $ 110000 $ 550000 -middot -------f---middotmiddot--------------------------middot-- --shy~middot-middotmiddotmiddot----4_5 ---1F_amp_I_1_2__Du_c_til_middote_h__ __ee_F_ittin__gs_w_l_R_ea_cti_middoto_n_B_Ioc_km_middotg_or_Thrust_R_es_trai_n_t_fo_r_WM -+-____ ~ EEAA $ 165321 $ 100000 $ 3590871 $ 359087 $ 120000 _s_____o_n_9_o_D_egr __ __ l_2_oo_00_

4

46 Furnish Install and Remove Sample Points Complete 2 $ 80625 $ 65000 $ 79001 $ 158002 $ 80000 $ 1600001 1

middot~------~--------~

47 2 Air Release Valve with Manhole for Water Main and Force Main 2 I EA $ 999848 $ 750000 $ 968565 I$ 1937130 $ 1000000 $ 2000000

Pagel of7 NROADWAYPR020172017513 middotKudla Road over LWDD L-8 Canal4- Sid ~nlng and AnalyslsZOJ75JJ Bid Tabs

80000

ITEM ITEM DESCRIPTION J QTY j UNITS UNIT PRICE UNIT PRICE Unit Price Amount Unit Price Amount

i8 11 Gate Valve for Watfl Main r j EA $ 217079 $ 250000 $ 288722 $ 288722 $ 180000 $ 18000048 --------- middotmiddot-shy ------------ ------middot-~----------- -~middot~-W--------1------- ------+-------4--~------J-------1---------1

49 ----+-J__ +811 Gate Valve for Water Main with Manhole and 111 service taps 1_ EEAA $ 442694 $ 800000 $ 353lJ4 $ 353114 $ 500000 $ 500000

50 12 Gate Valve for Force Main j 1 s 375539 $ 350000 s 536275 s 536275 $ 350000 Is_______3_s_o_o_oo_

51 Connect to Existing 811 Water Main -__-middot_middot--------========------1--2middot i EA $ 228692 $ 250000 $ 97934 $ 195868 $ 520000 J-s- 1040000

52 Connect to Existing 12 Force Main 2 I EA $ 622586 $ 250000 $ l73748 $ 347496 $ 1050000 $ 2100000

LS $ 1133811 $ l 000000 $ 904000 -$-----9-04-0-00--$ 300000 $ 300000~-- --53-- middot(Testingandsurvey -----==---------- I -I ( --L-S----t-$---6--ll-2-34-t-$----1-0-00-0-0--10 $ 395500 $ 39550-0-t--$--2-900-00-+--$ 29000054 lAs-builts

SUBTOTAL (UTILITY) $ 1426deg24 $ 13201500

Page3 of7 NROADWAYPR020172011513 - Kudm Road avu LWDD L-8 Conal4 - Bid O~nlng and AnaiyW2017513 Bid Tabs

ITEM 1 ITEM DESCRIPTION I QTY IUNITS Unit Price I Amount Unit Price j Amount

ROADWAY ITEMS

1 7800000

~ ofT_raffi_c_(m--cl-P_ed_es_tri_an_M___ -----~--- -_---~-j--+plusmn- middot-L~S-- -$- =42s~ 1$o_T_)____~-- -middot--- - ___ -middot~middotmiddot 2 30000001 99 00Removal ofExisting Structure 12329900 J 50000003 --middot ---- -----+----------- shy

4 Remova1 Pedestrian Bridge LS $ 17 878 50 $ 1200000 -- --5---- C-l~g and Grubbing - -- --- --middot---------middot I I j- LS $ 572770 $middot- shy

572770 $ 3000000 $ 3000000 ~---------_-- ------- --- middot~---~ _ -middot- -----~--middotr--------1

6 Floating Turbidity Barrier I LS $ 48870 $ 48870 $ 300000 $ 300000 -~---------~~

__7 ____ ReguJarExcavation 96 I CY $ 1180 $ 113280 $ 2300 ___________ 220800 1

_______s_middot__ -IEmbankment (Compacted in Place) _ ll 5 CY $ 3135 $ 360525 $ 800 I$ 92000

9 Optional Base Group 7 __________ __ ~=~1 975 __ ___14_6_sJ~--~---~----~~~~~~ _____ s2_6_s_ooo-_-- t sv_~_s s s_4_o_o+-I_$____ __

- -- ~aveAsphalt concrete (Traffic Level q ___fr__ _ _ _ __ 2 940 j ~ 24~~ __~middot 26~00-jj $$_ ~--~1--~TN~- $$ 7 _7 20 ~$$____ 2332000

e-- 0-- jAsph~c~ Friction Course (l0) (FC-95) Rub~ 67 1 333 00 P 22rJ 1 ___00 30820001 00 460- -1 1

l Mi11ExistingAsphaltPavement(l) 411 SY $ 2775 $ II40525 $ 5000 __$___20_5_5_0-00shy

13 Adjust Valve Boxes EA $ 39965 I$ 39965 $ 28000 $ 28000

middot---1-4middotmiddot~ AdjustManhole --- -------~--middot EA $ 39635 $ 39635 $ 65000 $ middot--middot-6-50-00shymiddot~----middot-middot- I middot-~---------------

783225 $ 3500 $15 ~ConcreteCwbampGutter(Type F) middotmiddot~Z95i LF $ 4=-middot 16 1Conc Sidewalk(4 Thick) SY $ 46 80 $ 697320 $ 7000 $ 1043000

___ 17 _ _J~nc Sidewalk (6 Thick) (Driveways) -~-- - -- -- - ~~- f SY $ 5285 $ 628915 $ 7700 $ 916300 --- middot-middot-~--middot---~Sodding bull middot 1-middot 59middot - middotsy $ 1040 $ 622960 $ 750 $ 449250

- 19 Inl~~orum--middot~--Bo-tto_m_)(_T_yp_e_C_)-lt-10---- -middot ---~----middotmiddot--middot--------~ - ---3--- T-EA -~-$--3-99-7-8-0-+--------~-$ ]199340 $ 450000 $ 1350000

1-20----1-In-let-(Curbmiddot--)-(P--5-)-lt-10_1____________________________r _ -- 1~ -i-middot $~- 21911s 650000 s 6soooo

$ 279775 $

1 $ 1~2840 $1~p-~-c_________________________[_ ~-~~-_ _~_00_00__]~-~~-- -s_~~-~=~=~=~======~=~-~-~~2-_s-00_~_0~$---~~-2-~-s_oo_1 2 1 2 $ 68915 $ 023 ConcretePipe_Cul_vert_(_1_8_)__________ -~---middotmiddot---------+1

___1_s1__ LF $ 4975 $ 751225 $ 6300 j 951300

24 ClasslVConcrete(CulvertampHeadwalls) 1477 CY $ 162800 $ 24045560 $ J90000 $ 28063000 -~-~~-t--------t-----~-r--------1

25 Reinforcing Steel (Culvat amp Headwalls) 33768 LB $ $ 2363760 $070 200 $ 6753600

Page 4 of7 NROADWAYPR02D72DJ75J3- Kudza Road over LWOO L-8 Conaij4 - Bfrl Op ming and Anaysb20J 7513 Bid Tabs

ITEM ITEM DESCRIPTION I QTY UNITS Unit Price j Amount Unit Price r Amount

26 jPedestrianBicycle Railing 96 LF $ 9890 I$ 949440 $ 315 $ 30240

~- Bid~~)DltchLining ~ I~ =~~ ~ -shy middot29-~ Clean Sand Fill 215 CY $ 4335 $ 932025 $ 3000 $ middot 645000

---~3o 1

Stomi SewerPumpingExist)(24orlessXSeeSPs) -1middot--120 LF $ 4751 S 57000 $ 3000 $middot--middot- ~---middot middotshy 360000

SUBTOTAL(RO~WAY) $ 75115375 $ 84590990

CONTINGENCY~

31 ICJass I Concrete(Misc) ____ middot-----~ j 5 CY $ 648 95 I $ 324475 $ 190000 $ 950000 - ----------middot middot-middot1____1- ~-----1

__ 32 1 Chang~Je(VariableMessage) Sign (N~~--M_O_T)____ ___1_o______E_D____s___ 2530i$ 25300 S 3000 $ 30000

_ ~_ ITrafficCon~lOffietT(Non-MOT) -middot-----------shy 16 j HR $ 9295 $ 148720 $ _1_5_0_00--1-$---~2_4_~-~ r---34 Premium for Conflict Condition (See SPs) ________1

1middotf-----_-_--_J EA $ 355855 k 355855 $ 300000 S 300000

35 FlowableFill ____________

1

_1

00

0_ ~1middot--c~~YY -- _$s__2_s_s_1s---+i $ 25815~ $ 30000 $ 300000

middot---3-6 subsoil ExcavationI 1

4

2bull

7

9

5

0 f$$middot- ~I2

5

_

7

9_

0

o_bullbull

0

oo_

0

_$$___3_0_o_o-+1_$____3_ooo__oo~ 37 Stmm Sewer Cleaning (Exist) (24 or J~sXSee SPs) -------~middot- 120 I LF __ $ l 3000 I$ 360000

SUBTOTAL (ROADWAY)

UTILITY ITEMS

38 jRemove and Dispose Existing 811 AC- Water Main I I

39 ~ -shy --shy rRemove Existing 12 Force Main

40 Grout Existing 8 AC Water Main wi~~owable FilJ

41 middot]8 Ductile Iron Pipe For Wala Main Installation I 42 12 DIP Pipeor Force Main Installation l

-~---middot-middot--middot

43 FampI 8 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM -i44 FampI 12 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM -middot--shy

-~ 45 middotFampI 12 Ductile Iron 90 Degree Fittings w Reaction Blocking or Thrust Restraint for WM

-46 Furnish Install and Remove Sample Points Comp1ete

-shy47 2 Air Release Valve with Manhole for Water Main and Force Main I

$ 1298500 $ 2480000

40 I LF $ 14275 $

144 LF $ ~-+----6-1-middot-o-o ~- I+shy -w q 278 LF $ 1050 $ 291900 $ 1200 $ 333600I 25651 $

~-r-----~~~~--r-~~---~~

255 LF $ 10075 $

143 LF $ 20200 $

6 EA $ 28480-1 $-~

5 EA $ 90500 I$

I EA $ 91195 I$

94500 l$2 I EA $

2 EA $ 11sos2s 1 $

2~69125 $

2888600 $

170880 $

452500 $

97195 $

2361650 $

5400 $ 1377000

11500 $ 1644500

30000 $ 180000

78000 $ 390000

85000 $ 85000

69000 $ 138000

850000 $ 1700000

Page5 of7 NROADWAYPR020172017513 bull Kudza flood ov~r LWOD L-8 Conal4 middotBid 0plning arid Anaysii20175 Bid Tabt

ITEM ITEM DESCRIPTION QTY j lJNITS UnJtPrfce Amount Unit Price Amount

48 8 GateVaJveforWaterMain _1~-- _$_ 219~_-9_5____$____2bull 19595 $ 180000 _$____1_soo_00_ __4_9_ middot-18Ga~ Valve for Water Main with Manhole ~dPservice taps 1 -~ $ 367660 $ 367660 $ 550000 $ 550000

50 11211 Gate Valve for Force Main 1 II EA -- $ 315880 $ 315880 $ 300000 $ 300000

s1 jeonnect to Ex-isting 8 water M~- ---- -----2----1 --M $ 2 468 35 $ 493610 $ soo oo $ 1000001

_ 52~- - ]Connect to Existing 1 Forc_e_M--am------_______ ---middot-middotmiddotmiddot ____ - - H-middot-- EA $ 11965~95 $ 23931 ~90-bull __$___70-0-00---+--$-~-middot~--1_4_00_o_o_f 53 Testing and Survey 1( 1 LS $ 2781245 $ 2781245 $ 550000 $ 550000

--- 54 jAs-builts -middot ------ --------- ____ I l _L_S_ -$--1-3-09-4-3-5-+-$-- ~middot-13-09-4-35--+-$---4-5-00-00-~middot-$----4-S-OO--oo-

SUBTOTAL (UTILITY) S 1784188~ S 8602900

956~73890

Page 6 of7 NROADWAYPR0201720175U bull Kudza Aoad awr LWDD L-8 canaf4-Bfd Optnfng and Ana~lt2017513 Bid Tab$ bull

THE COUNTY DOES NOT GUARANTEE THE ACCURACY OF THE FORMULAS AND EXTENSIONS USED IN THIS SPREADSHEET ------~middot - -shy ______

r--bullbull middot-middot~ -shyTHE ITEMS AND QUANTITJES ABOVE SHALL GOVERN OVER THE PLANS

-shy _ _ ~--middot~middot - - _ ~-

PAY ITEM FOOTNOTES IN CONSTRUCTION PLANS SHALL ALSO BE INCLUDED IN ITEM UNIT PRICE

Note jPAY ITEM FOOTNOTES

1 All items sha11 include cost to furnish and install un]ess otherwise noted -middot ~ - bull -Tshy ~ _~-- - _--

middot Pennitting agency pre-construction meetings and notices of commencement compliance with stormwater pollution prevention plan and stormwata pollution control plan installation of erosionturbidity 2 controls including silt fences inlet protection inspections and reporting preparation and submittal of construction completion certifications and required record drawings by a professional engjneer andor ]and

bull Isurveyor utility notifications are considaed incidental to mobilization ~----middot - - -- ___

3 -- -1AII costs for Maintenance ofTraffic (MOT) and mobilization sha11 be consideci incidental to and shall b~ included in unit prices -fo~-tb-~ay items -

- )Sawc~t ofexisting aspha~ an~or concrete design~ted for removal per pJans ~oval and relocation ofprivatel~~~~middot~ systems including ~on mailboxes fencing ~ ~emoval and disposal ~-~~~~--shy

middot~areas ofexcess and unsuitable material that may b~ encountered during excavation removal and disposal ofexisting structures per plans is considered incidental to th~bid item clearing and grubbing ~ ____

5 Benn construction swale construction grading re-grading ofroadways driveways canal sections and all other rough and finish grading shall be considered incidental to the bid items Excavation andor Embankmenf

- -shy IDemolition ofexisting m~ri~ge to include all co~po~concrete deck and -~c railings bent caps w~g i1s sheet panels comrete ~ ooncrete -oacb slabs an~ any deadmen anchors P~er -shy

6 disposal ofall bridge debris is considered incidental to bridge demolition -shy middot- shy j1211 co~~~cted subgrade is co~~idered incidental to th~-~~-t ofbaserock constructio - - middot-- --shy -middot - - - shy ----~ -shy -middotmiddot~- middotshy

7

__ ___ ~~- --shy middotshy

8 Prime and tack coats are considered incidental to asphalt construction -- ---shy -shy --middoto-shy

9 Excavation and backfin for structures including cost of any select bedding material that may be nec~sary for a satisfactory installation as directed by Palm Beach County is considaed incid_ental to the cost of the structures

I ---shy -~-middot r

-middot~ - - ----shy - --middot-------shy ---=shy bull - 4 -middot -shy -middot _ -~middot -middot - -IO Wrapping of filter fabric around all pipe joints per FDOT index no 280 and cost ofcoring existing structures for pipe connection is considered incidental to the cost ofthe pipe _ ____

-middot __ _ __ __ __ --middot-middot middot

11 The cost of all anchoring hardware per FDOT index 852 is microicidentaJ to the item Pipe Guiderail (Steel) (FDOT Index 852) -shy

lnie cost of det~~Jewarning surfa~ ~ FDOT index 304 and base compaction is considen)(i incidental to sidewalkpatb~ay ~~ction --shy -~ -shy middotshy -

12 ~------- - -r-middotmiddotmiddot -middot~-~ -shy ___ _4_ -shy

13 The cost offilter fabric is incidental to the item Bedding Stone _ ~--- ~-- _--~- -shy - -middot _

14 Sodding-shall be in aceordancewith section 575 of the general provisions ofthis specification Includes costs for fertilizer and water unti1 final acceptance ~~ ---=---middot~ ~lt--- __ -shy

_ __1s__112 thick no 57 stone foundation and filler fabric is incidental to the bid item Class N Concrete (Cast in Place Headwall) -

__ __ -middot - - middotmiddotshy ---~

16 Contingency items may be increased decreased or deleted as directed by the engineer ----shy _______ ----------shy

--~-----

17 1Changeab1e (Variable)_ Message Sign (Non-MOT) and Traffic Control Officers (Non-MOT) in accordance with General Provisions (Section l 02)

- -middot _ ___ _ ~ -~-

~

Indicates Math Error

Page 7 of7

EXHIBIT B Village of Palm Springs (VPS)

PROJECT NAME Kudza Rd over L WDD L-8 Canal

PROJECTNUMBER 2017513

CONTRACTOR FG Construction LLC

ITEM QUANTITY UNITS UNIT PRICE AMOUNT

13 14

Adjust Valve Boxes Adjust Manhole

Roadway Items for VPS

lEA IEA

$26117 $71755

VPS Utility Subtotal

ITEM QUANTITY I UNITS UNIT PRICE

Roadway Contingency Item for VPS

34 Premium for Conflict Condition (See SPs) lEA $1469000

VPS Contingency Subtotal

ITEM QUANTITY I UNITS UNIT PRICE

$26117 $71755

$97872

AMOUNT

$1469000

$1469000

AMOUNT

VPS Utility Items

38 Remove and Dispose Existing 8 AC Water Main 40LF

39 Remove Existing 12 Force Main

40 Grout Existing 8 AC Water Main with Flowable Fill

41 811 Ductile Iron Pipe For Water Main Installation

42 12 DIP Pipe For Force Main Insta~lation

Continue in page 2

1

144LF

278LF

2551F

143LF

$28250

$2825

$967

$7889

$18669

$1130000

$406800

$268826

$2011695

$2669667

f

Village ofPalm Springs Exhibit B for Kudza Rd over LWDD L-8 Canal Project 2017513

ITEM QUANTITY I UNITS UNIT PRICE AMOUNT

VPS Utility Items

43 FampI 811 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM 6EA

44 FampI 12 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM SEA

45 FampI 12 Ductile Iron 90 Degree Fittings w Reaction Blocking or Thrust Restraint for WM 1 EA

46 Furnish Install and Remove Sample Points Complete 2EA

47 2 Air Release Valve with Manhole for Water Main and Force Main 2EA

48 8 Gate Valve for Water Main 1 EA

49 8 Gate Valve for Water Main with Manhole and 1 service taps lEA

50 12 Gate Valve for Force Main lEA

51 Connect to Existing 8 Water Main 2EA

52 Connect to Existing 12 Force Main 2EA

53 Testing and Survey 1 LS

54 As-builts 1 LS

$104517 $627102

$334288 $1671440

$359087

$79001

$359087

$158002

$968565

$288722

$1937130

$288722

$353114

$536275

$97934

$173748

$904000

$395500

$353114

$536275

$195868

$347496

$904000

$395500

VPS Utility Items Subtotal

Village of Palm Springs Grand Total

Village of Palm Springs Grand Total Plus lOoo Contingency

$14260724

$15827596

~17410356

FROADWAYUTILITY COORDINATION2017513_Kudzaover IA CanalVPS Exhibit Bdoc

2

2020------- shy Page 1 of 1

BOARD OF COUNTY COMMISSIONERS PALM BEACH COUNTY

BUDGET Amendment

FUND Transportation Improvement Fund BGRV 031620-430 BGEX 031620-1131

ACCOUNT NUMBER ACCOUNT NAME ORIGINAL BUDGET

CURRENT BUDGET INCREASE DECREASE

ADJUSTED BUDGET

EXPENDED ENCUMBERED

ASOF 31620

REMAINING BALANCE

REVENUES Kudza Road over LWDD L-8 Canal 3500-361-1520-6948 Utility Relocation Reimbursements 0 0 174104 0 174 104

TOTAL RECEIPTS amp BALANCES

EXPENDITURES Kudza Road over LWDD L-8 Canal 3500-361-1520-8101 Contributions Other Governmental Agencies

TOTAL APPROPRIATIONS amp EXPENDITURES

202361433

0

202361433

195369625

0

195369625

174 104

174 104

174 104

0

0

0

195543729

174 104

195543729

0 174 104

SIGNATURE DATE By Board of County Commissioners At Meeting of ________

Engineering amp Public Works ~hliamptk 1-1)-) IJ__i)

Administration I Budget Approval

OFMB Department - Posted Deputy Clerk to the Board of County Commissioners

Page 18: PROJECT NO. 2017513 · Affirmative Procurement Initiative (API) for Construction: 20% minimum mandatory SBE participation, established for the above-mentioned project, which opened

VILLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

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

All notice to the VILLAGE shall be sent to

Ronald Eyma PE Public Service Director Village of Palm Springs 226 Cypress Lane Palm Springs FL 33461

All notice to the COUNTY shall be sent to

Omelia A Fernandez P E Director Palm Beach County Engineering amp Public Works Roadway Production Division P0 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 Partys right to assert or rely upon any such provisions or rights in that or

any other instance

5

VILLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

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 Section 17 Non~Discrimination

COUNTY and VILLAGE 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 st~tus 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

COUNlY and VILLAGE shall abide by all applicable federal state and local Jaws orders rules and regulations when performing under this AGREEMENT COUNTY and VILLAGE 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 Generals 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

6

VllLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

contract

Section 23 Public Entity Crime Certification

As provided in FS 287132-133 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 FS 287133 (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 VILLAGE 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

VILLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

IN WITNESS WHEREOF the undersigned Parties have executed this AGREEMENT on the day and year first written above

VILLAGE OF PALM SPRINGS

BY~~~~--~---shyBev Smith Mayor

AllEST

Kimberly M Wynn AUTHORITY CLERK

PALM BEACH COUNlY FLORIDA

BY __~----------~~~-shyTanya N McConnell PE Deputy County Engineer

APPROVED AS TO TERMS AND CONDITTONS

BY __~--~~--~--shy(DATE)

APPROVED AS TO FORM APPROVED AS TO FORM AND LEGAL SUFFIOENCY AND LEGAL SUFFIOENa

BY _________ BY~YB~H---~--~~~~~~~shyVIiiage Attorney Assistant County Attorney

FROADWAYUTILI1Y COORDINATION2017513_Kudza over L-8 CanalVPS Construction Agreementdoc

8

ITEM I ITEM DESCRIPTION QTY middot1 UNITS UNIT PRICE UNIT PRICE UnitPrice I Amount Amount

2 I 30000 $ 30000-g= ___ 4_~-_0 _____1_4_00-so-_

SS21 $ S695 $ --8485ss $ 6000 S 894000

6913 $ 6000 I $ 714000 $ 7000 $ 833000

336 $ 791 I$ 473809 $~-~--8-00~+~$ 479200 middot-~----~~-middot-

510705 $ 390442 $ ll71326 $ 3500001~-- 1050000

~~ 200000 ~ 3333 $ 4378 $ 48158 $ S000 $ 55000

~~ s ~oo s ~~~ s 1~00 $

130000 $ 105149 $ lSS30507 $ 200000 $

1510000

29540000

ROADWAY ITEMS

Mobilization

MaintenanceofTraffic(inclPooestrianMOT)

3 Removal ofExisting Structure

2

- dge -middot- ---middot middotshy ~~=mer

=8 1Embankment(C~~P~-~- shy_ --=-=--~_jmucrde~~Cgt

____J_l__ =jh~7deg=~middot~)(FC-95)Rubber 13 AdjustValveBoxes

~1 outtflt (Type F)

16 Cone SidewaJk~(~_-~-middot -~middot ~_ ___

17 Cone Sidewalk (6 Thick)(Driveways)

18 Sodding middot--~----middot~--~middot---middot- ~--middot--middot--~

j LS $ 6820109 $ 5000000 $ 4746000 $

I LS $ 2548795 $ 4ooooo $ 15076461___

I 1 I LS $ 7436225 $ 8000000 $ 6215000 $

middotmiddot--middot-- ------ middotI middot+-+ ~- ~~ 2~~ middot--middot-middot-middot--1--~middotmiddot -middot--middot~-~ 2~2 M

I 115 I CY $ 1950 $ 1289 $ 1865 $

-~--====J__ _-=f --=~- ~ l~ 2 __ 7i-- middotmiddot-~+---~~~---~~-middot-middotmiddot14~ 2 ---4

EA $ 31021 $

5 295 shy

149 SY $ 5844 $

119 SY $ 6496 $

599 SY $ 845 $

19 InletDitchBottom)(TypeC)lt10 --middot~-----------middot--middotmiddot ___ 3 EA $ 397556 $

______-+--~-et-~-urb-middot-~-(P--5-)_lt_10_- --- --------middot- ~=~-------- I =~-i~--__A_-_--_________~ ___

22 A2000PVCPipe(Iin) 11 LF $ 5411 $

___~____eo_n_~--~-middot_e_c_~_~_c_1s_i_________--_-_~------~--~-~-s 16 $

24 ClassNConcrete(CulvaiampHeadwalls) 1477 CY $ 164487 $

39425 $ 26117 $-

4746000 $ 4500000 $ 4500000

1_s_0__ __ 3_5 _ooo_oo_16_4_6-1_s 3_s_oo_o_oo___$____ 6215000 $ 6200000 $ 6200000

--2-~-~---=-middot--~---~=---0----0-+middot---~---~--0-- -----------12_~__-o--t------~----o--0

214415 $ 2000 $ 230000

-~- middotmiddotmiddot middotmiddot -=~~

~r-=~- --1-~~----lr_

1~ 26117 $-

--~-~-1--~---~-~--~~~middot~-~~~-~-~~~~---~~+-~~---lt-~~ --~--~-+--~-----1~-~~--1middot~~~-~~-+-~~~~-~~

25 Reinforcing Steel (Culvert amp Headwalls) 33768 LB $ 163 $ 200 $ 181 $ 6Cl2008 $ 200 $ 6753600

Page 1 of7 NROAOWAYPll020172017513 bull KudzD Road Oliff LWDD L-8 Conal4 middotBid Optnlng and Analysls201753 Bid Tabs

26

ITEM ITEM DESCRIPl10N QTY UNITS UNIT PRICE UNIT PRICE Unit Price J Amount Unit Price Amount

PedestrianBicycleRailing ll 96 LF $ 12038 $ 10000 $ 25448 $ 2443008 $ 12500 $ 1200000 -----middot------+--------- --middotmiddotmiddotmiddotmiddot-middotmiddot------ --------- middot~---r----~middot----tmiddot-

27 Rip Rap (Rubble) FampI Ditch Lining 363 TN

28 Bedding Stone (Sect 530) ----------~------- 242 i TN

3

209 Clean Sand Fill --middot------ -shy - - ----- shy --il~l2105 -~LF~-Storm Sewer Pumping (Exist) (24 or IessXSee SPs) 120

CONTINGENCY ITEMS

___3_1_ _JClass I Concrete (Misc)

32 _ _jChangeable(VariableMessage) Sign (Non-MOT)

33 )Traffic Control Officer (Non-Mon

SUBTOTAL (ROADWAY)

34 Premium for Conflict Condition (See SPs) --middotmiddot ~---------- shy ------ shy

35

36

37

lFlowable Fill i

Subsoil Excavation ___ j middotlt~----middot

IStonn Sewer Cleaning (Exist) (24II or less xsee SPs)

UTILITY ITEMS

38 Remove and Dispose Existing 8 AC Water Main

39 Remove Existing 12 Force Main lt----~-- --middot--+------------shy

SUBTOTAL(ROADWAY)

40 LF

144 LF

$ 11412 $ 7500 $ 6328 $ 2297064 $ 10000 $ 3630000

$ 8860 $ 7500 $ 7526 $ ] 821292 $ 9000 $ 2178000

$$ 32790637 3155- middot-middot- 437310 I $ 2500 $ 531500-$$_____ bulloooo-middot-$$middotmiddotmiddotmiddot---1-02703354 $$ 1288200

$ 58774019

$ 81370 $ 36244 $ 16611 $ 83055

$ 5680 $ 2351 $ 9040 $ 90400

$ 9303 $ 4894 $ 7910 $ 126560

$ 673000 $ 795487 $ 1469000 $ 1469000 ~-~--------- ~-------i--

$ 22882 $ 18645 $ 186450

$ 600 $ 72000

$ 78111400

$ 31soo I$ 187500i

$ 5000 r $ 50000

$ sooo Is 80000 ----+----middotmiddot-----shy

$ 250000 $ 250000

$ 20000 $ 200000

$

$

~ __4_2-9--l----middot-~ --- _3~f-middot---3-middot~--o~-=-6$ 2464185 $ 1189500

$ 12631 $ 2500 $ 28250 I$ 1130000 $ 2000 $

$ 2273 $ 2500 $ 2825 middot1 $ 406800 $ 2000 $ 288000

40 Grout Existing 811 AC Water Main with Flowable Fill 278 LF $ 1304 $ 1000 $ 967 $ 268826 $ 2000 $ 556000 ------~ -middot-------+---- ~ __ -------+---shy

41 8 DuctileironPipeForWaterMaininstallation -----1---2_ss__ j LF $ 7966 _s_____s_o_00___$~ __7_8_89--t-_s___2_o_11695 _s___~500 i-$___2_1_6_1_so_o_

42 1211 DIPPipeForForceMainlnstallation 143 J LF $ 16342 $ 14000 $ 18669 $ 2669667 $ 15000 $ 21450001-------- ~--~-----middot--- middot--r----~---~-- __ t

___4~ -middot __ FampI 8 Ductile kon 45 Degree Fittings wl Reaction Blocking or Thrust Restraint for WM 6 ~ EA $ 56374 $ 80000 S 104517 $ 627102 $ 62500 _$_____3_7_s_o_oo-f

44 FampI12degDuctilelron45DegreeFittingswReactionBJockingorThrustRcstraintforWM 5 j EA $ 153197 $ 100000 $ 334288 $ 1671440 $ 110000 $ 550000 -middot -------f---middotmiddot--------------------------middot-- --shy~middot-middotmiddotmiddot----4_5 ---1F_amp_I_1_2__Du_c_til_middote_h__ __ee_F_ittin__gs_w_l_R_ea_cti_middoto_n_B_Ioc_km_middotg_or_Thrust_R_es_trai_n_t_fo_r_WM -+-____ ~ EEAA $ 165321 $ 100000 $ 3590871 $ 359087 $ 120000 _s_____o_n_9_o_D_egr __ __ l_2_oo_00_

4

46 Furnish Install and Remove Sample Points Complete 2 $ 80625 $ 65000 $ 79001 $ 158002 $ 80000 $ 1600001 1

middot~------~--------~

47 2 Air Release Valve with Manhole for Water Main and Force Main 2 I EA $ 999848 $ 750000 $ 968565 I$ 1937130 $ 1000000 $ 2000000

Pagel of7 NROADWAYPR020172017513 middotKudla Road over LWDD L-8 Canal4- Sid ~nlng and AnalyslsZOJ75JJ Bid Tabs

80000

ITEM ITEM DESCRIPTION J QTY j UNITS UNIT PRICE UNIT PRICE Unit Price Amount Unit Price Amount

i8 11 Gate Valve for Watfl Main r j EA $ 217079 $ 250000 $ 288722 $ 288722 $ 180000 $ 18000048 --------- middotmiddot-shy ------------ ------middot-~----------- -~middot~-W--------1------- ------+-------4--~------J-------1---------1

49 ----+-J__ +811 Gate Valve for Water Main with Manhole and 111 service taps 1_ EEAA $ 442694 $ 800000 $ 353lJ4 $ 353114 $ 500000 $ 500000

50 12 Gate Valve for Force Main j 1 s 375539 $ 350000 s 536275 s 536275 $ 350000 Is_______3_s_o_o_oo_

51 Connect to Existing 811 Water Main -__-middot_middot--------========------1--2middot i EA $ 228692 $ 250000 $ 97934 $ 195868 $ 520000 J-s- 1040000

52 Connect to Existing 12 Force Main 2 I EA $ 622586 $ 250000 $ l73748 $ 347496 $ 1050000 $ 2100000

LS $ 1133811 $ l 000000 $ 904000 -$-----9-04-0-00--$ 300000 $ 300000~-- --53-- middot(Testingandsurvey -----==---------- I -I ( --L-S----t-$---6--ll-2-34-t-$----1-0-00-0-0--10 $ 395500 $ 39550-0-t--$--2-900-00-+--$ 29000054 lAs-builts

SUBTOTAL (UTILITY) $ 1426deg24 $ 13201500

Page3 of7 NROADWAYPR020172011513 - Kudm Road avu LWDD L-8 Conal4 - Bid O~nlng and AnaiyW2017513 Bid Tabs

ITEM 1 ITEM DESCRIPTION I QTY IUNITS Unit Price I Amount Unit Price j Amount

ROADWAY ITEMS

1 7800000

~ ofT_raffi_c_(m--cl-P_ed_es_tri_an_M___ -----~--- -_---~-j--+plusmn- middot-L~S-- -$- =42s~ 1$o_T_)____~-- -middot--- - ___ -middot~middotmiddot 2 30000001 99 00Removal ofExisting Structure 12329900 J 50000003 --middot ---- -----+----------- shy

4 Remova1 Pedestrian Bridge LS $ 17 878 50 $ 1200000 -- --5---- C-l~g and Grubbing - -- --- --middot---------middot I I j- LS $ 572770 $middot- shy

572770 $ 3000000 $ 3000000 ~---------_-- ------- --- middot~---~ _ -middot- -----~--middotr--------1

6 Floating Turbidity Barrier I LS $ 48870 $ 48870 $ 300000 $ 300000 -~---------~~

__7 ____ ReguJarExcavation 96 I CY $ 1180 $ 113280 $ 2300 ___________ 220800 1

_______s_middot__ -IEmbankment (Compacted in Place) _ ll 5 CY $ 3135 $ 360525 $ 800 I$ 92000

9 Optional Base Group 7 __________ __ ~=~1 975 __ ___14_6_sJ~--~---~----~~~~~~ _____ s2_6_s_ooo-_-- t sv_~_s s s_4_o_o+-I_$____ __

- -- ~aveAsphalt concrete (Traffic Level q ___fr__ _ _ _ __ 2 940 j ~ 24~~ __~middot 26~00-jj $$_ ~--~1--~TN~- $$ 7 _7 20 ~$$____ 2332000

e-- 0-- jAsph~c~ Friction Course (l0) (FC-95) Rub~ 67 1 333 00 P 22rJ 1 ___00 30820001 00 460- -1 1

l Mi11ExistingAsphaltPavement(l) 411 SY $ 2775 $ II40525 $ 5000 __$___20_5_5_0-00shy

13 Adjust Valve Boxes EA $ 39965 I$ 39965 $ 28000 $ 28000

middot---1-4middotmiddot~ AdjustManhole --- -------~--middot EA $ 39635 $ 39635 $ 65000 $ middot--middot-6-50-00shymiddot~----middot-middot- I middot-~---------------

783225 $ 3500 $15 ~ConcreteCwbampGutter(Type F) middotmiddot~Z95i LF $ 4=-middot 16 1Conc Sidewalk(4 Thick) SY $ 46 80 $ 697320 $ 7000 $ 1043000

___ 17 _ _J~nc Sidewalk (6 Thick) (Driveways) -~-- - -- -- - ~~- f SY $ 5285 $ 628915 $ 7700 $ 916300 --- middot-middot-~--middot---~Sodding bull middot 1-middot 59middot - middotsy $ 1040 $ 622960 $ 750 $ 449250

- 19 Inl~~orum--middot~--Bo-tto_m_)(_T_yp_e_C_)-lt-10---- -middot ---~----middotmiddot--middot--------~ - ---3--- T-EA -~-$--3-99-7-8-0-+--------~-$ ]199340 $ 450000 $ 1350000

1-20----1-In-let-(Curbmiddot--)-(P--5-)-lt-10_1____________________________r _ -- 1~ -i-middot $~- 21911s 650000 s 6soooo

$ 279775 $

1 $ 1~2840 $1~p-~-c_________________________[_ ~-~~-_ _~_00_00__]~-~~-- -s_~~-~=~=~=~======~=~-~-~~2-_s-00_~_0~$---~~-2-~-s_oo_1 2 1 2 $ 68915 $ 023 ConcretePipe_Cul_vert_(_1_8_)__________ -~---middotmiddot---------+1

___1_s1__ LF $ 4975 $ 751225 $ 6300 j 951300

24 ClasslVConcrete(CulvertampHeadwalls) 1477 CY $ 162800 $ 24045560 $ J90000 $ 28063000 -~-~~-t--------t-----~-r--------1

25 Reinforcing Steel (Culvat amp Headwalls) 33768 LB $ $ 2363760 $070 200 $ 6753600

Page 4 of7 NROADWAYPR02D72DJ75J3- Kudza Road over LWOO L-8 Conaij4 - Bfrl Op ming and Anaysb20J 7513 Bid Tabs

ITEM ITEM DESCRIPTION I QTY UNITS Unit Price j Amount Unit Price r Amount

26 jPedestrianBicycle Railing 96 LF $ 9890 I$ 949440 $ 315 $ 30240

~- Bid~~)DltchLining ~ I~ =~~ ~ -shy middot29-~ Clean Sand Fill 215 CY $ 4335 $ 932025 $ 3000 $ middot 645000

---~3o 1

Stomi SewerPumpingExist)(24orlessXSeeSPs) -1middot--120 LF $ 4751 S 57000 $ 3000 $middot--middot- ~---middot middotshy 360000

SUBTOTAL(RO~WAY) $ 75115375 $ 84590990

CONTINGENCY~

31 ICJass I Concrete(Misc) ____ middot-----~ j 5 CY $ 648 95 I $ 324475 $ 190000 $ 950000 - ----------middot middot-middot1____1- ~-----1

__ 32 1 Chang~Je(VariableMessage) Sign (N~~--M_O_T)____ ___1_o______E_D____s___ 2530i$ 25300 S 3000 $ 30000

_ ~_ ITrafficCon~lOffietT(Non-MOT) -middot-----------shy 16 j HR $ 9295 $ 148720 $ _1_5_0_00--1-$---~2_4_~-~ r---34 Premium for Conflict Condition (See SPs) ________1

1middotf-----_-_--_J EA $ 355855 k 355855 $ 300000 S 300000

35 FlowableFill ____________

1

_1

00

0_ ~1middot--c~~YY -- _$s__2_s_s_1s---+i $ 25815~ $ 30000 $ 300000

middot---3-6 subsoil ExcavationI 1

4

2bull

7

9

5

0 f$$middot- ~I2

5

_

7

9_

0

o_bullbull

0

oo_

0

_$$___3_0_o_o-+1_$____3_ooo__oo~ 37 Stmm Sewer Cleaning (Exist) (24 or J~sXSee SPs) -------~middot- 120 I LF __ $ l 3000 I$ 360000

SUBTOTAL (ROADWAY)

UTILITY ITEMS

38 jRemove and Dispose Existing 811 AC- Water Main I I

39 ~ -shy --shy rRemove Existing 12 Force Main

40 Grout Existing 8 AC Water Main wi~~owable FilJ

41 middot]8 Ductile Iron Pipe For Wala Main Installation I 42 12 DIP Pipeor Force Main Installation l

-~---middot-middot--middot

43 FampI 8 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM -i44 FampI 12 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM -middot--shy

-~ 45 middotFampI 12 Ductile Iron 90 Degree Fittings w Reaction Blocking or Thrust Restraint for WM

-46 Furnish Install and Remove Sample Points Comp1ete

-shy47 2 Air Release Valve with Manhole for Water Main and Force Main I

$ 1298500 $ 2480000

40 I LF $ 14275 $

144 LF $ ~-+----6-1-middot-o-o ~- I+shy -w q 278 LF $ 1050 $ 291900 $ 1200 $ 333600I 25651 $

~-r-----~~~~--r-~~---~~

255 LF $ 10075 $

143 LF $ 20200 $

6 EA $ 28480-1 $-~

5 EA $ 90500 I$

I EA $ 91195 I$

94500 l$2 I EA $

2 EA $ 11sos2s 1 $

2~69125 $

2888600 $

170880 $

452500 $

97195 $

2361650 $

5400 $ 1377000

11500 $ 1644500

30000 $ 180000

78000 $ 390000

85000 $ 85000

69000 $ 138000

850000 $ 1700000

Page5 of7 NROADWAYPR020172017513 bull Kudza flood ov~r LWOD L-8 Conal4 middotBid 0plning arid Anaysii20175 Bid Tabt

ITEM ITEM DESCRIPTION QTY j lJNITS UnJtPrfce Amount Unit Price Amount

48 8 GateVaJveforWaterMain _1~-- _$_ 219~_-9_5____$____2bull 19595 $ 180000 _$____1_soo_00_ __4_9_ middot-18Ga~ Valve for Water Main with Manhole ~dPservice taps 1 -~ $ 367660 $ 367660 $ 550000 $ 550000

50 11211 Gate Valve for Force Main 1 II EA -- $ 315880 $ 315880 $ 300000 $ 300000

s1 jeonnect to Ex-isting 8 water M~- ---- -----2----1 --M $ 2 468 35 $ 493610 $ soo oo $ 1000001

_ 52~- - ]Connect to Existing 1 Forc_e_M--am------_______ ---middot-middotmiddotmiddot ____ - - H-middot-- EA $ 11965~95 $ 23931 ~90-bull __$___70-0-00---+--$-~-middot~--1_4_00_o_o_f 53 Testing and Survey 1( 1 LS $ 2781245 $ 2781245 $ 550000 $ 550000

--- 54 jAs-builts -middot ------ --------- ____ I l _L_S_ -$--1-3-09-4-3-5-+-$-- ~middot-13-09-4-35--+-$---4-5-00-00-~middot-$----4-S-OO--oo-

SUBTOTAL (UTILITY) S 1784188~ S 8602900

956~73890

Page 6 of7 NROADWAYPR0201720175U bull Kudza Aoad awr LWDD L-8 canaf4-Bfd Optnfng and Ana~lt2017513 Bid Tab$ bull

THE COUNTY DOES NOT GUARANTEE THE ACCURACY OF THE FORMULAS AND EXTENSIONS USED IN THIS SPREADSHEET ------~middot - -shy ______

r--bullbull middot-middot~ -shyTHE ITEMS AND QUANTITJES ABOVE SHALL GOVERN OVER THE PLANS

-shy _ _ ~--middot~middot - - _ ~-

PAY ITEM FOOTNOTES IN CONSTRUCTION PLANS SHALL ALSO BE INCLUDED IN ITEM UNIT PRICE

Note jPAY ITEM FOOTNOTES

1 All items sha11 include cost to furnish and install un]ess otherwise noted -middot ~ - bull -Tshy ~ _~-- - _--

middot Pennitting agency pre-construction meetings and notices of commencement compliance with stormwater pollution prevention plan and stormwata pollution control plan installation of erosionturbidity 2 controls including silt fences inlet protection inspections and reporting preparation and submittal of construction completion certifications and required record drawings by a professional engjneer andor ]and

bull Isurveyor utility notifications are considaed incidental to mobilization ~----middot - - -- ___

3 -- -1AII costs for Maintenance ofTraffic (MOT) and mobilization sha11 be consideci incidental to and shall b~ included in unit prices -fo~-tb-~ay items -

- )Sawc~t ofexisting aspha~ an~or concrete design~ted for removal per pJans ~oval and relocation ofprivatel~~~~middot~ systems including ~on mailboxes fencing ~ ~emoval and disposal ~-~~~~--shy

middot~areas ofexcess and unsuitable material that may b~ encountered during excavation removal and disposal ofexisting structures per plans is considered incidental to th~bid item clearing and grubbing ~ ____

5 Benn construction swale construction grading re-grading ofroadways driveways canal sections and all other rough and finish grading shall be considered incidental to the bid items Excavation andor Embankmenf

- -shy IDemolition ofexisting m~ri~ge to include all co~po~concrete deck and -~c railings bent caps w~g i1s sheet panels comrete ~ ooncrete -oacb slabs an~ any deadmen anchors P~er -shy

6 disposal ofall bridge debris is considered incidental to bridge demolition -shy middot- shy j1211 co~~~cted subgrade is co~~idered incidental to th~-~~-t ofbaserock constructio - - middot-- --shy -middot - - - shy ----~ -shy -middotmiddot~- middotshy

7

__ ___ ~~- --shy middotshy

8 Prime and tack coats are considered incidental to asphalt construction -- ---shy -shy --middoto-shy

9 Excavation and backfin for structures including cost of any select bedding material that may be nec~sary for a satisfactory installation as directed by Palm Beach County is considaed incid_ental to the cost of the structures

I ---shy -~-middot r

-middot~ - - ----shy - --middot-------shy ---=shy bull - 4 -middot -shy -middot _ -~middot -middot - -IO Wrapping of filter fabric around all pipe joints per FDOT index no 280 and cost ofcoring existing structures for pipe connection is considered incidental to the cost ofthe pipe _ ____

-middot __ _ __ __ __ --middot-middot middot

11 The cost of all anchoring hardware per FDOT index 852 is microicidentaJ to the item Pipe Guiderail (Steel) (FDOT Index 852) -shy

lnie cost of det~~Jewarning surfa~ ~ FDOT index 304 and base compaction is considen)(i incidental to sidewalkpatb~ay ~~ction --shy -~ -shy middotshy -

12 ~------- - -r-middotmiddotmiddot -middot~-~ -shy ___ _4_ -shy

13 The cost offilter fabric is incidental to the item Bedding Stone _ ~--- ~-- _--~- -shy - -middot _

14 Sodding-shall be in aceordancewith section 575 of the general provisions ofthis specification Includes costs for fertilizer and water unti1 final acceptance ~~ ---=---middot~ ~lt--- __ -shy

_ __1s__112 thick no 57 stone foundation and filler fabric is incidental to the bid item Class N Concrete (Cast in Place Headwall) -

__ __ -middot - - middotmiddotshy ---~

16 Contingency items may be increased decreased or deleted as directed by the engineer ----shy _______ ----------shy

--~-----

17 1Changeab1e (Variable)_ Message Sign (Non-MOT) and Traffic Control Officers (Non-MOT) in accordance with General Provisions (Section l 02)

- -middot _ ___ _ ~ -~-

~

Indicates Math Error

Page 7 of7

EXHIBIT B Village of Palm Springs (VPS)

PROJECT NAME Kudza Rd over L WDD L-8 Canal

PROJECTNUMBER 2017513

CONTRACTOR FG Construction LLC

ITEM QUANTITY UNITS UNIT PRICE AMOUNT

13 14

Adjust Valve Boxes Adjust Manhole

Roadway Items for VPS

lEA IEA

$26117 $71755

VPS Utility Subtotal

ITEM QUANTITY I UNITS UNIT PRICE

Roadway Contingency Item for VPS

34 Premium for Conflict Condition (See SPs) lEA $1469000

VPS Contingency Subtotal

ITEM QUANTITY I UNITS UNIT PRICE

$26117 $71755

$97872

AMOUNT

$1469000

$1469000

AMOUNT

VPS Utility Items

38 Remove and Dispose Existing 8 AC Water Main 40LF

39 Remove Existing 12 Force Main

40 Grout Existing 8 AC Water Main with Flowable Fill

41 811 Ductile Iron Pipe For Water Main Installation

42 12 DIP Pipe For Force Main Insta~lation

Continue in page 2

1

144LF

278LF

2551F

143LF

$28250

$2825

$967

$7889

$18669

$1130000

$406800

$268826

$2011695

$2669667

f

Village ofPalm Springs Exhibit B for Kudza Rd over LWDD L-8 Canal Project 2017513

ITEM QUANTITY I UNITS UNIT PRICE AMOUNT

VPS Utility Items

43 FampI 811 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM 6EA

44 FampI 12 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM SEA

45 FampI 12 Ductile Iron 90 Degree Fittings w Reaction Blocking or Thrust Restraint for WM 1 EA

46 Furnish Install and Remove Sample Points Complete 2EA

47 2 Air Release Valve with Manhole for Water Main and Force Main 2EA

48 8 Gate Valve for Water Main 1 EA

49 8 Gate Valve for Water Main with Manhole and 1 service taps lEA

50 12 Gate Valve for Force Main lEA

51 Connect to Existing 8 Water Main 2EA

52 Connect to Existing 12 Force Main 2EA

53 Testing and Survey 1 LS

54 As-builts 1 LS

$104517 $627102

$334288 $1671440

$359087

$79001

$359087

$158002

$968565

$288722

$1937130

$288722

$353114

$536275

$97934

$173748

$904000

$395500

$353114

$536275

$195868

$347496

$904000

$395500

VPS Utility Items Subtotal

Village of Palm Springs Grand Total

Village of Palm Springs Grand Total Plus lOoo Contingency

$14260724

$15827596

~17410356

FROADWAYUTILITY COORDINATION2017513_Kudzaover IA CanalVPS Exhibit Bdoc

2

2020------- shy Page 1 of 1

BOARD OF COUNTY COMMISSIONERS PALM BEACH COUNTY

BUDGET Amendment

FUND Transportation Improvement Fund BGRV 031620-430 BGEX 031620-1131

ACCOUNT NUMBER ACCOUNT NAME ORIGINAL BUDGET

CURRENT BUDGET INCREASE DECREASE

ADJUSTED BUDGET

EXPENDED ENCUMBERED

ASOF 31620

REMAINING BALANCE

REVENUES Kudza Road over LWDD L-8 Canal 3500-361-1520-6948 Utility Relocation Reimbursements 0 0 174104 0 174 104

TOTAL RECEIPTS amp BALANCES

EXPENDITURES Kudza Road over LWDD L-8 Canal 3500-361-1520-8101 Contributions Other Governmental Agencies

TOTAL APPROPRIATIONS amp EXPENDITURES

202361433

0

202361433

195369625

0

195369625

174 104

174 104

174 104

0

0

0

195543729

174 104

195543729

0 174 104

SIGNATURE DATE By Board of County Commissioners At Meeting of ________

Engineering amp Public Works ~hliamptk 1-1)-) IJ__i)

Administration I Budget Approval

OFMB Department - Posted Deputy Clerk to the Board of County Commissioners

Page 19: PROJECT NO. 2017513 · Affirmative Procurement Initiative (API) for Construction: 20% minimum mandatory SBE participation, established for the above-mentioned project, which opened

VILLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

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 Section 17 Non~Discrimination

COUNTY and VILLAGE 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 st~tus 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

COUNlY and VILLAGE shall abide by all applicable federal state and local Jaws orders rules and regulations when performing under this AGREEMENT COUNTY and VILLAGE 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 Generals 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

6

VllLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

contract

Section 23 Public Entity Crime Certification

As provided in FS 287132-133 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 FS 287133 (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 VILLAGE 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

VILLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

IN WITNESS WHEREOF the undersigned Parties have executed this AGREEMENT on the day and year first written above

VILLAGE OF PALM SPRINGS

BY~~~~--~---shyBev Smith Mayor

AllEST

Kimberly M Wynn AUTHORITY CLERK

PALM BEACH COUNlY FLORIDA

BY __~----------~~~-shyTanya N McConnell PE Deputy County Engineer

APPROVED AS TO TERMS AND CONDITTONS

BY __~--~~--~--shy(DATE)

APPROVED AS TO FORM APPROVED AS TO FORM AND LEGAL SUFFIOENCY AND LEGAL SUFFIOENa

BY _________ BY~YB~H---~--~~~~~~~shyVIiiage Attorney Assistant County Attorney

FROADWAYUTILI1Y COORDINATION2017513_Kudza over L-8 CanalVPS Construction Agreementdoc

8

ITEM I ITEM DESCRIPTION QTY middot1 UNITS UNIT PRICE UNIT PRICE UnitPrice I Amount Amount

2 I 30000 $ 30000-g= ___ 4_~-_0 _____1_4_00-so-_

SS21 $ S695 $ --8485ss $ 6000 S 894000

6913 $ 6000 I $ 714000 $ 7000 $ 833000

336 $ 791 I$ 473809 $~-~--8-00~+~$ 479200 middot-~----~~-middot-

510705 $ 390442 $ ll71326 $ 3500001~-- 1050000

~~ 200000 ~ 3333 $ 4378 $ 48158 $ S000 $ 55000

~~ s ~oo s ~~~ s 1~00 $

130000 $ 105149 $ lSS30507 $ 200000 $

1510000

29540000

ROADWAY ITEMS

Mobilization

MaintenanceofTraffic(inclPooestrianMOT)

3 Removal ofExisting Structure

2

- dge -middot- ---middot middotshy ~~=mer

=8 1Embankment(C~~P~-~- shy_ --=-=--~_jmucrde~~Cgt

____J_l__ =jh~7deg=~middot~)(FC-95)Rubber 13 AdjustValveBoxes

~1 outtflt (Type F)

16 Cone SidewaJk~(~_-~-middot -~middot ~_ ___

17 Cone Sidewalk (6 Thick)(Driveways)

18 Sodding middot--~----middot~--~middot---middot- ~--middot--middot--~

j LS $ 6820109 $ 5000000 $ 4746000 $

I LS $ 2548795 $ 4ooooo $ 15076461___

I 1 I LS $ 7436225 $ 8000000 $ 6215000 $

middotmiddot--middot-- ------ middotI middot+-+ ~- ~~ 2~~ middot--middot-middot-middot--1--~middotmiddot -middot--middot~-~ 2~2 M

I 115 I CY $ 1950 $ 1289 $ 1865 $

-~--====J__ _-=f --=~- ~ l~ 2 __ 7i-- middotmiddot-~+---~~~---~~-middot-middotmiddot14~ 2 ---4

EA $ 31021 $

5 295 shy

149 SY $ 5844 $

119 SY $ 6496 $

599 SY $ 845 $

19 InletDitchBottom)(TypeC)lt10 --middot~-----------middot--middotmiddot ___ 3 EA $ 397556 $

______-+--~-et-~-urb-middot-~-(P--5-)_lt_10_- --- --------middot- ~=~-------- I =~-i~--__A_-_--_________~ ___

22 A2000PVCPipe(Iin) 11 LF $ 5411 $

___~____eo_n_~--~-middot_e_c_~_~_c_1s_i_________--_-_~------~--~-~-s 16 $

24 ClassNConcrete(CulvaiampHeadwalls) 1477 CY $ 164487 $

39425 $ 26117 $-

4746000 $ 4500000 $ 4500000

1_s_0__ __ 3_5 _ooo_oo_16_4_6-1_s 3_s_oo_o_oo___$____ 6215000 $ 6200000 $ 6200000

--2-~-~---=-middot--~---~=---0----0-+middot---~---~--0-- -----------12_~__-o--t------~----o--0

214415 $ 2000 $ 230000

-~- middotmiddotmiddot middotmiddot -=~~

~r-=~- --1-~~----lr_

1~ 26117 $-

--~-~-1--~---~-~--~~~middot~-~~~-~-~~~~---~~+-~~---lt-~~ --~--~-+--~-----1~-~~--1middot~~~-~~-+-~~~~-~~

25 Reinforcing Steel (Culvert amp Headwalls) 33768 LB $ 163 $ 200 $ 181 $ 6Cl2008 $ 200 $ 6753600

Page 1 of7 NROAOWAYPll020172017513 bull KudzD Road Oliff LWDD L-8 Conal4 middotBid Optnlng and Analysls201753 Bid Tabs

26

ITEM ITEM DESCRIPl10N QTY UNITS UNIT PRICE UNIT PRICE Unit Price J Amount Unit Price Amount

PedestrianBicycleRailing ll 96 LF $ 12038 $ 10000 $ 25448 $ 2443008 $ 12500 $ 1200000 -----middot------+--------- --middotmiddotmiddotmiddotmiddot-middotmiddot------ --------- middot~---r----~middot----tmiddot-

27 Rip Rap (Rubble) FampI Ditch Lining 363 TN

28 Bedding Stone (Sect 530) ----------~------- 242 i TN

3

209 Clean Sand Fill --middot------ -shy - - ----- shy --il~l2105 -~LF~-Storm Sewer Pumping (Exist) (24 or IessXSee SPs) 120

CONTINGENCY ITEMS

___3_1_ _JClass I Concrete (Misc)

32 _ _jChangeable(VariableMessage) Sign (Non-MOT)

33 )Traffic Control Officer (Non-Mon

SUBTOTAL (ROADWAY)

34 Premium for Conflict Condition (See SPs) --middotmiddot ~---------- shy ------ shy

35

36

37

lFlowable Fill i

Subsoil Excavation ___ j middotlt~----middot

IStonn Sewer Cleaning (Exist) (24II or less xsee SPs)

UTILITY ITEMS

38 Remove and Dispose Existing 8 AC Water Main

39 Remove Existing 12 Force Main lt----~-- --middot--+------------shy

SUBTOTAL(ROADWAY)

40 LF

144 LF

$ 11412 $ 7500 $ 6328 $ 2297064 $ 10000 $ 3630000

$ 8860 $ 7500 $ 7526 $ ] 821292 $ 9000 $ 2178000

$$ 32790637 3155- middot-middot- 437310 I $ 2500 $ 531500-$$_____ bulloooo-middot-$$middotmiddotmiddotmiddot---1-02703354 $$ 1288200

$ 58774019

$ 81370 $ 36244 $ 16611 $ 83055

$ 5680 $ 2351 $ 9040 $ 90400

$ 9303 $ 4894 $ 7910 $ 126560

$ 673000 $ 795487 $ 1469000 $ 1469000 ~-~--------- ~-------i--

$ 22882 $ 18645 $ 186450

$ 600 $ 72000

$ 78111400

$ 31soo I$ 187500i

$ 5000 r $ 50000

$ sooo Is 80000 ----+----middotmiddot-----shy

$ 250000 $ 250000

$ 20000 $ 200000

$

$

~ __4_2-9--l----middot-~ --- _3~f-middot---3-middot~--o~-=-6$ 2464185 $ 1189500

$ 12631 $ 2500 $ 28250 I$ 1130000 $ 2000 $

$ 2273 $ 2500 $ 2825 middot1 $ 406800 $ 2000 $ 288000

40 Grout Existing 811 AC Water Main with Flowable Fill 278 LF $ 1304 $ 1000 $ 967 $ 268826 $ 2000 $ 556000 ------~ -middot-------+---- ~ __ -------+---shy

41 8 DuctileironPipeForWaterMaininstallation -----1---2_ss__ j LF $ 7966 _s_____s_o_00___$~ __7_8_89--t-_s___2_o_11695 _s___~500 i-$___2_1_6_1_so_o_

42 1211 DIPPipeForForceMainlnstallation 143 J LF $ 16342 $ 14000 $ 18669 $ 2669667 $ 15000 $ 21450001-------- ~--~-----middot--- middot--r----~---~-- __ t

___4~ -middot __ FampI 8 Ductile kon 45 Degree Fittings wl Reaction Blocking or Thrust Restraint for WM 6 ~ EA $ 56374 $ 80000 S 104517 $ 627102 $ 62500 _$_____3_7_s_o_oo-f

44 FampI12degDuctilelron45DegreeFittingswReactionBJockingorThrustRcstraintforWM 5 j EA $ 153197 $ 100000 $ 334288 $ 1671440 $ 110000 $ 550000 -middot -------f---middotmiddot--------------------------middot-- --shy~middot-middotmiddotmiddot----4_5 ---1F_amp_I_1_2__Du_c_til_middote_h__ __ee_F_ittin__gs_w_l_R_ea_cti_middoto_n_B_Ioc_km_middotg_or_Thrust_R_es_trai_n_t_fo_r_WM -+-____ ~ EEAA $ 165321 $ 100000 $ 3590871 $ 359087 $ 120000 _s_____o_n_9_o_D_egr __ __ l_2_oo_00_

4

46 Furnish Install and Remove Sample Points Complete 2 $ 80625 $ 65000 $ 79001 $ 158002 $ 80000 $ 1600001 1

middot~------~--------~

47 2 Air Release Valve with Manhole for Water Main and Force Main 2 I EA $ 999848 $ 750000 $ 968565 I$ 1937130 $ 1000000 $ 2000000

Pagel of7 NROADWAYPR020172017513 middotKudla Road over LWDD L-8 Canal4- Sid ~nlng and AnalyslsZOJ75JJ Bid Tabs

80000

ITEM ITEM DESCRIPTION J QTY j UNITS UNIT PRICE UNIT PRICE Unit Price Amount Unit Price Amount

i8 11 Gate Valve for Watfl Main r j EA $ 217079 $ 250000 $ 288722 $ 288722 $ 180000 $ 18000048 --------- middotmiddot-shy ------------ ------middot-~----------- -~middot~-W--------1------- ------+-------4--~------J-------1---------1

49 ----+-J__ +811 Gate Valve for Water Main with Manhole and 111 service taps 1_ EEAA $ 442694 $ 800000 $ 353lJ4 $ 353114 $ 500000 $ 500000

50 12 Gate Valve for Force Main j 1 s 375539 $ 350000 s 536275 s 536275 $ 350000 Is_______3_s_o_o_oo_

51 Connect to Existing 811 Water Main -__-middot_middot--------========------1--2middot i EA $ 228692 $ 250000 $ 97934 $ 195868 $ 520000 J-s- 1040000

52 Connect to Existing 12 Force Main 2 I EA $ 622586 $ 250000 $ l73748 $ 347496 $ 1050000 $ 2100000

LS $ 1133811 $ l 000000 $ 904000 -$-----9-04-0-00--$ 300000 $ 300000~-- --53-- middot(Testingandsurvey -----==---------- I -I ( --L-S----t-$---6--ll-2-34-t-$----1-0-00-0-0--10 $ 395500 $ 39550-0-t--$--2-900-00-+--$ 29000054 lAs-builts

SUBTOTAL (UTILITY) $ 1426deg24 $ 13201500

Page3 of7 NROADWAYPR020172011513 - Kudm Road avu LWDD L-8 Conal4 - Bid O~nlng and AnaiyW2017513 Bid Tabs

ITEM 1 ITEM DESCRIPTION I QTY IUNITS Unit Price I Amount Unit Price j Amount

ROADWAY ITEMS

1 7800000

~ ofT_raffi_c_(m--cl-P_ed_es_tri_an_M___ -----~--- -_---~-j--+plusmn- middot-L~S-- -$- =42s~ 1$o_T_)____~-- -middot--- - ___ -middot~middotmiddot 2 30000001 99 00Removal ofExisting Structure 12329900 J 50000003 --middot ---- -----+----------- shy

4 Remova1 Pedestrian Bridge LS $ 17 878 50 $ 1200000 -- --5---- C-l~g and Grubbing - -- --- --middot---------middot I I j- LS $ 572770 $middot- shy

572770 $ 3000000 $ 3000000 ~---------_-- ------- --- middot~---~ _ -middot- -----~--middotr--------1

6 Floating Turbidity Barrier I LS $ 48870 $ 48870 $ 300000 $ 300000 -~---------~~

__7 ____ ReguJarExcavation 96 I CY $ 1180 $ 113280 $ 2300 ___________ 220800 1

_______s_middot__ -IEmbankment (Compacted in Place) _ ll 5 CY $ 3135 $ 360525 $ 800 I$ 92000

9 Optional Base Group 7 __________ __ ~=~1 975 __ ___14_6_sJ~--~---~----~~~~~~ _____ s2_6_s_ooo-_-- t sv_~_s s s_4_o_o+-I_$____ __

- -- ~aveAsphalt concrete (Traffic Level q ___fr__ _ _ _ __ 2 940 j ~ 24~~ __~middot 26~00-jj $$_ ~--~1--~TN~- $$ 7 _7 20 ~$$____ 2332000

e-- 0-- jAsph~c~ Friction Course (l0) (FC-95) Rub~ 67 1 333 00 P 22rJ 1 ___00 30820001 00 460- -1 1

l Mi11ExistingAsphaltPavement(l) 411 SY $ 2775 $ II40525 $ 5000 __$___20_5_5_0-00shy

13 Adjust Valve Boxes EA $ 39965 I$ 39965 $ 28000 $ 28000

middot---1-4middotmiddot~ AdjustManhole --- -------~--middot EA $ 39635 $ 39635 $ 65000 $ middot--middot-6-50-00shymiddot~----middot-middot- I middot-~---------------

783225 $ 3500 $15 ~ConcreteCwbampGutter(Type F) middotmiddot~Z95i LF $ 4=-middot 16 1Conc Sidewalk(4 Thick) SY $ 46 80 $ 697320 $ 7000 $ 1043000

___ 17 _ _J~nc Sidewalk (6 Thick) (Driveways) -~-- - -- -- - ~~- f SY $ 5285 $ 628915 $ 7700 $ 916300 --- middot-middot-~--middot---~Sodding bull middot 1-middot 59middot - middotsy $ 1040 $ 622960 $ 750 $ 449250

- 19 Inl~~orum--middot~--Bo-tto_m_)(_T_yp_e_C_)-lt-10---- -middot ---~----middotmiddot--middot--------~ - ---3--- T-EA -~-$--3-99-7-8-0-+--------~-$ ]199340 $ 450000 $ 1350000

1-20----1-In-let-(Curbmiddot--)-(P--5-)-lt-10_1____________________________r _ -- 1~ -i-middot $~- 21911s 650000 s 6soooo

$ 279775 $

1 $ 1~2840 $1~p-~-c_________________________[_ ~-~~-_ _~_00_00__]~-~~-- -s_~~-~=~=~=~======~=~-~-~~2-_s-00_~_0~$---~~-2-~-s_oo_1 2 1 2 $ 68915 $ 023 ConcretePipe_Cul_vert_(_1_8_)__________ -~---middotmiddot---------+1

___1_s1__ LF $ 4975 $ 751225 $ 6300 j 951300

24 ClasslVConcrete(CulvertampHeadwalls) 1477 CY $ 162800 $ 24045560 $ J90000 $ 28063000 -~-~~-t--------t-----~-r--------1

25 Reinforcing Steel (Culvat amp Headwalls) 33768 LB $ $ 2363760 $070 200 $ 6753600

Page 4 of7 NROADWAYPR02D72DJ75J3- Kudza Road over LWOO L-8 Conaij4 - Bfrl Op ming and Anaysb20J 7513 Bid Tabs

ITEM ITEM DESCRIPTION I QTY UNITS Unit Price j Amount Unit Price r Amount

26 jPedestrianBicycle Railing 96 LF $ 9890 I$ 949440 $ 315 $ 30240

~- Bid~~)DltchLining ~ I~ =~~ ~ -shy middot29-~ Clean Sand Fill 215 CY $ 4335 $ 932025 $ 3000 $ middot 645000

---~3o 1

Stomi SewerPumpingExist)(24orlessXSeeSPs) -1middot--120 LF $ 4751 S 57000 $ 3000 $middot--middot- ~---middot middotshy 360000

SUBTOTAL(RO~WAY) $ 75115375 $ 84590990

CONTINGENCY~

31 ICJass I Concrete(Misc) ____ middot-----~ j 5 CY $ 648 95 I $ 324475 $ 190000 $ 950000 - ----------middot middot-middot1____1- ~-----1

__ 32 1 Chang~Je(VariableMessage) Sign (N~~--M_O_T)____ ___1_o______E_D____s___ 2530i$ 25300 S 3000 $ 30000

_ ~_ ITrafficCon~lOffietT(Non-MOT) -middot-----------shy 16 j HR $ 9295 $ 148720 $ _1_5_0_00--1-$---~2_4_~-~ r---34 Premium for Conflict Condition (See SPs) ________1

1middotf-----_-_--_J EA $ 355855 k 355855 $ 300000 S 300000

35 FlowableFill ____________

1

_1

00

0_ ~1middot--c~~YY -- _$s__2_s_s_1s---+i $ 25815~ $ 30000 $ 300000

middot---3-6 subsoil ExcavationI 1

4

2bull

7

9

5

0 f$$middot- ~I2

5

_

7

9_

0

o_bullbull

0

oo_

0

_$$___3_0_o_o-+1_$____3_ooo__oo~ 37 Stmm Sewer Cleaning (Exist) (24 or J~sXSee SPs) -------~middot- 120 I LF __ $ l 3000 I$ 360000

SUBTOTAL (ROADWAY)

UTILITY ITEMS

38 jRemove and Dispose Existing 811 AC- Water Main I I

39 ~ -shy --shy rRemove Existing 12 Force Main

40 Grout Existing 8 AC Water Main wi~~owable FilJ

41 middot]8 Ductile Iron Pipe For Wala Main Installation I 42 12 DIP Pipeor Force Main Installation l

-~---middot-middot--middot

43 FampI 8 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM -i44 FampI 12 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM -middot--shy

-~ 45 middotFampI 12 Ductile Iron 90 Degree Fittings w Reaction Blocking or Thrust Restraint for WM

-46 Furnish Install and Remove Sample Points Comp1ete

-shy47 2 Air Release Valve with Manhole for Water Main and Force Main I

$ 1298500 $ 2480000

40 I LF $ 14275 $

144 LF $ ~-+----6-1-middot-o-o ~- I+shy -w q 278 LF $ 1050 $ 291900 $ 1200 $ 333600I 25651 $

~-r-----~~~~--r-~~---~~

255 LF $ 10075 $

143 LF $ 20200 $

6 EA $ 28480-1 $-~

5 EA $ 90500 I$

I EA $ 91195 I$

94500 l$2 I EA $

2 EA $ 11sos2s 1 $

2~69125 $

2888600 $

170880 $

452500 $

97195 $

2361650 $

5400 $ 1377000

11500 $ 1644500

30000 $ 180000

78000 $ 390000

85000 $ 85000

69000 $ 138000

850000 $ 1700000

Page5 of7 NROADWAYPR020172017513 bull Kudza flood ov~r LWOD L-8 Conal4 middotBid 0plning arid Anaysii20175 Bid Tabt

ITEM ITEM DESCRIPTION QTY j lJNITS UnJtPrfce Amount Unit Price Amount

48 8 GateVaJveforWaterMain _1~-- _$_ 219~_-9_5____$____2bull 19595 $ 180000 _$____1_soo_00_ __4_9_ middot-18Ga~ Valve for Water Main with Manhole ~dPservice taps 1 -~ $ 367660 $ 367660 $ 550000 $ 550000

50 11211 Gate Valve for Force Main 1 II EA -- $ 315880 $ 315880 $ 300000 $ 300000

s1 jeonnect to Ex-isting 8 water M~- ---- -----2----1 --M $ 2 468 35 $ 493610 $ soo oo $ 1000001

_ 52~- - ]Connect to Existing 1 Forc_e_M--am------_______ ---middot-middotmiddotmiddot ____ - - H-middot-- EA $ 11965~95 $ 23931 ~90-bull __$___70-0-00---+--$-~-middot~--1_4_00_o_o_f 53 Testing and Survey 1( 1 LS $ 2781245 $ 2781245 $ 550000 $ 550000

--- 54 jAs-builts -middot ------ --------- ____ I l _L_S_ -$--1-3-09-4-3-5-+-$-- ~middot-13-09-4-35--+-$---4-5-00-00-~middot-$----4-S-OO--oo-

SUBTOTAL (UTILITY) S 1784188~ S 8602900

956~73890

Page 6 of7 NROADWAYPR0201720175U bull Kudza Aoad awr LWDD L-8 canaf4-Bfd Optnfng and Ana~lt2017513 Bid Tab$ bull

THE COUNTY DOES NOT GUARANTEE THE ACCURACY OF THE FORMULAS AND EXTENSIONS USED IN THIS SPREADSHEET ------~middot - -shy ______

r--bullbull middot-middot~ -shyTHE ITEMS AND QUANTITJES ABOVE SHALL GOVERN OVER THE PLANS

-shy _ _ ~--middot~middot - - _ ~-

PAY ITEM FOOTNOTES IN CONSTRUCTION PLANS SHALL ALSO BE INCLUDED IN ITEM UNIT PRICE

Note jPAY ITEM FOOTNOTES

1 All items sha11 include cost to furnish and install un]ess otherwise noted -middot ~ - bull -Tshy ~ _~-- - _--

middot Pennitting agency pre-construction meetings and notices of commencement compliance with stormwater pollution prevention plan and stormwata pollution control plan installation of erosionturbidity 2 controls including silt fences inlet protection inspections and reporting preparation and submittal of construction completion certifications and required record drawings by a professional engjneer andor ]and

bull Isurveyor utility notifications are considaed incidental to mobilization ~----middot - - -- ___

3 -- -1AII costs for Maintenance ofTraffic (MOT) and mobilization sha11 be consideci incidental to and shall b~ included in unit prices -fo~-tb-~ay items -

- )Sawc~t ofexisting aspha~ an~or concrete design~ted for removal per pJans ~oval and relocation ofprivatel~~~~middot~ systems including ~on mailboxes fencing ~ ~emoval and disposal ~-~~~~--shy

middot~areas ofexcess and unsuitable material that may b~ encountered during excavation removal and disposal ofexisting structures per plans is considered incidental to th~bid item clearing and grubbing ~ ____

5 Benn construction swale construction grading re-grading ofroadways driveways canal sections and all other rough and finish grading shall be considered incidental to the bid items Excavation andor Embankmenf

- -shy IDemolition ofexisting m~ri~ge to include all co~po~concrete deck and -~c railings bent caps w~g i1s sheet panels comrete ~ ooncrete -oacb slabs an~ any deadmen anchors P~er -shy

6 disposal ofall bridge debris is considered incidental to bridge demolition -shy middot- shy j1211 co~~~cted subgrade is co~~idered incidental to th~-~~-t ofbaserock constructio - - middot-- --shy -middot - - - shy ----~ -shy -middotmiddot~- middotshy

7

__ ___ ~~- --shy middotshy

8 Prime and tack coats are considered incidental to asphalt construction -- ---shy -shy --middoto-shy

9 Excavation and backfin for structures including cost of any select bedding material that may be nec~sary for a satisfactory installation as directed by Palm Beach County is considaed incid_ental to the cost of the structures

I ---shy -~-middot r

-middot~ - - ----shy - --middot-------shy ---=shy bull - 4 -middot -shy -middot _ -~middot -middot - -IO Wrapping of filter fabric around all pipe joints per FDOT index no 280 and cost ofcoring existing structures for pipe connection is considered incidental to the cost ofthe pipe _ ____

-middot __ _ __ __ __ --middot-middot middot

11 The cost of all anchoring hardware per FDOT index 852 is microicidentaJ to the item Pipe Guiderail (Steel) (FDOT Index 852) -shy

lnie cost of det~~Jewarning surfa~ ~ FDOT index 304 and base compaction is considen)(i incidental to sidewalkpatb~ay ~~ction --shy -~ -shy middotshy -

12 ~------- - -r-middotmiddotmiddot -middot~-~ -shy ___ _4_ -shy

13 The cost offilter fabric is incidental to the item Bedding Stone _ ~--- ~-- _--~- -shy - -middot _

14 Sodding-shall be in aceordancewith section 575 of the general provisions ofthis specification Includes costs for fertilizer and water unti1 final acceptance ~~ ---=---middot~ ~lt--- __ -shy

_ __1s__112 thick no 57 stone foundation and filler fabric is incidental to the bid item Class N Concrete (Cast in Place Headwall) -

__ __ -middot - - middotmiddotshy ---~

16 Contingency items may be increased decreased or deleted as directed by the engineer ----shy _______ ----------shy

--~-----

17 1Changeab1e (Variable)_ Message Sign (Non-MOT) and Traffic Control Officers (Non-MOT) in accordance with General Provisions (Section l 02)

- -middot _ ___ _ ~ -~-

~

Indicates Math Error

Page 7 of7

EXHIBIT B Village of Palm Springs (VPS)

PROJECT NAME Kudza Rd over L WDD L-8 Canal

PROJECTNUMBER 2017513

CONTRACTOR FG Construction LLC

ITEM QUANTITY UNITS UNIT PRICE AMOUNT

13 14

Adjust Valve Boxes Adjust Manhole

Roadway Items for VPS

lEA IEA

$26117 $71755

VPS Utility Subtotal

ITEM QUANTITY I UNITS UNIT PRICE

Roadway Contingency Item for VPS

34 Premium for Conflict Condition (See SPs) lEA $1469000

VPS Contingency Subtotal

ITEM QUANTITY I UNITS UNIT PRICE

$26117 $71755

$97872

AMOUNT

$1469000

$1469000

AMOUNT

VPS Utility Items

38 Remove and Dispose Existing 8 AC Water Main 40LF

39 Remove Existing 12 Force Main

40 Grout Existing 8 AC Water Main with Flowable Fill

41 811 Ductile Iron Pipe For Water Main Installation

42 12 DIP Pipe For Force Main Insta~lation

Continue in page 2

1

144LF

278LF

2551F

143LF

$28250

$2825

$967

$7889

$18669

$1130000

$406800

$268826

$2011695

$2669667

f

Village ofPalm Springs Exhibit B for Kudza Rd over LWDD L-8 Canal Project 2017513

ITEM QUANTITY I UNITS UNIT PRICE AMOUNT

VPS Utility Items

43 FampI 811 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM 6EA

44 FampI 12 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM SEA

45 FampI 12 Ductile Iron 90 Degree Fittings w Reaction Blocking or Thrust Restraint for WM 1 EA

46 Furnish Install and Remove Sample Points Complete 2EA

47 2 Air Release Valve with Manhole for Water Main and Force Main 2EA

48 8 Gate Valve for Water Main 1 EA

49 8 Gate Valve for Water Main with Manhole and 1 service taps lEA

50 12 Gate Valve for Force Main lEA

51 Connect to Existing 8 Water Main 2EA

52 Connect to Existing 12 Force Main 2EA

53 Testing and Survey 1 LS

54 As-builts 1 LS

$104517 $627102

$334288 $1671440

$359087

$79001

$359087

$158002

$968565

$288722

$1937130

$288722

$353114

$536275

$97934

$173748

$904000

$395500

$353114

$536275

$195868

$347496

$904000

$395500

VPS Utility Items Subtotal

Village of Palm Springs Grand Total

Village of Palm Springs Grand Total Plus lOoo Contingency

$14260724

$15827596

~17410356

FROADWAYUTILITY COORDINATION2017513_Kudzaover IA CanalVPS Exhibit Bdoc

2

2020------- shy Page 1 of 1

BOARD OF COUNTY COMMISSIONERS PALM BEACH COUNTY

BUDGET Amendment

FUND Transportation Improvement Fund BGRV 031620-430 BGEX 031620-1131

ACCOUNT NUMBER ACCOUNT NAME ORIGINAL BUDGET

CURRENT BUDGET INCREASE DECREASE

ADJUSTED BUDGET

EXPENDED ENCUMBERED

ASOF 31620

REMAINING BALANCE

REVENUES Kudza Road over LWDD L-8 Canal 3500-361-1520-6948 Utility Relocation Reimbursements 0 0 174104 0 174 104

TOTAL RECEIPTS amp BALANCES

EXPENDITURES Kudza Road over LWDD L-8 Canal 3500-361-1520-8101 Contributions Other Governmental Agencies

TOTAL APPROPRIATIONS amp EXPENDITURES

202361433

0

202361433

195369625

0

195369625

174 104

174 104

174 104

0

0

0

195543729

174 104

195543729

0 174 104

SIGNATURE DATE By Board of County Commissioners At Meeting of ________

Engineering amp Public Works ~hliamptk 1-1)-) IJ__i)

Administration I Budget Approval

OFMB Department - Posted Deputy Clerk to the Board of County Commissioners

Page 20: PROJECT NO. 2017513 · Affirmative Procurement Initiative (API) for Construction: 20% minimum mandatory SBE participation, established for the above-mentioned project, which opened

VllLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

contract

Section 23 Public Entity Crime Certification

As provided in FS 287132-133 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 FS 287133 (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 VILLAGE 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

VILLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

IN WITNESS WHEREOF the undersigned Parties have executed this AGREEMENT on the day and year first written above

VILLAGE OF PALM SPRINGS

BY~~~~--~---shyBev Smith Mayor

AllEST

Kimberly M Wynn AUTHORITY CLERK

PALM BEACH COUNlY FLORIDA

BY __~----------~~~-shyTanya N McConnell PE Deputy County Engineer

APPROVED AS TO TERMS AND CONDITTONS

BY __~--~~--~--shy(DATE)

APPROVED AS TO FORM APPROVED AS TO FORM AND LEGAL SUFFIOENCY AND LEGAL SUFFIOENa

BY _________ BY~YB~H---~--~~~~~~~shyVIiiage Attorney Assistant County Attorney

FROADWAYUTILI1Y COORDINATION2017513_Kudza over L-8 CanalVPS Construction Agreementdoc

8

ITEM I ITEM DESCRIPTION QTY middot1 UNITS UNIT PRICE UNIT PRICE UnitPrice I Amount Amount

2 I 30000 $ 30000-g= ___ 4_~-_0 _____1_4_00-so-_

SS21 $ S695 $ --8485ss $ 6000 S 894000

6913 $ 6000 I $ 714000 $ 7000 $ 833000

336 $ 791 I$ 473809 $~-~--8-00~+~$ 479200 middot-~----~~-middot-

510705 $ 390442 $ ll71326 $ 3500001~-- 1050000

~~ 200000 ~ 3333 $ 4378 $ 48158 $ S000 $ 55000

~~ s ~oo s ~~~ s 1~00 $

130000 $ 105149 $ lSS30507 $ 200000 $

1510000

29540000

ROADWAY ITEMS

Mobilization

MaintenanceofTraffic(inclPooestrianMOT)

3 Removal ofExisting Structure

2

- dge -middot- ---middot middotshy ~~=mer

=8 1Embankment(C~~P~-~- shy_ --=-=--~_jmucrde~~Cgt

____J_l__ =jh~7deg=~middot~)(FC-95)Rubber 13 AdjustValveBoxes

~1 outtflt (Type F)

16 Cone SidewaJk~(~_-~-middot -~middot ~_ ___

17 Cone Sidewalk (6 Thick)(Driveways)

18 Sodding middot--~----middot~--~middot---middot- ~--middot--middot--~

j LS $ 6820109 $ 5000000 $ 4746000 $

I LS $ 2548795 $ 4ooooo $ 15076461___

I 1 I LS $ 7436225 $ 8000000 $ 6215000 $

middotmiddot--middot-- ------ middotI middot+-+ ~- ~~ 2~~ middot--middot-middot-middot--1--~middotmiddot -middot--middot~-~ 2~2 M

I 115 I CY $ 1950 $ 1289 $ 1865 $

-~--====J__ _-=f --=~- ~ l~ 2 __ 7i-- middotmiddot-~+---~~~---~~-middot-middotmiddot14~ 2 ---4

EA $ 31021 $

5 295 shy

149 SY $ 5844 $

119 SY $ 6496 $

599 SY $ 845 $

19 InletDitchBottom)(TypeC)lt10 --middot~-----------middot--middotmiddot ___ 3 EA $ 397556 $

______-+--~-et-~-urb-middot-~-(P--5-)_lt_10_- --- --------middot- ~=~-------- I =~-i~--__A_-_--_________~ ___

22 A2000PVCPipe(Iin) 11 LF $ 5411 $

___~____eo_n_~--~-middot_e_c_~_~_c_1s_i_________--_-_~------~--~-~-s 16 $

24 ClassNConcrete(CulvaiampHeadwalls) 1477 CY $ 164487 $

39425 $ 26117 $-

4746000 $ 4500000 $ 4500000

1_s_0__ __ 3_5 _ooo_oo_16_4_6-1_s 3_s_oo_o_oo___$____ 6215000 $ 6200000 $ 6200000

--2-~-~---=-middot--~---~=---0----0-+middot---~---~--0-- -----------12_~__-o--t------~----o--0

214415 $ 2000 $ 230000

-~- middotmiddotmiddot middotmiddot -=~~

~r-=~- --1-~~----lr_

1~ 26117 $-

--~-~-1--~---~-~--~~~middot~-~~~-~-~~~~---~~+-~~---lt-~~ --~--~-+--~-----1~-~~--1middot~~~-~~-+-~~~~-~~

25 Reinforcing Steel (Culvert amp Headwalls) 33768 LB $ 163 $ 200 $ 181 $ 6Cl2008 $ 200 $ 6753600

Page 1 of7 NROAOWAYPll020172017513 bull KudzD Road Oliff LWDD L-8 Conal4 middotBid Optnlng and Analysls201753 Bid Tabs

26

ITEM ITEM DESCRIPl10N QTY UNITS UNIT PRICE UNIT PRICE Unit Price J Amount Unit Price Amount

PedestrianBicycleRailing ll 96 LF $ 12038 $ 10000 $ 25448 $ 2443008 $ 12500 $ 1200000 -----middot------+--------- --middotmiddotmiddotmiddotmiddot-middotmiddot------ --------- middot~---r----~middot----tmiddot-

27 Rip Rap (Rubble) FampI Ditch Lining 363 TN

28 Bedding Stone (Sect 530) ----------~------- 242 i TN

3

209 Clean Sand Fill --middot------ -shy - - ----- shy --il~l2105 -~LF~-Storm Sewer Pumping (Exist) (24 or IessXSee SPs) 120

CONTINGENCY ITEMS

___3_1_ _JClass I Concrete (Misc)

32 _ _jChangeable(VariableMessage) Sign (Non-MOT)

33 )Traffic Control Officer (Non-Mon

SUBTOTAL (ROADWAY)

34 Premium for Conflict Condition (See SPs) --middotmiddot ~---------- shy ------ shy

35

36

37

lFlowable Fill i

Subsoil Excavation ___ j middotlt~----middot

IStonn Sewer Cleaning (Exist) (24II or less xsee SPs)

UTILITY ITEMS

38 Remove and Dispose Existing 8 AC Water Main

39 Remove Existing 12 Force Main lt----~-- --middot--+------------shy

SUBTOTAL(ROADWAY)

40 LF

144 LF

$ 11412 $ 7500 $ 6328 $ 2297064 $ 10000 $ 3630000

$ 8860 $ 7500 $ 7526 $ ] 821292 $ 9000 $ 2178000

$$ 32790637 3155- middot-middot- 437310 I $ 2500 $ 531500-$$_____ bulloooo-middot-$$middotmiddotmiddotmiddot---1-02703354 $$ 1288200

$ 58774019

$ 81370 $ 36244 $ 16611 $ 83055

$ 5680 $ 2351 $ 9040 $ 90400

$ 9303 $ 4894 $ 7910 $ 126560

$ 673000 $ 795487 $ 1469000 $ 1469000 ~-~--------- ~-------i--

$ 22882 $ 18645 $ 186450

$ 600 $ 72000

$ 78111400

$ 31soo I$ 187500i

$ 5000 r $ 50000

$ sooo Is 80000 ----+----middotmiddot-----shy

$ 250000 $ 250000

$ 20000 $ 200000

$

$

~ __4_2-9--l----middot-~ --- _3~f-middot---3-middot~--o~-=-6$ 2464185 $ 1189500

$ 12631 $ 2500 $ 28250 I$ 1130000 $ 2000 $

$ 2273 $ 2500 $ 2825 middot1 $ 406800 $ 2000 $ 288000

40 Grout Existing 811 AC Water Main with Flowable Fill 278 LF $ 1304 $ 1000 $ 967 $ 268826 $ 2000 $ 556000 ------~ -middot-------+---- ~ __ -------+---shy

41 8 DuctileironPipeForWaterMaininstallation -----1---2_ss__ j LF $ 7966 _s_____s_o_00___$~ __7_8_89--t-_s___2_o_11695 _s___~500 i-$___2_1_6_1_so_o_

42 1211 DIPPipeForForceMainlnstallation 143 J LF $ 16342 $ 14000 $ 18669 $ 2669667 $ 15000 $ 21450001-------- ~--~-----middot--- middot--r----~---~-- __ t

___4~ -middot __ FampI 8 Ductile kon 45 Degree Fittings wl Reaction Blocking or Thrust Restraint for WM 6 ~ EA $ 56374 $ 80000 S 104517 $ 627102 $ 62500 _$_____3_7_s_o_oo-f

44 FampI12degDuctilelron45DegreeFittingswReactionBJockingorThrustRcstraintforWM 5 j EA $ 153197 $ 100000 $ 334288 $ 1671440 $ 110000 $ 550000 -middot -------f---middotmiddot--------------------------middot-- --shy~middot-middotmiddotmiddot----4_5 ---1F_amp_I_1_2__Du_c_til_middote_h__ __ee_F_ittin__gs_w_l_R_ea_cti_middoto_n_B_Ioc_km_middotg_or_Thrust_R_es_trai_n_t_fo_r_WM -+-____ ~ EEAA $ 165321 $ 100000 $ 3590871 $ 359087 $ 120000 _s_____o_n_9_o_D_egr __ __ l_2_oo_00_

4

46 Furnish Install and Remove Sample Points Complete 2 $ 80625 $ 65000 $ 79001 $ 158002 $ 80000 $ 1600001 1

middot~------~--------~

47 2 Air Release Valve with Manhole for Water Main and Force Main 2 I EA $ 999848 $ 750000 $ 968565 I$ 1937130 $ 1000000 $ 2000000

Pagel of7 NROADWAYPR020172017513 middotKudla Road over LWDD L-8 Canal4- Sid ~nlng and AnalyslsZOJ75JJ Bid Tabs

80000

ITEM ITEM DESCRIPTION J QTY j UNITS UNIT PRICE UNIT PRICE Unit Price Amount Unit Price Amount

i8 11 Gate Valve for Watfl Main r j EA $ 217079 $ 250000 $ 288722 $ 288722 $ 180000 $ 18000048 --------- middotmiddot-shy ------------ ------middot-~----------- -~middot~-W--------1------- ------+-------4--~------J-------1---------1

49 ----+-J__ +811 Gate Valve for Water Main with Manhole and 111 service taps 1_ EEAA $ 442694 $ 800000 $ 353lJ4 $ 353114 $ 500000 $ 500000

50 12 Gate Valve for Force Main j 1 s 375539 $ 350000 s 536275 s 536275 $ 350000 Is_______3_s_o_o_oo_

51 Connect to Existing 811 Water Main -__-middot_middot--------========------1--2middot i EA $ 228692 $ 250000 $ 97934 $ 195868 $ 520000 J-s- 1040000

52 Connect to Existing 12 Force Main 2 I EA $ 622586 $ 250000 $ l73748 $ 347496 $ 1050000 $ 2100000

LS $ 1133811 $ l 000000 $ 904000 -$-----9-04-0-00--$ 300000 $ 300000~-- --53-- middot(Testingandsurvey -----==---------- I -I ( --L-S----t-$---6--ll-2-34-t-$----1-0-00-0-0--10 $ 395500 $ 39550-0-t--$--2-900-00-+--$ 29000054 lAs-builts

SUBTOTAL (UTILITY) $ 1426deg24 $ 13201500

Page3 of7 NROADWAYPR020172011513 - Kudm Road avu LWDD L-8 Conal4 - Bid O~nlng and AnaiyW2017513 Bid Tabs

ITEM 1 ITEM DESCRIPTION I QTY IUNITS Unit Price I Amount Unit Price j Amount

ROADWAY ITEMS

1 7800000

~ ofT_raffi_c_(m--cl-P_ed_es_tri_an_M___ -----~--- -_---~-j--+plusmn- middot-L~S-- -$- =42s~ 1$o_T_)____~-- -middot--- - ___ -middot~middotmiddot 2 30000001 99 00Removal ofExisting Structure 12329900 J 50000003 --middot ---- -----+----------- shy

4 Remova1 Pedestrian Bridge LS $ 17 878 50 $ 1200000 -- --5---- C-l~g and Grubbing - -- --- --middot---------middot I I j- LS $ 572770 $middot- shy

572770 $ 3000000 $ 3000000 ~---------_-- ------- --- middot~---~ _ -middot- -----~--middotr--------1

6 Floating Turbidity Barrier I LS $ 48870 $ 48870 $ 300000 $ 300000 -~---------~~

__7 ____ ReguJarExcavation 96 I CY $ 1180 $ 113280 $ 2300 ___________ 220800 1

_______s_middot__ -IEmbankment (Compacted in Place) _ ll 5 CY $ 3135 $ 360525 $ 800 I$ 92000

9 Optional Base Group 7 __________ __ ~=~1 975 __ ___14_6_sJ~--~---~----~~~~~~ _____ s2_6_s_ooo-_-- t sv_~_s s s_4_o_o+-I_$____ __

- -- ~aveAsphalt concrete (Traffic Level q ___fr__ _ _ _ __ 2 940 j ~ 24~~ __~middot 26~00-jj $$_ ~--~1--~TN~- $$ 7 _7 20 ~$$____ 2332000

e-- 0-- jAsph~c~ Friction Course (l0) (FC-95) Rub~ 67 1 333 00 P 22rJ 1 ___00 30820001 00 460- -1 1

l Mi11ExistingAsphaltPavement(l) 411 SY $ 2775 $ II40525 $ 5000 __$___20_5_5_0-00shy

13 Adjust Valve Boxes EA $ 39965 I$ 39965 $ 28000 $ 28000

middot---1-4middotmiddot~ AdjustManhole --- -------~--middot EA $ 39635 $ 39635 $ 65000 $ middot--middot-6-50-00shymiddot~----middot-middot- I middot-~---------------

783225 $ 3500 $15 ~ConcreteCwbampGutter(Type F) middotmiddot~Z95i LF $ 4=-middot 16 1Conc Sidewalk(4 Thick) SY $ 46 80 $ 697320 $ 7000 $ 1043000

___ 17 _ _J~nc Sidewalk (6 Thick) (Driveways) -~-- - -- -- - ~~- f SY $ 5285 $ 628915 $ 7700 $ 916300 --- middot-middot-~--middot---~Sodding bull middot 1-middot 59middot - middotsy $ 1040 $ 622960 $ 750 $ 449250

- 19 Inl~~orum--middot~--Bo-tto_m_)(_T_yp_e_C_)-lt-10---- -middot ---~----middotmiddot--middot--------~ - ---3--- T-EA -~-$--3-99-7-8-0-+--------~-$ ]199340 $ 450000 $ 1350000

1-20----1-In-let-(Curbmiddot--)-(P--5-)-lt-10_1____________________________r _ -- 1~ -i-middot $~- 21911s 650000 s 6soooo

$ 279775 $

1 $ 1~2840 $1~p-~-c_________________________[_ ~-~~-_ _~_00_00__]~-~~-- -s_~~-~=~=~=~======~=~-~-~~2-_s-00_~_0~$---~~-2-~-s_oo_1 2 1 2 $ 68915 $ 023 ConcretePipe_Cul_vert_(_1_8_)__________ -~---middotmiddot---------+1

___1_s1__ LF $ 4975 $ 751225 $ 6300 j 951300

24 ClasslVConcrete(CulvertampHeadwalls) 1477 CY $ 162800 $ 24045560 $ J90000 $ 28063000 -~-~~-t--------t-----~-r--------1

25 Reinforcing Steel (Culvat amp Headwalls) 33768 LB $ $ 2363760 $070 200 $ 6753600

Page 4 of7 NROADWAYPR02D72DJ75J3- Kudza Road over LWOO L-8 Conaij4 - Bfrl Op ming and Anaysb20J 7513 Bid Tabs

ITEM ITEM DESCRIPTION I QTY UNITS Unit Price j Amount Unit Price r Amount

26 jPedestrianBicycle Railing 96 LF $ 9890 I$ 949440 $ 315 $ 30240

~- Bid~~)DltchLining ~ I~ =~~ ~ -shy middot29-~ Clean Sand Fill 215 CY $ 4335 $ 932025 $ 3000 $ middot 645000

---~3o 1

Stomi SewerPumpingExist)(24orlessXSeeSPs) -1middot--120 LF $ 4751 S 57000 $ 3000 $middot--middot- ~---middot middotshy 360000

SUBTOTAL(RO~WAY) $ 75115375 $ 84590990

CONTINGENCY~

31 ICJass I Concrete(Misc) ____ middot-----~ j 5 CY $ 648 95 I $ 324475 $ 190000 $ 950000 - ----------middot middot-middot1____1- ~-----1

__ 32 1 Chang~Je(VariableMessage) Sign (N~~--M_O_T)____ ___1_o______E_D____s___ 2530i$ 25300 S 3000 $ 30000

_ ~_ ITrafficCon~lOffietT(Non-MOT) -middot-----------shy 16 j HR $ 9295 $ 148720 $ _1_5_0_00--1-$---~2_4_~-~ r---34 Premium for Conflict Condition (See SPs) ________1

1middotf-----_-_--_J EA $ 355855 k 355855 $ 300000 S 300000

35 FlowableFill ____________

1

_1

00

0_ ~1middot--c~~YY -- _$s__2_s_s_1s---+i $ 25815~ $ 30000 $ 300000

middot---3-6 subsoil ExcavationI 1

4

2bull

7

9

5

0 f$$middot- ~I2

5

_

7

9_

0

o_bullbull

0

oo_

0

_$$___3_0_o_o-+1_$____3_ooo__oo~ 37 Stmm Sewer Cleaning (Exist) (24 or J~sXSee SPs) -------~middot- 120 I LF __ $ l 3000 I$ 360000

SUBTOTAL (ROADWAY)

UTILITY ITEMS

38 jRemove and Dispose Existing 811 AC- Water Main I I

39 ~ -shy --shy rRemove Existing 12 Force Main

40 Grout Existing 8 AC Water Main wi~~owable FilJ

41 middot]8 Ductile Iron Pipe For Wala Main Installation I 42 12 DIP Pipeor Force Main Installation l

-~---middot-middot--middot

43 FampI 8 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM -i44 FampI 12 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM -middot--shy

-~ 45 middotFampI 12 Ductile Iron 90 Degree Fittings w Reaction Blocking or Thrust Restraint for WM

-46 Furnish Install and Remove Sample Points Comp1ete

-shy47 2 Air Release Valve with Manhole for Water Main and Force Main I

$ 1298500 $ 2480000

40 I LF $ 14275 $

144 LF $ ~-+----6-1-middot-o-o ~- I+shy -w q 278 LF $ 1050 $ 291900 $ 1200 $ 333600I 25651 $

~-r-----~~~~--r-~~---~~

255 LF $ 10075 $

143 LF $ 20200 $

6 EA $ 28480-1 $-~

5 EA $ 90500 I$

I EA $ 91195 I$

94500 l$2 I EA $

2 EA $ 11sos2s 1 $

2~69125 $

2888600 $

170880 $

452500 $

97195 $

2361650 $

5400 $ 1377000

11500 $ 1644500

30000 $ 180000

78000 $ 390000

85000 $ 85000

69000 $ 138000

850000 $ 1700000

Page5 of7 NROADWAYPR020172017513 bull Kudza flood ov~r LWOD L-8 Conal4 middotBid 0plning arid Anaysii20175 Bid Tabt

ITEM ITEM DESCRIPTION QTY j lJNITS UnJtPrfce Amount Unit Price Amount

48 8 GateVaJveforWaterMain _1~-- _$_ 219~_-9_5____$____2bull 19595 $ 180000 _$____1_soo_00_ __4_9_ middot-18Ga~ Valve for Water Main with Manhole ~dPservice taps 1 -~ $ 367660 $ 367660 $ 550000 $ 550000

50 11211 Gate Valve for Force Main 1 II EA -- $ 315880 $ 315880 $ 300000 $ 300000

s1 jeonnect to Ex-isting 8 water M~- ---- -----2----1 --M $ 2 468 35 $ 493610 $ soo oo $ 1000001

_ 52~- - ]Connect to Existing 1 Forc_e_M--am------_______ ---middot-middotmiddotmiddot ____ - - H-middot-- EA $ 11965~95 $ 23931 ~90-bull __$___70-0-00---+--$-~-middot~--1_4_00_o_o_f 53 Testing and Survey 1( 1 LS $ 2781245 $ 2781245 $ 550000 $ 550000

--- 54 jAs-builts -middot ------ --------- ____ I l _L_S_ -$--1-3-09-4-3-5-+-$-- ~middot-13-09-4-35--+-$---4-5-00-00-~middot-$----4-S-OO--oo-

SUBTOTAL (UTILITY) S 1784188~ S 8602900

956~73890

Page 6 of7 NROADWAYPR0201720175U bull Kudza Aoad awr LWDD L-8 canaf4-Bfd Optnfng and Ana~lt2017513 Bid Tab$ bull

THE COUNTY DOES NOT GUARANTEE THE ACCURACY OF THE FORMULAS AND EXTENSIONS USED IN THIS SPREADSHEET ------~middot - -shy ______

r--bullbull middot-middot~ -shyTHE ITEMS AND QUANTITJES ABOVE SHALL GOVERN OVER THE PLANS

-shy _ _ ~--middot~middot - - _ ~-

PAY ITEM FOOTNOTES IN CONSTRUCTION PLANS SHALL ALSO BE INCLUDED IN ITEM UNIT PRICE

Note jPAY ITEM FOOTNOTES

1 All items sha11 include cost to furnish and install un]ess otherwise noted -middot ~ - bull -Tshy ~ _~-- - _--

middot Pennitting agency pre-construction meetings and notices of commencement compliance with stormwater pollution prevention plan and stormwata pollution control plan installation of erosionturbidity 2 controls including silt fences inlet protection inspections and reporting preparation and submittal of construction completion certifications and required record drawings by a professional engjneer andor ]and

bull Isurveyor utility notifications are considaed incidental to mobilization ~----middot - - -- ___

3 -- -1AII costs for Maintenance ofTraffic (MOT) and mobilization sha11 be consideci incidental to and shall b~ included in unit prices -fo~-tb-~ay items -

- )Sawc~t ofexisting aspha~ an~or concrete design~ted for removal per pJans ~oval and relocation ofprivatel~~~~middot~ systems including ~on mailboxes fencing ~ ~emoval and disposal ~-~~~~--shy

middot~areas ofexcess and unsuitable material that may b~ encountered during excavation removal and disposal ofexisting structures per plans is considered incidental to th~bid item clearing and grubbing ~ ____

5 Benn construction swale construction grading re-grading ofroadways driveways canal sections and all other rough and finish grading shall be considered incidental to the bid items Excavation andor Embankmenf

- -shy IDemolition ofexisting m~ri~ge to include all co~po~concrete deck and -~c railings bent caps w~g i1s sheet panels comrete ~ ooncrete -oacb slabs an~ any deadmen anchors P~er -shy

6 disposal ofall bridge debris is considered incidental to bridge demolition -shy middot- shy j1211 co~~~cted subgrade is co~~idered incidental to th~-~~-t ofbaserock constructio - - middot-- --shy -middot - - - shy ----~ -shy -middotmiddot~- middotshy

7

__ ___ ~~- --shy middotshy

8 Prime and tack coats are considered incidental to asphalt construction -- ---shy -shy --middoto-shy

9 Excavation and backfin for structures including cost of any select bedding material that may be nec~sary for a satisfactory installation as directed by Palm Beach County is considaed incid_ental to the cost of the structures

I ---shy -~-middot r

-middot~ - - ----shy - --middot-------shy ---=shy bull - 4 -middot -shy -middot _ -~middot -middot - -IO Wrapping of filter fabric around all pipe joints per FDOT index no 280 and cost ofcoring existing structures for pipe connection is considered incidental to the cost ofthe pipe _ ____

-middot __ _ __ __ __ --middot-middot middot

11 The cost of all anchoring hardware per FDOT index 852 is microicidentaJ to the item Pipe Guiderail (Steel) (FDOT Index 852) -shy

lnie cost of det~~Jewarning surfa~ ~ FDOT index 304 and base compaction is considen)(i incidental to sidewalkpatb~ay ~~ction --shy -~ -shy middotshy -

12 ~------- - -r-middotmiddotmiddot -middot~-~ -shy ___ _4_ -shy

13 The cost offilter fabric is incidental to the item Bedding Stone _ ~--- ~-- _--~- -shy - -middot _

14 Sodding-shall be in aceordancewith section 575 of the general provisions ofthis specification Includes costs for fertilizer and water unti1 final acceptance ~~ ---=---middot~ ~lt--- __ -shy

_ __1s__112 thick no 57 stone foundation and filler fabric is incidental to the bid item Class N Concrete (Cast in Place Headwall) -

__ __ -middot - - middotmiddotshy ---~

16 Contingency items may be increased decreased or deleted as directed by the engineer ----shy _______ ----------shy

--~-----

17 1Changeab1e (Variable)_ Message Sign (Non-MOT) and Traffic Control Officers (Non-MOT) in accordance with General Provisions (Section l 02)

- -middot _ ___ _ ~ -~-

~

Indicates Math Error

Page 7 of7

EXHIBIT B Village of Palm Springs (VPS)

PROJECT NAME Kudza Rd over L WDD L-8 Canal

PROJECTNUMBER 2017513

CONTRACTOR FG Construction LLC

ITEM QUANTITY UNITS UNIT PRICE AMOUNT

13 14

Adjust Valve Boxes Adjust Manhole

Roadway Items for VPS

lEA IEA

$26117 $71755

VPS Utility Subtotal

ITEM QUANTITY I UNITS UNIT PRICE

Roadway Contingency Item for VPS

34 Premium for Conflict Condition (See SPs) lEA $1469000

VPS Contingency Subtotal

ITEM QUANTITY I UNITS UNIT PRICE

$26117 $71755

$97872

AMOUNT

$1469000

$1469000

AMOUNT

VPS Utility Items

38 Remove and Dispose Existing 8 AC Water Main 40LF

39 Remove Existing 12 Force Main

40 Grout Existing 8 AC Water Main with Flowable Fill

41 811 Ductile Iron Pipe For Water Main Installation

42 12 DIP Pipe For Force Main Insta~lation

Continue in page 2

1

144LF

278LF

2551F

143LF

$28250

$2825

$967

$7889

$18669

$1130000

$406800

$268826

$2011695

$2669667

f

Village ofPalm Springs Exhibit B for Kudza Rd over LWDD L-8 Canal Project 2017513

ITEM QUANTITY I UNITS UNIT PRICE AMOUNT

VPS Utility Items

43 FampI 811 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM 6EA

44 FampI 12 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM SEA

45 FampI 12 Ductile Iron 90 Degree Fittings w Reaction Blocking or Thrust Restraint for WM 1 EA

46 Furnish Install and Remove Sample Points Complete 2EA

47 2 Air Release Valve with Manhole for Water Main and Force Main 2EA

48 8 Gate Valve for Water Main 1 EA

49 8 Gate Valve for Water Main with Manhole and 1 service taps lEA

50 12 Gate Valve for Force Main lEA

51 Connect to Existing 8 Water Main 2EA

52 Connect to Existing 12 Force Main 2EA

53 Testing and Survey 1 LS

54 As-builts 1 LS

$104517 $627102

$334288 $1671440

$359087

$79001

$359087

$158002

$968565

$288722

$1937130

$288722

$353114

$536275

$97934

$173748

$904000

$395500

$353114

$536275

$195868

$347496

$904000

$395500

VPS Utility Items Subtotal

Village of Palm Springs Grand Total

Village of Palm Springs Grand Total Plus lOoo Contingency

$14260724

$15827596

~17410356

FROADWAYUTILITY COORDINATION2017513_Kudzaover IA CanalVPS Exhibit Bdoc

2

2020------- shy Page 1 of 1

BOARD OF COUNTY COMMISSIONERS PALM BEACH COUNTY

BUDGET Amendment

FUND Transportation Improvement Fund BGRV 031620-430 BGEX 031620-1131

ACCOUNT NUMBER ACCOUNT NAME ORIGINAL BUDGET

CURRENT BUDGET INCREASE DECREASE

ADJUSTED BUDGET

EXPENDED ENCUMBERED

ASOF 31620

REMAINING BALANCE

REVENUES Kudza Road over LWDD L-8 Canal 3500-361-1520-6948 Utility Relocation Reimbursements 0 0 174104 0 174 104

TOTAL RECEIPTS amp BALANCES

EXPENDITURES Kudza Road over LWDD L-8 Canal 3500-361-1520-8101 Contributions Other Governmental Agencies

TOTAL APPROPRIATIONS amp EXPENDITURES

202361433

0

202361433

195369625

0

195369625

174 104

174 104

174 104

0

0

0

195543729

174 104

195543729

0 174 104

SIGNATURE DATE By Board of County Commissioners At Meeting of ________

Engineering amp Public Works ~hliamptk 1-1)-) IJ__i)

Administration I Budget Approval

OFMB Department - Posted Deputy Clerk to the Board of County Commissioners

Page 21: PROJECT NO. 2017513 · Affirmative Procurement Initiative (API) for Construction: 20% minimum mandatory SBE participation, established for the above-mentioned project, which opened

VILLAGE OF PALM SPRINGS UTILITY CONSTRUCTION AGREEMENT

IN WITNESS WHEREOF the undersigned Parties have executed this AGREEMENT on the day and year first written above

VILLAGE OF PALM SPRINGS

BY~~~~--~---shyBev Smith Mayor

AllEST

Kimberly M Wynn AUTHORITY CLERK

PALM BEACH COUNlY FLORIDA

BY __~----------~~~-shyTanya N McConnell PE Deputy County Engineer

APPROVED AS TO TERMS AND CONDITTONS

BY __~--~~--~--shy(DATE)

APPROVED AS TO FORM APPROVED AS TO FORM AND LEGAL SUFFIOENCY AND LEGAL SUFFIOENa

BY _________ BY~YB~H---~--~~~~~~~shyVIiiage Attorney Assistant County Attorney

FROADWAYUTILI1Y COORDINATION2017513_Kudza over L-8 CanalVPS Construction Agreementdoc

8

ITEM I ITEM DESCRIPTION QTY middot1 UNITS UNIT PRICE UNIT PRICE UnitPrice I Amount Amount

2 I 30000 $ 30000-g= ___ 4_~-_0 _____1_4_00-so-_

SS21 $ S695 $ --8485ss $ 6000 S 894000

6913 $ 6000 I $ 714000 $ 7000 $ 833000

336 $ 791 I$ 473809 $~-~--8-00~+~$ 479200 middot-~----~~-middot-

510705 $ 390442 $ ll71326 $ 3500001~-- 1050000

~~ 200000 ~ 3333 $ 4378 $ 48158 $ S000 $ 55000

~~ s ~oo s ~~~ s 1~00 $

130000 $ 105149 $ lSS30507 $ 200000 $

1510000

29540000

ROADWAY ITEMS

Mobilization

MaintenanceofTraffic(inclPooestrianMOT)

3 Removal ofExisting Structure

2

- dge -middot- ---middot middotshy ~~=mer

=8 1Embankment(C~~P~-~- shy_ --=-=--~_jmucrde~~Cgt

____J_l__ =jh~7deg=~middot~)(FC-95)Rubber 13 AdjustValveBoxes

~1 outtflt (Type F)

16 Cone SidewaJk~(~_-~-middot -~middot ~_ ___

17 Cone Sidewalk (6 Thick)(Driveways)

18 Sodding middot--~----middot~--~middot---middot- ~--middot--middot--~

j LS $ 6820109 $ 5000000 $ 4746000 $

I LS $ 2548795 $ 4ooooo $ 15076461___

I 1 I LS $ 7436225 $ 8000000 $ 6215000 $

middotmiddot--middot-- ------ middotI middot+-+ ~- ~~ 2~~ middot--middot-middot-middot--1--~middotmiddot -middot--middot~-~ 2~2 M

I 115 I CY $ 1950 $ 1289 $ 1865 $

-~--====J__ _-=f --=~- ~ l~ 2 __ 7i-- middotmiddot-~+---~~~---~~-middot-middotmiddot14~ 2 ---4

EA $ 31021 $

5 295 shy

149 SY $ 5844 $

119 SY $ 6496 $

599 SY $ 845 $

19 InletDitchBottom)(TypeC)lt10 --middot~-----------middot--middotmiddot ___ 3 EA $ 397556 $

______-+--~-et-~-urb-middot-~-(P--5-)_lt_10_- --- --------middot- ~=~-------- I =~-i~--__A_-_--_________~ ___

22 A2000PVCPipe(Iin) 11 LF $ 5411 $

___~____eo_n_~--~-middot_e_c_~_~_c_1s_i_________--_-_~------~--~-~-s 16 $

24 ClassNConcrete(CulvaiampHeadwalls) 1477 CY $ 164487 $

39425 $ 26117 $-

4746000 $ 4500000 $ 4500000

1_s_0__ __ 3_5 _ooo_oo_16_4_6-1_s 3_s_oo_o_oo___$____ 6215000 $ 6200000 $ 6200000

--2-~-~---=-middot--~---~=---0----0-+middot---~---~--0-- -----------12_~__-o--t------~----o--0

214415 $ 2000 $ 230000

-~- middotmiddotmiddot middotmiddot -=~~

~r-=~- --1-~~----lr_

1~ 26117 $-

--~-~-1--~---~-~--~~~middot~-~~~-~-~~~~---~~+-~~---lt-~~ --~--~-+--~-----1~-~~--1middot~~~-~~-+-~~~~-~~

25 Reinforcing Steel (Culvert amp Headwalls) 33768 LB $ 163 $ 200 $ 181 $ 6Cl2008 $ 200 $ 6753600

Page 1 of7 NROAOWAYPll020172017513 bull KudzD Road Oliff LWDD L-8 Conal4 middotBid Optnlng and Analysls201753 Bid Tabs

26

ITEM ITEM DESCRIPl10N QTY UNITS UNIT PRICE UNIT PRICE Unit Price J Amount Unit Price Amount

PedestrianBicycleRailing ll 96 LF $ 12038 $ 10000 $ 25448 $ 2443008 $ 12500 $ 1200000 -----middot------+--------- --middotmiddotmiddotmiddotmiddot-middotmiddot------ --------- middot~---r----~middot----tmiddot-

27 Rip Rap (Rubble) FampI Ditch Lining 363 TN

28 Bedding Stone (Sect 530) ----------~------- 242 i TN

3

209 Clean Sand Fill --middot------ -shy - - ----- shy --il~l2105 -~LF~-Storm Sewer Pumping (Exist) (24 or IessXSee SPs) 120

CONTINGENCY ITEMS

___3_1_ _JClass I Concrete (Misc)

32 _ _jChangeable(VariableMessage) Sign (Non-MOT)

33 )Traffic Control Officer (Non-Mon

SUBTOTAL (ROADWAY)

34 Premium for Conflict Condition (See SPs) --middotmiddot ~---------- shy ------ shy

35

36

37

lFlowable Fill i

Subsoil Excavation ___ j middotlt~----middot

IStonn Sewer Cleaning (Exist) (24II or less xsee SPs)

UTILITY ITEMS

38 Remove and Dispose Existing 8 AC Water Main

39 Remove Existing 12 Force Main lt----~-- --middot--+------------shy

SUBTOTAL(ROADWAY)

40 LF

144 LF

$ 11412 $ 7500 $ 6328 $ 2297064 $ 10000 $ 3630000

$ 8860 $ 7500 $ 7526 $ ] 821292 $ 9000 $ 2178000

$$ 32790637 3155- middot-middot- 437310 I $ 2500 $ 531500-$$_____ bulloooo-middot-$$middotmiddotmiddotmiddot---1-02703354 $$ 1288200

$ 58774019

$ 81370 $ 36244 $ 16611 $ 83055

$ 5680 $ 2351 $ 9040 $ 90400

$ 9303 $ 4894 $ 7910 $ 126560

$ 673000 $ 795487 $ 1469000 $ 1469000 ~-~--------- ~-------i--

$ 22882 $ 18645 $ 186450

$ 600 $ 72000

$ 78111400

$ 31soo I$ 187500i

$ 5000 r $ 50000

$ sooo Is 80000 ----+----middotmiddot-----shy

$ 250000 $ 250000

$ 20000 $ 200000

$

$

~ __4_2-9--l----middot-~ --- _3~f-middot---3-middot~--o~-=-6$ 2464185 $ 1189500

$ 12631 $ 2500 $ 28250 I$ 1130000 $ 2000 $

$ 2273 $ 2500 $ 2825 middot1 $ 406800 $ 2000 $ 288000

40 Grout Existing 811 AC Water Main with Flowable Fill 278 LF $ 1304 $ 1000 $ 967 $ 268826 $ 2000 $ 556000 ------~ -middot-------+---- ~ __ -------+---shy

41 8 DuctileironPipeForWaterMaininstallation -----1---2_ss__ j LF $ 7966 _s_____s_o_00___$~ __7_8_89--t-_s___2_o_11695 _s___~500 i-$___2_1_6_1_so_o_

42 1211 DIPPipeForForceMainlnstallation 143 J LF $ 16342 $ 14000 $ 18669 $ 2669667 $ 15000 $ 21450001-------- ~--~-----middot--- middot--r----~---~-- __ t

___4~ -middot __ FampI 8 Ductile kon 45 Degree Fittings wl Reaction Blocking or Thrust Restraint for WM 6 ~ EA $ 56374 $ 80000 S 104517 $ 627102 $ 62500 _$_____3_7_s_o_oo-f

44 FampI12degDuctilelron45DegreeFittingswReactionBJockingorThrustRcstraintforWM 5 j EA $ 153197 $ 100000 $ 334288 $ 1671440 $ 110000 $ 550000 -middot -------f---middotmiddot--------------------------middot-- --shy~middot-middotmiddotmiddot----4_5 ---1F_amp_I_1_2__Du_c_til_middote_h__ __ee_F_ittin__gs_w_l_R_ea_cti_middoto_n_B_Ioc_km_middotg_or_Thrust_R_es_trai_n_t_fo_r_WM -+-____ ~ EEAA $ 165321 $ 100000 $ 3590871 $ 359087 $ 120000 _s_____o_n_9_o_D_egr __ __ l_2_oo_00_

4

46 Furnish Install and Remove Sample Points Complete 2 $ 80625 $ 65000 $ 79001 $ 158002 $ 80000 $ 1600001 1

middot~------~--------~

47 2 Air Release Valve with Manhole for Water Main and Force Main 2 I EA $ 999848 $ 750000 $ 968565 I$ 1937130 $ 1000000 $ 2000000

Pagel of7 NROADWAYPR020172017513 middotKudla Road over LWDD L-8 Canal4- Sid ~nlng and AnalyslsZOJ75JJ Bid Tabs

80000

ITEM ITEM DESCRIPTION J QTY j UNITS UNIT PRICE UNIT PRICE Unit Price Amount Unit Price Amount

i8 11 Gate Valve for Watfl Main r j EA $ 217079 $ 250000 $ 288722 $ 288722 $ 180000 $ 18000048 --------- middotmiddot-shy ------------ ------middot-~----------- -~middot~-W--------1------- ------+-------4--~------J-------1---------1

49 ----+-J__ +811 Gate Valve for Water Main with Manhole and 111 service taps 1_ EEAA $ 442694 $ 800000 $ 353lJ4 $ 353114 $ 500000 $ 500000

50 12 Gate Valve for Force Main j 1 s 375539 $ 350000 s 536275 s 536275 $ 350000 Is_______3_s_o_o_oo_

51 Connect to Existing 811 Water Main -__-middot_middot--------========------1--2middot i EA $ 228692 $ 250000 $ 97934 $ 195868 $ 520000 J-s- 1040000

52 Connect to Existing 12 Force Main 2 I EA $ 622586 $ 250000 $ l73748 $ 347496 $ 1050000 $ 2100000

LS $ 1133811 $ l 000000 $ 904000 -$-----9-04-0-00--$ 300000 $ 300000~-- --53-- middot(Testingandsurvey -----==---------- I -I ( --L-S----t-$---6--ll-2-34-t-$----1-0-00-0-0--10 $ 395500 $ 39550-0-t--$--2-900-00-+--$ 29000054 lAs-builts

SUBTOTAL (UTILITY) $ 1426deg24 $ 13201500

Page3 of7 NROADWAYPR020172011513 - Kudm Road avu LWDD L-8 Conal4 - Bid O~nlng and AnaiyW2017513 Bid Tabs

ITEM 1 ITEM DESCRIPTION I QTY IUNITS Unit Price I Amount Unit Price j Amount

ROADWAY ITEMS

1 7800000

~ ofT_raffi_c_(m--cl-P_ed_es_tri_an_M___ -----~--- -_---~-j--+plusmn- middot-L~S-- -$- =42s~ 1$o_T_)____~-- -middot--- - ___ -middot~middotmiddot 2 30000001 99 00Removal ofExisting Structure 12329900 J 50000003 --middot ---- -----+----------- shy

4 Remova1 Pedestrian Bridge LS $ 17 878 50 $ 1200000 -- --5---- C-l~g and Grubbing - -- --- --middot---------middot I I j- LS $ 572770 $middot- shy

572770 $ 3000000 $ 3000000 ~---------_-- ------- --- middot~---~ _ -middot- -----~--middotr--------1

6 Floating Turbidity Barrier I LS $ 48870 $ 48870 $ 300000 $ 300000 -~---------~~

__7 ____ ReguJarExcavation 96 I CY $ 1180 $ 113280 $ 2300 ___________ 220800 1

_______s_middot__ -IEmbankment (Compacted in Place) _ ll 5 CY $ 3135 $ 360525 $ 800 I$ 92000

9 Optional Base Group 7 __________ __ ~=~1 975 __ ___14_6_sJ~--~---~----~~~~~~ _____ s2_6_s_ooo-_-- t sv_~_s s s_4_o_o+-I_$____ __

- -- ~aveAsphalt concrete (Traffic Level q ___fr__ _ _ _ __ 2 940 j ~ 24~~ __~middot 26~00-jj $$_ ~--~1--~TN~- $$ 7 _7 20 ~$$____ 2332000

e-- 0-- jAsph~c~ Friction Course (l0) (FC-95) Rub~ 67 1 333 00 P 22rJ 1 ___00 30820001 00 460- -1 1

l Mi11ExistingAsphaltPavement(l) 411 SY $ 2775 $ II40525 $ 5000 __$___20_5_5_0-00shy

13 Adjust Valve Boxes EA $ 39965 I$ 39965 $ 28000 $ 28000

middot---1-4middotmiddot~ AdjustManhole --- -------~--middot EA $ 39635 $ 39635 $ 65000 $ middot--middot-6-50-00shymiddot~----middot-middot- I middot-~---------------

783225 $ 3500 $15 ~ConcreteCwbampGutter(Type F) middotmiddot~Z95i LF $ 4=-middot 16 1Conc Sidewalk(4 Thick) SY $ 46 80 $ 697320 $ 7000 $ 1043000

___ 17 _ _J~nc Sidewalk (6 Thick) (Driveways) -~-- - -- -- - ~~- f SY $ 5285 $ 628915 $ 7700 $ 916300 --- middot-middot-~--middot---~Sodding bull middot 1-middot 59middot - middotsy $ 1040 $ 622960 $ 750 $ 449250

- 19 Inl~~orum--middot~--Bo-tto_m_)(_T_yp_e_C_)-lt-10---- -middot ---~----middotmiddot--middot--------~ - ---3--- T-EA -~-$--3-99-7-8-0-+--------~-$ ]199340 $ 450000 $ 1350000

1-20----1-In-let-(Curbmiddot--)-(P--5-)-lt-10_1____________________________r _ -- 1~ -i-middot $~- 21911s 650000 s 6soooo

$ 279775 $

1 $ 1~2840 $1~p-~-c_________________________[_ ~-~~-_ _~_00_00__]~-~~-- -s_~~-~=~=~=~======~=~-~-~~2-_s-00_~_0~$---~~-2-~-s_oo_1 2 1 2 $ 68915 $ 023 ConcretePipe_Cul_vert_(_1_8_)__________ -~---middotmiddot---------+1

___1_s1__ LF $ 4975 $ 751225 $ 6300 j 951300

24 ClasslVConcrete(CulvertampHeadwalls) 1477 CY $ 162800 $ 24045560 $ J90000 $ 28063000 -~-~~-t--------t-----~-r--------1

25 Reinforcing Steel (Culvat amp Headwalls) 33768 LB $ $ 2363760 $070 200 $ 6753600

Page 4 of7 NROADWAYPR02D72DJ75J3- Kudza Road over LWOO L-8 Conaij4 - Bfrl Op ming and Anaysb20J 7513 Bid Tabs

ITEM ITEM DESCRIPTION I QTY UNITS Unit Price j Amount Unit Price r Amount

26 jPedestrianBicycle Railing 96 LF $ 9890 I$ 949440 $ 315 $ 30240

~- Bid~~)DltchLining ~ I~ =~~ ~ -shy middot29-~ Clean Sand Fill 215 CY $ 4335 $ 932025 $ 3000 $ middot 645000

---~3o 1

Stomi SewerPumpingExist)(24orlessXSeeSPs) -1middot--120 LF $ 4751 S 57000 $ 3000 $middot--middot- ~---middot middotshy 360000

SUBTOTAL(RO~WAY) $ 75115375 $ 84590990

CONTINGENCY~

31 ICJass I Concrete(Misc) ____ middot-----~ j 5 CY $ 648 95 I $ 324475 $ 190000 $ 950000 - ----------middot middot-middot1____1- ~-----1

__ 32 1 Chang~Je(VariableMessage) Sign (N~~--M_O_T)____ ___1_o______E_D____s___ 2530i$ 25300 S 3000 $ 30000

_ ~_ ITrafficCon~lOffietT(Non-MOT) -middot-----------shy 16 j HR $ 9295 $ 148720 $ _1_5_0_00--1-$---~2_4_~-~ r---34 Premium for Conflict Condition (See SPs) ________1

1middotf-----_-_--_J EA $ 355855 k 355855 $ 300000 S 300000

35 FlowableFill ____________

1

_1

00

0_ ~1middot--c~~YY -- _$s__2_s_s_1s---+i $ 25815~ $ 30000 $ 300000

middot---3-6 subsoil ExcavationI 1

4

2bull

7

9

5

0 f$$middot- ~I2

5

_

7

9_

0

o_bullbull

0

oo_

0

_$$___3_0_o_o-+1_$____3_ooo__oo~ 37 Stmm Sewer Cleaning (Exist) (24 or J~sXSee SPs) -------~middot- 120 I LF __ $ l 3000 I$ 360000

SUBTOTAL (ROADWAY)

UTILITY ITEMS

38 jRemove and Dispose Existing 811 AC- Water Main I I

39 ~ -shy --shy rRemove Existing 12 Force Main

40 Grout Existing 8 AC Water Main wi~~owable FilJ

41 middot]8 Ductile Iron Pipe For Wala Main Installation I 42 12 DIP Pipeor Force Main Installation l

-~---middot-middot--middot

43 FampI 8 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM -i44 FampI 12 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM -middot--shy

-~ 45 middotFampI 12 Ductile Iron 90 Degree Fittings w Reaction Blocking or Thrust Restraint for WM

-46 Furnish Install and Remove Sample Points Comp1ete

-shy47 2 Air Release Valve with Manhole for Water Main and Force Main I

$ 1298500 $ 2480000

40 I LF $ 14275 $

144 LF $ ~-+----6-1-middot-o-o ~- I+shy -w q 278 LF $ 1050 $ 291900 $ 1200 $ 333600I 25651 $

~-r-----~~~~--r-~~---~~

255 LF $ 10075 $

143 LF $ 20200 $

6 EA $ 28480-1 $-~

5 EA $ 90500 I$

I EA $ 91195 I$

94500 l$2 I EA $

2 EA $ 11sos2s 1 $

2~69125 $

2888600 $

170880 $

452500 $

97195 $

2361650 $

5400 $ 1377000

11500 $ 1644500

30000 $ 180000

78000 $ 390000

85000 $ 85000

69000 $ 138000

850000 $ 1700000

Page5 of7 NROADWAYPR020172017513 bull Kudza flood ov~r LWOD L-8 Conal4 middotBid 0plning arid Anaysii20175 Bid Tabt

ITEM ITEM DESCRIPTION QTY j lJNITS UnJtPrfce Amount Unit Price Amount

48 8 GateVaJveforWaterMain _1~-- _$_ 219~_-9_5____$____2bull 19595 $ 180000 _$____1_soo_00_ __4_9_ middot-18Ga~ Valve for Water Main with Manhole ~dPservice taps 1 -~ $ 367660 $ 367660 $ 550000 $ 550000

50 11211 Gate Valve for Force Main 1 II EA -- $ 315880 $ 315880 $ 300000 $ 300000

s1 jeonnect to Ex-isting 8 water M~- ---- -----2----1 --M $ 2 468 35 $ 493610 $ soo oo $ 1000001

_ 52~- - ]Connect to Existing 1 Forc_e_M--am------_______ ---middot-middotmiddotmiddot ____ - - H-middot-- EA $ 11965~95 $ 23931 ~90-bull __$___70-0-00---+--$-~-middot~--1_4_00_o_o_f 53 Testing and Survey 1( 1 LS $ 2781245 $ 2781245 $ 550000 $ 550000

--- 54 jAs-builts -middot ------ --------- ____ I l _L_S_ -$--1-3-09-4-3-5-+-$-- ~middot-13-09-4-35--+-$---4-5-00-00-~middot-$----4-S-OO--oo-

SUBTOTAL (UTILITY) S 1784188~ S 8602900

956~73890

Page 6 of7 NROADWAYPR0201720175U bull Kudza Aoad awr LWDD L-8 canaf4-Bfd Optnfng and Ana~lt2017513 Bid Tab$ bull

THE COUNTY DOES NOT GUARANTEE THE ACCURACY OF THE FORMULAS AND EXTENSIONS USED IN THIS SPREADSHEET ------~middot - -shy ______

r--bullbull middot-middot~ -shyTHE ITEMS AND QUANTITJES ABOVE SHALL GOVERN OVER THE PLANS

-shy _ _ ~--middot~middot - - _ ~-

PAY ITEM FOOTNOTES IN CONSTRUCTION PLANS SHALL ALSO BE INCLUDED IN ITEM UNIT PRICE

Note jPAY ITEM FOOTNOTES

1 All items sha11 include cost to furnish and install un]ess otherwise noted -middot ~ - bull -Tshy ~ _~-- - _--

middot Pennitting agency pre-construction meetings and notices of commencement compliance with stormwater pollution prevention plan and stormwata pollution control plan installation of erosionturbidity 2 controls including silt fences inlet protection inspections and reporting preparation and submittal of construction completion certifications and required record drawings by a professional engjneer andor ]and

bull Isurveyor utility notifications are considaed incidental to mobilization ~----middot - - -- ___

3 -- -1AII costs for Maintenance ofTraffic (MOT) and mobilization sha11 be consideci incidental to and shall b~ included in unit prices -fo~-tb-~ay items -

- )Sawc~t ofexisting aspha~ an~or concrete design~ted for removal per pJans ~oval and relocation ofprivatel~~~~middot~ systems including ~on mailboxes fencing ~ ~emoval and disposal ~-~~~~--shy

middot~areas ofexcess and unsuitable material that may b~ encountered during excavation removal and disposal ofexisting structures per plans is considered incidental to th~bid item clearing and grubbing ~ ____

5 Benn construction swale construction grading re-grading ofroadways driveways canal sections and all other rough and finish grading shall be considered incidental to the bid items Excavation andor Embankmenf

- -shy IDemolition ofexisting m~ri~ge to include all co~po~concrete deck and -~c railings bent caps w~g i1s sheet panels comrete ~ ooncrete -oacb slabs an~ any deadmen anchors P~er -shy

6 disposal ofall bridge debris is considered incidental to bridge demolition -shy middot- shy j1211 co~~~cted subgrade is co~~idered incidental to th~-~~-t ofbaserock constructio - - middot-- --shy -middot - - - shy ----~ -shy -middotmiddot~- middotshy

7

__ ___ ~~- --shy middotshy

8 Prime and tack coats are considered incidental to asphalt construction -- ---shy -shy --middoto-shy

9 Excavation and backfin for structures including cost of any select bedding material that may be nec~sary for a satisfactory installation as directed by Palm Beach County is considaed incid_ental to the cost of the structures

I ---shy -~-middot r

-middot~ - - ----shy - --middot-------shy ---=shy bull - 4 -middot -shy -middot _ -~middot -middot - -IO Wrapping of filter fabric around all pipe joints per FDOT index no 280 and cost ofcoring existing structures for pipe connection is considered incidental to the cost ofthe pipe _ ____

-middot __ _ __ __ __ --middot-middot middot

11 The cost of all anchoring hardware per FDOT index 852 is microicidentaJ to the item Pipe Guiderail (Steel) (FDOT Index 852) -shy

lnie cost of det~~Jewarning surfa~ ~ FDOT index 304 and base compaction is considen)(i incidental to sidewalkpatb~ay ~~ction --shy -~ -shy middotshy -

12 ~------- - -r-middotmiddotmiddot -middot~-~ -shy ___ _4_ -shy

13 The cost offilter fabric is incidental to the item Bedding Stone _ ~--- ~-- _--~- -shy - -middot _

14 Sodding-shall be in aceordancewith section 575 of the general provisions ofthis specification Includes costs for fertilizer and water unti1 final acceptance ~~ ---=---middot~ ~lt--- __ -shy

_ __1s__112 thick no 57 stone foundation and filler fabric is incidental to the bid item Class N Concrete (Cast in Place Headwall) -

__ __ -middot - - middotmiddotshy ---~

16 Contingency items may be increased decreased or deleted as directed by the engineer ----shy _______ ----------shy

--~-----

17 1Changeab1e (Variable)_ Message Sign (Non-MOT) and Traffic Control Officers (Non-MOT) in accordance with General Provisions (Section l 02)

- -middot _ ___ _ ~ -~-

~

Indicates Math Error

Page 7 of7

EXHIBIT B Village of Palm Springs (VPS)

PROJECT NAME Kudza Rd over L WDD L-8 Canal

PROJECTNUMBER 2017513

CONTRACTOR FG Construction LLC

ITEM QUANTITY UNITS UNIT PRICE AMOUNT

13 14

Adjust Valve Boxes Adjust Manhole

Roadway Items for VPS

lEA IEA

$26117 $71755

VPS Utility Subtotal

ITEM QUANTITY I UNITS UNIT PRICE

Roadway Contingency Item for VPS

34 Premium for Conflict Condition (See SPs) lEA $1469000

VPS Contingency Subtotal

ITEM QUANTITY I UNITS UNIT PRICE

$26117 $71755

$97872

AMOUNT

$1469000

$1469000

AMOUNT

VPS Utility Items

38 Remove and Dispose Existing 8 AC Water Main 40LF

39 Remove Existing 12 Force Main

40 Grout Existing 8 AC Water Main with Flowable Fill

41 811 Ductile Iron Pipe For Water Main Installation

42 12 DIP Pipe For Force Main Insta~lation

Continue in page 2

1

144LF

278LF

2551F

143LF

$28250

$2825

$967

$7889

$18669

$1130000

$406800

$268826

$2011695

$2669667

f

Village ofPalm Springs Exhibit B for Kudza Rd over LWDD L-8 Canal Project 2017513

ITEM QUANTITY I UNITS UNIT PRICE AMOUNT

VPS Utility Items

43 FampI 811 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM 6EA

44 FampI 12 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM SEA

45 FampI 12 Ductile Iron 90 Degree Fittings w Reaction Blocking or Thrust Restraint for WM 1 EA

46 Furnish Install and Remove Sample Points Complete 2EA

47 2 Air Release Valve with Manhole for Water Main and Force Main 2EA

48 8 Gate Valve for Water Main 1 EA

49 8 Gate Valve for Water Main with Manhole and 1 service taps lEA

50 12 Gate Valve for Force Main lEA

51 Connect to Existing 8 Water Main 2EA

52 Connect to Existing 12 Force Main 2EA

53 Testing and Survey 1 LS

54 As-builts 1 LS

$104517 $627102

$334288 $1671440

$359087

$79001

$359087

$158002

$968565

$288722

$1937130

$288722

$353114

$536275

$97934

$173748

$904000

$395500

$353114

$536275

$195868

$347496

$904000

$395500

VPS Utility Items Subtotal

Village of Palm Springs Grand Total

Village of Palm Springs Grand Total Plus lOoo Contingency

$14260724

$15827596

~17410356

FROADWAYUTILITY COORDINATION2017513_Kudzaover IA CanalVPS Exhibit Bdoc

2

2020------- shy Page 1 of 1

BOARD OF COUNTY COMMISSIONERS PALM BEACH COUNTY

BUDGET Amendment

FUND Transportation Improvement Fund BGRV 031620-430 BGEX 031620-1131

ACCOUNT NUMBER ACCOUNT NAME ORIGINAL BUDGET

CURRENT BUDGET INCREASE DECREASE

ADJUSTED BUDGET

EXPENDED ENCUMBERED

ASOF 31620

REMAINING BALANCE

REVENUES Kudza Road over LWDD L-8 Canal 3500-361-1520-6948 Utility Relocation Reimbursements 0 0 174104 0 174 104

TOTAL RECEIPTS amp BALANCES

EXPENDITURES Kudza Road over LWDD L-8 Canal 3500-361-1520-8101 Contributions Other Governmental Agencies

TOTAL APPROPRIATIONS amp EXPENDITURES

202361433

0

202361433

195369625

0

195369625

174 104

174 104

174 104

0

0

0

195543729

174 104

195543729

0 174 104

SIGNATURE DATE By Board of County Commissioners At Meeting of ________

Engineering amp Public Works ~hliamptk 1-1)-) IJ__i)

Administration I Budget Approval

OFMB Department - Posted Deputy Clerk to the Board of County Commissioners

Page 22: PROJECT NO. 2017513 · Affirmative Procurement Initiative (API) for Construction: 20% minimum mandatory SBE participation, established for the above-mentioned project, which opened

ITEM I ITEM DESCRIPTION QTY middot1 UNITS UNIT PRICE UNIT PRICE UnitPrice I Amount Amount

2 I 30000 $ 30000-g= ___ 4_~-_0 _____1_4_00-so-_

SS21 $ S695 $ --8485ss $ 6000 S 894000

6913 $ 6000 I $ 714000 $ 7000 $ 833000

336 $ 791 I$ 473809 $~-~--8-00~+~$ 479200 middot-~----~~-middot-

510705 $ 390442 $ ll71326 $ 3500001~-- 1050000

~~ 200000 ~ 3333 $ 4378 $ 48158 $ S000 $ 55000

~~ s ~oo s ~~~ s 1~00 $

130000 $ 105149 $ lSS30507 $ 200000 $

1510000

29540000

ROADWAY ITEMS

Mobilization

MaintenanceofTraffic(inclPooestrianMOT)

3 Removal ofExisting Structure

2

- dge -middot- ---middot middotshy ~~=mer

=8 1Embankment(C~~P~-~- shy_ --=-=--~_jmucrde~~Cgt

____J_l__ =jh~7deg=~middot~)(FC-95)Rubber 13 AdjustValveBoxes

~1 outtflt (Type F)

16 Cone SidewaJk~(~_-~-middot -~middot ~_ ___

17 Cone Sidewalk (6 Thick)(Driveways)

18 Sodding middot--~----middot~--~middot---middot- ~--middot--middot--~

j LS $ 6820109 $ 5000000 $ 4746000 $

I LS $ 2548795 $ 4ooooo $ 15076461___

I 1 I LS $ 7436225 $ 8000000 $ 6215000 $

middotmiddot--middot-- ------ middotI middot+-+ ~- ~~ 2~~ middot--middot-middot-middot--1--~middotmiddot -middot--middot~-~ 2~2 M

I 115 I CY $ 1950 $ 1289 $ 1865 $

-~--====J__ _-=f --=~- ~ l~ 2 __ 7i-- middotmiddot-~+---~~~---~~-middot-middotmiddot14~ 2 ---4

EA $ 31021 $

5 295 shy

149 SY $ 5844 $

119 SY $ 6496 $

599 SY $ 845 $

19 InletDitchBottom)(TypeC)lt10 --middot~-----------middot--middotmiddot ___ 3 EA $ 397556 $

______-+--~-et-~-urb-middot-~-(P--5-)_lt_10_- --- --------middot- ~=~-------- I =~-i~--__A_-_--_________~ ___

22 A2000PVCPipe(Iin) 11 LF $ 5411 $

___~____eo_n_~--~-middot_e_c_~_~_c_1s_i_________--_-_~------~--~-~-s 16 $

24 ClassNConcrete(CulvaiampHeadwalls) 1477 CY $ 164487 $

39425 $ 26117 $-

4746000 $ 4500000 $ 4500000

1_s_0__ __ 3_5 _ooo_oo_16_4_6-1_s 3_s_oo_o_oo___$____ 6215000 $ 6200000 $ 6200000

--2-~-~---=-middot--~---~=---0----0-+middot---~---~--0-- -----------12_~__-o--t------~----o--0

214415 $ 2000 $ 230000

-~- middotmiddotmiddot middotmiddot -=~~

~r-=~- --1-~~----lr_

1~ 26117 $-

--~-~-1--~---~-~--~~~middot~-~~~-~-~~~~---~~+-~~---lt-~~ --~--~-+--~-----1~-~~--1middot~~~-~~-+-~~~~-~~

25 Reinforcing Steel (Culvert amp Headwalls) 33768 LB $ 163 $ 200 $ 181 $ 6Cl2008 $ 200 $ 6753600

Page 1 of7 NROAOWAYPll020172017513 bull KudzD Road Oliff LWDD L-8 Conal4 middotBid Optnlng and Analysls201753 Bid Tabs

26

ITEM ITEM DESCRIPl10N QTY UNITS UNIT PRICE UNIT PRICE Unit Price J Amount Unit Price Amount

PedestrianBicycleRailing ll 96 LF $ 12038 $ 10000 $ 25448 $ 2443008 $ 12500 $ 1200000 -----middot------+--------- --middotmiddotmiddotmiddotmiddot-middotmiddot------ --------- middot~---r----~middot----tmiddot-

27 Rip Rap (Rubble) FampI Ditch Lining 363 TN

28 Bedding Stone (Sect 530) ----------~------- 242 i TN

3

209 Clean Sand Fill --middot------ -shy - - ----- shy --il~l2105 -~LF~-Storm Sewer Pumping (Exist) (24 or IessXSee SPs) 120

CONTINGENCY ITEMS

___3_1_ _JClass I Concrete (Misc)

32 _ _jChangeable(VariableMessage) Sign (Non-MOT)

33 )Traffic Control Officer (Non-Mon

SUBTOTAL (ROADWAY)

34 Premium for Conflict Condition (See SPs) --middotmiddot ~---------- shy ------ shy

35

36

37

lFlowable Fill i

Subsoil Excavation ___ j middotlt~----middot

IStonn Sewer Cleaning (Exist) (24II or less xsee SPs)

UTILITY ITEMS

38 Remove and Dispose Existing 8 AC Water Main

39 Remove Existing 12 Force Main lt----~-- --middot--+------------shy

SUBTOTAL(ROADWAY)

40 LF

144 LF

$ 11412 $ 7500 $ 6328 $ 2297064 $ 10000 $ 3630000

$ 8860 $ 7500 $ 7526 $ ] 821292 $ 9000 $ 2178000

$$ 32790637 3155- middot-middot- 437310 I $ 2500 $ 531500-$$_____ bulloooo-middot-$$middotmiddotmiddotmiddot---1-02703354 $$ 1288200

$ 58774019

$ 81370 $ 36244 $ 16611 $ 83055

$ 5680 $ 2351 $ 9040 $ 90400

$ 9303 $ 4894 $ 7910 $ 126560

$ 673000 $ 795487 $ 1469000 $ 1469000 ~-~--------- ~-------i--

$ 22882 $ 18645 $ 186450

$ 600 $ 72000

$ 78111400

$ 31soo I$ 187500i

$ 5000 r $ 50000

$ sooo Is 80000 ----+----middotmiddot-----shy

$ 250000 $ 250000

$ 20000 $ 200000

$

$

~ __4_2-9--l----middot-~ --- _3~f-middot---3-middot~--o~-=-6$ 2464185 $ 1189500

$ 12631 $ 2500 $ 28250 I$ 1130000 $ 2000 $

$ 2273 $ 2500 $ 2825 middot1 $ 406800 $ 2000 $ 288000

40 Grout Existing 811 AC Water Main with Flowable Fill 278 LF $ 1304 $ 1000 $ 967 $ 268826 $ 2000 $ 556000 ------~ -middot-------+---- ~ __ -------+---shy

41 8 DuctileironPipeForWaterMaininstallation -----1---2_ss__ j LF $ 7966 _s_____s_o_00___$~ __7_8_89--t-_s___2_o_11695 _s___~500 i-$___2_1_6_1_so_o_

42 1211 DIPPipeForForceMainlnstallation 143 J LF $ 16342 $ 14000 $ 18669 $ 2669667 $ 15000 $ 21450001-------- ~--~-----middot--- middot--r----~---~-- __ t

___4~ -middot __ FampI 8 Ductile kon 45 Degree Fittings wl Reaction Blocking or Thrust Restraint for WM 6 ~ EA $ 56374 $ 80000 S 104517 $ 627102 $ 62500 _$_____3_7_s_o_oo-f

44 FampI12degDuctilelron45DegreeFittingswReactionBJockingorThrustRcstraintforWM 5 j EA $ 153197 $ 100000 $ 334288 $ 1671440 $ 110000 $ 550000 -middot -------f---middotmiddot--------------------------middot-- --shy~middot-middotmiddotmiddot----4_5 ---1F_amp_I_1_2__Du_c_til_middote_h__ __ee_F_ittin__gs_w_l_R_ea_cti_middoto_n_B_Ioc_km_middotg_or_Thrust_R_es_trai_n_t_fo_r_WM -+-____ ~ EEAA $ 165321 $ 100000 $ 3590871 $ 359087 $ 120000 _s_____o_n_9_o_D_egr __ __ l_2_oo_00_

4

46 Furnish Install and Remove Sample Points Complete 2 $ 80625 $ 65000 $ 79001 $ 158002 $ 80000 $ 1600001 1

middot~------~--------~

47 2 Air Release Valve with Manhole for Water Main and Force Main 2 I EA $ 999848 $ 750000 $ 968565 I$ 1937130 $ 1000000 $ 2000000

Pagel of7 NROADWAYPR020172017513 middotKudla Road over LWDD L-8 Canal4- Sid ~nlng and AnalyslsZOJ75JJ Bid Tabs

80000

ITEM ITEM DESCRIPTION J QTY j UNITS UNIT PRICE UNIT PRICE Unit Price Amount Unit Price Amount

i8 11 Gate Valve for Watfl Main r j EA $ 217079 $ 250000 $ 288722 $ 288722 $ 180000 $ 18000048 --------- middotmiddot-shy ------------ ------middot-~----------- -~middot~-W--------1------- ------+-------4--~------J-------1---------1

49 ----+-J__ +811 Gate Valve for Water Main with Manhole and 111 service taps 1_ EEAA $ 442694 $ 800000 $ 353lJ4 $ 353114 $ 500000 $ 500000

50 12 Gate Valve for Force Main j 1 s 375539 $ 350000 s 536275 s 536275 $ 350000 Is_______3_s_o_o_oo_

51 Connect to Existing 811 Water Main -__-middot_middot--------========------1--2middot i EA $ 228692 $ 250000 $ 97934 $ 195868 $ 520000 J-s- 1040000

52 Connect to Existing 12 Force Main 2 I EA $ 622586 $ 250000 $ l73748 $ 347496 $ 1050000 $ 2100000

LS $ 1133811 $ l 000000 $ 904000 -$-----9-04-0-00--$ 300000 $ 300000~-- --53-- middot(Testingandsurvey -----==---------- I -I ( --L-S----t-$---6--ll-2-34-t-$----1-0-00-0-0--10 $ 395500 $ 39550-0-t--$--2-900-00-+--$ 29000054 lAs-builts

SUBTOTAL (UTILITY) $ 1426deg24 $ 13201500

Page3 of7 NROADWAYPR020172011513 - Kudm Road avu LWDD L-8 Conal4 - Bid O~nlng and AnaiyW2017513 Bid Tabs

ITEM 1 ITEM DESCRIPTION I QTY IUNITS Unit Price I Amount Unit Price j Amount

ROADWAY ITEMS

1 7800000

~ ofT_raffi_c_(m--cl-P_ed_es_tri_an_M___ -----~--- -_---~-j--+plusmn- middot-L~S-- -$- =42s~ 1$o_T_)____~-- -middot--- - ___ -middot~middotmiddot 2 30000001 99 00Removal ofExisting Structure 12329900 J 50000003 --middot ---- -----+----------- shy

4 Remova1 Pedestrian Bridge LS $ 17 878 50 $ 1200000 -- --5---- C-l~g and Grubbing - -- --- --middot---------middot I I j- LS $ 572770 $middot- shy

572770 $ 3000000 $ 3000000 ~---------_-- ------- --- middot~---~ _ -middot- -----~--middotr--------1

6 Floating Turbidity Barrier I LS $ 48870 $ 48870 $ 300000 $ 300000 -~---------~~

__7 ____ ReguJarExcavation 96 I CY $ 1180 $ 113280 $ 2300 ___________ 220800 1

_______s_middot__ -IEmbankment (Compacted in Place) _ ll 5 CY $ 3135 $ 360525 $ 800 I$ 92000

9 Optional Base Group 7 __________ __ ~=~1 975 __ ___14_6_sJ~--~---~----~~~~~~ _____ s2_6_s_ooo-_-- t sv_~_s s s_4_o_o+-I_$____ __

- -- ~aveAsphalt concrete (Traffic Level q ___fr__ _ _ _ __ 2 940 j ~ 24~~ __~middot 26~00-jj $$_ ~--~1--~TN~- $$ 7 _7 20 ~$$____ 2332000

e-- 0-- jAsph~c~ Friction Course (l0) (FC-95) Rub~ 67 1 333 00 P 22rJ 1 ___00 30820001 00 460- -1 1

l Mi11ExistingAsphaltPavement(l) 411 SY $ 2775 $ II40525 $ 5000 __$___20_5_5_0-00shy

13 Adjust Valve Boxes EA $ 39965 I$ 39965 $ 28000 $ 28000

middot---1-4middotmiddot~ AdjustManhole --- -------~--middot EA $ 39635 $ 39635 $ 65000 $ middot--middot-6-50-00shymiddot~----middot-middot- I middot-~---------------

783225 $ 3500 $15 ~ConcreteCwbampGutter(Type F) middotmiddot~Z95i LF $ 4=-middot 16 1Conc Sidewalk(4 Thick) SY $ 46 80 $ 697320 $ 7000 $ 1043000

___ 17 _ _J~nc Sidewalk (6 Thick) (Driveways) -~-- - -- -- - ~~- f SY $ 5285 $ 628915 $ 7700 $ 916300 --- middot-middot-~--middot---~Sodding bull middot 1-middot 59middot - middotsy $ 1040 $ 622960 $ 750 $ 449250

- 19 Inl~~orum--middot~--Bo-tto_m_)(_T_yp_e_C_)-lt-10---- -middot ---~----middotmiddot--middot--------~ - ---3--- T-EA -~-$--3-99-7-8-0-+--------~-$ ]199340 $ 450000 $ 1350000

1-20----1-In-let-(Curbmiddot--)-(P--5-)-lt-10_1____________________________r _ -- 1~ -i-middot $~- 21911s 650000 s 6soooo

$ 279775 $

1 $ 1~2840 $1~p-~-c_________________________[_ ~-~~-_ _~_00_00__]~-~~-- -s_~~-~=~=~=~======~=~-~-~~2-_s-00_~_0~$---~~-2-~-s_oo_1 2 1 2 $ 68915 $ 023 ConcretePipe_Cul_vert_(_1_8_)__________ -~---middotmiddot---------+1

___1_s1__ LF $ 4975 $ 751225 $ 6300 j 951300

24 ClasslVConcrete(CulvertampHeadwalls) 1477 CY $ 162800 $ 24045560 $ J90000 $ 28063000 -~-~~-t--------t-----~-r--------1

25 Reinforcing Steel (Culvat amp Headwalls) 33768 LB $ $ 2363760 $070 200 $ 6753600

Page 4 of7 NROADWAYPR02D72DJ75J3- Kudza Road over LWOO L-8 Conaij4 - Bfrl Op ming and Anaysb20J 7513 Bid Tabs

ITEM ITEM DESCRIPTION I QTY UNITS Unit Price j Amount Unit Price r Amount

26 jPedestrianBicycle Railing 96 LF $ 9890 I$ 949440 $ 315 $ 30240

~- Bid~~)DltchLining ~ I~ =~~ ~ -shy middot29-~ Clean Sand Fill 215 CY $ 4335 $ 932025 $ 3000 $ middot 645000

---~3o 1

Stomi SewerPumpingExist)(24orlessXSeeSPs) -1middot--120 LF $ 4751 S 57000 $ 3000 $middot--middot- ~---middot middotshy 360000

SUBTOTAL(RO~WAY) $ 75115375 $ 84590990

CONTINGENCY~

31 ICJass I Concrete(Misc) ____ middot-----~ j 5 CY $ 648 95 I $ 324475 $ 190000 $ 950000 - ----------middot middot-middot1____1- ~-----1

__ 32 1 Chang~Je(VariableMessage) Sign (N~~--M_O_T)____ ___1_o______E_D____s___ 2530i$ 25300 S 3000 $ 30000

_ ~_ ITrafficCon~lOffietT(Non-MOT) -middot-----------shy 16 j HR $ 9295 $ 148720 $ _1_5_0_00--1-$---~2_4_~-~ r---34 Premium for Conflict Condition (See SPs) ________1

1middotf-----_-_--_J EA $ 355855 k 355855 $ 300000 S 300000

35 FlowableFill ____________

1

_1

00

0_ ~1middot--c~~YY -- _$s__2_s_s_1s---+i $ 25815~ $ 30000 $ 300000

middot---3-6 subsoil ExcavationI 1

4

2bull

7

9

5

0 f$$middot- ~I2

5

_

7

9_

0

o_bullbull

0

oo_

0

_$$___3_0_o_o-+1_$____3_ooo__oo~ 37 Stmm Sewer Cleaning (Exist) (24 or J~sXSee SPs) -------~middot- 120 I LF __ $ l 3000 I$ 360000

SUBTOTAL (ROADWAY)

UTILITY ITEMS

38 jRemove and Dispose Existing 811 AC- Water Main I I

39 ~ -shy --shy rRemove Existing 12 Force Main

40 Grout Existing 8 AC Water Main wi~~owable FilJ

41 middot]8 Ductile Iron Pipe For Wala Main Installation I 42 12 DIP Pipeor Force Main Installation l

-~---middot-middot--middot

43 FampI 8 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM -i44 FampI 12 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM -middot--shy

-~ 45 middotFampI 12 Ductile Iron 90 Degree Fittings w Reaction Blocking or Thrust Restraint for WM

-46 Furnish Install and Remove Sample Points Comp1ete

-shy47 2 Air Release Valve with Manhole for Water Main and Force Main I

$ 1298500 $ 2480000

40 I LF $ 14275 $

144 LF $ ~-+----6-1-middot-o-o ~- I+shy -w q 278 LF $ 1050 $ 291900 $ 1200 $ 333600I 25651 $

~-r-----~~~~--r-~~---~~

255 LF $ 10075 $

143 LF $ 20200 $

6 EA $ 28480-1 $-~

5 EA $ 90500 I$

I EA $ 91195 I$

94500 l$2 I EA $

2 EA $ 11sos2s 1 $

2~69125 $

2888600 $

170880 $

452500 $

97195 $

2361650 $

5400 $ 1377000

11500 $ 1644500

30000 $ 180000

78000 $ 390000

85000 $ 85000

69000 $ 138000

850000 $ 1700000

Page5 of7 NROADWAYPR020172017513 bull Kudza flood ov~r LWOD L-8 Conal4 middotBid 0plning arid Anaysii20175 Bid Tabt

ITEM ITEM DESCRIPTION QTY j lJNITS UnJtPrfce Amount Unit Price Amount

48 8 GateVaJveforWaterMain _1~-- _$_ 219~_-9_5____$____2bull 19595 $ 180000 _$____1_soo_00_ __4_9_ middot-18Ga~ Valve for Water Main with Manhole ~dPservice taps 1 -~ $ 367660 $ 367660 $ 550000 $ 550000

50 11211 Gate Valve for Force Main 1 II EA -- $ 315880 $ 315880 $ 300000 $ 300000

s1 jeonnect to Ex-isting 8 water M~- ---- -----2----1 --M $ 2 468 35 $ 493610 $ soo oo $ 1000001

_ 52~- - ]Connect to Existing 1 Forc_e_M--am------_______ ---middot-middotmiddotmiddot ____ - - H-middot-- EA $ 11965~95 $ 23931 ~90-bull __$___70-0-00---+--$-~-middot~--1_4_00_o_o_f 53 Testing and Survey 1( 1 LS $ 2781245 $ 2781245 $ 550000 $ 550000

--- 54 jAs-builts -middot ------ --------- ____ I l _L_S_ -$--1-3-09-4-3-5-+-$-- ~middot-13-09-4-35--+-$---4-5-00-00-~middot-$----4-S-OO--oo-

SUBTOTAL (UTILITY) S 1784188~ S 8602900

956~73890

Page 6 of7 NROADWAYPR0201720175U bull Kudza Aoad awr LWDD L-8 canaf4-Bfd Optnfng and Ana~lt2017513 Bid Tab$ bull

THE COUNTY DOES NOT GUARANTEE THE ACCURACY OF THE FORMULAS AND EXTENSIONS USED IN THIS SPREADSHEET ------~middot - -shy ______

r--bullbull middot-middot~ -shyTHE ITEMS AND QUANTITJES ABOVE SHALL GOVERN OVER THE PLANS

-shy _ _ ~--middot~middot - - _ ~-

PAY ITEM FOOTNOTES IN CONSTRUCTION PLANS SHALL ALSO BE INCLUDED IN ITEM UNIT PRICE

Note jPAY ITEM FOOTNOTES

1 All items sha11 include cost to furnish and install un]ess otherwise noted -middot ~ - bull -Tshy ~ _~-- - _--

middot Pennitting agency pre-construction meetings and notices of commencement compliance with stormwater pollution prevention plan and stormwata pollution control plan installation of erosionturbidity 2 controls including silt fences inlet protection inspections and reporting preparation and submittal of construction completion certifications and required record drawings by a professional engjneer andor ]and

bull Isurveyor utility notifications are considaed incidental to mobilization ~----middot - - -- ___

3 -- -1AII costs for Maintenance ofTraffic (MOT) and mobilization sha11 be consideci incidental to and shall b~ included in unit prices -fo~-tb-~ay items -

- )Sawc~t ofexisting aspha~ an~or concrete design~ted for removal per pJans ~oval and relocation ofprivatel~~~~middot~ systems including ~on mailboxes fencing ~ ~emoval and disposal ~-~~~~--shy

middot~areas ofexcess and unsuitable material that may b~ encountered during excavation removal and disposal ofexisting structures per plans is considered incidental to th~bid item clearing and grubbing ~ ____

5 Benn construction swale construction grading re-grading ofroadways driveways canal sections and all other rough and finish grading shall be considered incidental to the bid items Excavation andor Embankmenf

- -shy IDemolition ofexisting m~ri~ge to include all co~po~concrete deck and -~c railings bent caps w~g i1s sheet panels comrete ~ ooncrete -oacb slabs an~ any deadmen anchors P~er -shy

6 disposal ofall bridge debris is considered incidental to bridge demolition -shy middot- shy j1211 co~~~cted subgrade is co~~idered incidental to th~-~~-t ofbaserock constructio - - middot-- --shy -middot - - - shy ----~ -shy -middotmiddot~- middotshy

7

__ ___ ~~- --shy middotshy

8 Prime and tack coats are considered incidental to asphalt construction -- ---shy -shy --middoto-shy

9 Excavation and backfin for structures including cost of any select bedding material that may be nec~sary for a satisfactory installation as directed by Palm Beach County is considaed incid_ental to the cost of the structures

I ---shy -~-middot r

-middot~ - - ----shy - --middot-------shy ---=shy bull - 4 -middot -shy -middot _ -~middot -middot - -IO Wrapping of filter fabric around all pipe joints per FDOT index no 280 and cost ofcoring existing structures for pipe connection is considered incidental to the cost ofthe pipe _ ____

-middot __ _ __ __ __ --middot-middot middot

11 The cost of all anchoring hardware per FDOT index 852 is microicidentaJ to the item Pipe Guiderail (Steel) (FDOT Index 852) -shy

lnie cost of det~~Jewarning surfa~ ~ FDOT index 304 and base compaction is considen)(i incidental to sidewalkpatb~ay ~~ction --shy -~ -shy middotshy -

12 ~------- - -r-middotmiddotmiddot -middot~-~ -shy ___ _4_ -shy

13 The cost offilter fabric is incidental to the item Bedding Stone _ ~--- ~-- _--~- -shy - -middot _

14 Sodding-shall be in aceordancewith section 575 of the general provisions ofthis specification Includes costs for fertilizer and water unti1 final acceptance ~~ ---=---middot~ ~lt--- __ -shy

_ __1s__112 thick no 57 stone foundation and filler fabric is incidental to the bid item Class N Concrete (Cast in Place Headwall) -

__ __ -middot - - middotmiddotshy ---~

16 Contingency items may be increased decreased or deleted as directed by the engineer ----shy _______ ----------shy

--~-----

17 1Changeab1e (Variable)_ Message Sign (Non-MOT) and Traffic Control Officers (Non-MOT) in accordance with General Provisions (Section l 02)

- -middot _ ___ _ ~ -~-

~

Indicates Math Error

Page 7 of7

EXHIBIT B Village of Palm Springs (VPS)

PROJECT NAME Kudza Rd over L WDD L-8 Canal

PROJECTNUMBER 2017513

CONTRACTOR FG Construction LLC

ITEM QUANTITY UNITS UNIT PRICE AMOUNT

13 14

Adjust Valve Boxes Adjust Manhole

Roadway Items for VPS

lEA IEA

$26117 $71755

VPS Utility Subtotal

ITEM QUANTITY I UNITS UNIT PRICE

Roadway Contingency Item for VPS

34 Premium for Conflict Condition (See SPs) lEA $1469000

VPS Contingency Subtotal

ITEM QUANTITY I UNITS UNIT PRICE

$26117 $71755

$97872

AMOUNT

$1469000

$1469000

AMOUNT

VPS Utility Items

38 Remove and Dispose Existing 8 AC Water Main 40LF

39 Remove Existing 12 Force Main

40 Grout Existing 8 AC Water Main with Flowable Fill

41 811 Ductile Iron Pipe For Water Main Installation

42 12 DIP Pipe For Force Main Insta~lation

Continue in page 2

1

144LF

278LF

2551F

143LF

$28250

$2825

$967

$7889

$18669

$1130000

$406800

$268826

$2011695

$2669667

f

Village ofPalm Springs Exhibit B for Kudza Rd over LWDD L-8 Canal Project 2017513

ITEM QUANTITY I UNITS UNIT PRICE AMOUNT

VPS Utility Items

43 FampI 811 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM 6EA

44 FampI 12 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM SEA

45 FampI 12 Ductile Iron 90 Degree Fittings w Reaction Blocking or Thrust Restraint for WM 1 EA

46 Furnish Install and Remove Sample Points Complete 2EA

47 2 Air Release Valve with Manhole for Water Main and Force Main 2EA

48 8 Gate Valve for Water Main 1 EA

49 8 Gate Valve for Water Main with Manhole and 1 service taps lEA

50 12 Gate Valve for Force Main lEA

51 Connect to Existing 8 Water Main 2EA

52 Connect to Existing 12 Force Main 2EA

53 Testing and Survey 1 LS

54 As-builts 1 LS

$104517 $627102

$334288 $1671440

$359087

$79001

$359087

$158002

$968565

$288722

$1937130

$288722

$353114

$536275

$97934

$173748

$904000

$395500

$353114

$536275

$195868

$347496

$904000

$395500

VPS Utility Items Subtotal

Village of Palm Springs Grand Total

Village of Palm Springs Grand Total Plus lOoo Contingency

$14260724

$15827596

~17410356

FROADWAYUTILITY COORDINATION2017513_Kudzaover IA CanalVPS Exhibit Bdoc

2

2020------- shy Page 1 of 1

BOARD OF COUNTY COMMISSIONERS PALM BEACH COUNTY

BUDGET Amendment

FUND Transportation Improvement Fund BGRV 031620-430 BGEX 031620-1131

ACCOUNT NUMBER ACCOUNT NAME ORIGINAL BUDGET

CURRENT BUDGET INCREASE DECREASE

ADJUSTED BUDGET

EXPENDED ENCUMBERED

ASOF 31620

REMAINING BALANCE

REVENUES Kudza Road over LWDD L-8 Canal 3500-361-1520-6948 Utility Relocation Reimbursements 0 0 174104 0 174 104

TOTAL RECEIPTS amp BALANCES

EXPENDITURES Kudza Road over LWDD L-8 Canal 3500-361-1520-8101 Contributions Other Governmental Agencies

TOTAL APPROPRIATIONS amp EXPENDITURES

202361433

0

202361433

195369625

0

195369625

174 104

174 104

174 104

0

0

0

195543729

174 104

195543729

0 174 104

SIGNATURE DATE By Board of County Commissioners At Meeting of ________

Engineering amp Public Works ~hliamptk 1-1)-) IJ__i)

Administration I Budget Approval

OFMB Department - Posted Deputy Clerk to the Board of County Commissioners

Page 23: PROJECT NO. 2017513 · Affirmative Procurement Initiative (API) for Construction: 20% minimum mandatory SBE participation, established for the above-mentioned project, which opened

26

ITEM ITEM DESCRIPl10N QTY UNITS UNIT PRICE UNIT PRICE Unit Price J Amount Unit Price Amount

PedestrianBicycleRailing ll 96 LF $ 12038 $ 10000 $ 25448 $ 2443008 $ 12500 $ 1200000 -----middot------+--------- --middotmiddotmiddotmiddotmiddot-middotmiddot------ --------- middot~---r----~middot----tmiddot-

27 Rip Rap (Rubble) FampI Ditch Lining 363 TN

28 Bedding Stone (Sect 530) ----------~------- 242 i TN

3

209 Clean Sand Fill --middot------ -shy - - ----- shy --il~l2105 -~LF~-Storm Sewer Pumping (Exist) (24 or IessXSee SPs) 120

CONTINGENCY ITEMS

___3_1_ _JClass I Concrete (Misc)

32 _ _jChangeable(VariableMessage) Sign (Non-MOT)

33 )Traffic Control Officer (Non-Mon

SUBTOTAL (ROADWAY)

34 Premium for Conflict Condition (See SPs) --middotmiddot ~---------- shy ------ shy

35

36

37

lFlowable Fill i

Subsoil Excavation ___ j middotlt~----middot

IStonn Sewer Cleaning (Exist) (24II or less xsee SPs)

UTILITY ITEMS

38 Remove and Dispose Existing 8 AC Water Main

39 Remove Existing 12 Force Main lt----~-- --middot--+------------shy

SUBTOTAL(ROADWAY)

40 LF

144 LF

$ 11412 $ 7500 $ 6328 $ 2297064 $ 10000 $ 3630000

$ 8860 $ 7500 $ 7526 $ ] 821292 $ 9000 $ 2178000

$$ 32790637 3155- middot-middot- 437310 I $ 2500 $ 531500-$$_____ bulloooo-middot-$$middotmiddotmiddotmiddot---1-02703354 $$ 1288200

$ 58774019

$ 81370 $ 36244 $ 16611 $ 83055

$ 5680 $ 2351 $ 9040 $ 90400

$ 9303 $ 4894 $ 7910 $ 126560

$ 673000 $ 795487 $ 1469000 $ 1469000 ~-~--------- ~-------i--

$ 22882 $ 18645 $ 186450

$ 600 $ 72000

$ 78111400

$ 31soo I$ 187500i

$ 5000 r $ 50000

$ sooo Is 80000 ----+----middotmiddot-----shy

$ 250000 $ 250000

$ 20000 $ 200000

$

$

~ __4_2-9--l----middot-~ --- _3~f-middot---3-middot~--o~-=-6$ 2464185 $ 1189500

$ 12631 $ 2500 $ 28250 I$ 1130000 $ 2000 $

$ 2273 $ 2500 $ 2825 middot1 $ 406800 $ 2000 $ 288000

40 Grout Existing 811 AC Water Main with Flowable Fill 278 LF $ 1304 $ 1000 $ 967 $ 268826 $ 2000 $ 556000 ------~ -middot-------+---- ~ __ -------+---shy

41 8 DuctileironPipeForWaterMaininstallation -----1---2_ss__ j LF $ 7966 _s_____s_o_00___$~ __7_8_89--t-_s___2_o_11695 _s___~500 i-$___2_1_6_1_so_o_

42 1211 DIPPipeForForceMainlnstallation 143 J LF $ 16342 $ 14000 $ 18669 $ 2669667 $ 15000 $ 21450001-------- ~--~-----middot--- middot--r----~---~-- __ t

___4~ -middot __ FampI 8 Ductile kon 45 Degree Fittings wl Reaction Blocking or Thrust Restraint for WM 6 ~ EA $ 56374 $ 80000 S 104517 $ 627102 $ 62500 _$_____3_7_s_o_oo-f

44 FampI12degDuctilelron45DegreeFittingswReactionBJockingorThrustRcstraintforWM 5 j EA $ 153197 $ 100000 $ 334288 $ 1671440 $ 110000 $ 550000 -middot -------f---middotmiddot--------------------------middot-- --shy~middot-middotmiddotmiddot----4_5 ---1F_amp_I_1_2__Du_c_til_middote_h__ __ee_F_ittin__gs_w_l_R_ea_cti_middoto_n_B_Ioc_km_middotg_or_Thrust_R_es_trai_n_t_fo_r_WM -+-____ ~ EEAA $ 165321 $ 100000 $ 3590871 $ 359087 $ 120000 _s_____o_n_9_o_D_egr __ __ l_2_oo_00_

4

46 Furnish Install and Remove Sample Points Complete 2 $ 80625 $ 65000 $ 79001 $ 158002 $ 80000 $ 1600001 1

middot~------~--------~

47 2 Air Release Valve with Manhole for Water Main and Force Main 2 I EA $ 999848 $ 750000 $ 968565 I$ 1937130 $ 1000000 $ 2000000

Pagel of7 NROADWAYPR020172017513 middotKudla Road over LWDD L-8 Canal4- Sid ~nlng and AnalyslsZOJ75JJ Bid Tabs

80000

ITEM ITEM DESCRIPTION J QTY j UNITS UNIT PRICE UNIT PRICE Unit Price Amount Unit Price Amount

i8 11 Gate Valve for Watfl Main r j EA $ 217079 $ 250000 $ 288722 $ 288722 $ 180000 $ 18000048 --------- middotmiddot-shy ------------ ------middot-~----------- -~middot~-W--------1------- ------+-------4--~------J-------1---------1

49 ----+-J__ +811 Gate Valve for Water Main with Manhole and 111 service taps 1_ EEAA $ 442694 $ 800000 $ 353lJ4 $ 353114 $ 500000 $ 500000

50 12 Gate Valve for Force Main j 1 s 375539 $ 350000 s 536275 s 536275 $ 350000 Is_______3_s_o_o_oo_

51 Connect to Existing 811 Water Main -__-middot_middot--------========------1--2middot i EA $ 228692 $ 250000 $ 97934 $ 195868 $ 520000 J-s- 1040000

52 Connect to Existing 12 Force Main 2 I EA $ 622586 $ 250000 $ l73748 $ 347496 $ 1050000 $ 2100000

LS $ 1133811 $ l 000000 $ 904000 -$-----9-04-0-00--$ 300000 $ 300000~-- --53-- middot(Testingandsurvey -----==---------- I -I ( --L-S----t-$---6--ll-2-34-t-$----1-0-00-0-0--10 $ 395500 $ 39550-0-t--$--2-900-00-+--$ 29000054 lAs-builts

SUBTOTAL (UTILITY) $ 1426deg24 $ 13201500

Page3 of7 NROADWAYPR020172011513 - Kudm Road avu LWDD L-8 Conal4 - Bid O~nlng and AnaiyW2017513 Bid Tabs

ITEM 1 ITEM DESCRIPTION I QTY IUNITS Unit Price I Amount Unit Price j Amount

ROADWAY ITEMS

1 7800000

~ ofT_raffi_c_(m--cl-P_ed_es_tri_an_M___ -----~--- -_---~-j--+plusmn- middot-L~S-- -$- =42s~ 1$o_T_)____~-- -middot--- - ___ -middot~middotmiddot 2 30000001 99 00Removal ofExisting Structure 12329900 J 50000003 --middot ---- -----+----------- shy

4 Remova1 Pedestrian Bridge LS $ 17 878 50 $ 1200000 -- --5---- C-l~g and Grubbing - -- --- --middot---------middot I I j- LS $ 572770 $middot- shy

572770 $ 3000000 $ 3000000 ~---------_-- ------- --- middot~---~ _ -middot- -----~--middotr--------1

6 Floating Turbidity Barrier I LS $ 48870 $ 48870 $ 300000 $ 300000 -~---------~~

__7 ____ ReguJarExcavation 96 I CY $ 1180 $ 113280 $ 2300 ___________ 220800 1

_______s_middot__ -IEmbankment (Compacted in Place) _ ll 5 CY $ 3135 $ 360525 $ 800 I$ 92000

9 Optional Base Group 7 __________ __ ~=~1 975 __ ___14_6_sJ~--~---~----~~~~~~ _____ s2_6_s_ooo-_-- t sv_~_s s s_4_o_o+-I_$____ __

- -- ~aveAsphalt concrete (Traffic Level q ___fr__ _ _ _ __ 2 940 j ~ 24~~ __~middot 26~00-jj $$_ ~--~1--~TN~- $$ 7 _7 20 ~$$____ 2332000

e-- 0-- jAsph~c~ Friction Course (l0) (FC-95) Rub~ 67 1 333 00 P 22rJ 1 ___00 30820001 00 460- -1 1

l Mi11ExistingAsphaltPavement(l) 411 SY $ 2775 $ II40525 $ 5000 __$___20_5_5_0-00shy

13 Adjust Valve Boxes EA $ 39965 I$ 39965 $ 28000 $ 28000

middot---1-4middotmiddot~ AdjustManhole --- -------~--middot EA $ 39635 $ 39635 $ 65000 $ middot--middot-6-50-00shymiddot~----middot-middot- I middot-~---------------

783225 $ 3500 $15 ~ConcreteCwbampGutter(Type F) middotmiddot~Z95i LF $ 4=-middot 16 1Conc Sidewalk(4 Thick) SY $ 46 80 $ 697320 $ 7000 $ 1043000

___ 17 _ _J~nc Sidewalk (6 Thick) (Driveways) -~-- - -- -- - ~~- f SY $ 5285 $ 628915 $ 7700 $ 916300 --- middot-middot-~--middot---~Sodding bull middot 1-middot 59middot - middotsy $ 1040 $ 622960 $ 750 $ 449250

- 19 Inl~~orum--middot~--Bo-tto_m_)(_T_yp_e_C_)-lt-10---- -middot ---~----middotmiddot--middot--------~ - ---3--- T-EA -~-$--3-99-7-8-0-+--------~-$ ]199340 $ 450000 $ 1350000

1-20----1-In-let-(Curbmiddot--)-(P--5-)-lt-10_1____________________________r _ -- 1~ -i-middot $~- 21911s 650000 s 6soooo

$ 279775 $

1 $ 1~2840 $1~p-~-c_________________________[_ ~-~~-_ _~_00_00__]~-~~-- -s_~~-~=~=~=~======~=~-~-~~2-_s-00_~_0~$---~~-2-~-s_oo_1 2 1 2 $ 68915 $ 023 ConcretePipe_Cul_vert_(_1_8_)__________ -~---middotmiddot---------+1

___1_s1__ LF $ 4975 $ 751225 $ 6300 j 951300

24 ClasslVConcrete(CulvertampHeadwalls) 1477 CY $ 162800 $ 24045560 $ J90000 $ 28063000 -~-~~-t--------t-----~-r--------1

25 Reinforcing Steel (Culvat amp Headwalls) 33768 LB $ $ 2363760 $070 200 $ 6753600

Page 4 of7 NROADWAYPR02D72DJ75J3- Kudza Road over LWOO L-8 Conaij4 - Bfrl Op ming and Anaysb20J 7513 Bid Tabs

ITEM ITEM DESCRIPTION I QTY UNITS Unit Price j Amount Unit Price r Amount

26 jPedestrianBicycle Railing 96 LF $ 9890 I$ 949440 $ 315 $ 30240

~- Bid~~)DltchLining ~ I~ =~~ ~ -shy middot29-~ Clean Sand Fill 215 CY $ 4335 $ 932025 $ 3000 $ middot 645000

---~3o 1

Stomi SewerPumpingExist)(24orlessXSeeSPs) -1middot--120 LF $ 4751 S 57000 $ 3000 $middot--middot- ~---middot middotshy 360000

SUBTOTAL(RO~WAY) $ 75115375 $ 84590990

CONTINGENCY~

31 ICJass I Concrete(Misc) ____ middot-----~ j 5 CY $ 648 95 I $ 324475 $ 190000 $ 950000 - ----------middot middot-middot1____1- ~-----1

__ 32 1 Chang~Je(VariableMessage) Sign (N~~--M_O_T)____ ___1_o______E_D____s___ 2530i$ 25300 S 3000 $ 30000

_ ~_ ITrafficCon~lOffietT(Non-MOT) -middot-----------shy 16 j HR $ 9295 $ 148720 $ _1_5_0_00--1-$---~2_4_~-~ r---34 Premium for Conflict Condition (See SPs) ________1

1middotf-----_-_--_J EA $ 355855 k 355855 $ 300000 S 300000

35 FlowableFill ____________

1

_1

00

0_ ~1middot--c~~YY -- _$s__2_s_s_1s---+i $ 25815~ $ 30000 $ 300000

middot---3-6 subsoil ExcavationI 1

4

2bull

7

9

5

0 f$$middot- ~I2

5

_

7

9_

0

o_bullbull

0

oo_

0

_$$___3_0_o_o-+1_$____3_ooo__oo~ 37 Stmm Sewer Cleaning (Exist) (24 or J~sXSee SPs) -------~middot- 120 I LF __ $ l 3000 I$ 360000

SUBTOTAL (ROADWAY)

UTILITY ITEMS

38 jRemove and Dispose Existing 811 AC- Water Main I I

39 ~ -shy --shy rRemove Existing 12 Force Main

40 Grout Existing 8 AC Water Main wi~~owable FilJ

41 middot]8 Ductile Iron Pipe For Wala Main Installation I 42 12 DIP Pipeor Force Main Installation l

-~---middot-middot--middot

43 FampI 8 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM -i44 FampI 12 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM -middot--shy

-~ 45 middotFampI 12 Ductile Iron 90 Degree Fittings w Reaction Blocking or Thrust Restraint for WM

-46 Furnish Install and Remove Sample Points Comp1ete

-shy47 2 Air Release Valve with Manhole for Water Main and Force Main I

$ 1298500 $ 2480000

40 I LF $ 14275 $

144 LF $ ~-+----6-1-middot-o-o ~- I+shy -w q 278 LF $ 1050 $ 291900 $ 1200 $ 333600I 25651 $

~-r-----~~~~--r-~~---~~

255 LF $ 10075 $

143 LF $ 20200 $

6 EA $ 28480-1 $-~

5 EA $ 90500 I$

I EA $ 91195 I$

94500 l$2 I EA $

2 EA $ 11sos2s 1 $

2~69125 $

2888600 $

170880 $

452500 $

97195 $

2361650 $

5400 $ 1377000

11500 $ 1644500

30000 $ 180000

78000 $ 390000

85000 $ 85000

69000 $ 138000

850000 $ 1700000

Page5 of7 NROADWAYPR020172017513 bull Kudza flood ov~r LWOD L-8 Conal4 middotBid 0plning arid Anaysii20175 Bid Tabt

ITEM ITEM DESCRIPTION QTY j lJNITS UnJtPrfce Amount Unit Price Amount

48 8 GateVaJveforWaterMain _1~-- _$_ 219~_-9_5____$____2bull 19595 $ 180000 _$____1_soo_00_ __4_9_ middot-18Ga~ Valve for Water Main with Manhole ~dPservice taps 1 -~ $ 367660 $ 367660 $ 550000 $ 550000

50 11211 Gate Valve for Force Main 1 II EA -- $ 315880 $ 315880 $ 300000 $ 300000

s1 jeonnect to Ex-isting 8 water M~- ---- -----2----1 --M $ 2 468 35 $ 493610 $ soo oo $ 1000001

_ 52~- - ]Connect to Existing 1 Forc_e_M--am------_______ ---middot-middotmiddotmiddot ____ - - H-middot-- EA $ 11965~95 $ 23931 ~90-bull __$___70-0-00---+--$-~-middot~--1_4_00_o_o_f 53 Testing and Survey 1( 1 LS $ 2781245 $ 2781245 $ 550000 $ 550000

--- 54 jAs-builts -middot ------ --------- ____ I l _L_S_ -$--1-3-09-4-3-5-+-$-- ~middot-13-09-4-35--+-$---4-5-00-00-~middot-$----4-S-OO--oo-

SUBTOTAL (UTILITY) S 1784188~ S 8602900

956~73890

Page 6 of7 NROADWAYPR0201720175U bull Kudza Aoad awr LWDD L-8 canaf4-Bfd Optnfng and Ana~lt2017513 Bid Tab$ bull

THE COUNTY DOES NOT GUARANTEE THE ACCURACY OF THE FORMULAS AND EXTENSIONS USED IN THIS SPREADSHEET ------~middot - -shy ______

r--bullbull middot-middot~ -shyTHE ITEMS AND QUANTITJES ABOVE SHALL GOVERN OVER THE PLANS

-shy _ _ ~--middot~middot - - _ ~-

PAY ITEM FOOTNOTES IN CONSTRUCTION PLANS SHALL ALSO BE INCLUDED IN ITEM UNIT PRICE

Note jPAY ITEM FOOTNOTES

1 All items sha11 include cost to furnish and install un]ess otherwise noted -middot ~ - bull -Tshy ~ _~-- - _--

middot Pennitting agency pre-construction meetings and notices of commencement compliance with stormwater pollution prevention plan and stormwata pollution control plan installation of erosionturbidity 2 controls including silt fences inlet protection inspections and reporting preparation and submittal of construction completion certifications and required record drawings by a professional engjneer andor ]and

bull Isurveyor utility notifications are considaed incidental to mobilization ~----middot - - -- ___

3 -- -1AII costs for Maintenance ofTraffic (MOT) and mobilization sha11 be consideci incidental to and shall b~ included in unit prices -fo~-tb-~ay items -

- )Sawc~t ofexisting aspha~ an~or concrete design~ted for removal per pJans ~oval and relocation ofprivatel~~~~middot~ systems including ~on mailboxes fencing ~ ~emoval and disposal ~-~~~~--shy

middot~areas ofexcess and unsuitable material that may b~ encountered during excavation removal and disposal ofexisting structures per plans is considered incidental to th~bid item clearing and grubbing ~ ____

5 Benn construction swale construction grading re-grading ofroadways driveways canal sections and all other rough and finish grading shall be considered incidental to the bid items Excavation andor Embankmenf

- -shy IDemolition ofexisting m~ri~ge to include all co~po~concrete deck and -~c railings bent caps w~g i1s sheet panels comrete ~ ooncrete -oacb slabs an~ any deadmen anchors P~er -shy

6 disposal ofall bridge debris is considered incidental to bridge demolition -shy middot- shy j1211 co~~~cted subgrade is co~~idered incidental to th~-~~-t ofbaserock constructio - - middot-- --shy -middot - - - shy ----~ -shy -middotmiddot~- middotshy

7

__ ___ ~~- --shy middotshy

8 Prime and tack coats are considered incidental to asphalt construction -- ---shy -shy --middoto-shy

9 Excavation and backfin for structures including cost of any select bedding material that may be nec~sary for a satisfactory installation as directed by Palm Beach County is considaed incid_ental to the cost of the structures

I ---shy -~-middot r

-middot~ - - ----shy - --middot-------shy ---=shy bull - 4 -middot -shy -middot _ -~middot -middot - -IO Wrapping of filter fabric around all pipe joints per FDOT index no 280 and cost ofcoring existing structures for pipe connection is considered incidental to the cost ofthe pipe _ ____

-middot __ _ __ __ __ --middot-middot middot

11 The cost of all anchoring hardware per FDOT index 852 is microicidentaJ to the item Pipe Guiderail (Steel) (FDOT Index 852) -shy

lnie cost of det~~Jewarning surfa~ ~ FDOT index 304 and base compaction is considen)(i incidental to sidewalkpatb~ay ~~ction --shy -~ -shy middotshy -

12 ~------- - -r-middotmiddotmiddot -middot~-~ -shy ___ _4_ -shy

13 The cost offilter fabric is incidental to the item Bedding Stone _ ~--- ~-- _--~- -shy - -middot _

14 Sodding-shall be in aceordancewith section 575 of the general provisions ofthis specification Includes costs for fertilizer and water unti1 final acceptance ~~ ---=---middot~ ~lt--- __ -shy

_ __1s__112 thick no 57 stone foundation and filler fabric is incidental to the bid item Class N Concrete (Cast in Place Headwall) -

__ __ -middot - - middotmiddotshy ---~

16 Contingency items may be increased decreased or deleted as directed by the engineer ----shy _______ ----------shy

--~-----

17 1Changeab1e (Variable)_ Message Sign (Non-MOT) and Traffic Control Officers (Non-MOT) in accordance with General Provisions (Section l 02)

- -middot _ ___ _ ~ -~-

~

Indicates Math Error

Page 7 of7

EXHIBIT B Village of Palm Springs (VPS)

PROJECT NAME Kudza Rd over L WDD L-8 Canal

PROJECTNUMBER 2017513

CONTRACTOR FG Construction LLC

ITEM QUANTITY UNITS UNIT PRICE AMOUNT

13 14

Adjust Valve Boxes Adjust Manhole

Roadway Items for VPS

lEA IEA

$26117 $71755

VPS Utility Subtotal

ITEM QUANTITY I UNITS UNIT PRICE

Roadway Contingency Item for VPS

34 Premium for Conflict Condition (See SPs) lEA $1469000

VPS Contingency Subtotal

ITEM QUANTITY I UNITS UNIT PRICE

$26117 $71755

$97872

AMOUNT

$1469000

$1469000

AMOUNT

VPS Utility Items

38 Remove and Dispose Existing 8 AC Water Main 40LF

39 Remove Existing 12 Force Main

40 Grout Existing 8 AC Water Main with Flowable Fill

41 811 Ductile Iron Pipe For Water Main Installation

42 12 DIP Pipe For Force Main Insta~lation

Continue in page 2

1

144LF

278LF

2551F

143LF

$28250

$2825

$967

$7889

$18669

$1130000

$406800

$268826

$2011695

$2669667

f

Village ofPalm Springs Exhibit B for Kudza Rd over LWDD L-8 Canal Project 2017513

ITEM QUANTITY I UNITS UNIT PRICE AMOUNT

VPS Utility Items

43 FampI 811 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM 6EA

44 FampI 12 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM SEA

45 FampI 12 Ductile Iron 90 Degree Fittings w Reaction Blocking or Thrust Restraint for WM 1 EA

46 Furnish Install and Remove Sample Points Complete 2EA

47 2 Air Release Valve with Manhole for Water Main and Force Main 2EA

48 8 Gate Valve for Water Main 1 EA

49 8 Gate Valve for Water Main with Manhole and 1 service taps lEA

50 12 Gate Valve for Force Main lEA

51 Connect to Existing 8 Water Main 2EA

52 Connect to Existing 12 Force Main 2EA

53 Testing and Survey 1 LS

54 As-builts 1 LS

$104517 $627102

$334288 $1671440

$359087

$79001

$359087

$158002

$968565

$288722

$1937130

$288722

$353114

$536275

$97934

$173748

$904000

$395500

$353114

$536275

$195868

$347496

$904000

$395500

VPS Utility Items Subtotal

Village of Palm Springs Grand Total

Village of Palm Springs Grand Total Plus lOoo Contingency

$14260724

$15827596

~17410356

FROADWAYUTILITY COORDINATION2017513_Kudzaover IA CanalVPS Exhibit Bdoc

2

2020------- shy Page 1 of 1

BOARD OF COUNTY COMMISSIONERS PALM BEACH COUNTY

BUDGET Amendment

FUND Transportation Improvement Fund BGRV 031620-430 BGEX 031620-1131

ACCOUNT NUMBER ACCOUNT NAME ORIGINAL BUDGET

CURRENT BUDGET INCREASE DECREASE

ADJUSTED BUDGET

EXPENDED ENCUMBERED

ASOF 31620

REMAINING BALANCE

REVENUES Kudza Road over LWDD L-8 Canal 3500-361-1520-6948 Utility Relocation Reimbursements 0 0 174104 0 174 104

TOTAL RECEIPTS amp BALANCES

EXPENDITURES Kudza Road over LWDD L-8 Canal 3500-361-1520-8101 Contributions Other Governmental Agencies

TOTAL APPROPRIATIONS amp EXPENDITURES

202361433

0

202361433

195369625

0

195369625

174 104

174 104

174 104

0

0

0

195543729

174 104

195543729

0 174 104

SIGNATURE DATE By Board of County Commissioners At Meeting of ________

Engineering amp Public Works ~hliamptk 1-1)-) IJ__i)

Administration I Budget Approval

OFMB Department - Posted Deputy Clerk to the Board of County Commissioners

Page 24: PROJECT NO. 2017513 · Affirmative Procurement Initiative (API) for Construction: 20% minimum mandatory SBE participation, established for the above-mentioned project, which opened

ITEM ITEM DESCRIPTION J QTY j UNITS UNIT PRICE UNIT PRICE Unit Price Amount Unit Price Amount

i8 11 Gate Valve for Watfl Main r j EA $ 217079 $ 250000 $ 288722 $ 288722 $ 180000 $ 18000048 --------- middotmiddot-shy ------------ ------middot-~----------- -~middot~-W--------1------- ------+-------4--~------J-------1---------1

49 ----+-J__ +811 Gate Valve for Water Main with Manhole and 111 service taps 1_ EEAA $ 442694 $ 800000 $ 353lJ4 $ 353114 $ 500000 $ 500000

50 12 Gate Valve for Force Main j 1 s 375539 $ 350000 s 536275 s 536275 $ 350000 Is_______3_s_o_o_oo_

51 Connect to Existing 811 Water Main -__-middot_middot--------========------1--2middot i EA $ 228692 $ 250000 $ 97934 $ 195868 $ 520000 J-s- 1040000

52 Connect to Existing 12 Force Main 2 I EA $ 622586 $ 250000 $ l73748 $ 347496 $ 1050000 $ 2100000

LS $ 1133811 $ l 000000 $ 904000 -$-----9-04-0-00--$ 300000 $ 300000~-- --53-- middot(Testingandsurvey -----==---------- I -I ( --L-S----t-$---6--ll-2-34-t-$----1-0-00-0-0--10 $ 395500 $ 39550-0-t--$--2-900-00-+--$ 29000054 lAs-builts

SUBTOTAL (UTILITY) $ 1426deg24 $ 13201500

Page3 of7 NROADWAYPR020172011513 - Kudm Road avu LWDD L-8 Conal4 - Bid O~nlng and AnaiyW2017513 Bid Tabs

ITEM 1 ITEM DESCRIPTION I QTY IUNITS Unit Price I Amount Unit Price j Amount

ROADWAY ITEMS

1 7800000

~ ofT_raffi_c_(m--cl-P_ed_es_tri_an_M___ -----~--- -_---~-j--+plusmn- middot-L~S-- -$- =42s~ 1$o_T_)____~-- -middot--- - ___ -middot~middotmiddot 2 30000001 99 00Removal ofExisting Structure 12329900 J 50000003 --middot ---- -----+----------- shy

4 Remova1 Pedestrian Bridge LS $ 17 878 50 $ 1200000 -- --5---- C-l~g and Grubbing - -- --- --middot---------middot I I j- LS $ 572770 $middot- shy

572770 $ 3000000 $ 3000000 ~---------_-- ------- --- middot~---~ _ -middot- -----~--middotr--------1

6 Floating Turbidity Barrier I LS $ 48870 $ 48870 $ 300000 $ 300000 -~---------~~

__7 ____ ReguJarExcavation 96 I CY $ 1180 $ 113280 $ 2300 ___________ 220800 1

_______s_middot__ -IEmbankment (Compacted in Place) _ ll 5 CY $ 3135 $ 360525 $ 800 I$ 92000

9 Optional Base Group 7 __________ __ ~=~1 975 __ ___14_6_sJ~--~---~----~~~~~~ _____ s2_6_s_ooo-_-- t sv_~_s s s_4_o_o+-I_$____ __

- -- ~aveAsphalt concrete (Traffic Level q ___fr__ _ _ _ __ 2 940 j ~ 24~~ __~middot 26~00-jj $$_ ~--~1--~TN~- $$ 7 _7 20 ~$$____ 2332000

e-- 0-- jAsph~c~ Friction Course (l0) (FC-95) Rub~ 67 1 333 00 P 22rJ 1 ___00 30820001 00 460- -1 1

l Mi11ExistingAsphaltPavement(l) 411 SY $ 2775 $ II40525 $ 5000 __$___20_5_5_0-00shy

13 Adjust Valve Boxes EA $ 39965 I$ 39965 $ 28000 $ 28000

middot---1-4middotmiddot~ AdjustManhole --- -------~--middot EA $ 39635 $ 39635 $ 65000 $ middot--middot-6-50-00shymiddot~----middot-middot- I middot-~---------------

783225 $ 3500 $15 ~ConcreteCwbampGutter(Type F) middotmiddot~Z95i LF $ 4=-middot 16 1Conc Sidewalk(4 Thick) SY $ 46 80 $ 697320 $ 7000 $ 1043000

___ 17 _ _J~nc Sidewalk (6 Thick) (Driveways) -~-- - -- -- - ~~- f SY $ 5285 $ 628915 $ 7700 $ 916300 --- middot-middot-~--middot---~Sodding bull middot 1-middot 59middot - middotsy $ 1040 $ 622960 $ 750 $ 449250

- 19 Inl~~orum--middot~--Bo-tto_m_)(_T_yp_e_C_)-lt-10---- -middot ---~----middotmiddot--middot--------~ - ---3--- T-EA -~-$--3-99-7-8-0-+--------~-$ ]199340 $ 450000 $ 1350000

1-20----1-In-let-(Curbmiddot--)-(P--5-)-lt-10_1____________________________r _ -- 1~ -i-middot $~- 21911s 650000 s 6soooo

$ 279775 $

1 $ 1~2840 $1~p-~-c_________________________[_ ~-~~-_ _~_00_00__]~-~~-- -s_~~-~=~=~=~======~=~-~-~~2-_s-00_~_0~$---~~-2-~-s_oo_1 2 1 2 $ 68915 $ 023 ConcretePipe_Cul_vert_(_1_8_)__________ -~---middotmiddot---------+1

___1_s1__ LF $ 4975 $ 751225 $ 6300 j 951300

24 ClasslVConcrete(CulvertampHeadwalls) 1477 CY $ 162800 $ 24045560 $ J90000 $ 28063000 -~-~~-t--------t-----~-r--------1

25 Reinforcing Steel (Culvat amp Headwalls) 33768 LB $ $ 2363760 $070 200 $ 6753600

Page 4 of7 NROADWAYPR02D72DJ75J3- Kudza Road over LWOO L-8 Conaij4 - Bfrl Op ming and Anaysb20J 7513 Bid Tabs

ITEM ITEM DESCRIPTION I QTY UNITS Unit Price j Amount Unit Price r Amount

26 jPedestrianBicycle Railing 96 LF $ 9890 I$ 949440 $ 315 $ 30240

~- Bid~~)DltchLining ~ I~ =~~ ~ -shy middot29-~ Clean Sand Fill 215 CY $ 4335 $ 932025 $ 3000 $ middot 645000

---~3o 1

Stomi SewerPumpingExist)(24orlessXSeeSPs) -1middot--120 LF $ 4751 S 57000 $ 3000 $middot--middot- ~---middot middotshy 360000

SUBTOTAL(RO~WAY) $ 75115375 $ 84590990

CONTINGENCY~

31 ICJass I Concrete(Misc) ____ middot-----~ j 5 CY $ 648 95 I $ 324475 $ 190000 $ 950000 - ----------middot middot-middot1____1- ~-----1

__ 32 1 Chang~Je(VariableMessage) Sign (N~~--M_O_T)____ ___1_o______E_D____s___ 2530i$ 25300 S 3000 $ 30000

_ ~_ ITrafficCon~lOffietT(Non-MOT) -middot-----------shy 16 j HR $ 9295 $ 148720 $ _1_5_0_00--1-$---~2_4_~-~ r---34 Premium for Conflict Condition (See SPs) ________1

1middotf-----_-_--_J EA $ 355855 k 355855 $ 300000 S 300000

35 FlowableFill ____________

1

_1

00

0_ ~1middot--c~~YY -- _$s__2_s_s_1s---+i $ 25815~ $ 30000 $ 300000

middot---3-6 subsoil ExcavationI 1

4

2bull

7

9

5

0 f$$middot- ~I2

5

_

7

9_

0

o_bullbull

0

oo_

0

_$$___3_0_o_o-+1_$____3_ooo__oo~ 37 Stmm Sewer Cleaning (Exist) (24 or J~sXSee SPs) -------~middot- 120 I LF __ $ l 3000 I$ 360000

SUBTOTAL (ROADWAY)

UTILITY ITEMS

38 jRemove and Dispose Existing 811 AC- Water Main I I

39 ~ -shy --shy rRemove Existing 12 Force Main

40 Grout Existing 8 AC Water Main wi~~owable FilJ

41 middot]8 Ductile Iron Pipe For Wala Main Installation I 42 12 DIP Pipeor Force Main Installation l

-~---middot-middot--middot

43 FampI 8 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM -i44 FampI 12 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM -middot--shy

-~ 45 middotFampI 12 Ductile Iron 90 Degree Fittings w Reaction Blocking or Thrust Restraint for WM

-46 Furnish Install and Remove Sample Points Comp1ete

-shy47 2 Air Release Valve with Manhole for Water Main and Force Main I

$ 1298500 $ 2480000

40 I LF $ 14275 $

144 LF $ ~-+----6-1-middot-o-o ~- I+shy -w q 278 LF $ 1050 $ 291900 $ 1200 $ 333600I 25651 $

~-r-----~~~~--r-~~---~~

255 LF $ 10075 $

143 LF $ 20200 $

6 EA $ 28480-1 $-~

5 EA $ 90500 I$

I EA $ 91195 I$

94500 l$2 I EA $

2 EA $ 11sos2s 1 $

2~69125 $

2888600 $

170880 $

452500 $

97195 $

2361650 $

5400 $ 1377000

11500 $ 1644500

30000 $ 180000

78000 $ 390000

85000 $ 85000

69000 $ 138000

850000 $ 1700000

Page5 of7 NROADWAYPR020172017513 bull Kudza flood ov~r LWOD L-8 Conal4 middotBid 0plning arid Anaysii20175 Bid Tabt

ITEM ITEM DESCRIPTION QTY j lJNITS UnJtPrfce Amount Unit Price Amount

48 8 GateVaJveforWaterMain _1~-- _$_ 219~_-9_5____$____2bull 19595 $ 180000 _$____1_soo_00_ __4_9_ middot-18Ga~ Valve for Water Main with Manhole ~dPservice taps 1 -~ $ 367660 $ 367660 $ 550000 $ 550000

50 11211 Gate Valve for Force Main 1 II EA -- $ 315880 $ 315880 $ 300000 $ 300000

s1 jeonnect to Ex-isting 8 water M~- ---- -----2----1 --M $ 2 468 35 $ 493610 $ soo oo $ 1000001

_ 52~- - ]Connect to Existing 1 Forc_e_M--am------_______ ---middot-middotmiddotmiddot ____ - - H-middot-- EA $ 11965~95 $ 23931 ~90-bull __$___70-0-00---+--$-~-middot~--1_4_00_o_o_f 53 Testing and Survey 1( 1 LS $ 2781245 $ 2781245 $ 550000 $ 550000

--- 54 jAs-builts -middot ------ --------- ____ I l _L_S_ -$--1-3-09-4-3-5-+-$-- ~middot-13-09-4-35--+-$---4-5-00-00-~middot-$----4-S-OO--oo-

SUBTOTAL (UTILITY) S 1784188~ S 8602900

956~73890

Page 6 of7 NROADWAYPR0201720175U bull Kudza Aoad awr LWDD L-8 canaf4-Bfd Optnfng and Ana~lt2017513 Bid Tab$ bull

THE COUNTY DOES NOT GUARANTEE THE ACCURACY OF THE FORMULAS AND EXTENSIONS USED IN THIS SPREADSHEET ------~middot - -shy ______

r--bullbull middot-middot~ -shyTHE ITEMS AND QUANTITJES ABOVE SHALL GOVERN OVER THE PLANS

-shy _ _ ~--middot~middot - - _ ~-

PAY ITEM FOOTNOTES IN CONSTRUCTION PLANS SHALL ALSO BE INCLUDED IN ITEM UNIT PRICE

Note jPAY ITEM FOOTNOTES

1 All items sha11 include cost to furnish and install un]ess otherwise noted -middot ~ - bull -Tshy ~ _~-- - _--

middot Pennitting agency pre-construction meetings and notices of commencement compliance with stormwater pollution prevention plan and stormwata pollution control plan installation of erosionturbidity 2 controls including silt fences inlet protection inspections and reporting preparation and submittal of construction completion certifications and required record drawings by a professional engjneer andor ]and

bull Isurveyor utility notifications are considaed incidental to mobilization ~----middot - - -- ___

3 -- -1AII costs for Maintenance ofTraffic (MOT) and mobilization sha11 be consideci incidental to and shall b~ included in unit prices -fo~-tb-~ay items -

- )Sawc~t ofexisting aspha~ an~or concrete design~ted for removal per pJans ~oval and relocation ofprivatel~~~~middot~ systems including ~on mailboxes fencing ~ ~emoval and disposal ~-~~~~--shy

middot~areas ofexcess and unsuitable material that may b~ encountered during excavation removal and disposal ofexisting structures per plans is considered incidental to th~bid item clearing and grubbing ~ ____

5 Benn construction swale construction grading re-grading ofroadways driveways canal sections and all other rough and finish grading shall be considered incidental to the bid items Excavation andor Embankmenf

- -shy IDemolition ofexisting m~ri~ge to include all co~po~concrete deck and -~c railings bent caps w~g i1s sheet panels comrete ~ ooncrete -oacb slabs an~ any deadmen anchors P~er -shy

6 disposal ofall bridge debris is considered incidental to bridge demolition -shy middot- shy j1211 co~~~cted subgrade is co~~idered incidental to th~-~~-t ofbaserock constructio - - middot-- --shy -middot - - - shy ----~ -shy -middotmiddot~- middotshy

7

__ ___ ~~- --shy middotshy

8 Prime and tack coats are considered incidental to asphalt construction -- ---shy -shy --middoto-shy

9 Excavation and backfin for structures including cost of any select bedding material that may be nec~sary for a satisfactory installation as directed by Palm Beach County is considaed incid_ental to the cost of the structures

I ---shy -~-middot r

-middot~ - - ----shy - --middot-------shy ---=shy bull - 4 -middot -shy -middot _ -~middot -middot - -IO Wrapping of filter fabric around all pipe joints per FDOT index no 280 and cost ofcoring existing structures for pipe connection is considered incidental to the cost ofthe pipe _ ____

-middot __ _ __ __ __ --middot-middot middot

11 The cost of all anchoring hardware per FDOT index 852 is microicidentaJ to the item Pipe Guiderail (Steel) (FDOT Index 852) -shy

lnie cost of det~~Jewarning surfa~ ~ FDOT index 304 and base compaction is considen)(i incidental to sidewalkpatb~ay ~~ction --shy -~ -shy middotshy -

12 ~------- - -r-middotmiddotmiddot -middot~-~ -shy ___ _4_ -shy

13 The cost offilter fabric is incidental to the item Bedding Stone _ ~--- ~-- _--~- -shy - -middot _

14 Sodding-shall be in aceordancewith section 575 of the general provisions ofthis specification Includes costs for fertilizer and water unti1 final acceptance ~~ ---=---middot~ ~lt--- __ -shy

_ __1s__112 thick no 57 stone foundation and filler fabric is incidental to the bid item Class N Concrete (Cast in Place Headwall) -

__ __ -middot - - middotmiddotshy ---~

16 Contingency items may be increased decreased or deleted as directed by the engineer ----shy _______ ----------shy

--~-----

17 1Changeab1e (Variable)_ Message Sign (Non-MOT) and Traffic Control Officers (Non-MOT) in accordance with General Provisions (Section l 02)

- -middot _ ___ _ ~ -~-

~

Indicates Math Error

Page 7 of7

EXHIBIT B Village of Palm Springs (VPS)

PROJECT NAME Kudza Rd over L WDD L-8 Canal

PROJECTNUMBER 2017513

CONTRACTOR FG Construction LLC

ITEM QUANTITY UNITS UNIT PRICE AMOUNT

13 14

Adjust Valve Boxes Adjust Manhole

Roadway Items for VPS

lEA IEA

$26117 $71755

VPS Utility Subtotal

ITEM QUANTITY I UNITS UNIT PRICE

Roadway Contingency Item for VPS

34 Premium for Conflict Condition (See SPs) lEA $1469000

VPS Contingency Subtotal

ITEM QUANTITY I UNITS UNIT PRICE

$26117 $71755

$97872

AMOUNT

$1469000

$1469000

AMOUNT

VPS Utility Items

38 Remove and Dispose Existing 8 AC Water Main 40LF

39 Remove Existing 12 Force Main

40 Grout Existing 8 AC Water Main with Flowable Fill

41 811 Ductile Iron Pipe For Water Main Installation

42 12 DIP Pipe For Force Main Insta~lation

Continue in page 2

1

144LF

278LF

2551F

143LF

$28250

$2825

$967

$7889

$18669

$1130000

$406800

$268826

$2011695

$2669667

f

Village ofPalm Springs Exhibit B for Kudza Rd over LWDD L-8 Canal Project 2017513

ITEM QUANTITY I UNITS UNIT PRICE AMOUNT

VPS Utility Items

43 FampI 811 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM 6EA

44 FampI 12 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM SEA

45 FampI 12 Ductile Iron 90 Degree Fittings w Reaction Blocking or Thrust Restraint for WM 1 EA

46 Furnish Install and Remove Sample Points Complete 2EA

47 2 Air Release Valve with Manhole for Water Main and Force Main 2EA

48 8 Gate Valve for Water Main 1 EA

49 8 Gate Valve for Water Main with Manhole and 1 service taps lEA

50 12 Gate Valve for Force Main lEA

51 Connect to Existing 8 Water Main 2EA

52 Connect to Existing 12 Force Main 2EA

53 Testing and Survey 1 LS

54 As-builts 1 LS

$104517 $627102

$334288 $1671440

$359087

$79001

$359087

$158002

$968565

$288722

$1937130

$288722

$353114

$536275

$97934

$173748

$904000

$395500

$353114

$536275

$195868

$347496

$904000

$395500

VPS Utility Items Subtotal

Village of Palm Springs Grand Total

Village of Palm Springs Grand Total Plus lOoo Contingency

$14260724

$15827596

~17410356

FROADWAYUTILITY COORDINATION2017513_Kudzaover IA CanalVPS Exhibit Bdoc

2

2020------- shy Page 1 of 1

BOARD OF COUNTY COMMISSIONERS PALM BEACH COUNTY

BUDGET Amendment

FUND Transportation Improvement Fund BGRV 031620-430 BGEX 031620-1131

ACCOUNT NUMBER ACCOUNT NAME ORIGINAL BUDGET

CURRENT BUDGET INCREASE DECREASE

ADJUSTED BUDGET

EXPENDED ENCUMBERED

ASOF 31620

REMAINING BALANCE

REVENUES Kudza Road over LWDD L-8 Canal 3500-361-1520-6948 Utility Relocation Reimbursements 0 0 174104 0 174 104

TOTAL RECEIPTS amp BALANCES

EXPENDITURES Kudza Road over LWDD L-8 Canal 3500-361-1520-8101 Contributions Other Governmental Agencies

TOTAL APPROPRIATIONS amp EXPENDITURES

202361433

0

202361433

195369625

0

195369625

174 104

174 104

174 104

0

0

0

195543729

174 104

195543729

0 174 104

SIGNATURE DATE By Board of County Commissioners At Meeting of ________

Engineering amp Public Works ~hliamptk 1-1)-) IJ__i)

Administration I Budget Approval

OFMB Department - Posted Deputy Clerk to the Board of County Commissioners

Page 25: PROJECT NO. 2017513 · Affirmative Procurement Initiative (API) for Construction: 20% minimum mandatory SBE participation, established for the above-mentioned project, which opened

ITEM 1 ITEM DESCRIPTION I QTY IUNITS Unit Price I Amount Unit Price j Amount

ROADWAY ITEMS

1 7800000

~ ofT_raffi_c_(m--cl-P_ed_es_tri_an_M___ -----~--- -_---~-j--+plusmn- middot-L~S-- -$- =42s~ 1$o_T_)____~-- -middot--- - ___ -middot~middotmiddot 2 30000001 99 00Removal ofExisting Structure 12329900 J 50000003 --middot ---- -----+----------- shy

4 Remova1 Pedestrian Bridge LS $ 17 878 50 $ 1200000 -- --5---- C-l~g and Grubbing - -- --- --middot---------middot I I j- LS $ 572770 $middot- shy

572770 $ 3000000 $ 3000000 ~---------_-- ------- --- middot~---~ _ -middot- -----~--middotr--------1

6 Floating Turbidity Barrier I LS $ 48870 $ 48870 $ 300000 $ 300000 -~---------~~

__7 ____ ReguJarExcavation 96 I CY $ 1180 $ 113280 $ 2300 ___________ 220800 1

_______s_middot__ -IEmbankment (Compacted in Place) _ ll 5 CY $ 3135 $ 360525 $ 800 I$ 92000

9 Optional Base Group 7 __________ __ ~=~1 975 __ ___14_6_sJ~--~---~----~~~~~~ _____ s2_6_s_ooo-_-- t sv_~_s s s_4_o_o+-I_$____ __

- -- ~aveAsphalt concrete (Traffic Level q ___fr__ _ _ _ __ 2 940 j ~ 24~~ __~middot 26~00-jj $$_ ~--~1--~TN~- $$ 7 _7 20 ~$$____ 2332000

e-- 0-- jAsph~c~ Friction Course (l0) (FC-95) Rub~ 67 1 333 00 P 22rJ 1 ___00 30820001 00 460- -1 1

l Mi11ExistingAsphaltPavement(l) 411 SY $ 2775 $ II40525 $ 5000 __$___20_5_5_0-00shy

13 Adjust Valve Boxes EA $ 39965 I$ 39965 $ 28000 $ 28000

middot---1-4middotmiddot~ AdjustManhole --- -------~--middot EA $ 39635 $ 39635 $ 65000 $ middot--middot-6-50-00shymiddot~----middot-middot- I middot-~---------------

783225 $ 3500 $15 ~ConcreteCwbampGutter(Type F) middotmiddot~Z95i LF $ 4=-middot 16 1Conc Sidewalk(4 Thick) SY $ 46 80 $ 697320 $ 7000 $ 1043000

___ 17 _ _J~nc Sidewalk (6 Thick) (Driveways) -~-- - -- -- - ~~- f SY $ 5285 $ 628915 $ 7700 $ 916300 --- middot-middot-~--middot---~Sodding bull middot 1-middot 59middot - middotsy $ 1040 $ 622960 $ 750 $ 449250

- 19 Inl~~orum--middot~--Bo-tto_m_)(_T_yp_e_C_)-lt-10---- -middot ---~----middotmiddot--middot--------~ - ---3--- T-EA -~-$--3-99-7-8-0-+--------~-$ ]199340 $ 450000 $ 1350000

1-20----1-In-let-(Curbmiddot--)-(P--5-)-lt-10_1____________________________r _ -- 1~ -i-middot $~- 21911s 650000 s 6soooo

$ 279775 $

1 $ 1~2840 $1~p-~-c_________________________[_ ~-~~-_ _~_00_00__]~-~~-- -s_~~-~=~=~=~======~=~-~-~~2-_s-00_~_0~$---~~-2-~-s_oo_1 2 1 2 $ 68915 $ 023 ConcretePipe_Cul_vert_(_1_8_)__________ -~---middotmiddot---------+1

___1_s1__ LF $ 4975 $ 751225 $ 6300 j 951300

24 ClasslVConcrete(CulvertampHeadwalls) 1477 CY $ 162800 $ 24045560 $ J90000 $ 28063000 -~-~~-t--------t-----~-r--------1

25 Reinforcing Steel (Culvat amp Headwalls) 33768 LB $ $ 2363760 $070 200 $ 6753600

Page 4 of7 NROADWAYPR02D72DJ75J3- Kudza Road over LWOO L-8 Conaij4 - Bfrl Op ming and Anaysb20J 7513 Bid Tabs

ITEM ITEM DESCRIPTION I QTY UNITS Unit Price j Amount Unit Price r Amount

26 jPedestrianBicycle Railing 96 LF $ 9890 I$ 949440 $ 315 $ 30240

~- Bid~~)DltchLining ~ I~ =~~ ~ -shy middot29-~ Clean Sand Fill 215 CY $ 4335 $ 932025 $ 3000 $ middot 645000

---~3o 1

Stomi SewerPumpingExist)(24orlessXSeeSPs) -1middot--120 LF $ 4751 S 57000 $ 3000 $middot--middot- ~---middot middotshy 360000

SUBTOTAL(RO~WAY) $ 75115375 $ 84590990

CONTINGENCY~

31 ICJass I Concrete(Misc) ____ middot-----~ j 5 CY $ 648 95 I $ 324475 $ 190000 $ 950000 - ----------middot middot-middot1____1- ~-----1

__ 32 1 Chang~Je(VariableMessage) Sign (N~~--M_O_T)____ ___1_o______E_D____s___ 2530i$ 25300 S 3000 $ 30000

_ ~_ ITrafficCon~lOffietT(Non-MOT) -middot-----------shy 16 j HR $ 9295 $ 148720 $ _1_5_0_00--1-$---~2_4_~-~ r---34 Premium for Conflict Condition (See SPs) ________1

1middotf-----_-_--_J EA $ 355855 k 355855 $ 300000 S 300000

35 FlowableFill ____________

1

_1

00

0_ ~1middot--c~~YY -- _$s__2_s_s_1s---+i $ 25815~ $ 30000 $ 300000

middot---3-6 subsoil ExcavationI 1

4

2bull

7

9

5

0 f$$middot- ~I2

5

_

7

9_

0

o_bullbull

0

oo_

0

_$$___3_0_o_o-+1_$____3_ooo__oo~ 37 Stmm Sewer Cleaning (Exist) (24 or J~sXSee SPs) -------~middot- 120 I LF __ $ l 3000 I$ 360000

SUBTOTAL (ROADWAY)

UTILITY ITEMS

38 jRemove and Dispose Existing 811 AC- Water Main I I

39 ~ -shy --shy rRemove Existing 12 Force Main

40 Grout Existing 8 AC Water Main wi~~owable FilJ

41 middot]8 Ductile Iron Pipe For Wala Main Installation I 42 12 DIP Pipeor Force Main Installation l

-~---middot-middot--middot

43 FampI 8 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM -i44 FampI 12 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM -middot--shy

-~ 45 middotFampI 12 Ductile Iron 90 Degree Fittings w Reaction Blocking or Thrust Restraint for WM

-46 Furnish Install and Remove Sample Points Comp1ete

-shy47 2 Air Release Valve with Manhole for Water Main and Force Main I

$ 1298500 $ 2480000

40 I LF $ 14275 $

144 LF $ ~-+----6-1-middot-o-o ~- I+shy -w q 278 LF $ 1050 $ 291900 $ 1200 $ 333600I 25651 $

~-r-----~~~~--r-~~---~~

255 LF $ 10075 $

143 LF $ 20200 $

6 EA $ 28480-1 $-~

5 EA $ 90500 I$

I EA $ 91195 I$

94500 l$2 I EA $

2 EA $ 11sos2s 1 $

2~69125 $

2888600 $

170880 $

452500 $

97195 $

2361650 $

5400 $ 1377000

11500 $ 1644500

30000 $ 180000

78000 $ 390000

85000 $ 85000

69000 $ 138000

850000 $ 1700000

Page5 of7 NROADWAYPR020172017513 bull Kudza flood ov~r LWOD L-8 Conal4 middotBid 0plning arid Anaysii20175 Bid Tabt

ITEM ITEM DESCRIPTION QTY j lJNITS UnJtPrfce Amount Unit Price Amount

48 8 GateVaJveforWaterMain _1~-- _$_ 219~_-9_5____$____2bull 19595 $ 180000 _$____1_soo_00_ __4_9_ middot-18Ga~ Valve for Water Main with Manhole ~dPservice taps 1 -~ $ 367660 $ 367660 $ 550000 $ 550000

50 11211 Gate Valve for Force Main 1 II EA -- $ 315880 $ 315880 $ 300000 $ 300000

s1 jeonnect to Ex-isting 8 water M~- ---- -----2----1 --M $ 2 468 35 $ 493610 $ soo oo $ 1000001

_ 52~- - ]Connect to Existing 1 Forc_e_M--am------_______ ---middot-middotmiddotmiddot ____ - - H-middot-- EA $ 11965~95 $ 23931 ~90-bull __$___70-0-00---+--$-~-middot~--1_4_00_o_o_f 53 Testing and Survey 1( 1 LS $ 2781245 $ 2781245 $ 550000 $ 550000

--- 54 jAs-builts -middot ------ --------- ____ I l _L_S_ -$--1-3-09-4-3-5-+-$-- ~middot-13-09-4-35--+-$---4-5-00-00-~middot-$----4-S-OO--oo-

SUBTOTAL (UTILITY) S 1784188~ S 8602900

956~73890

Page 6 of7 NROADWAYPR0201720175U bull Kudza Aoad awr LWDD L-8 canaf4-Bfd Optnfng and Ana~lt2017513 Bid Tab$ bull

THE COUNTY DOES NOT GUARANTEE THE ACCURACY OF THE FORMULAS AND EXTENSIONS USED IN THIS SPREADSHEET ------~middot - -shy ______

r--bullbull middot-middot~ -shyTHE ITEMS AND QUANTITJES ABOVE SHALL GOVERN OVER THE PLANS

-shy _ _ ~--middot~middot - - _ ~-

PAY ITEM FOOTNOTES IN CONSTRUCTION PLANS SHALL ALSO BE INCLUDED IN ITEM UNIT PRICE

Note jPAY ITEM FOOTNOTES

1 All items sha11 include cost to furnish and install un]ess otherwise noted -middot ~ - bull -Tshy ~ _~-- - _--

middot Pennitting agency pre-construction meetings and notices of commencement compliance with stormwater pollution prevention plan and stormwata pollution control plan installation of erosionturbidity 2 controls including silt fences inlet protection inspections and reporting preparation and submittal of construction completion certifications and required record drawings by a professional engjneer andor ]and

bull Isurveyor utility notifications are considaed incidental to mobilization ~----middot - - -- ___

3 -- -1AII costs for Maintenance ofTraffic (MOT) and mobilization sha11 be consideci incidental to and shall b~ included in unit prices -fo~-tb-~ay items -

- )Sawc~t ofexisting aspha~ an~or concrete design~ted for removal per pJans ~oval and relocation ofprivatel~~~~middot~ systems including ~on mailboxes fencing ~ ~emoval and disposal ~-~~~~--shy

middot~areas ofexcess and unsuitable material that may b~ encountered during excavation removal and disposal ofexisting structures per plans is considered incidental to th~bid item clearing and grubbing ~ ____

5 Benn construction swale construction grading re-grading ofroadways driveways canal sections and all other rough and finish grading shall be considered incidental to the bid items Excavation andor Embankmenf

- -shy IDemolition ofexisting m~ri~ge to include all co~po~concrete deck and -~c railings bent caps w~g i1s sheet panels comrete ~ ooncrete -oacb slabs an~ any deadmen anchors P~er -shy

6 disposal ofall bridge debris is considered incidental to bridge demolition -shy middot- shy j1211 co~~~cted subgrade is co~~idered incidental to th~-~~-t ofbaserock constructio - - middot-- --shy -middot - - - shy ----~ -shy -middotmiddot~- middotshy

7

__ ___ ~~- --shy middotshy

8 Prime and tack coats are considered incidental to asphalt construction -- ---shy -shy --middoto-shy

9 Excavation and backfin for structures including cost of any select bedding material that may be nec~sary for a satisfactory installation as directed by Palm Beach County is considaed incid_ental to the cost of the structures

I ---shy -~-middot r

-middot~ - - ----shy - --middot-------shy ---=shy bull - 4 -middot -shy -middot _ -~middot -middot - -IO Wrapping of filter fabric around all pipe joints per FDOT index no 280 and cost ofcoring existing structures for pipe connection is considered incidental to the cost ofthe pipe _ ____

-middot __ _ __ __ __ --middot-middot middot

11 The cost of all anchoring hardware per FDOT index 852 is microicidentaJ to the item Pipe Guiderail (Steel) (FDOT Index 852) -shy

lnie cost of det~~Jewarning surfa~ ~ FDOT index 304 and base compaction is considen)(i incidental to sidewalkpatb~ay ~~ction --shy -~ -shy middotshy -

12 ~------- - -r-middotmiddotmiddot -middot~-~ -shy ___ _4_ -shy

13 The cost offilter fabric is incidental to the item Bedding Stone _ ~--- ~-- _--~- -shy - -middot _

14 Sodding-shall be in aceordancewith section 575 of the general provisions ofthis specification Includes costs for fertilizer and water unti1 final acceptance ~~ ---=---middot~ ~lt--- __ -shy

_ __1s__112 thick no 57 stone foundation and filler fabric is incidental to the bid item Class N Concrete (Cast in Place Headwall) -

__ __ -middot - - middotmiddotshy ---~

16 Contingency items may be increased decreased or deleted as directed by the engineer ----shy _______ ----------shy

--~-----

17 1Changeab1e (Variable)_ Message Sign (Non-MOT) and Traffic Control Officers (Non-MOT) in accordance with General Provisions (Section l 02)

- -middot _ ___ _ ~ -~-

~

Indicates Math Error

Page 7 of7

EXHIBIT B Village of Palm Springs (VPS)

PROJECT NAME Kudza Rd over L WDD L-8 Canal

PROJECTNUMBER 2017513

CONTRACTOR FG Construction LLC

ITEM QUANTITY UNITS UNIT PRICE AMOUNT

13 14

Adjust Valve Boxes Adjust Manhole

Roadway Items for VPS

lEA IEA

$26117 $71755

VPS Utility Subtotal

ITEM QUANTITY I UNITS UNIT PRICE

Roadway Contingency Item for VPS

34 Premium for Conflict Condition (See SPs) lEA $1469000

VPS Contingency Subtotal

ITEM QUANTITY I UNITS UNIT PRICE

$26117 $71755

$97872

AMOUNT

$1469000

$1469000

AMOUNT

VPS Utility Items

38 Remove and Dispose Existing 8 AC Water Main 40LF

39 Remove Existing 12 Force Main

40 Grout Existing 8 AC Water Main with Flowable Fill

41 811 Ductile Iron Pipe For Water Main Installation

42 12 DIP Pipe For Force Main Insta~lation

Continue in page 2

1

144LF

278LF

2551F

143LF

$28250

$2825

$967

$7889

$18669

$1130000

$406800

$268826

$2011695

$2669667

f

Village ofPalm Springs Exhibit B for Kudza Rd over LWDD L-8 Canal Project 2017513

ITEM QUANTITY I UNITS UNIT PRICE AMOUNT

VPS Utility Items

43 FampI 811 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM 6EA

44 FampI 12 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM SEA

45 FampI 12 Ductile Iron 90 Degree Fittings w Reaction Blocking or Thrust Restraint for WM 1 EA

46 Furnish Install and Remove Sample Points Complete 2EA

47 2 Air Release Valve with Manhole for Water Main and Force Main 2EA

48 8 Gate Valve for Water Main 1 EA

49 8 Gate Valve for Water Main with Manhole and 1 service taps lEA

50 12 Gate Valve for Force Main lEA

51 Connect to Existing 8 Water Main 2EA

52 Connect to Existing 12 Force Main 2EA

53 Testing and Survey 1 LS

54 As-builts 1 LS

$104517 $627102

$334288 $1671440

$359087

$79001

$359087

$158002

$968565

$288722

$1937130

$288722

$353114

$536275

$97934

$173748

$904000

$395500

$353114

$536275

$195868

$347496

$904000

$395500

VPS Utility Items Subtotal

Village of Palm Springs Grand Total

Village of Palm Springs Grand Total Plus lOoo Contingency

$14260724

$15827596

~17410356

FROADWAYUTILITY COORDINATION2017513_Kudzaover IA CanalVPS Exhibit Bdoc

2

2020------- shy Page 1 of 1

BOARD OF COUNTY COMMISSIONERS PALM BEACH COUNTY

BUDGET Amendment

FUND Transportation Improvement Fund BGRV 031620-430 BGEX 031620-1131

ACCOUNT NUMBER ACCOUNT NAME ORIGINAL BUDGET

CURRENT BUDGET INCREASE DECREASE

ADJUSTED BUDGET

EXPENDED ENCUMBERED

ASOF 31620

REMAINING BALANCE

REVENUES Kudza Road over LWDD L-8 Canal 3500-361-1520-6948 Utility Relocation Reimbursements 0 0 174104 0 174 104

TOTAL RECEIPTS amp BALANCES

EXPENDITURES Kudza Road over LWDD L-8 Canal 3500-361-1520-8101 Contributions Other Governmental Agencies

TOTAL APPROPRIATIONS amp EXPENDITURES

202361433

0

202361433

195369625

0

195369625

174 104

174 104

174 104

0

0

0

195543729

174 104

195543729

0 174 104

SIGNATURE DATE By Board of County Commissioners At Meeting of ________

Engineering amp Public Works ~hliamptk 1-1)-) IJ__i)

Administration I Budget Approval

OFMB Department - Posted Deputy Clerk to the Board of County Commissioners

Page 26: PROJECT NO. 2017513 · Affirmative Procurement Initiative (API) for Construction: 20% minimum mandatory SBE participation, established for the above-mentioned project, which opened

ITEM ITEM DESCRIPTION I QTY UNITS Unit Price j Amount Unit Price r Amount

26 jPedestrianBicycle Railing 96 LF $ 9890 I$ 949440 $ 315 $ 30240

~- Bid~~)DltchLining ~ I~ =~~ ~ -shy middot29-~ Clean Sand Fill 215 CY $ 4335 $ 932025 $ 3000 $ middot 645000

---~3o 1

Stomi SewerPumpingExist)(24orlessXSeeSPs) -1middot--120 LF $ 4751 S 57000 $ 3000 $middot--middot- ~---middot middotshy 360000

SUBTOTAL(RO~WAY) $ 75115375 $ 84590990

CONTINGENCY~

31 ICJass I Concrete(Misc) ____ middot-----~ j 5 CY $ 648 95 I $ 324475 $ 190000 $ 950000 - ----------middot middot-middot1____1- ~-----1

__ 32 1 Chang~Je(VariableMessage) Sign (N~~--M_O_T)____ ___1_o______E_D____s___ 2530i$ 25300 S 3000 $ 30000

_ ~_ ITrafficCon~lOffietT(Non-MOT) -middot-----------shy 16 j HR $ 9295 $ 148720 $ _1_5_0_00--1-$---~2_4_~-~ r---34 Premium for Conflict Condition (See SPs) ________1

1middotf-----_-_--_J EA $ 355855 k 355855 $ 300000 S 300000

35 FlowableFill ____________

1

_1

00

0_ ~1middot--c~~YY -- _$s__2_s_s_1s---+i $ 25815~ $ 30000 $ 300000

middot---3-6 subsoil ExcavationI 1

4

2bull

7

9

5

0 f$$middot- ~I2

5

_

7

9_

0

o_bullbull

0

oo_

0

_$$___3_0_o_o-+1_$____3_ooo__oo~ 37 Stmm Sewer Cleaning (Exist) (24 or J~sXSee SPs) -------~middot- 120 I LF __ $ l 3000 I$ 360000

SUBTOTAL (ROADWAY)

UTILITY ITEMS

38 jRemove and Dispose Existing 811 AC- Water Main I I

39 ~ -shy --shy rRemove Existing 12 Force Main

40 Grout Existing 8 AC Water Main wi~~owable FilJ

41 middot]8 Ductile Iron Pipe For Wala Main Installation I 42 12 DIP Pipeor Force Main Installation l

-~---middot-middot--middot

43 FampI 8 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM -i44 FampI 12 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM -middot--shy

-~ 45 middotFampI 12 Ductile Iron 90 Degree Fittings w Reaction Blocking or Thrust Restraint for WM

-46 Furnish Install and Remove Sample Points Comp1ete

-shy47 2 Air Release Valve with Manhole for Water Main and Force Main I

$ 1298500 $ 2480000

40 I LF $ 14275 $

144 LF $ ~-+----6-1-middot-o-o ~- I+shy -w q 278 LF $ 1050 $ 291900 $ 1200 $ 333600I 25651 $

~-r-----~~~~--r-~~---~~

255 LF $ 10075 $

143 LF $ 20200 $

6 EA $ 28480-1 $-~

5 EA $ 90500 I$

I EA $ 91195 I$

94500 l$2 I EA $

2 EA $ 11sos2s 1 $

2~69125 $

2888600 $

170880 $

452500 $

97195 $

2361650 $

5400 $ 1377000

11500 $ 1644500

30000 $ 180000

78000 $ 390000

85000 $ 85000

69000 $ 138000

850000 $ 1700000

Page5 of7 NROADWAYPR020172017513 bull Kudza flood ov~r LWOD L-8 Conal4 middotBid 0plning arid Anaysii20175 Bid Tabt

ITEM ITEM DESCRIPTION QTY j lJNITS UnJtPrfce Amount Unit Price Amount

48 8 GateVaJveforWaterMain _1~-- _$_ 219~_-9_5____$____2bull 19595 $ 180000 _$____1_soo_00_ __4_9_ middot-18Ga~ Valve for Water Main with Manhole ~dPservice taps 1 -~ $ 367660 $ 367660 $ 550000 $ 550000

50 11211 Gate Valve for Force Main 1 II EA -- $ 315880 $ 315880 $ 300000 $ 300000

s1 jeonnect to Ex-isting 8 water M~- ---- -----2----1 --M $ 2 468 35 $ 493610 $ soo oo $ 1000001

_ 52~- - ]Connect to Existing 1 Forc_e_M--am------_______ ---middot-middotmiddotmiddot ____ - - H-middot-- EA $ 11965~95 $ 23931 ~90-bull __$___70-0-00---+--$-~-middot~--1_4_00_o_o_f 53 Testing and Survey 1( 1 LS $ 2781245 $ 2781245 $ 550000 $ 550000

--- 54 jAs-builts -middot ------ --------- ____ I l _L_S_ -$--1-3-09-4-3-5-+-$-- ~middot-13-09-4-35--+-$---4-5-00-00-~middot-$----4-S-OO--oo-

SUBTOTAL (UTILITY) S 1784188~ S 8602900

956~73890

Page 6 of7 NROADWAYPR0201720175U bull Kudza Aoad awr LWDD L-8 canaf4-Bfd Optnfng and Ana~lt2017513 Bid Tab$ bull

THE COUNTY DOES NOT GUARANTEE THE ACCURACY OF THE FORMULAS AND EXTENSIONS USED IN THIS SPREADSHEET ------~middot - -shy ______

r--bullbull middot-middot~ -shyTHE ITEMS AND QUANTITJES ABOVE SHALL GOVERN OVER THE PLANS

-shy _ _ ~--middot~middot - - _ ~-

PAY ITEM FOOTNOTES IN CONSTRUCTION PLANS SHALL ALSO BE INCLUDED IN ITEM UNIT PRICE

Note jPAY ITEM FOOTNOTES

1 All items sha11 include cost to furnish and install un]ess otherwise noted -middot ~ - bull -Tshy ~ _~-- - _--

middot Pennitting agency pre-construction meetings and notices of commencement compliance with stormwater pollution prevention plan and stormwata pollution control plan installation of erosionturbidity 2 controls including silt fences inlet protection inspections and reporting preparation and submittal of construction completion certifications and required record drawings by a professional engjneer andor ]and

bull Isurveyor utility notifications are considaed incidental to mobilization ~----middot - - -- ___

3 -- -1AII costs for Maintenance ofTraffic (MOT) and mobilization sha11 be consideci incidental to and shall b~ included in unit prices -fo~-tb-~ay items -

- )Sawc~t ofexisting aspha~ an~or concrete design~ted for removal per pJans ~oval and relocation ofprivatel~~~~middot~ systems including ~on mailboxes fencing ~ ~emoval and disposal ~-~~~~--shy

middot~areas ofexcess and unsuitable material that may b~ encountered during excavation removal and disposal ofexisting structures per plans is considered incidental to th~bid item clearing and grubbing ~ ____

5 Benn construction swale construction grading re-grading ofroadways driveways canal sections and all other rough and finish grading shall be considered incidental to the bid items Excavation andor Embankmenf

- -shy IDemolition ofexisting m~ri~ge to include all co~po~concrete deck and -~c railings bent caps w~g i1s sheet panels comrete ~ ooncrete -oacb slabs an~ any deadmen anchors P~er -shy

6 disposal ofall bridge debris is considered incidental to bridge demolition -shy middot- shy j1211 co~~~cted subgrade is co~~idered incidental to th~-~~-t ofbaserock constructio - - middot-- --shy -middot - - - shy ----~ -shy -middotmiddot~- middotshy

7

__ ___ ~~- --shy middotshy

8 Prime and tack coats are considered incidental to asphalt construction -- ---shy -shy --middoto-shy

9 Excavation and backfin for structures including cost of any select bedding material that may be nec~sary for a satisfactory installation as directed by Palm Beach County is considaed incid_ental to the cost of the structures

I ---shy -~-middot r

-middot~ - - ----shy - --middot-------shy ---=shy bull - 4 -middot -shy -middot _ -~middot -middot - -IO Wrapping of filter fabric around all pipe joints per FDOT index no 280 and cost ofcoring existing structures for pipe connection is considered incidental to the cost ofthe pipe _ ____

-middot __ _ __ __ __ --middot-middot middot

11 The cost of all anchoring hardware per FDOT index 852 is microicidentaJ to the item Pipe Guiderail (Steel) (FDOT Index 852) -shy

lnie cost of det~~Jewarning surfa~ ~ FDOT index 304 and base compaction is considen)(i incidental to sidewalkpatb~ay ~~ction --shy -~ -shy middotshy -

12 ~------- - -r-middotmiddotmiddot -middot~-~ -shy ___ _4_ -shy

13 The cost offilter fabric is incidental to the item Bedding Stone _ ~--- ~-- _--~- -shy - -middot _

14 Sodding-shall be in aceordancewith section 575 of the general provisions ofthis specification Includes costs for fertilizer and water unti1 final acceptance ~~ ---=---middot~ ~lt--- __ -shy

_ __1s__112 thick no 57 stone foundation and filler fabric is incidental to the bid item Class N Concrete (Cast in Place Headwall) -

__ __ -middot - - middotmiddotshy ---~

16 Contingency items may be increased decreased or deleted as directed by the engineer ----shy _______ ----------shy

--~-----

17 1Changeab1e (Variable)_ Message Sign (Non-MOT) and Traffic Control Officers (Non-MOT) in accordance with General Provisions (Section l 02)

- -middot _ ___ _ ~ -~-

~

Indicates Math Error

Page 7 of7

EXHIBIT B Village of Palm Springs (VPS)

PROJECT NAME Kudza Rd over L WDD L-8 Canal

PROJECTNUMBER 2017513

CONTRACTOR FG Construction LLC

ITEM QUANTITY UNITS UNIT PRICE AMOUNT

13 14

Adjust Valve Boxes Adjust Manhole

Roadway Items for VPS

lEA IEA

$26117 $71755

VPS Utility Subtotal

ITEM QUANTITY I UNITS UNIT PRICE

Roadway Contingency Item for VPS

34 Premium for Conflict Condition (See SPs) lEA $1469000

VPS Contingency Subtotal

ITEM QUANTITY I UNITS UNIT PRICE

$26117 $71755

$97872

AMOUNT

$1469000

$1469000

AMOUNT

VPS Utility Items

38 Remove and Dispose Existing 8 AC Water Main 40LF

39 Remove Existing 12 Force Main

40 Grout Existing 8 AC Water Main with Flowable Fill

41 811 Ductile Iron Pipe For Water Main Installation

42 12 DIP Pipe For Force Main Insta~lation

Continue in page 2

1

144LF

278LF

2551F

143LF

$28250

$2825

$967

$7889

$18669

$1130000

$406800

$268826

$2011695

$2669667

f

Village ofPalm Springs Exhibit B for Kudza Rd over LWDD L-8 Canal Project 2017513

ITEM QUANTITY I UNITS UNIT PRICE AMOUNT

VPS Utility Items

43 FampI 811 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM 6EA

44 FampI 12 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM SEA

45 FampI 12 Ductile Iron 90 Degree Fittings w Reaction Blocking or Thrust Restraint for WM 1 EA

46 Furnish Install and Remove Sample Points Complete 2EA

47 2 Air Release Valve with Manhole for Water Main and Force Main 2EA

48 8 Gate Valve for Water Main 1 EA

49 8 Gate Valve for Water Main with Manhole and 1 service taps lEA

50 12 Gate Valve for Force Main lEA

51 Connect to Existing 8 Water Main 2EA

52 Connect to Existing 12 Force Main 2EA

53 Testing and Survey 1 LS

54 As-builts 1 LS

$104517 $627102

$334288 $1671440

$359087

$79001

$359087

$158002

$968565

$288722

$1937130

$288722

$353114

$536275

$97934

$173748

$904000

$395500

$353114

$536275

$195868

$347496

$904000

$395500

VPS Utility Items Subtotal

Village of Palm Springs Grand Total

Village of Palm Springs Grand Total Plus lOoo Contingency

$14260724

$15827596

~17410356

FROADWAYUTILITY COORDINATION2017513_Kudzaover IA CanalVPS Exhibit Bdoc

2

2020------- shy Page 1 of 1

BOARD OF COUNTY COMMISSIONERS PALM BEACH COUNTY

BUDGET Amendment

FUND Transportation Improvement Fund BGRV 031620-430 BGEX 031620-1131

ACCOUNT NUMBER ACCOUNT NAME ORIGINAL BUDGET

CURRENT BUDGET INCREASE DECREASE

ADJUSTED BUDGET

EXPENDED ENCUMBERED

ASOF 31620

REMAINING BALANCE

REVENUES Kudza Road over LWDD L-8 Canal 3500-361-1520-6948 Utility Relocation Reimbursements 0 0 174104 0 174 104

TOTAL RECEIPTS amp BALANCES

EXPENDITURES Kudza Road over LWDD L-8 Canal 3500-361-1520-8101 Contributions Other Governmental Agencies

TOTAL APPROPRIATIONS amp EXPENDITURES

202361433

0

202361433

195369625

0

195369625

174 104

174 104

174 104

0

0

0

195543729

174 104

195543729

0 174 104

SIGNATURE DATE By Board of County Commissioners At Meeting of ________

Engineering amp Public Works ~hliamptk 1-1)-) IJ__i)

Administration I Budget Approval

OFMB Department - Posted Deputy Clerk to the Board of County Commissioners

Page 27: PROJECT NO. 2017513 · Affirmative Procurement Initiative (API) for Construction: 20% minimum mandatory SBE participation, established for the above-mentioned project, which opened

ITEM ITEM DESCRIPTION QTY j lJNITS UnJtPrfce Amount Unit Price Amount

48 8 GateVaJveforWaterMain _1~-- _$_ 219~_-9_5____$____2bull 19595 $ 180000 _$____1_soo_00_ __4_9_ middot-18Ga~ Valve for Water Main with Manhole ~dPservice taps 1 -~ $ 367660 $ 367660 $ 550000 $ 550000

50 11211 Gate Valve for Force Main 1 II EA -- $ 315880 $ 315880 $ 300000 $ 300000

s1 jeonnect to Ex-isting 8 water M~- ---- -----2----1 --M $ 2 468 35 $ 493610 $ soo oo $ 1000001

_ 52~- - ]Connect to Existing 1 Forc_e_M--am------_______ ---middot-middotmiddotmiddot ____ - - H-middot-- EA $ 11965~95 $ 23931 ~90-bull __$___70-0-00---+--$-~-middot~--1_4_00_o_o_f 53 Testing and Survey 1( 1 LS $ 2781245 $ 2781245 $ 550000 $ 550000

--- 54 jAs-builts -middot ------ --------- ____ I l _L_S_ -$--1-3-09-4-3-5-+-$-- ~middot-13-09-4-35--+-$---4-5-00-00-~middot-$----4-S-OO--oo-

SUBTOTAL (UTILITY) S 1784188~ S 8602900

956~73890

Page 6 of7 NROADWAYPR0201720175U bull Kudza Aoad awr LWDD L-8 canaf4-Bfd Optnfng and Ana~lt2017513 Bid Tab$ bull

THE COUNTY DOES NOT GUARANTEE THE ACCURACY OF THE FORMULAS AND EXTENSIONS USED IN THIS SPREADSHEET ------~middot - -shy ______

r--bullbull middot-middot~ -shyTHE ITEMS AND QUANTITJES ABOVE SHALL GOVERN OVER THE PLANS

-shy _ _ ~--middot~middot - - _ ~-

PAY ITEM FOOTNOTES IN CONSTRUCTION PLANS SHALL ALSO BE INCLUDED IN ITEM UNIT PRICE

Note jPAY ITEM FOOTNOTES

1 All items sha11 include cost to furnish and install un]ess otherwise noted -middot ~ - bull -Tshy ~ _~-- - _--

middot Pennitting agency pre-construction meetings and notices of commencement compliance with stormwater pollution prevention plan and stormwata pollution control plan installation of erosionturbidity 2 controls including silt fences inlet protection inspections and reporting preparation and submittal of construction completion certifications and required record drawings by a professional engjneer andor ]and

bull Isurveyor utility notifications are considaed incidental to mobilization ~----middot - - -- ___

3 -- -1AII costs for Maintenance ofTraffic (MOT) and mobilization sha11 be consideci incidental to and shall b~ included in unit prices -fo~-tb-~ay items -

- )Sawc~t ofexisting aspha~ an~or concrete design~ted for removal per pJans ~oval and relocation ofprivatel~~~~middot~ systems including ~on mailboxes fencing ~ ~emoval and disposal ~-~~~~--shy

middot~areas ofexcess and unsuitable material that may b~ encountered during excavation removal and disposal ofexisting structures per plans is considered incidental to th~bid item clearing and grubbing ~ ____

5 Benn construction swale construction grading re-grading ofroadways driveways canal sections and all other rough and finish grading shall be considered incidental to the bid items Excavation andor Embankmenf

- -shy IDemolition ofexisting m~ri~ge to include all co~po~concrete deck and -~c railings bent caps w~g i1s sheet panels comrete ~ ooncrete -oacb slabs an~ any deadmen anchors P~er -shy

6 disposal ofall bridge debris is considered incidental to bridge demolition -shy middot- shy j1211 co~~~cted subgrade is co~~idered incidental to th~-~~-t ofbaserock constructio - - middot-- --shy -middot - - - shy ----~ -shy -middotmiddot~- middotshy

7

__ ___ ~~- --shy middotshy

8 Prime and tack coats are considered incidental to asphalt construction -- ---shy -shy --middoto-shy

9 Excavation and backfin for structures including cost of any select bedding material that may be nec~sary for a satisfactory installation as directed by Palm Beach County is considaed incid_ental to the cost of the structures

I ---shy -~-middot r

-middot~ - - ----shy - --middot-------shy ---=shy bull - 4 -middot -shy -middot _ -~middot -middot - -IO Wrapping of filter fabric around all pipe joints per FDOT index no 280 and cost ofcoring existing structures for pipe connection is considered incidental to the cost ofthe pipe _ ____

-middot __ _ __ __ __ --middot-middot middot

11 The cost of all anchoring hardware per FDOT index 852 is microicidentaJ to the item Pipe Guiderail (Steel) (FDOT Index 852) -shy

lnie cost of det~~Jewarning surfa~ ~ FDOT index 304 and base compaction is considen)(i incidental to sidewalkpatb~ay ~~ction --shy -~ -shy middotshy -

12 ~------- - -r-middotmiddotmiddot -middot~-~ -shy ___ _4_ -shy

13 The cost offilter fabric is incidental to the item Bedding Stone _ ~--- ~-- _--~- -shy - -middot _

14 Sodding-shall be in aceordancewith section 575 of the general provisions ofthis specification Includes costs for fertilizer and water unti1 final acceptance ~~ ---=---middot~ ~lt--- __ -shy

_ __1s__112 thick no 57 stone foundation and filler fabric is incidental to the bid item Class N Concrete (Cast in Place Headwall) -

__ __ -middot - - middotmiddotshy ---~

16 Contingency items may be increased decreased or deleted as directed by the engineer ----shy _______ ----------shy

--~-----

17 1Changeab1e (Variable)_ Message Sign (Non-MOT) and Traffic Control Officers (Non-MOT) in accordance with General Provisions (Section l 02)

- -middot _ ___ _ ~ -~-

~

Indicates Math Error

Page 7 of7

EXHIBIT B Village of Palm Springs (VPS)

PROJECT NAME Kudza Rd over L WDD L-8 Canal

PROJECTNUMBER 2017513

CONTRACTOR FG Construction LLC

ITEM QUANTITY UNITS UNIT PRICE AMOUNT

13 14

Adjust Valve Boxes Adjust Manhole

Roadway Items for VPS

lEA IEA

$26117 $71755

VPS Utility Subtotal

ITEM QUANTITY I UNITS UNIT PRICE

Roadway Contingency Item for VPS

34 Premium for Conflict Condition (See SPs) lEA $1469000

VPS Contingency Subtotal

ITEM QUANTITY I UNITS UNIT PRICE

$26117 $71755

$97872

AMOUNT

$1469000

$1469000

AMOUNT

VPS Utility Items

38 Remove and Dispose Existing 8 AC Water Main 40LF

39 Remove Existing 12 Force Main

40 Grout Existing 8 AC Water Main with Flowable Fill

41 811 Ductile Iron Pipe For Water Main Installation

42 12 DIP Pipe For Force Main Insta~lation

Continue in page 2

1

144LF

278LF

2551F

143LF

$28250

$2825

$967

$7889

$18669

$1130000

$406800

$268826

$2011695

$2669667

f

Village ofPalm Springs Exhibit B for Kudza Rd over LWDD L-8 Canal Project 2017513

ITEM QUANTITY I UNITS UNIT PRICE AMOUNT

VPS Utility Items

43 FampI 811 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM 6EA

44 FampI 12 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM SEA

45 FampI 12 Ductile Iron 90 Degree Fittings w Reaction Blocking or Thrust Restraint for WM 1 EA

46 Furnish Install and Remove Sample Points Complete 2EA

47 2 Air Release Valve with Manhole for Water Main and Force Main 2EA

48 8 Gate Valve for Water Main 1 EA

49 8 Gate Valve for Water Main with Manhole and 1 service taps lEA

50 12 Gate Valve for Force Main lEA

51 Connect to Existing 8 Water Main 2EA

52 Connect to Existing 12 Force Main 2EA

53 Testing and Survey 1 LS

54 As-builts 1 LS

$104517 $627102

$334288 $1671440

$359087

$79001

$359087

$158002

$968565

$288722

$1937130

$288722

$353114

$536275

$97934

$173748

$904000

$395500

$353114

$536275

$195868

$347496

$904000

$395500

VPS Utility Items Subtotal

Village of Palm Springs Grand Total

Village of Palm Springs Grand Total Plus lOoo Contingency

$14260724

$15827596

~17410356

FROADWAYUTILITY COORDINATION2017513_Kudzaover IA CanalVPS Exhibit Bdoc

2

2020------- shy Page 1 of 1

BOARD OF COUNTY COMMISSIONERS PALM BEACH COUNTY

BUDGET Amendment

FUND Transportation Improvement Fund BGRV 031620-430 BGEX 031620-1131

ACCOUNT NUMBER ACCOUNT NAME ORIGINAL BUDGET

CURRENT BUDGET INCREASE DECREASE

ADJUSTED BUDGET

EXPENDED ENCUMBERED

ASOF 31620

REMAINING BALANCE

REVENUES Kudza Road over LWDD L-8 Canal 3500-361-1520-6948 Utility Relocation Reimbursements 0 0 174104 0 174 104

TOTAL RECEIPTS amp BALANCES

EXPENDITURES Kudza Road over LWDD L-8 Canal 3500-361-1520-8101 Contributions Other Governmental Agencies

TOTAL APPROPRIATIONS amp EXPENDITURES

202361433

0

202361433

195369625

0

195369625

174 104

174 104

174 104

0

0

0

195543729

174 104

195543729

0 174 104

SIGNATURE DATE By Board of County Commissioners At Meeting of ________

Engineering amp Public Works ~hliamptk 1-1)-) IJ__i)

Administration I Budget Approval

OFMB Department - Posted Deputy Clerk to the Board of County Commissioners

Page 28: PROJECT NO. 2017513 · Affirmative Procurement Initiative (API) for Construction: 20% minimum mandatory SBE participation, established for the above-mentioned project, which opened

THE COUNTY DOES NOT GUARANTEE THE ACCURACY OF THE FORMULAS AND EXTENSIONS USED IN THIS SPREADSHEET ------~middot - -shy ______

r--bullbull middot-middot~ -shyTHE ITEMS AND QUANTITJES ABOVE SHALL GOVERN OVER THE PLANS

-shy _ _ ~--middot~middot - - _ ~-

PAY ITEM FOOTNOTES IN CONSTRUCTION PLANS SHALL ALSO BE INCLUDED IN ITEM UNIT PRICE

Note jPAY ITEM FOOTNOTES

1 All items sha11 include cost to furnish and install un]ess otherwise noted -middot ~ - bull -Tshy ~ _~-- - _--

middot Pennitting agency pre-construction meetings and notices of commencement compliance with stormwater pollution prevention plan and stormwata pollution control plan installation of erosionturbidity 2 controls including silt fences inlet protection inspections and reporting preparation and submittal of construction completion certifications and required record drawings by a professional engjneer andor ]and

bull Isurveyor utility notifications are considaed incidental to mobilization ~----middot - - -- ___

3 -- -1AII costs for Maintenance ofTraffic (MOT) and mobilization sha11 be consideci incidental to and shall b~ included in unit prices -fo~-tb-~ay items -

- )Sawc~t ofexisting aspha~ an~or concrete design~ted for removal per pJans ~oval and relocation ofprivatel~~~~middot~ systems including ~on mailboxes fencing ~ ~emoval and disposal ~-~~~~--shy

middot~areas ofexcess and unsuitable material that may b~ encountered during excavation removal and disposal ofexisting structures per plans is considered incidental to th~bid item clearing and grubbing ~ ____

5 Benn construction swale construction grading re-grading ofroadways driveways canal sections and all other rough and finish grading shall be considered incidental to the bid items Excavation andor Embankmenf

- -shy IDemolition ofexisting m~ri~ge to include all co~po~concrete deck and -~c railings bent caps w~g i1s sheet panels comrete ~ ooncrete -oacb slabs an~ any deadmen anchors P~er -shy

6 disposal ofall bridge debris is considered incidental to bridge demolition -shy middot- shy j1211 co~~~cted subgrade is co~~idered incidental to th~-~~-t ofbaserock constructio - - middot-- --shy -middot - - - shy ----~ -shy -middotmiddot~- middotshy

7

__ ___ ~~- --shy middotshy

8 Prime and tack coats are considered incidental to asphalt construction -- ---shy -shy --middoto-shy

9 Excavation and backfin for structures including cost of any select bedding material that may be nec~sary for a satisfactory installation as directed by Palm Beach County is considaed incid_ental to the cost of the structures

I ---shy -~-middot r

-middot~ - - ----shy - --middot-------shy ---=shy bull - 4 -middot -shy -middot _ -~middot -middot - -IO Wrapping of filter fabric around all pipe joints per FDOT index no 280 and cost ofcoring existing structures for pipe connection is considered incidental to the cost ofthe pipe _ ____

-middot __ _ __ __ __ --middot-middot middot

11 The cost of all anchoring hardware per FDOT index 852 is microicidentaJ to the item Pipe Guiderail (Steel) (FDOT Index 852) -shy

lnie cost of det~~Jewarning surfa~ ~ FDOT index 304 and base compaction is considen)(i incidental to sidewalkpatb~ay ~~ction --shy -~ -shy middotshy -

12 ~------- - -r-middotmiddotmiddot -middot~-~ -shy ___ _4_ -shy

13 The cost offilter fabric is incidental to the item Bedding Stone _ ~--- ~-- _--~- -shy - -middot _

14 Sodding-shall be in aceordancewith section 575 of the general provisions ofthis specification Includes costs for fertilizer and water unti1 final acceptance ~~ ---=---middot~ ~lt--- __ -shy

_ __1s__112 thick no 57 stone foundation and filler fabric is incidental to the bid item Class N Concrete (Cast in Place Headwall) -

__ __ -middot - - middotmiddotshy ---~

16 Contingency items may be increased decreased or deleted as directed by the engineer ----shy _______ ----------shy

--~-----

17 1Changeab1e (Variable)_ Message Sign (Non-MOT) and Traffic Control Officers (Non-MOT) in accordance with General Provisions (Section l 02)

- -middot _ ___ _ ~ -~-

~

Indicates Math Error

Page 7 of7

EXHIBIT B Village of Palm Springs (VPS)

PROJECT NAME Kudza Rd over L WDD L-8 Canal

PROJECTNUMBER 2017513

CONTRACTOR FG Construction LLC

ITEM QUANTITY UNITS UNIT PRICE AMOUNT

13 14

Adjust Valve Boxes Adjust Manhole

Roadway Items for VPS

lEA IEA

$26117 $71755

VPS Utility Subtotal

ITEM QUANTITY I UNITS UNIT PRICE

Roadway Contingency Item for VPS

34 Premium for Conflict Condition (See SPs) lEA $1469000

VPS Contingency Subtotal

ITEM QUANTITY I UNITS UNIT PRICE

$26117 $71755

$97872

AMOUNT

$1469000

$1469000

AMOUNT

VPS Utility Items

38 Remove and Dispose Existing 8 AC Water Main 40LF

39 Remove Existing 12 Force Main

40 Grout Existing 8 AC Water Main with Flowable Fill

41 811 Ductile Iron Pipe For Water Main Installation

42 12 DIP Pipe For Force Main Insta~lation

Continue in page 2

1

144LF

278LF

2551F

143LF

$28250

$2825

$967

$7889

$18669

$1130000

$406800

$268826

$2011695

$2669667

f

Village ofPalm Springs Exhibit B for Kudza Rd over LWDD L-8 Canal Project 2017513

ITEM QUANTITY I UNITS UNIT PRICE AMOUNT

VPS Utility Items

43 FampI 811 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM 6EA

44 FampI 12 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM SEA

45 FampI 12 Ductile Iron 90 Degree Fittings w Reaction Blocking or Thrust Restraint for WM 1 EA

46 Furnish Install and Remove Sample Points Complete 2EA

47 2 Air Release Valve with Manhole for Water Main and Force Main 2EA

48 8 Gate Valve for Water Main 1 EA

49 8 Gate Valve for Water Main with Manhole and 1 service taps lEA

50 12 Gate Valve for Force Main lEA

51 Connect to Existing 8 Water Main 2EA

52 Connect to Existing 12 Force Main 2EA

53 Testing and Survey 1 LS

54 As-builts 1 LS

$104517 $627102

$334288 $1671440

$359087

$79001

$359087

$158002

$968565

$288722

$1937130

$288722

$353114

$536275

$97934

$173748

$904000

$395500

$353114

$536275

$195868

$347496

$904000

$395500

VPS Utility Items Subtotal

Village of Palm Springs Grand Total

Village of Palm Springs Grand Total Plus lOoo Contingency

$14260724

$15827596

~17410356

FROADWAYUTILITY COORDINATION2017513_Kudzaover IA CanalVPS Exhibit Bdoc

2

2020------- shy Page 1 of 1

BOARD OF COUNTY COMMISSIONERS PALM BEACH COUNTY

BUDGET Amendment

FUND Transportation Improvement Fund BGRV 031620-430 BGEX 031620-1131

ACCOUNT NUMBER ACCOUNT NAME ORIGINAL BUDGET

CURRENT BUDGET INCREASE DECREASE

ADJUSTED BUDGET

EXPENDED ENCUMBERED

ASOF 31620

REMAINING BALANCE

REVENUES Kudza Road over LWDD L-8 Canal 3500-361-1520-6948 Utility Relocation Reimbursements 0 0 174104 0 174 104

TOTAL RECEIPTS amp BALANCES

EXPENDITURES Kudza Road over LWDD L-8 Canal 3500-361-1520-8101 Contributions Other Governmental Agencies

TOTAL APPROPRIATIONS amp EXPENDITURES

202361433

0

202361433

195369625

0

195369625

174 104

174 104

174 104

0

0

0

195543729

174 104

195543729

0 174 104

SIGNATURE DATE By Board of County Commissioners At Meeting of ________

Engineering amp Public Works ~hliamptk 1-1)-) IJ__i)

Administration I Budget Approval

OFMB Department - Posted Deputy Clerk to the Board of County Commissioners

Page 29: PROJECT NO. 2017513 · Affirmative Procurement Initiative (API) for Construction: 20% minimum mandatory SBE participation, established for the above-mentioned project, which opened

EXHIBIT B Village of Palm Springs (VPS)

PROJECT NAME Kudza Rd over L WDD L-8 Canal

PROJECTNUMBER 2017513

CONTRACTOR FG Construction LLC

ITEM QUANTITY UNITS UNIT PRICE AMOUNT

13 14

Adjust Valve Boxes Adjust Manhole

Roadway Items for VPS

lEA IEA

$26117 $71755

VPS Utility Subtotal

ITEM QUANTITY I UNITS UNIT PRICE

Roadway Contingency Item for VPS

34 Premium for Conflict Condition (See SPs) lEA $1469000

VPS Contingency Subtotal

ITEM QUANTITY I UNITS UNIT PRICE

$26117 $71755

$97872

AMOUNT

$1469000

$1469000

AMOUNT

VPS Utility Items

38 Remove and Dispose Existing 8 AC Water Main 40LF

39 Remove Existing 12 Force Main

40 Grout Existing 8 AC Water Main with Flowable Fill

41 811 Ductile Iron Pipe For Water Main Installation

42 12 DIP Pipe For Force Main Insta~lation

Continue in page 2

1

144LF

278LF

2551F

143LF

$28250

$2825

$967

$7889

$18669

$1130000

$406800

$268826

$2011695

$2669667

f

Village ofPalm Springs Exhibit B for Kudza Rd over LWDD L-8 Canal Project 2017513

ITEM QUANTITY I UNITS UNIT PRICE AMOUNT

VPS Utility Items

43 FampI 811 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM 6EA

44 FampI 12 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM SEA

45 FampI 12 Ductile Iron 90 Degree Fittings w Reaction Blocking or Thrust Restraint for WM 1 EA

46 Furnish Install and Remove Sample Points Complete 2EA

47 2 Air Release Valve with Manhole for Water Main and Force Main 2EA

48 8 Gate Valve for Water Main 1 EA

49 8 Gate Valve for Water Main with Manhole and 1 service taps lEA

50 12 Gate Valve for Force Main lEA

51 Connect to Existing 8 Water Main 2EA

52 Connect to Existing 12 Force Main 2EA

53 Testing and Survey 1 LS

54 As-builts 1 LS

$104517 $627102

$334288 $1671440

$359087

$79001

$359087

$158002

$968565

$288722

$1937130

$288722

$353114

$536275

$97934

$173748

$904000

$395500

$353114

$536275

$195868

$347496

$904000

$395500

VPS Utility Items Subtotal

Village of Palm Springs Grand Total

Village of Palm Springs Grand Total Plus lOoo Contingency

$14260724

$15827596

~17410356

FROADWAYUTILITY COORDINATION2017513_Kudzaover IA CanalVPS Exhibit Bdoc

2

2020------- shy Page 1 of 1

BOARD OF COUNTY COMMISSIONERS PALM BEACH COUNTY

BUDGET Amendment

FUND Transportation Improvement Fund BGRV 031620-430 BGEX 031620-1131

ACCOUNT NUMBER ACCOUNT NAME ORIGINAL BUDGET

CURRENT BUDGET INCREASE DECREASE

ADJUSTED BUDGET

EXPENDED ENCUMBERED

ASOF 31620

REMAINING BALANCE

REVENUES Kudza Road over LWDD L-8 Canal 3500-361-1520-6948 Utility Relocation Reimbursements 0 0 174104 0 174 104

TOTAL RECEIPTS amp BALANCES

EXPENDITURES Kudza Road over LWDD L-8 Canal 3500-361-1520-8101 Contributions Other Governmental Agencies

TOTAL APPROPRIATIONS amp EXPENDITURES

202361433

0

202361433

195369625

0

195369625

174 104

174 104

174 104

0

0

0

195543729

174 104

195543729

0 174 104

SIGNATURE DATE By Board of County Commissioners At Meeting of ________

Engineering amp Public Works ~hliamptk 1-1)-) IJ__i)

Administration I Budget Approval

OFMB Department - Posted Deputy Clerk to the Board of County Commissioners

Page 30: PROJECT NO. 2017513 · Affirmative Procurement Initiative (API) for Construction: 20% minimum mandatory SBE participation, established for the above-mentioned project, which opened

f

Village ofPalm Springs Exhibit B for Kudza Rd over LWDD L-8 Canal Project 2017513

ITEM QUANTITY I UNITS UNIT PRICE AMOUNT

VPS Utility Items

43 FampI 811 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM 6EA

44 FampI 12 Ductile Iron 45 Degree Fittings w Reaction Blocking or Thrust Restraint for WM SEA

45 FampI 12 Ductile Iron 90 Degree Fittings w Reaction Blocking or Thrust Restraint for WM 1 EA

46 Furnish Install and Remove Sample Points Complete 2EA

47 2 Air Release Valve with Manhole for Water Main and Force Main 2EA

48 8 Gate Valve for Water Main 1 EA

49 8 Gate Valve for Water Main with Manhole and 1 service taps lEA

50 12 Gate Valve for Force Main lEA

51 Connect to Existing 8 Water Main 2EA

52 Connect to Existing 12 Force Main 2EA

53 Testing and Survey 1 LS

54 As-builts 1 LS

$104517 $627102

$334288 $1671440

$359087

$79001

$359087

$158002

$968565

$288722

$1937130

$288722

$353114

$536275

$97934

$173748

$904000

$395500

$353114

$536275

$195868

$347496

$904000

$395500

VPS Utility Items Subtotal

Village of Palm Springs Grand Total

Village of Palm Springs Grand Total Plus lOoo Contingency

$14260724

$15827596

~17410356

FROADWAYUTILITY COORDINATION2017513_Kudzaover IA CanalVPS Exhibit Bdoc

2

2020------- shy Page 1 of 1

BOARD OF COUNTY COMMISSIONERS PALM BEACH COUNTY

BUDGET Amendment

FUND Transportation Improvement Fund BGRV 031620-430 BGEX 031620-1131

ACCOUNT NUMBER ACCOUNT NAME ORIGINAL BUDGET

CURRENT BUDGET INCREASE DECREASE

ADJUSTED BUDGET

EXPENDED ENCUMBERED

ASOF 31620

REMAINING BALANCE

REVENUES Kudza Road over LWDD L-8 Canal 3500-361-1520-6948 Utility Relocation Reimbursements 0 0 174104 0 174 104

TOTAL RECEIPTS amp BALANCES

EXPENDITURES Kudza Road over LWDD L-8 Canal 3500-361-1520-8101 Contributions Other Governmental Agencies

TOTAL APPROPRIATIONS amp EXPENDITURES

202361433

0

202361433

195369625

0

195369625

174 104

174 104

174 104

0

0

0

195543729

174 104

195543729

0 174 104

SIGNATURE DATE By Board of County Commissioners At Meeting of ________

Engineering amp Public Works ~hliamptk 1-1)-) IJ__i)

Administration I Budget Approval

OFMB Department - Posted Deputy Clerk to the Board of County Commissioners

Page 31: PROJECT NO. 2017513 · Affirmative Procurement Initiative (API) for Construction: 20% minimum mandatory SBE participation, established for the above-mentioned project, which opened

2020------- shy Page 1 of 1

BOARD OF COUNTY COMMISSIONERS PALM BEACH COUNTY

BUDGET Amendment

FUND Transportation Improvement Fund BGRV 031620-430 BGEX 031620-1131

ACCOUNT NUMBER ACCOUNT NAME ORIGINAL BUDGET

CURRENT BUDGET INCREASE DECREASE

ADJUSTED BUDGET

EXPENDED ENCUMBERED

ASOF 31620

REMAINING BALANCE

REVENUES Kudza Road over LWDD L-8 Canal 3500-361-1520-6948 Utility Relocation Reimbursements 0 0 174104 0 174 104

TOTAL RECEIPTS amp BALANCES

EXPENDITURES Kudza Road over LWDD L-8 Canal 3500-361-1520-8101 Contributions Other Governmental Agencies

TOTAL APPROPRIATIONS amp EXPENDITURES

202361433

0

202361433

195369625

0

195369625

174 104

174 104

174 104

0

0

0

195543729

174 104

195543729

0 174 104

SIGNATURE DATE By Board of County Commissioners At Meeting of ________

Engineering amp Public Works ~hliamptk 1-1)-) IJ__i)

Administration I Budget Approval

OFMB Department - Posted Deputy Clerk to the Board of County Commissioners