HomeMy WebLinkAboutItem #04 Approval of Locally Funded Agreement Center of Good Lip
COO
AGENDA ITEM COVER SHEET
Meeting Date: December 4, 2012
Item # y
Reviewed By:
Contact Name: Stephen C. Krug Department Director:
Contact Number: 6002 City Manager:,,
Subject: Locally Funded Agreement — FDOT Intersection Improvements at Ocoee Hills Road and
SR 438 (Silver Star Road). District 2, Commissioner Wilsen.
Background Summary:
The City has been supporting the FDOT intersection improvements on SR 438, Silver Star Road, from
2 "d Street to Olympus Drive, which includes the widening of the roadway to accommodate a new traffic
signal and turn lanes at the Ocoee Hills Road intersection. At the January 3, 2012 meeting, the
Commission formalized the City's desire to pay the material cost differential to construct the new signals
utilizing an upgraded mast arm system by executing a Memorandum of Understanding with the FDOT.
The FDOT held a Public Information Meeting for the project on February 29, 2012, in the City Hall
Commission Chambers and the project was well received by the attendees.
In order for the FDOT to meet the programmed project advertisement for construction in February 2013,
the City will need to complete the next step in the process and execute the Locally Funded Agreement
with the FDOT. The Locally Funded Agreement is the mechanism to pay for the cost differential for the
mast arm signals. The City incorporated $45,000.00 in the 2012/13 budget, however at this time the cost
differential is estimated at $31,000.00.
Construction is currently scheduled for the summer of 2013.
Public Works recommends approving the Locally Funded Agreement with the FDOT for the upgrade to
utilize mast arm signals for the subject intersection improvement project.
Issue:
Request the City Commission to approve the Locally Funded Agreement with the FDOT for the
intersection improvement project on SR 438 at Ocoee Hills Road.
Recommendations
Recommend the City Commission approve the Locally Funded Agreement, FM # 430569- 1- 52 -01, with
the FDOT, and authorize the Mayor and City Clerk to execute the Agreement for the upgraded signal
system for the SR 438 & Ocoee Hills Road intersection improvement project.
Attachments:
Three (3) copies of the Memorandum of Understanding FM # 430569- 1- 52 -01.
Financial Impact:
The $45,000.00 for the signal upgrades is funded in the 2012/2013 budget under Streets Division Capital
Improvements, 001 - 541 -10 -6302.
Type of Item: (please mark with an x')
Public Hearing For Clerk's Dept Use:
Ordinance First Reading Consent Agenda
Ordinance Second Reading Public Hearing
Resolution Regular Agenda
x Commission Approval
Discussion & Direction
Original Document/Contract Attached for Execution by City Clerk
Original Document/Contract Held by Department for Execution
Reviewed by City Attorney N/A
Reviewed by Finance Dept.
8, N/A
Reviewed by ( ) N/A
2
FM# 430569- 1 -52 -01 Original Draft: 9/06/2012
Page 1 of 13 Revised:
Agency: City of Ocoee Fund: LF Financial Management No.:
Vendor No: F596019764 -002 Contract Amount: $31,000.00 430569- 1 -52 -01
LOCALLY FUNDED AGREEMENT
BETWEEN
THE STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
AND
THE CITY OF OCOEE
This AGREEMENT, made and entered into this day of
2012, by and between the STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
(hereinafter referred to as the "DEPARTMENT ") and the CITY OF OCOEE, a Florida
Municipal Corporation (hereinafter referred to as the "LOCAL GOVERNMENT"),
WITNESSETH:
WHEREAS, the Parties have been granted specific legislative authority to enter into this
Agreement pursuant to Section 339.12, Florida Statutes; and
WHEREAS, the LOCAL GOVERNMENT, by Resolution, a copy of which is attached
hereto as Exhibit "C ", and made apart hereof, has authorized its officers to execute this
Agreement on its behalf; and
WHEREAS, the DEPARTMENT is prepared, in accordance with its Adopted Five Year
Work Program, to undertake the project described as: "Intersections Improvements and Roadway
Widening on State Road 438 (Silver Star Road) from 2 Street to Silver Crest Boulevard, to
include a westbound right turn lane into Ocoee Hills Road, cosmetic milling and resurfacing and
adding bicycle lanes, traffic upgrades and pedestrian features," said project being known as
Financial Management (FM) Number 430569- 1- 52 -01, hereinafter referred to as the "Project ";
and
WHEREAS, the Project is not revenue producing and is contained in the Adopted Work
Program; and
WHEREAS, the implementation of the Project is in the interests of both the
DEPARTMENT and the LOCAL GOVERNMENT and it would be most practical, expeditious,
and economical for the LOCAL GOVERNMENT to provide the funds for: the upgrading of one
standard strain pole to painted mast arm structures, and adding vehicle video detection
equipment and confirmation lights at the intersection of State Road 438 (Silver Star Road) and
FM# 430569- 1 -52 -01 Original Draft: 9/06/2012
Page 2 of 13 Revised:
Ocoee Hills Road, in Fiscal Year 2012/2013, said Project being known as FM #430569- 1- 52 -01,
and said improvements shall hereinafter be referred to as the "Additional Improvements "; and
WHEREAS, in order to maintain uniformity throughout the Project and to provide for the
Additional Improvements in a cost effective manner, the LOCAL GOVERNMENT desires to
have said Additional Improvements made a part of the Project, and to provide funding to the
DEPARTMENT to be used for the Additional Improvements, as described in "Exhibit A ".
NOW, THEREFORE, in consideration of the mutual benefits to be derived from the joint
participation of this Agreement, the parties agree as follows:
1. The term of this Agreement shall begin upon the date of signature of the last party
to sign and shall remain in full force and effect through completion of all services required of the
LOCAL GOVERNMENT. The DEPARTMENT may, at any time and at any stage, amend or
terminate the Project in whole, or in part, if the DEPARTMENT determines that such action is in
the best interests of the public.
2. The DEPARTMENT shall cause the Additional Improvements described in
Exhibit "A" to be incorporated into the DEPARTMENT'S plans for the upgrading to painted
mast arm structures, adding vehicle video detection equipment and confirmation lights at State
Road 438 (Silver Star Road) and Ocoee Hills Road, and to be constructed as a part of said
Project.
3. The LOCAL GOVERNMENT agrees to inspect, maintain, maintain paint, repair
and replace the galvanized mast arms in perpetuity in accordance with the terms of the Traffic
Signal Maintenance and Compensation Agreement previously signed by the parties hereto. The
parties agree that, upon installation, the galvanized mast arm structures shall be owned by the
DEPARTMENT and the DEPARTMENT shall be entitled to inspect the mast arm structures at
all times.
4. The DEPARTMENT shall perform necessary preliminary engineering, prepare
any and all design plans, acquire all necessary right -of -way, perform the construction, provide all
necessary engineering supervision, and otherwise perform all other necessary work, all as may
be applicable for the Project as previously defined. The Project as previously defined may
include some or all of the foregoing activities. Nothing herein shall be construed as requiring the
DEPARTMENT to perform any activity which is outside the scope of the Project as previously
defined. Except as specifically stated otherwise in this Agreement, all such activities shall be
performed by such entities, at such times, in such manner, under such conditions, and pursuant to
FM# 430569- 1 -52 -01 Original Draft: 9/06/2012
Page 3 of 13 Revised:
such standards as the DEPARTMENT, in its sole discretion, deems appropriate. The LOCAL
GOVERNMENT shall not have any jurisdiction or control over the DEPARTMENT'S activities,
except as specifically stated in this Agreement. The LOCAL GOVERNMENT shall be entitled
to be advised of the progress of the Project at reasonable intervals upon request.
5. Participation by the LOCAL GOVERNMENT of the funds for the construction
phase of the Project shall be made as follows:
(A) The DEPARTMENT'S current estimate of cost for the Additional
Improvements is $31,000.00 (Thirty -One Thousand Dollars and No /100). The
DEPARTMENT'S performance and obligation to construct the Project is contingent
upon an annual appropriation by the Florida Legislature. The parties agree that in the
event funds are not appropriated to the DEPARTMENT for the Project, this Agreement
may be terminated, which shall be effective upon the DEPARTMENT giving written
notice to the COUNTY to that effect.
(B) The LOCAL GOVERNMENT agrees that it will, on or before but no
later than December 26, 2012, furnish the DEPARTMENT an advance deposit in the
amount of $31,000.00 (Thirty -One Thousand Dollars and No /100) for full payment of
the estimated cost of the Additional Improvements. The advance deposit shall be the
total estimated cost for the Additional Improvements. The DEPARTMENT may utilize
this deposit for payment of the cost of the Additional Improvements.
(C) Both parties further agree that in the event the Additional Improvements
are not constructed or this Agreement is terminated prior to commencement of
construction of the Project, the funds provided by the LOCAL GOVERNMENT for
construction of the Additional Improvements will be returned to the LOCAL
GOVERNMENT. However, in the event the LOCAL GOVERNMENT decides not to
participate in the Additional Improvements of the Project prior to construction, the
LOCAL GOVERNMENT agrees to furnish the DEPARTMENT twenty five percent
(25 %) of the estimated Additional Improvements cost to cover the extra cost associated
with design plan revisions. The LOCAL GOVERNMENT will provide the twenty -five
percent (25 %) charge to the DEPARTMENT within fourteen (14) calendar days of
notification that the LOCAL GOVERNMENT will not participate in this Agreement. If
in the event the LOCAL GOVERNMENT has made the advance deposit required herein
prior to their decision not to participate, the DEPARTMENT shall be entitled to retain
FM# 430569- 1 -52 -01 Original Draft: 9/06/2012
Page 4 of 13 Revised:
twenty -five percent (25 %) of the advance deposit amount and to remit the seventy -five
(75 %) balance to the LOCAL GOVERNMENT.
(D) If the accepted bid amount for the Additional Improvements is in excess of
the advance deposit amount, the LOCAL GOVERNMENT will provide an additional
deposit within fourteen (14) calendar days of notification from the DEPARTMENT or
prior to posting of the accepted bid, whichever is earlier, so that the total deposit is equal
to the bid amount for the Additional Improvements. The DEPARTMENT will notify the
LOCAL GOVERNMENT as soon as it becomes apparent the accepted bid amount is in
excess of the advance deposit amount; however, failure of the DEPARTMENT to so
notify the LOCAL GOVERNMENT shall not relieve the LOCAL GOVERNMENT from
its obligation to pay for its full participation. If the LOCAL GOVERNMENT cannot
provide the additional deposit within fourteen (14) days, a letter must be submitted to the
DEPARTMENT'S Project Manager indicating when the deposit will be made. The
LOCAL GOVERNMENT understands the request and approval of the additional time
could delay the Project, and additional costs may be incurred due to delay of the Project.
(E) If the accepted bid amount for the Additional Improvements is less than
the advance deposit amount, the DEPARTMENT will refund the amount that the advance
deposit exceeds the bid amount, if such refund is requested by the LOCAL
GOVERNMENT in writing.
(F) Should Project modifications or changes to bid items occur that increase
the costs of the Additional Improvements, the LOCAL GOVERNMENT will be notified
by the DEPARTMENT accordingly. The LOCAL GOVERNMENT agrees to provide,
without delay, in advance of the additional work being performed, adequate funds to
ensure that cash on deposit with the DEPARTMENT is sufficient to fully fund the
Additional Improvements. The DEPARTMENT shall notify the LOCAL
GOVERNMENT as soon as it becomes apparent the actual costs will overrun the award
amount; however, failure of the DEPARTMENT to so notify the LOCAL
GOVERNMENT shall not relieve the LOCAL GOVERNMENT from its obligation to
pay for its full participation during the Project and on final accounting as provided herein
below.
(G) The DEPARTMENT intends to have its final and complete accounting of
all costs incurred in connection with the work performed hereunder within three hundred
FM# 430569- 1 -52 -01 Original Draft: 9/06/2012
Page 5 of 13 Revised:
sixty days (360) of final payment to the Contractor. The DEPARTMENT considers the
Project complete when the final payment has been made to the Contractor, not when the
construction work is complete. All Project cost records and accounts shall be subject to
audit by a representative of the LOCAL GOVERNMENT for a period of three (3) years
after final close out of the Project. The LOCAL GOVERNMENT will be notified of the
final cost of the Additional Improvements. Both parties agree that in the event the final
accounting of total costs for the Additional Improvements pursuant to the terms of this
Agreement is less than the total deposits to date, a refund of the excess plus accrued
interest will be made by the DEPARTMENT to the LOCAL GOVERNMENT. If the
final accounting is not performed within three hundred and sixty (360) days, the LOCAL
GOVERNMENT is not relieved from its obligation to pay.
(H) In the event the final accounting of total Additional Improvements cost is
greater than the total deposits plus accrued interest to date, the LOCAL GOVERNMENT
will pay the additional amount within forty (40) calendar days from the date of the
invoice from the DEPARTMENT. The LOCAL GOVERNMENT agrees to pay interest
at a rate as established pursuant to Florida Statutes, Section 55.03, on any invoice not
paid within forty (40) calendar days until the invoice is paid.
(I) Payment of funds under this Locally Funded Agreement will be made
directly to the DEPARTMENT for deposit.
(J) The DEPARTMENT and the LOCAL GOVERNMENT agree that the
payment shall be an asset of the DEPARTMENT for the cost of the work.
(K) Contact Persons:
Florida Department of Transportation
Dianne Peek Ashraf Elmaghraby, M.Sc., P.E.
Government Agreements Project Manager
MS 4 -524 MS 2 -542
719 South Woodland Boulevard 719 South Woodland Boulevard
DeLand, Florida 32720 -6834 DeLand, Florida 32720 -6834
PH: (386) 943 -5400 PH: (386) 943 -5645
Dianne.peek@dot.state.fl.us Ashraf. El maghrabvna,dot.state.fl.us
FM# 430569- 1 -52 -01 Original Draft: 9/06/2012
Page 6 of 13 Revised:
City of Ocoee
Steve Krug, P.E.
Director of Public Works
301 Maguire Road
Ocoee, Florida 34761
(407) 905 -3170
SKrugaci.ocoee.fl.us
6. All tracings, plans, specifications, maps, models, reports, or other work product
prepared or obtained under this Agreement shall be considered works made for hire for the
DEPARTMENT and shall at all times be and remain the property of the DEPARTMENT
without restriction or limitation on their use. The LOCAL GOVERNMENT may, however,
inspect those materials upon providing reasonable advance notice to the DEPARTMENT.
7. In the event this Agreement is in excess of TWENTY FIVE THOUSAND
DOLLARS ($25,000.00) or has a term for a period of more than one (1) year, the provisions of
Chapter 339.135(6)(a), Florida Statutes, are hereby incorporated as follows:
"The DEPARTMENT, during any fiscal year, shall not expend money, incur any
liability, or enter into any contract which, by its terms, involves the expenditure of
money in excess of the amounts budgeted as available for expenditure during such
fiscal year. Any contract, verbal or written, made in violation of this subsection is
null and void, and no money may be paid on such contract. The DEPARTMENT
shall require a statement from the Comptroller of the Department that funds are
available prior to entering into any such contract or other binding commitment of
funds. Nothing herein contained shall prevent the making of contracts for periods
exceeding one (1) year, but any contract so made shall be executory only for the
value of the services to be rendered or agreed to be paid for in succeeding fiscal
years; and this paragraph shall be incorporated verbatim in all contracts of the
DEPARTMENT which are for an amount in excess of $25,000.00 and which have
a term for a period of more than one (1) year."
8. The DEPARTMENT may unilaterally cancel this Agreement for refusal by the
LOCAL GOVERNMENT to allow public access to all documents, papers, letters, or other
material subject to the provisions of Chapter 119, Florida Statutes, and made or received by such
party in conjunction with this Agreement.
9. This Agreement constitutes the complete and final expression of the parties with
respect to the subject matter hereof, and incorporates and includes all proper negotiations,
correspondence, conversations, agreements, or understandings applicable to the matters
contained herein. The parties agree that there are no commitments, agreements or
understandings concerning the subject matter of this Agreement that are not contained in this
FM# 430569- 1 -52 -01 Original Draft: 9/06/2012
Page 7 of 13 Revised:
document. Accordingly, it is agreed that no deviation from the terms hereof shall be predicated
upon any prior representation or agreements whether oral or written.
10. This Agreement shall be governed by and interpreted in accordance with the laws
of the State of Florida. Any provision herein determined by a court of competent jurisdiction, or
any other legally constituted body having jurisdiction, to be invalid or unenforceable shall be
severable and the remainder of this Agreement shall remain in full force and effect, provided that
the invalidated or unenforceable provision is not material to the intended operation of this
Agreement.
11. The DEPARTMENT and the LOCAL GOVERNMENT acknowledge and
agree to the following:
(A) The LOCAL GOVERNMENT shall utilize the U.S. Department of Homeland
Security's E- Verify System to verify the employment eligibility of all new employees
hired by the LOCAL GOVERNMENT during the term of the contract; and
(B) The LOCAL GOVERNMENT shall expressly require any contractors and
subcontractors performing work or providing services pursuant to the state contract to
likewise utilize the U.S. Department of Homeland Security's E- Verify System to verify
the employment eligibility of all new employees hired by the contractor /subcontractor
during the contract term.
FM# 430569- 1 -52 -01 Original Draft: 9/06/2012
Page 8 of 13 Revised:
IN WITNESS WHEREOF, the LOCAL GOVERNMENT has executed this Agreement
this day of , 2012, and the DEPARTMENT has executed
this Agreement this day of , 2012.
BOARD OF CITY COMMISSIONERS STATE OF FLORIDA
CITY OF OCOEE, FLORIDA DEPARTMENT OF TRANSPORTATION
By: By:
Name: Scott Vandergrift Name: Frank J. O'Dea, P.E.
Title: Mayor Title: Director of Transportation Development
Attest: Attest:
Executive Secretary
Legal Review Legal Review:
City Attorney
Financial Provisions Approval by
Department of Comptroller on:
FM# 430569- 1 -52 -01 Original Draft: 9/06/2012
Page 9 of 13 Revised:
Exhibit "A"
SCOPE OF SERVICES
Mast Arm Signal Upgrades
FM #: 430569- 1 -52 -01
The City of Ocoee wishes to upgrade from concrete strain poles to painted galvanized mast arm
structures (and adding vehicle video detection equipment and confirmation lights) at the
following intersection with SR 438 (Silver Star Road):
• Ocoee Hills Road
The DEPARTMENT'S Contractor shall construct the Additional Improvements as part of the
roadway and signalization construction contract at the above referenced intersections.
The LOCAL GOVERNMENT is responsible for the cost difference between the concrete strain
pole system and the painted galvanized mast arm structures. The LOCAL GOVERNMENT
shall be responsible for preventive and periodic maintenance (as explained below), in perpetuity,
of the painted galvanized mast arm signals and as stated in the Traffic Signal Maintenance and
Compensation Agreement, dated September 13, 2002, and as explained below.
Preventative Maintenance includes but is not limited to:
Repainting or spot painting; tightening of nuts and replacing missing or deficient nuts and bolts
(not including anchor bolts); reattaching anchor bolt covers and access hole covers; replace
missing cap covers; cleaning; replace missing or deficient access hole cover plates; repair and/or
removal of grout pads or screens; tree trimming; removal of soil built up around foundations and
insect infestations (lighting, signs and connections); wiring issues, including improper
grounding; graffiti removal; all traffic signal related issues; response to traffic impact; vermin
guard installation; repair of arm and/or pole, including replacement of mast arm structure due to
impact; repair of conditions that arose because Preventative maintenance was not performed.
Periodic Maintenance includes but is not limited to:
FM# 430569- 1 -52 -01 Original Draft: 9/06/2012
Page 10 of 13 Revised:
Repair of cracks in mast arm structure; resetting of anchor bolts; repair or replacement of
deteriorated anchor bolts; repair of arm; and replacement of mast arm; and address improper
standoff distance.
The LOCAL GOVERNMENT shall be responsible for the replacement of the entire mast arm
assembly in case the need to replace the mast arm(s) is due to the local government failure to
properly maintain the mast arm structure. The DEPARTMENT and /or its consultant will
perform routine inspections (every five years) and non - routine inspections (at any time) on the
subject mast arms. As a result of these inspections and according to the Procedure No 850-010 -
030-g (Bridge and other Structures Inspection and Reporting) the DEPARTMENT will issue
Work Orders (WO) to the LOCAL GOVERNMENT to repair /replace any of the mast arm
assembly items (structural and non structural). The LOCAL GOVERNMENT will be given a
time frame to properly address the required repairs /replacements based on the DEPARTMENT'S
WO priority as follows:
• Priority 1: Repair /replacement work must start immediately and shall be completed
within 60 days of the WO date.
• Priority 2: Repair /replacement work requires immediate attention and shall be completed
within 180 days of the WO date.
• Priority 3: Shall be completed within 360 days of the WO date.
• Priority 4: There is no time limit to complete the work.
• FM# 430569- 1 -52 -01 Original Draft: 9/06/2012
Page 11 of 13 Revised:
Exhibit `B"
Estimate
FM #430569- 1 -52 -01
SUMMARY OF ESTIMATED BID PRICES FOR MAST ARMS
The estimate is based on Statewide and District Average Bid Price for the following items times
an escalation to bring the cost up to the construction fiscal year.
ESTIMATED COST
STRAIN POLE DESIGN /LOOP DETECTION
SR 438 (Silver Star Rd.) and Ocoee Hills Rd.
ITEM SR 438 (Silver Star Rd) &
NUMBER a DESCRIPTION UNIT UNIT COST' Ocoee Hills Rd
QUANTITY' COST
630 -1 -12 CONDUIT (UNDERGROUND) LF $5.62 1345 $7,558.90
630 -1 -14 CONDUIT (UNDERGROUND) (JACKED) LF 511.75 178 52,091.50
632 -7 -1 CABLE, SIGNAL (F &I) PI $3,087.11 1 53,087.11
634-4-153 SIGNALS - SPAN WIRE ASSEMBLY (F &I)(2 -PT, BOX SPAN) Pi $3,438.60 1 $3,438.60
635-1-11 PULL AND JUNCTION BOXES (F &I) (PULL BOX) EA 5273.49 17 54,649.33
639 -1 -22 SIGNALS - ELECTRICAL POWER SERVICE (UNDERGROUND) AS 51,124.86 1 51,124.86
639 -2 -1 SIGNALS - ELECTRICAL SERVICE WIRE (F &I) LF $1.45 185 5268.25
641 -2 -12 PRESTRESSED CONCRETE POLE (F &I) (T(PE P -II SERV. POLE) EA $682.68 1 5682.68
641 -2 -17 PRESTRESSED CONCRETE POLE (F &I) (TYPE P -VII) EA $5,659.49 4 $22,637.96
646 -1 -11 ALUMINUM SIGNALS POLE (F &I) (PEDESTAL) EA $650.67 4 $2,602.68
650 -1 -311 TRAFFIC SIGNAL (F &I) (3 SECT.) (1 WAY) (ALUM) AS $706.00 6 54,236.00
653 -191 PEDESTRIAN SIGNAL (F &I) (LED COUNTDOWN) (1 -WAY) AS $527.05 6 53,162.30
660 -1 -109 LOOP DETECTOR, INDUCTIVE (F &I) (2 CH, SS, RM) EA 5149.23 3 $447.69
660-1-110 LOOP DETECTOR, INDUCTIVE (F &1) (2 CH, SS, RM, TD) EA 5162.86 1 $162.86
660 -2 -102 LOOP ASSEMBLY (F &I) (TYPE B) AS $508.71 4 52,034.84
660-2 -106 LOOP ASSEMBLY (F &I) (TYPE F) AS $630.41 3 $1,891.23
663 -74-14 VEHICLE DETECTOR ASSEMBUES (F &I) (EMERGENCY PRE - EMPTION, EA 52,107.84 3 56,323.52
665 -11 PEDESTRIAN DETECTOR (F &I) EA $211.02 4 5844.08
665 -12 PEDESTRIAN DETECTOR (F &I)(DETECTOR STATION) EA 5311.00 2 5622.00
670-5-111 TRAFFIC CONTROLLER ASSEMBLY (F &I) (NEMA) (ONE PRE- EMPTIOls AS $22,087.60 1 $22,087.60
699 -1 -1 INTERNALLY ILLUMINATED SIGN (F &I) (ST NAME) EA $2,972.98 3 58,918.94
700-89 -143 ELECTRONIC DISPLAY SIGN (F &I)(BLANK -OUT SIGN) AS $2,388.42 1 $2,388.42
NOTES
1 Unit costs are bawd on FOOT Area 8 Moving Averages from 12/01/10 to 11/30/11 and FOOT Annual Statewide Averages from 12/01/10 to 11/30/11 .
2. Quantities shown are prellminmary and are subject to change as a result of the design process .
FM# 430569- 1 -52 -01 Original Draft: 9/06/2012
Page 12 of 13 Revised:
MAST ARM ASSEMBLIES/VIDEO DETECTION
SR 438 (Silver Star Rd.) and Ocoee Hills Rd.
SR 438 (Silver Star Rd) &
ITEM DESCRIPTION UNIT UNIT COST f)rnoa Milk Rd
NUMBER QUANTITY' COST
630 -1 -12 CONDUIT (UNDERGROUND) LF $5.62 685 $3,849.70
630 -1 -14 CONDUIT (UNDERGROUND) (JACKED) LF $11.75 178 $2,091.50
632 -7 -1 CABLE, SIGNAL (F &I) PI $3,087.11 1 $3,087.11
635 -1 -11 PULL AND JUNCTION BOXES (F &I) (PULL BOX) EA $273.49 13 $3,555.37
639 -1 -22 SIGNALS - ELECTRICAL POWER SERVICE (UNDERGROUND) AS $1,124.86 1 $1,124.86
639 -2 -1 SIGNALS - ELECTRICAL SERVICE WIRE (F &I) IS $1.45 185 $268.25
641 -2 -12 PRESTRESSED CONCRETE POLE (F &I) (TYPE P -II SERV. POLE) EA $682.68 1 $682.68
646-1-11 ALUMINUM SIGNALS POLE (F &I) (PEDESTAL) EA $650.67 5 $3,253.35
649 -31 -208 STEEL MAST ARM ASSEMBLY (F &I) (W/ LUM) (60') EA $22,300.00 1 $22,300.00
649 -31 -211 STEEL MAST ARM ASSEMBLY (F &I) (W /O LUM) (36-46') EA $18,751.31 1 $18,751.31
650-1 -311 TRAFFIC SIGNAL (F &I) (3 SECT.) (1 WAY) (ALUM) AS $706.00 6 $4,236.00
653.191 PEDESTRIAN SIGNAL (F &1) (LED COUNTDOWN) (1 -WAY) AS $527.05 6 $3,162.30
663 -74-14 VEHICLE DETECTOR ASSEMBLIES (F &I) (EMERGENCY PRE - EMPTION EA $2,107.84 3 $6,323.52
663 -74-15 VEHICLE DETECTOR ASSEMBLIES (F &I) (VIDEO) EA $5,499.63 3 • $16,498.89
665 -11 PEDESTRIAN DETECTOR (F &1) EA $211.02 4 $844.08
665-12 PEDESTRIAN DETECTOR (F &I)(DETECTOR STATION) EA $311.00 2 $622.00
670 -5-111 TRAFFIC CONTROLLER ASSEMBLY (F &I) (NEMA) (ONE PRE- EMPTIOP AS $22,087.60 1 $22,087.60
699 -1 -1 INTERNALLY ILLUMINATED SIGN (F &I) (ST NAME) EA $2,972.98 3 $8,918.94
700 -89 -143 ELECTRONIC DISPLAY SIGN (F &1)(BLANK -OUT SIGN) AS $2,388.42 1 $2,388.42
1 TOTAL: $124,045.881
ITEM 1 UPGRADE MAST ARM ASSEMBLIES TO VERDE GREEN LS $7,500.00 1 $7,500_00
ITEM 2 INSTALL CONFIRMATION LIGHTS LS $600.00 1 $600.00
I GRAND TOTAL: $132,145.88 I
NOTES.
i Unit costs are based on FOOT Area 8 Moving Averages from 12/01/10 to 11 /30/11 and FOOT Annual Statewide Averages from 12/01/10 to 11/30/11 .
2 Unit Cost for items 1 and 2 are estimated contractors costs.
3. O.uantibes shown are prellminmary and are subject to change as a result of the design process.
The estimated cost for the Strain Pole Design and Loop Detection Equipment is: $101,261.35
The estimated cost for the Painted Mast Arm Assemblies and Video Detection
Equipment is: $132,145.88
Estimated Difference for Upgrade: $ 30,884.53*
Note: This is only an estimate and is subject to change based on actual bid prices.
*The actual estimate cost for this agreement has been rounded up to the nearest thousand.
FM# 430569- 1 -52 -01 Original Draft: 9/06/2012
Page 13 of 13 Revised:
Exhibit "C"
Resolution
FM #: 430569- 1 -52 -01