Loading...
Exh 4BAGENDA ITEM.#4B JANUARY 14, 2002 CITY OF ATLANTIC BEACH CITY COMMISSION MEETING STAFF REPORT AGENDA ITEM: Paving, Drainage, Water & Sewer Improvements of the Selva Marina Streets -City Bid No. 0102-1 SUBMITTED BY: Robert S. Kosoy, P.E., Director of Public Works `• DATE: January 2, 2002 BACKGROUND: On October 18, 2001, the City Commission accepted the dedication of the Selva Marina Streets to City ownership. The Paving, Drainage Water & Sewer Improvements Project of the Selva Marina Streets was advertised, and five firms prequalified to submit bids. The bid opening was held on November 29, 2001 and three of the five prequalified bidders submitted bids as follows: Firm Total Base Bid. for 1'/<-2" De th Resurfacin Total Base Bid with Alternate for Full De th Reclamation) Abba Construction $333,566.75 No Bid Milestone-Carlo $278,193.85 $348,312.03 Petticoat Contractin $400,797.65 $875,329.84 The two firms that did not submit bids were Gruhn May, Inc: and Miranda Contracting. Water Line Replacement Work: The low bidder's price for the water line work, $28,500, is significantly less than the budgeted amount of $165,000. This is due to the fact that the Design Engineer reduced the quantities, based on the fact that the water mains are mostly out of the paved areas. Stormwater Work: The low bidder's price for the stormwater work, $20,950, is significantly less than the budgeted amount of $160,000. This is due to the fact that a visual inspection of the line on Creekside Circle revealed that its condition did not warrant replacement. Furthermore, the proposed drainage improvements for the cul-de-sac at the north end of Live Oak Lane will not be completed due to the inability to obtain easements. The lack of drainage improvements at the north end of Live Oak Lane will reduce the projected lifespan of the roadway improvements in this area. Paving Work: The low bidder's price for the paving work, $149,153.50, is significantly less than the budgeted amount of $223,500. This is due to the fact that the Design Engineer provided an option to do a 1'/<-2" depth resurfacing as the Base Bid. The base bid. will provide paved roads with average life spans of 10 yeazs before rework is required.. Milestone-Carlo has submitted a cost of $39,278.75 to install a geotextile fabric prior to paving and this should extend the life span of the roadway to nearly 15 years. This additional cost will be paid for out of the contingency fund. We do not recommend the alternate for full depth reclamation because, Mr. Matt Mocini of Milestone-Carlo indicated their own work force would do the work, but their company has only completed utility trenches with the process, not full subdivisions. or mainline paving. AGENDA ITEM #4B JANUARY 14, 2002 RECOMMENDATION: Award the project to Milestone-Carlo for the Total Base Bid of $278,193.85, plus $39,278.75 for the geotextile fabric, for a total cost of $317,472.60. BUDGET: Funds were budgeted for this project, as follows: Public Works/Imp: 300-0000-541-6300 $ 223,500 Water Distribution: 400-5502-533-6300 $ 165,000 Sewer Collection: 410-5506-535-6300 $ 80,000 Stormwater: 470-0000-538-6300 $ 160,000 Total for Project: $ 628,500 ATTACHMENTS: .Bid Analysis Preliminary Assessment for Selva Marina Homeowners Bid Form submitted by Milestone-Carlo (5 pages) Cost Proposal from Milestone-Cazlo for Geotextile Fabric CITY MANAGER: ~_~ BID ANALYSIS: Paving, Drainage, Water & Sewer Improvements of Selva Marina Streets - 11/29/01 ABBA Construction Milestone-Carlo Petticoat Contracting Item No. Base Bid Items Unit Qty. 1 Replace 6" PVC Water Main LF 600 $22.00 $13,200.00 $15.00 $9,000.00 $30.00 $18,000.00 2 Replace 4" PVC Water Main LF 300 $19.00 $5,700.00 $16.00 $4,800.00 $29.00 $8,700.00 3 Replace existing Water Service EA 35 $503.00 $17,605.00 $420.00 $14,700.00 $651.00 $22,785.00 4 Sewer Point Repair 1 (1 repair) LS 1 $12,693.00 $12,693.00 $8,900.00 $8,900.00 $13,778.00 $13,778.00 5 Sewer Point Repair 2 (1 repair) LS 1 $5,588.00 $5,588.00 $4,700.00 $4,700.00 $13,778.00 $13,778.00 6 Sewer Point Repair 3 (3 repairs) LS 1 $5,958.00 $5,958.00 $4,700.00 $4,700.00 $16,845.00 $16,845.00 7 Sewer Point Repair 4 (1 repair) LS 1 $5,515.00 $5,515.00 $6,900.00 $6,900.00 $14,435.00 $14,435.00 8 Sewer PointRepair 5 (2 repairs) LS 1 $5,958.00 $5,958.00 $4,800.00 $4,800.00 $12,874:00 $12,874.00 9 Sewer Point Repair 6 (1 repair) LS 1 $5;588.00 $5,588.00 $8,900.00 $8,900.00 $13,778.00 $13,778.00 10 Sewer Point Repair 7 (3 repairs) LS 1 $5,958.00 $5,958.00 $4,700.00 $4,700.00 $16,845.00 $16,845.00 11 Sewer Point Repair 8 (1 repair) LS 1 $5,588.00 $5,588.00 $8,900.00 .$8,900.00 $13,778.00 $13,778.00 12 Sewer Point Repair 9 (1 repair) LS 1 $1,875.00 $1,875.00 $1,800.00 $1,800.00 $11,812.00 $11,812.00 13 Pavement Resurfacing SY 22,445 $8.50 $190,782.50 $6.30 $141,403.50 $6.30 $141,403.50 14 Dale Road Rebuild LS 1 $8,824.00 $8,824.00 $15;000.00 $15,000.00 $26,000.00 $26,000.00 15 Seeding and Mulch SF 500 $1.56 $750.00 $0.13 $65.00 $0.25 $125.00 16 Sod SF 500 $1.50 $750.00 $0.47 $235.00 $0.75 $375.00 17 Ditch Regrading LF 700 $10.30 $7,210.00 $8.50 $5,950.00 $15.00 $10,500.00 18 Remove and replace unsuitable material CY 50 $37.00 $1,850.00 $29.00 $1,450.00 $64.00 $3,200.00 19 Tree-Rerneval ~S 4 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 20 Driveway repair CY 10 $185.00 $1,850.00 * $600.00 $6,000.00 $535.00 $5,350.00 SUB-TOTAL BASE BID $303,242.50 * $252,903.50 $364,361.50 0.1 10% CONTINEGENCY OF SUBTOTAL $30,324.25 * $25,290.35 $36,436.15 TOTAL BASE BID $333,566.75 * $278,193.85 $400,797.65 ALTERNATE BID: 21 Full depth pavement reclamation SY 22,445 $2.84 $63,743.80 $19.22 $431,392.90 (Did not submit on item) SUB-TOTAL ALTERNATE BID $0.00 $63,743.80 $431,392.90 0.1 10% CONTINEGENCY OF SUBTOTAL $0.00 $6,374.38 $43,139.29 TOTAL BASE BID $0.00 $70,118.18 $474,532.19 TOTAL BASE BID $333,566.75 * $278,193.85 $400,797.65 TOTAL ALTERNATE BID N/A $70,118.18 $474,532.19 TOTAL BASE BID PLUS ALTERNATE N/A $348,312.03 $875,329.84 (*corrected fi ure) 4 y~z k~ y A N O O p N PRELIMINARY ASSESSMENT FOR SELVA MARINA HOMEOWNER S BASED ON BID PRICES SUBMITTED BY MILESTONE-CARLO. Item No. Base Bid Items Unit Qty. Milestone-Carlo *Estimated Homeowners' City WATER Cost Portion Portion 1 Replace 6" PVC Water Main LF 600 $15.00 $9,000.00 2 Replace 4" PVC Water Main LF 300 $16.00 $4,800.00 3 Replace existing Water Service EA 35 $420.00 $14,700A0 WATER SUBTOTA! $28,500.00 $130,000.00 $14,250.00 $14,250.00 SEWER 4 Sewer Point Repair 1 (1 repair) LS 1 $8,900.00 $8,900.00 5 Sewer Point Repair 2 (1 repair) LS 1 $4,700.00 $4,700.00 6 Sewer Point Repair 3 (3 repairs) LS 1 $4,700.00 $4,700.00 7 Sewer Point Repair 4 (1 repair) LS 1 $6,900.00 $6,900.00 8 Sewer Point Repair 5 (2 repairs} LS 1 $4,800.00 $4,800.00 9 Sewer Point Repair 6 (1 repair) LS 1 $8,900.00 $8,900.00 10 Sewer Point Repair 7 (3 repairs) LS 1 $4,700.00 $4,700.00 11 Sewer Point Repair 8 (1 repair) L5 1 $8,900.00 $8,900.00 12 Sewer Point Repair 9 (1 repair) LS 1 $1,800.00 $1,800.00 SEWER SUBTOTAL $54,300.00 $80,000.00 $54,300.00 PAVING 13 Pavement Resurfacing SY 22,445 $6.30 $141,403.50 15 Seeding and Mulch SF 500 $0.13 $65.00 16 Sod SF 500 $0.47 $235.00 18 Remove and replace unsuitable material CY 50 $29.00 $1,450.00 20 Drivewa repair CY 10 $600.00 $6,000.00 Geotextile Fabric SY 22,445 $1.75 $39,278.75 PAVING SUBTOTAL $188,432.25 $200,000.00 $125,621.50 $62,810.75 STORMWATER 14 Dale Road Rebuild LS 1 $15,000.00 $15,000.00 17 Ditch Regrading LF 700 $8.50 $5,950.00 STORMWATER SUBTOTAL $20,950.00 $160,000.00 $14,403.12 $6,546.88 TOTAL $292,182.25 $154,274.62 $137,907.63 *NOTE: The original estimate included $5,000 for Legal Fees, $14,940 for Taxes, and $6,000 for Survey Fees, all to be paid b the City. The original estimate also included $8,500 for Street Lighting and Tree Removal, to be paid by the homeowners. A final assessment cost will be re aced u on com letion of the project. 4 O ~~ k~ A N O ~ O p N AGENDA ITEM #4B JANUARY IA, 2002 SUBMIT IN TRIPLICATE BID FORM FOR PAVING, ARAINAGE, WATER & SEWER IIvIPROVEMENTS OF SELVA MARINA STREETS CITY BID NO, A 102-1 CITY OF ATLANTIC BEACH, FLORIDA SUBMITTED BY: Mrr FGmnNF rnRr.n rnNmRn~~Do~TE: 11-29-O1 The undersigned, as Bidder, hereby declares that the only person or persons interested in the proposal as Principals is, or aze, named herein and that no other person that herein mentioned has any interest in this proposal or in the contract to be entered into; that this proposal is made without connection with any other person, company, or parties making a bid or proposal; and that it is in all respects fair and in good faith, without collusion or fraud. The Bidder further declares that he has examined the site of the work and informed himself fully in regard to all conditions pertaining to the places where the work is to be done; that he has examined the plans and specifications for the work and contractual documents relative thereto, and has read all special provisions famished prior to the opening of bids, that he has satisfied himself relative to the work to be performed. The Bidder proposes and agrees, if this proposal is accepted, to contract with the City of Atlantic ~ Beach, Florida in the form contract specified, to furnish all necessary materials, equipment, machinery tools, apparatus, means of transportation and labor necessary to complete the contract in full and complete in accordance with the shown, noted, described and reasonable intended requirements of the plans and specifications and contract documents to the full satisfaction on the contract with the City of Atlantic Beach, Florida, with a definite understanding that no money will be allowed for extra work except as set forth in the attached general conditions and contract documents, as follows: A. Bid Schedule The project consists of a Base Bid. Bidders must submit a bid price on all items as described below. Only one (1) contract will be awarded. Contract will be awarded to the lowest responsible bidder, based on the Base Bid. All entries on the proposal must be typewritten or printed clearly and in ink. Bidders must insert extended total item prices computed from quantities and unit prices. In case of errors in extensions, unit prices will govern. BFU-1 l _~ SASE BID: Item No. Base Bid Items nit nty AGENDA ITEM #4B JANTUARY 14, 2002 Price ($) Amount($) 1. Replace 6-inch PVC Water Main LF 600 / ~ [ Q~d , CYO 2. Replace4-inch PVC Water Main LF 300 /~d.~ ~-/$CY~,L~'j 3. Replace existing Water Service EA 35 ~/~n ~ (~f "7f~ ~ c~ • * 4.' Sewer Point Repair 1 (1 repair) LS 1 ~ ~iL7~.f~ * 5. Sewer Point Repair 2 (1 repair) LS 1 ~~Gb CJ''jL~~ ~ * 6. Sewer Point Repair 3 (3 repairs) LS 1 -`~ C~'JCCi, pO * 7. Sewer PointRepair4 (1 repair) LS 1 ~ (~~0~• ~ * 8. Sewer Point Repair 5 (2 repairs) LS 1 ~.,~~ ~,, ~~~ ,~ ~., -V (f BLY~ • Da * 9. Sewer Point Repair 6 (1 repair) LS 1 6C) ~ ~~• ~ * 10. Sewer Point Repair 7 (3 repairs) LS 1 y 7~Q d U ~7~. ~ * 11. Sewer Point Repair 8 (1 repair) LS 1 ~2DLL2~ D6 ~~~ ~ * 12. Sewer Point Repair 9 (1 repair) LS 1 (~ , O b 1 ~~' ~ 13. Pavement Resurfacing SY 22,445 ~D !~-{ 1 ~ .~ 14. Dale Road Rebuild LS 1 _, DO / ~~,< 15. .Seeding and Mulch SF 500 ~~(~_ (ps, c~^J 16. Sod SF 500 ~~ a~~ 17. Ditch Regrading LF 700 g, ~~/7 ~~' ~~ 18. Remove and replace unsuitable material CY SO ~ O0 (~5~~ L~ s .Q ,~\ a i ~ ~.--- ~'se•~13 e~A~t ~ bg 1 20. Driveway repair CY 10 ~ -~n~-C~ (p~l~, ~L SUB-TOTAL BASE BID 10 PERCENT (10%) CONTINGENCY OF SUBTOTAL TOTAL BASE BID * Reference Section 01010 for description $ ~:5agv3, sv $ 2 52gp.3S BFU-2 AGENDA ITEM #4B ALTERNATE BID: JANUARY 14; 2002 Item _ No. Base Bid Items Unit Otv. Price ($) Amount($1 21. Full depth pavement reclamation SY 22,445 ~~ (p ~'-Jt-/3 yg'd SUB-TOTAL ALTERNATE BID 10 PERCENT (10%) CONTINGENCY OF SUBTOTAL TOTAL ALTERNATE BID BID RECAPTTULATION TOTAL BASE BID , TOTAL ALTERNATE BID TOTAL BASE BID PLUS ALTERNATE $ ~~g 193. ~ ~ $ `70 / I ~S , r ~S $ 3~~~a, d3 BFU-3 AGENDA ITEiVI #4B JANUARY 14, 2002 i ~ NOTE.: It is understood that quantities in the Bidding Schedule for unit price items are approximate only, anc j that payment will be made only upon actual quantities of work complete in place, measured on the basis defines /~ in the Specifications. It is anticipated that the quantities as set forth above for the unit price items are reasonable and that said quantities will not be exceeded. If any work under a unit price item is not performed or if only a small percentage of the quantity listed is used, the Contractor shall not make any claims for not using said item. or for higher unit prices because of the small .percentage of quantity used. Accompanying this Bid is a certified or casherds check or a bid bond in the amount of 5% made payable to the Owner which maybe forfeited as liquidated damages if, in the event this proposal is accepted, the undersigned fails to execute the Agreement and famish and pay for the required performance and payment bonds for the Ownefwithin 10 days after acceptance of the Bid; otherwise said certified or cashierOs check or bid bond will be returned to the undersigned. The undersigned Bidder agrees to commence work within 10 days after the date of written Notice to Proceed, and further agrees that completion of the work shall be within 90 calendar days after written Notice to Proceed. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of 90 days after the opening of bids. The Bidder understands that the Owner reserves the right to reject all bids, and to waive informalities in the bid. The Bidder further proposes and agrees to commence work under his contract on a date to be specified in a written order of the Owner and shall complete all work thereunder within the time schedule in the Form of Agreement. The undersigned further agrees to forfeit to the Owner, as liquidated damages for each calendar day elapsing between the date established as the date of final completion for the work and the actual date of final completion for the work, the amount of $2,000.00 per calendar day: Addendum Receipt: Bidders shall acknowledge below. the receipt of all addenda, if any, to plans and specifications. ADDENDUM NO. otaE DATED J f - J5 -O J ADDENDUM N0. DATED ADDENDUM NO. DATED ADDENDUM N0. DATED ADDENDUM NO. DATED DT'TT A RESP~CTFULG~ SUBMITTED: Si aCCture PRESIDENT Title CO56832 License Number Street Address 14165 N. MAIN ST. CityJAX State FL Zip 32218 Telephone Number 904-696-8865 AGENDA ITEM #4B JANUARY 14, 2002 (If Corporation, President, Secretary and Treasurer identification.) STEPHEN M. LEGGETT -PRESIDENT JACK ROBSON-TREASURER JILL McCAULEY-ASST SECRETARY 7 K MERON- V7 RESIDEta'r' SEAL (if Bid is by a Corporation) Attest Attachments: Equipment and Material List Subcontractor List Trench Safety Affidavit Items as listed in the Documents Requirements Checklist 3. . BFU-5