Loading...
Exh 8AAGENDA ITEM #8A AP1tII, 22, 2002 CITY OF ATLANTIC BEACH CITY COMMISSION MEETING STAFF REPORT AGENDA ITEM: Construction for the Core City Improvements Project SUBMITTED BY: Robert S. Kosoy, P.E. '~S~` Director of Public Works GG DATE: April 15, 2002 BACKGROUND: On April 3, 2002, bids were opened on the Core City Improvements Project. Eight firms were prequalified and bids were received from four. The attached bid analysis shows the following results: Firm Subtotal 15% Contin enc Total Aggregate Base Bid Price Jensen Civil Construction $3,190,162.70 $478,524.41 $3,668,687.11 Petticoat Contractin ,Inc. $4,106,070.00 $615,910.50 $4,721,980.50 John Woody, Inc. $4;660,283.19 $699,042.48 $5,359,325.67 Su erior Construction $4,776,450.08 $716,467.51 $5,492,917.59 On Apri14, 2002, the appazent low bidder, Jensen Civil Construction (JCC). requested a meeting to address several concerns and this meeting was held on April 8, 2002. On April 11, 2002, a letter from JCC was received summarizing their concerns regarding roadway maintenance during construction, roadway construction and payment for construction dewatering. The first two issues were further discussed and clarified in a preliminary sequence. of work submitted by JCC on April 12, 2002. The third issue, payment for construction dewatering, will result in a significant overrun in their bid price. After the initial meeting of April 8, 2002, the design engineer was contacted and asked to explain the intent of the dewatering item, shown on page SOV-1 of the specifications and listed as "700 LF." Mr. Neil Aikenhead's interpretation was that this was intended for the deep storm drainage and was a rough estimate. He further concluded that due to providing this quantity, but not explicitly stating that the dewatering was included for all storm drainage and sanitary sewer piping, (as the specifications had for water line piping, baffle boxes and the weir), that a bidder may have misinterpreted his intent. The net effect is that instead of "700 LF", approximately 15,000 LF at $20 per lineaz foot or $300,0000, an additional $286,000, will be paid to JCC if they are awarded the bid, based on their interpretation of the specification. On April 11, 2002, a letter was received from Petticoat Contracting, Inc. (PCI) stating that their bid included all the required dewatering and maintenance of traffic requirements. PCI further advised that if additional payment is considered for the apparent low bidder, they will lodge a formal bid protest. AGENDA ITEM #8A APRII. 22, 2002 RECOMMENDATION: After consultation with the City Attorney, it is recommended that we re-bid the project in order to give all bidders an opportunity to bid on a further clarified scope of work. BUDGET: Funding is available from the Utility Revenue Bond Construction Fund ATTACHMENTS: Bid Analysis Two letters from Jensen Civil Construction Letter from Petticoat Contracting, Ina REVIEWED BY CITY C9y of Atlantic Deach Core Cdy Improvements Project April 3, 2002 BID p0102-13. 3:00 PM ~5 R wired Documents Callaway Coniractin Gruhn-May Inc. Hubbard Construction Co Jensen Civil Construction John Woody Inc. Milestone- Cart Petticoat Cont2clin Ina Superior ConsWCtion Engineer's Estimate Bid Bond in fhe amount of 5%of the bid No No X X NO X X Od trial Insurance Certi(cates Bid Bid X X Bid X X Bids Submitted in Tri licate Letter Letter X X Submitted X % Si ned C of Document R uirements Checklist Received Received X X X X Acknowled merit of en Addendum X X X X Com feted W-9 Form X X X X 1. Performance 8 Pa merit Bondi 521000.00 541 600.00 581 500.00 520,000.00 530,000.00 2. Maintenance of Traffic 529500.00 530000.00 550000.00 520000.00 5200000.00 3. Roadwa Reconstruction 51044 828.20 51,602,872.22 E7 108 665.10 51 677,200.08 E1 100 423.00 4. Stormwater Oraina e S stem Construc5m 5938 9]0.00 51 328132.42 $1 284 243.00 51 118 DS8.00 51459,119.00 5. Wafer Distdbulian S stem - 5714 655.75 $1 180 321.00 5828,727.80 51439,222.50 51097107.25 6. Wastewater Collection S stem 5173,910.75 5374 035.55 5221,472.00 3558 989.50 5226 768.00 7. Si nin BMarki $37000.00 552848.00 538600.00 520000.00 §25000.00 B. Survei ,Adminislra5on8Miscetlaneous - 5220000.00 529372.00 5453,554.10 520000.00 .550000.00 9. Bid Packa a Mlacellaneous SUBTOTAL 10. Fifteen Percent 15% Comin nc 50.00 50.00 50.00 50.00 50.00 50.00 510 SOO.OD 53,190182.70 5478524.41 570000.00 54680283.19 E899042A8 50.00 50.00 55486.00 54106070.00 5816810.50 55,000.00 54,778450.08 3718 7.51 520 OD0.00 54,202,417.25 5830382.58 Total A r to Base Bid Pdce 30.00 50.00 50.00 53,688,887.11 55,359,325.87. 50.00 E4 721 980.50 Sb 492,917.69 54,832,779.84 Correct Item 3 is incorrect. Correct Item 3 is incorrect. Corrected figures: Corrected figures: .~{ I'3~0 Z c r ~~ Nr . < N r O ~ 0 Award of Bid based on Depadment Analysis and Commission Approval SANITARY SEWER 72"PVC (SDR 35) 70" PVC (SDR 3S) 8" PVC (SDR 35) MANHOLE TYPE"A" SERVICE L4TERALS REMOVE EXIST SAN. MANHOLE ADJUST MANHOLE TOP REMOVE EXIST PIPE GROUT FILL EXIST SS PIPE SEWAGE BYPASS/COLLECTION TESTING $ SAMPLING TOTAL SANITARY SEWER Lf 30 $85.00 LF 385 $24.50 LF 2095 $11.00 EA 12 $3,200.00 EA 124 $620.00 EA 12 $380.00 EA 14 $350.00 1F 385 $6.00 lF 1971 $4.25 EA 28 $42.00 LF 2490 $1.45 $1,950.00 $133.70 $8,942.50 $92.60 $23,045.00 $89.65 $38,400.00 $2,830.00 $76,880.00 $530.00 $4,320.00 $600.00 $4,900.00 $400.00 $2,310.00 $4.00 $8,376,75 $2.80 $7,176.00 $800.00 $3,610.50 $3.00 $4,011.00 $79.00 $33,799.00 $45.00 $167,816.75 $32.00 $33,960.00 $3,900.00 $65,720.00 $470.00 $7,200.00 $125.00 $5,600.00 $350.00 $7,540.00 $3.50 $5,518.80 $3.00 $22,400.00 $350.00 $7,470.00 $2.85 $773,970.75 $375,035.55 2~5 $2,370.00 $45.00 $1,350.00 $16,425.00 $52.00 $18,980.00 $67,040.00 $45.00 $94,275.00 $48,000.00 $8,800.00 $81,800.00 $58,280.00 $1,950.00 $247 800.00 $1,500.00 $1,920.00 $23,040.00 $4,900.00 $812.00 $11,368.00 $1,347.50 $13.00 $5,005.00 $5,913.00 $8.50 $12,811.50 $9,800.00 $2,100.00 $58,800.00 $7,096.50 $4.00 $9,960.00 $221,472.00 $558,989.50 9 G] N `-' O ~ N ',~ l 3 i i ~~s tY PVC (OR 25) WATER MAIN 8' PVC (DR 25) WATER MAIN 8' PVC (OF2 T8) WATER MAIN 6' PVC (OR 25) WATER MAIN 2' PVC SCH b REMOVE EXIST. FIRE HYD. INSTALL FIRE MYD. 12' O.I. GATE VALVE 1M.J.1 W/. 8' DJ.OATE 4ALVE (M.JJ W! B8C 2` D.I.OATE VALVE IM.J.) W/ 86C 1Y 94DEOREE D.1. ELBOW6 QA.J 12' 4SDEGREE DJ. ELBOWS (M.J $' 90.OEOREE D.1. ELBOWS OB.J.) B' 4SDEGREE D.I. ELBOW9 6dJJ 8' 71-1/4-DEGREE OJ. ELBOWS @1. 8' 80-DEGREE D.L ELBOWS (M.J.) 6' 48-DEGREE D.I. ELBOWS (51.JJ 2'lKFDEGREE D.I. ElBOW3 (M.J.) 12'D.1. TEE B'D.1. TEE 8'0.1. TEE 72'XB'D.1. TEE' 72'X8' D.1. TEE 8'ke' D.I. TEE 12Y6'D.I. CROSS 1258'D.1. CROSS 12X8' TAPPWG SLEEVE 8 VANE 12' TAPPING SLEEVE b VALVE to'%8' TAPPNG SLEEVE b VALVE 10° iAPPWO 6LEEVE 8 VALVE 8' TAPPING SLEEVE 8 VALVE 8' TAPPING SLEEVE b VALVE 2'CORP STOP IRRIGATKN! TAP 8X2' SRDOLE SERVICE Bk2" SADDLE SERVICE 12')Q' SADDLE SERVICE 12' CAP 8' CAP 8' CAP Y CAP tYXB'REDUCER 12'Xt0`REDUCER 8`X6' REDUCER REMOVE B b C 2" PRESSURE-VACUUM BREAKER FLUSHING MVO. WlSAMPLE POINT 1/2" TEMP. SAMPLE TPP REMOVE EXIST PIPE GROUT FILL EXIST WM SERVICE CONNECTK)N Y SERVICE COMNECTK)N REMOVE d REPLACE EXIST. CONC. SIDEWALK TESTING 8 SAMPLING TOTAt WATER lF 46t5 $20.m Em,3m.m $52.70 5237,940.50 $26.m $117,3m.m 335.m 57t4 $14.50 $$2,853.m $45.70 $261,129.90 $18.m $102,852.m S28.m 765 $18.m 513,770.m 447.m $35,955.m $19.m $14,535.m $2B.m 3330 $iB.m $m,072m $42.60 $142,028.40 $14.m 546,678.m $24.m 705 $6.m $830.m $17.35 ;1,921.75 S13.m $1,365.m f45A0 15 $295.m $4,425.m E23o.m $3,450.m $50.m $750.m $BSO.m 22 57,835.m ;35,750.m 51,540.m $33,880.m 81,4aD.m f32,560.m $3,437.m 22 $t,335.m $29,370.m 57,278.m $28,73B.m $3,4TO.m 575,240.m $t,870.m fz $t,vs.m $1s.am.m ;sa6.m sa,35z.m st,ato.m s2i,na.m st,o4o.m 28 $1,175.m $m,5m.m 5489.m E12,7/4.m $1,140.m $29,810.m $820.m 1 $3m.m $380.m $143.m $143.m f285.m $2a5m $320.m 1 5875.m $B75.m Y370.m $370.m 5T65.m ;]65.m E2,223.m 38 $355.m 512,980.m E346.m $12,458.m $845.m E23,220.m $2,5m.m 4 5250.m $1,Om.m 5213.m $852.m $375.m S1,Sm.m $1,820.m 35 5575.m $20,125.m E204.m E],140.m $330.m 511,550.m S2,m0.m 1 $235,m §235.m $Tmm S2m.m 5330.m E3m.m $i,im.m 1 $235.m $235.m ;2m.m S2m.m E330.m 53m.m $6m.m 8 Ytm.m $1.620.m 5761.m $1,288.m $255.m $2,040.m $B/0.m 10 $190.m 57,9m.m $158.m ;1,580,m $225.m $2.250.m $580.m t $]S.m $75.m $18.05 $18.05 $SO.m $m.m $775.m 9 5440.m $3,9m.m 46o4.m $4,536.m $1,2m.m E7i,070.m $2,e54.m T $315.00 $315.m $308.m $3m.m $555.m E555.m S7,im.m 4 $240.m $9m.m $273.m $852.m $375.m $t,5m.m 8980.m 7 544o.m $3,Om.UO $965.m $3,255.m 57,O2o.m ST,740.m S2,2t5.m 5 $825.m 84,t25.m 5448.m 3T,2m.m $975.m S4,S75.m 52,i70.m 1i $295.m $3,245.m $28B.m 53,179.m $525.m $5,775.m $1,1m.m 3 $$OO.m f1,im.m $533.m $7,599.m $1,m9.m Y3,240.m 52.477.m 7 $5-05.m Ss1s.m $567.m ;SBT.m E1,i55.m $1,155.m $2,550.m T $3,3m.m $6,7m.m $2,740.m $4,T80.m S3,Sm.m $7,OOO.m $3,980.m 1 54,9m.m $4,9m.m $3,356.m 53,338.m $3,9m.m S3,9W.m $4.150.m 3 $3.3m.00 S9,9m.m Y2,057.m i6,ilt.m S3pm.m Ef0,2m.m $3,874.m 1 $q,i50.m $4,i50.m $2,14$.m $2,148.m S3,lm.m S3,fio.m $3,9m.m 4 $3,225.m $T2,9m.m $2,m7.m $8,028.m $3,2m.m $12,8m.m $3,255.m 4 $2,725.m E10,9m.m $1,598.m $6,352.m 52.Sm.m $t0,000.m ;3,162.m 7 St SO.m $1,050.m $118.m $833.m 5150.m $1,O50.m $540.m 5 $200.m $1,Om.m- $383.m $7,815.m $t;6m.m $B,mD.m $B60.m 5 j105.m $525.m 5277.m 31,385.m $W.m 8300.m $255.m 1 $im.m $tm.m 5266.m $288.m 550.m ESD.m $245.m 2 $720.m 5240.m ;288.m $S78.m $BS.m 5770.m 5370.m i Y215.m $215.m 5787.m Ste7.m 5265.m 5255.m $7,380.m B - $i65.m 89m.m $134.m $BO/.m 3135.m 4810.m 51,240.m 9 $t00.m $1,2W.m $771.m Sa%.m S75:m $87s.m 5690.m fi S7.m $e.m $78.m $708.m ji5.m $90.m S2m.m 5 $2m.m 81-,,/SO.m $258.m E/,1m.m 5485.m $2,475.m $585.m 1 $325.m $325.m 5295.m $295.m ;S70.m $570.m $891.m 1 E205.m 5205.00 5177.m $777.m 5285.m $285.m 4512.m 30 $50.m $i,6m.m $54.m 57,820.m $5.m 5750.m $150.m 5 $450.m $2,2m.m $940.m $4,7m.m ESm.m $2,Smm $880.m 3 Eem.m j2,7m.m S2W.m 5780.m S4m.m $1,3m.m S9a7.m 18 E225.m $3,6m.m $im.m $t,600.m Y150.m $zpmm $400.m 3899 $5.m $18,4m.m $10.50 $38,839.50 S3.m $11,mT.m $19.m 90m $2.75 $26,858.25 $2.m Sie,Bm.m $2.m $1a,8m.m $5.50 462 E335.m 5754,770.m $520.m $T40,240.m $544.m f24t,328.m $673.m 25 $370.m E9250.m $530.m $t3,250.m $702.m 517,Sm.m $920.m 4m 828.m 512,6m.m 524.m ;t0,em.m E35.m 315,75D.m S39.m 14443 $O.m 5I,221.m ji.m 574,493.m 51.80 $23,108.80 $1.m 5714,855.75 $1,im,323,m 5926,727.80 $158,025.m f758,992.m S22,i85.m $80,016.m $4,725.m $1z,750.m $75,614.m $41,/40.m $tz,aao.m $21,3z0.m $320.m 52,223.m $m,Dm.m $6,480.m $70,Om.m $1,im.m $6m.m 54,Bm:m $5,8m.m 5715.m $25,888.m $t,im.m S3,B20.m 375,SOS.m St0,8m.m $t2,im.m $7,437.m $2,550.m $T,960.m. 54.756.m $ii,fi22.m $3,960.m 513,020.m 512,848.m 3,780A0 ,3m.m $i,275.m 5245.00 $620.m $1,380.m ~7,440.m $6,210.m $t,5m.m $2,B25.m $841.m 3512.m $4,5m.m 34,4m.m 52,981.m S6,4m.m s7oaavm $57,718.60 j310,928.m f23,Om.m $77,550.m $D.m $i4,943.m Y1,439,T22.50 a GJ ~~.t7 N `-' S ~ N 9 4~~ ESTIMAT ENGINEER'S JENSEN CIVIL JOHN WOODY INC. PETTICOAT SUPERIOR DESCRIPTION UNIT ED ESTIMATE CONSTRUCTION CONTRACTING INC. CONSTRUCTION SIVKM,tYVtK 8" DIP STORMSEN LF 110 $23.00 $2,530.00 $33.04 $3,634.40 10" DIP STORMSE' LF 741 $30.00 $22,230.00 $40.32 $29,877.12 8" HDPE STORMSI LF 292 $10.00 $2,920.00 $24.08 $7,031.36 10"HDPE STORM: LF 467 $10.00 $4,670.00 $24.64 $11,508.88 12"HDPE STORM:. LF 191 $10.00 $1,910.00 $25.76 $4,920.16 15" RCP STORMSE LF 3188 $20.00 $63,780.00 $27.44 $87,478.72 18" RCP STORMSE LF 2102 $20.00 $42,040.00 $32.48 $68,272.96 24" RCP STORMSf LF 4360 $25.00 $109,000.00 $45.08 $196,548.80 30" RCP STORMSE lF 2057 $40.00 $82,280.00 $58.24 $119,799.68 36" RCP STORMSF LF 649 $45.00 $29,205.00 $85.12 $55,242.88 48" RCP STORMSE LF 415 $90.00 $37,350.00 $114.46 $47,500.90 12"x18" ERCP STO LF 173 $30.00 $5,190.00 $30.24 $5,231.52 24"x38" ERCP STO LF 4 $110.00 $440.00 $252.00 $1,008.00 29"x45" ERCP STO LF 4 $140.00 $560.00 $364.00 $1,456.00 MANHOLE TYPE J• EA 4 $2,300.00 $9,200.00 $1,960.00 $7,840.00 MANHOLE TYPE J EA 3 $3,300.00 $9,900.00 $5,224.80 $15,674.40 MANHOLE TYPE J EA 10 $2,$50.00 $28,500.00. $3,220.00 $32,200.00 MANHOLE TYPE J~ EA 2 $3,250.00 $6,500.00 $3,516,80 $7,033.60 MANHOLE TYPE J~ EA 1 $3,500.00 $3,500.00 $3,862.40 - $3,662.40 MANHOLE.TYPE J~ EA 1 $3,925.00 $3,925.00 $3,808.00 $3,808.00 DITCH BOTTOM It` EA 28 $2,450.00 $68,600.00 $3,875.20 $108,505.60 CURB INLETS, FDA EA 7 $4,175.00 $29,225.00 $5,824.00 $40,768,00 CURB INLETS (CO EA 15 $2,550.00 $38,250.00 $3,337.60 $50,064.00 DITCH BOTTOM It` EA 3 $2,200.00 $6,600.00 $3,057.60 $9,172.80 DITCH BOTTOM It` EA 16 $1,A50.00 $23,200.00 $1,920.80 $30,732.80 YARD DRAIN EA 67 - $1,000.00 $67,000.00 $1,551.20 $103,930.40 GROUT FILL EXISI LF 6762 $5.00 $33,810.00 $3.92 $26,507.04. CONC. ENDWALL EA 1 $11,250.00 $11,250.00 $11,704.00 $11,704.00 U-TYPE CONC. EN EA 2 $17,000.00 $34,000.00 $i 7,472.00 $34,944.00 ENERGY DISSIPATOR SAND-CEMENTF CY 25 $185.00 $4,625.00 $1,002.40 BAFFLE BOX (12'x1 EA _ 3 $37,500.00 $112,500.00 $47,432.00 pncluded 18"Compacted Gravel Bed) FLEET LAUDING V LS 1 $10,300.00 $10;300.00 $12,320.00 CLEANING SHERF LS 1 $34,000.00 $34,000.00 $22,400.00 DRAINAGE SYSTEM TOTAL 3TORMSEWER $938,970.00 $37.00 $38.00 21 $22.00 $36.00 $28.50 $31.00 $47.00 $57.00 $75.00 $i 42.00 $32.00 $90.00 $160,00 $2,314.00 $3,249.00 $2,865.00 $3,193.00 $3,417.00 $3,870.00 $2,731.00 $4,174.00 $2,404.00 $2,673.00 $1,918.00 $2,525.00 $2.00 $14,000.00 $1 a,ooo.oo $25,060.00 $540.00 $142,296.00 $37,700.00 $12,320.00 $18,725.00 $22,400.00 $4,600.00 $1,328,132.42 $4,070.00 $30.00 $28,158.00 $35.00. $6,132.00 20 $10,274.00 $25.00 $6,876.00 $28.00 $90,858.00 $30.00 $65,162.00 $35.00 $204,920.00 $38.00 $117,249.00 $55.00 $46,675.00 $85,00 $58,930.00 $100.00 $5,538.00 $40.00 $380.00 $500.00 $640.00 $500.00 $9,256.00 $2,500.00 $9,747.00 $2,500.00 $28,650.00 $2,500.00 $6,386.00 $2,500.00 $3,417.00 $2,500.00 $3,870.00 $2,750.00 $78,468.00 $2,500.00 $29,218.00 $2,SOO.b0 $36,060.00 $2,500.00 $8,019.00 $2,000,00 $30,688.00 $2,000.00 $169,175.00 $1,500.00 $13,524.00 $5.00 $14,000.00 $7,000.00 $28,000.00 $12,000.00 $13,500.00 $150.00 $113,100.00 $35,000.00 $3,300.00 $25,935.00 $5,840.00 $11,875.00 $5,348.00 $95,840.00 $73,570.00 $165,880.00 $113,135.00 $42,185.00 $41,500.00 $6,920.tl0 $2,000.00 $2,DOO.oo $10,000.00 $7,500.00 $25,000.00 $5,000.00 $2,500.00 $2,750.00 $70,000.00 $17,500.00 $37,500.00 $6,000.00 $32,000.00 $100,500.00. $33,810.00 $7,000.00 $24,000.00 $3,750.00 $105,000.00 $)8,725.00 $11,500.00 $11,500.00 $4,600.00 $20,000.00 $20,000.00 $1,264,243.00 $1,116,036.00 Y ~J P~ N o ~ n°~ 9 ~~s ROADWAY CLEARING & GRUBBING AC 6.45 $15,000.00 $98,750.00 $5,040.00 $32,508.00 $5,000.00 $32,250.00 $20,000.00 $129,000.00 (Pmleci 8 Preserve Existing Trees) DEWATERING LF 700 $20.00 $14,000.00 $16.80 $11,760.00 $14.00 $9,800.00 $15.00 $10,500.00 OPTIONAL BASE SY 45534 $11.00 $500,874.00 $17.60 $807,398.40 $11.00 $500,874.00 $10.00 $455,340.00 INDICATE OPTION: - 5" CIPR 41 fY' ABC-1 t-1 /4" IYPE S-III ASPHALT SY 45534 53.00 $136,602.00 $5.15 $234,500.10 $4.00 $182,736.00 $3.00 $136,602.00 t"TVPE S-III ASPHALTIC ( SY 9981 $3.00 $29,943.00 $3.81 $38,027.61 $3.60 $35,931.60 $2.50 $24,952.50 EXCAVATION LS 1 $50,000.00 $50,000.00 $749,380.00 $149,380.OD $50,000.00 $50,000.00 $630,000.00 $630,000.00 BACKFIII LS i $2,500.00 $2,500.00 $40,600.00 $40,600.00 $25,000.00 $25,000.00 $15,000.00 $15,000.00 CURB & GUTTER LF 125 $20.00 $2,500.00 $39.20 $4,900.00 $15.65 $1,956.25 $12.00 $1,500.00 5"CONCRETE DRIVEWAY - SY 3290 - $23.00 $75,670.00 $35.84 $117,913.60 $43.00 $141,470.00 $40.00 $131,600.OD 4" CONCRETE SIDEWALK SY 7600 $23.00. $38,80D.00 $39.20 $62,720.00 $24.00 $38,400.00 $30.00 $46,000.00 REMOVE EXIST. CONCRE SV 370 $10.00 $3,700.00 $24.64 $9,176.80 $2.00 $740.00 $15.00 $5,550.00 SODDING 3Y 8700 $6.50 $56,550.00 $3.53 $30,711.00 $4.75 $41,325.00 $5.00 $43,500.00 TACK COAT GA 3081 57.20 $3,697.20 $1.40 $4,373.40 $1.25 83,857.25 $7.18 $3,635.58 SILT FENCE LF t00D $7.00 $1,000.00 $2.24 $2,240.00 $1,00 $7,000.00 $1.00 $1,000.00 PAVEMENT REPAIR SY 301 $40.00 $72,040.00 $61.60 $18,541.60 $51.00 $15,357.00 $20.00 $8,020.00 LANDSCAPE RESTORATII LS t $75,000.00 $15,000.00 $15,000.00 $15,000.00 $15,000.00 $15,000.00 $15,000.00 $15,000.00 TESTINGB SAMPLING LS 1 $7,000.00 $7,000.00 $29,288.00 $29,208.00 $11,500.00 511,500.00. $5,000.00 $5,000.00 TOTAL ROADWAY $7,044,626.20 $7,602,916.51 $7,706,585.10 $7,662,20008 a ~~ ~N O ~ N ~E~sEN CIVIL CONSTRUCTION 12 Apri12002 Mr. Robert S. Kosoy, P.E. Public Works Director/Engineer City of Atlantic Beach 1200 Sandpiper Lane Atlantic Beach, FL 32233-4318 Reference: SEQUENCE OF WORK Core City Capital Improvement Project Project Number 98-049 (Bid Number 0102-13 Dear Mr. Kosoy: AGENDA ITEM #8A APRIL 22, 2002 Jensen Civil Construction, Inc..preliminary schedule indicates the following sequence of work of the referenced project: 1. FLEET LANDIlVG WEIR. 11"' STREET. 12m STREET AND EAST COAST DRIVE • The Fleet Landing weir structure will be installed, • The I1`s Street drainage outf-all structuue will be installed. The drainage pipe between the outfall structure and Seminole Road will be installed. The drainage pipe along Seminole Road will be installed. • The gravity sewer system along 11`" Street will be installed and "TV" tested. • The drainage system along l ls' Street will be installed. • Upon completion. of the drainage system, the water main and services along 11`~ Street will be installed. • The reconstruction of the roadway along lls' Street will be performed. This work includes the Yemoval of the existing roadway and the installation of the new roadway base. • The gravity sewer system along 12s` Street will be installed and "TV" tested. • The drainage system along 12`" Street will be installed. • The potable water main along 12~' Street will be installed. Upon completion of the pressure and .bacteriological tests, the water services will be completed. • The reconstruction of the roadway along 12`s Street will be performed. This work includes the removal of the existing roadway and the installation of the new roadway base. • The driveways and sidewalks along 11t° Street and 12a' Street will be removed and replaced. The new grassing will be placed. • Upon completion of the driveways, sidewalks and grassing, the roadway base along l ls` Street and 12~' Street will be completed. • Afterthe roadway base is completed, the asphalt surface course will be placed. • Rap or croshcrete material will be used to provide access to driveways. • The asphalt material salvaged from the pipe trenches will be used to "cap" the utility tre~Y~,li@s. Page 1 ~,~. R 1 `e` ?Op2 9100 Phll Highway • P.O. Box 56317 • (5041Z6tl•//66 AGENDA ITEM #8A APRIL 22, 2002 Mr. Robert S. Kosoy, P.E. City of Atlantic Beach Core City Capital Improvement Project 12 Apri12002 Page 2 1. FLEET LANDING WEIR. 11~ STREET. 12~ STREET AND EAST COAST DRIVE (con'tl • The potable water main will be installed along East Coast Drive from 10`h Street to Ahem Street. Upon completion ofthe pressure and bacteriological tests, the water services will be completed. • The reconstruction of the East Coast Drive will be performed. This work includes the removal of the existing roadway, the installation of the new roadway base and the placement of the asphalt surface course. 2. NORTH OF PLAZA • The potable water mains along 10"` Street and Plaza will be installed. The water mains will be pressure and bacteriological tested. The asphalt material salvaged from the trench excavation will be used to "cap" the water main trench. • The drainage system will be installed along 10`s Street and Plaza. • Upon completion of the drainage system, the water services will be completed. • The reconstruction of the roadway along l Os' Street & Plaza will be performed. This works includes the removal of the existing roadway and the installation of the new roadway base. • The driveways and sidewalks will be removed and replaced. The new grassing will be placed. • The drainage system will be installed along 9th. Street. • Upon completion of the drainage system, the water services will be completed. • The reconstruction of the roadway along 9s' Street will be performed. This works includes the removal of the existing roadway and the installation of the new roadway base. • The driveways and sidewalks will be removed and replaced. The new grassing will be placed. • Upon completion of the driveways, sidewalks and grassing, the roadway base will be completed. • After the roadway base is completed, the asphalt surface course will be placed along. l0a' Street, 9`~ Street and Plaza. 3. SOUTH OF PLAZA • The potable water mains along 7`" Street, 6`" Street, Ss' Street, 4~' Street, 2nd Street and Ahern Street will be installed. The water mains will be pressure and bacteriological tested. The asphalt material salvaged from the trench excavation will be used to "cap" the water main trench. • The 7`~ Street, dd' Street and Pine Street outfall structures will be installed. • Upon completion of the outfall structures, the drainage system will be installed. The drainage system will not be installed on adjacent east-west streets until the permanent base on the adjacent street in installed. • Upon completion of the drainage system along each street, the water services will be completed. • After the installation of the water services along each street, the reconstruction of the roadway will be performed. This works includes the removal of the existing roadway and the installation of the new roadway base. • The driveways and sidewalks will be removed and replaced. The new grassing will be placed. • Upon completion of the driveways, sidewalks and grassing, the roadway base will be completed. AGENDA 1TEMs'3A APRIL 22, 2002 Mr. Robert S. Kosoy, P.E. City of Atlarnic Beach Core City Capital Improvement Project 12 Apri12002 Page 3 • After the roadway base is completed on approximately four (4) streets, the asphalt surface course will be placed. • After thirty (30) days of curing of the asphalt surface, the thermoplastic striping will be placed. Sincerely, JENSEN CIVIL CONSTRUCTION, INC. Robe G. Nagel Project Manager ! Cc: Mr. Gregory T. Nettuno, P.E. ~~~~ ~ AGE AP1tII, 222002 CIVIL CONSTRUCTION April 11, 2002 Mr. Robert S. Kosoy,P.E. Public Works Director City of Atlantic Beach 1200 Sandpiper Lane Atlantic Beach, Florida 32233-4318 Re: Core City Capital Improvement Project Dear Mr. Kosoy, On April 8, 2002 a meeting was held in at the City of Atlantic Beach Public Works office with Robert Kosoy representing the City of Atlantic Beach, Greg Nettuno of GAS Consultants-Southeast, Inc., Roger Bailey and Bob Nagel representing Jensen Civil Construction, Inc. (Jensen) to discuss Jensen's bid for the Core City Capital Improvements Project. At that meeting and in a subsequent phone conversation with Robert Kosoy, Jensen agreed to write this letter describing construction ofthe project and in particular addressing roadway maintenance during construction, roadway construction and payment for construction dewatering. Jensen's preliminary construction schedule calls for installation of the new potable water pipeline on all residential streets prior to the reconstruction of the. streets. Because the new water pipe alignment is at the outside edge of existing pavement, this pipe can be installed leaving a minimum 12 feet of existing pavement unaffected by construction. As allowed by Addendum No. 1, by means of detour routing, traffic will be allowed to travel on the undisturbed pavement in one direction only on residential streets during this phase of construction. Bid Addendum No. 1 also allows the Contractor to substitute a base course equivalent to 4 Yz" ABC-1 asphalt with. S00 LB. Mazshall Stability. According to the Florida Department of Transportation Flexible Pavement Design Manual for New Construction and Pavement Rehabilitation; ABC-1 of 500 LB. Mazshall Stability has a design structural coefficient of 0.20 per inch of thickness. The proposed 4'/z" thick ABC-1 base course has a total shuctural coefficient of 4.5 x 0.20 = 0.90. Other base course materials provide equivalent structural values and are also suited for this project. For example, limerock LBR100 has a structural coefficient of 0.18 per inch of thickness. Five inches (S") of limerock LBR100 has a total structural coefficient of 0.90 which is equivalent to 4'/z" of ABC-1 asphalt as a base course. John Ellis of Ellis & Associates, Inc. informed Jensen that he considers and is willing to recommend 5" of crushed concrete base as an equivalent to 4 '/" of ABC-1 for this project. He also indicated to Jensen that there may be a roadway base course design, 9100 Philips Highway • P.O. Box 5631.7,. Jacksonville, Flcrida 32241-631.7 • (904) 268-7766 • Fax (904) 262.3694 City of Atlantic Beach Core City Capital Improvement Project April 11, 2002 AGENDA ITEM #8A APRIL 22, 2002 equivalent to the ABC-1, which utilizes existing roadway reclaimed material. As permitted by the specifications, Jensen plans to substitute an equivalent base course at no change to the contract unit price. In lieu of the optional 4 YZ" ABC-1 asphalt base, other alternate base courses under consideration by Jensen include but are not necessarily limited to 5" of crushed concrete, 5" of limerock LBR100, or other equivalent structural number base course alternates suitable to the application for the project. After installation and acceptance of the potable water main, Jensen intends to proceed with installation of drainage pipe and sewer pipe in the residential streets. Because these pipelines are located in the middle of the road, traffic must be prohibited from traveling through the work zone during construction. Traffic will be detoured and roads closed except to local traffic only. Immediately upon installation of the drainage or sewer pipeline, the road reconstruction will begin including construction of the roadway base course on a street by street basis. With regard to roadway maintenance during this construction, the specifications state that "Driveable Temporary Pavement or Driveable pavement will be 3" minimum of RAP (or approved equal)." Jensen's construction method will not require any temporary driveable pavement. As we discussed at the April 8th meeting the installation of any base material will require a period of time when residents will have to travel on the subgrade. With regard to-the contract pay item entitled "Dewatering"; the City of Atlantic Beach has agreed to pay Jensen by the linear foot for all dewatering required for construction including all storm and sewer pipe footage. Dewatering shall be by whatever means determined by Jensen to accomplish construction. However, dewatering as may be necessary for construction of the potable water line shall not be paid for separately but is included in the unit prices for water main. It is recognized that the final quantity for Dewatering may substantial overrun the bid quantity of 700 linear feet. Very truly yours, Jensen Civil Construction, Ina Rog Bailey, P.E~ Vice President Cc: Greg Nettuno GAI Consultants-Southeast, Inc. 04/11/2002 15:48 19047510988 PETTICOAT CONTRACTIN AGENDA ITEM #SA ~ ~ APRIL, 22, 2002 PETTICOAT CONTRACTING. INC. April ll, 2002 Mr. Robert Kosoy, P.E. Public Works Director City of Atlantic Beach 1200 Sandpiper Lane Atlantic Beach, FL 32233 RE: Core City Capital Improvement Project Bid ldo.: 0102-13 Bid Date: 4/3/02 Dear Mr. Kosoy: This letter shall confirm our telephone conversation of Tuesday, April 9, 2002 concerning the status of award ofthe referenced Project. Iv1y understanding is that the City of Atlantic Beach is presently discussing with the apparent low bidder what vests may or may not be included in their bid. The Project, as bid, is a Lump Sum Project, which would include dewateting and maintenance of traffic as required by the Contract documents. All the required dewatering and maintenance of traffic is included in the bid submitted by Petticoat Contracting, Ina The processing of any Contract modification to the apparent low bidder or additional payment for work included in PCPs bid would taint the publzc competitive bidding process and will bring a £ormaI bid protest from PCI. We request that the. City of Atlantic Beach keep us informed as to the status of this pending Award. If you have any questions or need additional information, please do not hesitate to call me at 751-0888. Sincerely, P o C ntr g, Inca W.A. Funche s Vice President cc: File 11025 Blasius Road • Jacksonville, Florida 32226 • (904) 751-0888 • FAX (904) 751-0988 Roadwork • Grading • Paving • Storm Drainage • Water and Sewer Utilities