Loading...
Exh 4BACENllA ITEM #4B JLfN1'J 10, 2002 CITY OF ATLANTIC BEACH CITY COMMISSION MEETING STAFF REPORT AGENDA ITEM: Sherman Creek Trestle Crossing Stabilization Bid No. 0102-2 SUBMITTED BY: Donna I{aluzniak, Utility Directgr~/ DATE: May 29, 2002 ((x`/1/1""// BACKGROUND: The combined beaches e8luent outfall line pazallels State Road AlA and crosses Sherman Creek on a wooden trestle. Inspection and geotechnical exploration indicates the trestle crossing is in need of lateral stabilization due to the tidal action against the existing pilings. The stabilization includes installation of additional treated wood piles and cross-bracing. The structural drawings were prepazed by Nadeem Zebouni, P.E. and bid documents and perrnitting were completed by City staff. A non-mandatory Pre-Bid Meeting was held on May 9, 2002, and three bids were received on May 22, 2002. The bids were as follows: Contractor Industrial Services of Mobile Sca-Tech Marine International T. W. Blount Jr. & Son Contractin Bid Price $62,216.00 $7R,856.80 $57,003.10 A bid analysis was performed, and bid documents were reviewed. The low bidder meeting all requirements was T.W. Blount Jr. & Son Contracting, Inc. in the amount of $57,003.10. BUDGET: A total of $75,000 was budgeted for construction of this project in the Sewer Collection Account No. 410-5506-535-6300. Costs for this project will be shared by the three beach cities per the Intcrlocal Agreement, as follows: AtlanticBeach-33.3% $18,982.03 Jacksonville Beach - 50% $28,501.55 Neptune Beach -16.7% $ 9,519.52 RECOMMENDATION: Award the contract for Sherman Creek Trestle Crossing Stabilization, Bid No. 0102-2 to T.W. Blount Jr. & Son Contracting in the amount of $57,003.10 and authorize the City Manager to sign the contract. ATTACHMENTS: 1. 2. Bid tabulation for Bid No. 0102-2 Bid analysis REVIEWED BY CITY City of Atlantic Beach SHERMAN CREEK TRESTLE STABILIZATION May 22, 2002 BID #0102-2 3:00 PM Required Documents Industrial Services Of Mobile Sea-Tech Marine International T. W. Blount Jr. 8 Son Contractin Submission in Triplicate X X X Ori final Insurance Certificate X X X Bid Bond (5% X X X Three (3) Positive References X X X Proof of General Contractor's License X X Evidence of Worker's Com ensation Insurance X Mod Ratin X X X Com leted W-9 Form X X X Si ned Cop of Document Re uirements Checklist X X X 1. Mobilization $1,500.00 $39,800.00 $8,541.00 2. C6 X 10.5 Bracin $6,480.00 $11,808.00 $10,800.00 3. C10 X 20 Bracin $2,340.00 $4,200.00 $4,320.00 4. New Battered Piles $44,000.00 $11,400.00 $27,600.00 5. Pile Ca s includin existin files $2,240.00 $4,480.00 $560.00 SUBTOTAL BASE BID (Items 1-5) $56,560.00 $71,688.00 551,821.00 TEN PERCENT 10% CONTINGENCY OF SUBTOTAL $5,656.OD 57,168.80 55,182.10 ,~__. -_ TOTAL BASE BID (Items 1-5) PLUS 10°1o CONTINGENCY 562,216.00 $78,856.80 $57,003.10 ~~ZO,~ov Bid Award based on Deparment Analysis and Commission Approval a ~n Cn zz r-. C ~~ .; N t7 O O H N w C N BID ANALYSIS - SHERMAN CREEK TRESTLE CROSSING STABILIZATION Industrial Services of Mobile, Inc. Sea Tech Marine Int'I T.W. Blount Jr. & Son Item No. Base Bid Items O Units Unit Cost Extended Cost Unit Cost Extended Cost Unit Cost Extended Cost 1 Mobilization 1 LS $1,500.00 $1,500.00 $39,800.00 $39,800.00 $8,541.00 $8,541.00 2 C6 x 10.5 Bracing 36 EA $180.00 $6,480.00 $328.00 $11,808.00 $300.00 $10,800.00 3 C10 x 20 Bracing 12 FJ\ $195.00 $2,340.00 $350.00 $4,200.00 $360.00 $4,320.00 4 New Batterzed Piles 12 EA $3,666.67 $44,000.04 $950.00 $11,400.00 $2,300.00 $27,600.00 5 Pile Ca s Including Existing Piles 28 EA $80.00 $2,240.00 $160.00 $4,480.00 $20.00 $560.00 SUBTOTAL $56,560.04 $71,688.00 $51,821.00 0.1 TEN PERCENT CONTINGENCY $5,656.00 $7,168.80 $5,182.10 TOTAL $62,216.04 $78,856.80 $57,003.10 ~~Zq'oZ 4n ~z z~ ha ..„ o ,~ N r-. o~ N ~ p