Loading...
Exh 8BF .k J AGENDA ITEM NO,~Q DATE: ~' Z Z • O CITY OF ATLANTIC BEACH CITY COMMISSION MEETING STAFF REPORT AGENDA ITEM: JTA Flyover. Water Line Relocation (REVISED} SUBMITTED BY: Robert S. Kosoy, P.E., Director of Public Works ~~ DATE: May 19, 2000 BACKGROUND: The Jacksonville Transportation Authority (JTA) Flyover project was designed, and. bids were received on October 20, 1999 and awarded on October 28, 1999 by JTA. After bids were awarded, further design modifications were made by 3TA and we were notified that our existing water main on the west side of Mayport Road would require relocation. Staff solicited proposals from engineering firms, and hired Connelly & Wicker, Inc. to design the water line relocation. The project was expedited to avoid penalties for delaying the contractor. Design is nearly complete, and the engineer has provided a cost estimate for the work. Upon receipt of the 100% design plans and permit from the Health Department, staff recommends obtaining comparative construction prices from the City's annual point repair contractor, Gruhn May, Inc., and the project contractor, Superior Contracting, Inc., to perform the work. Staffrecommends expediting construction in order to prevent interference with critical construction deadlines. Should Superior Contracting, Inc., be authorized to perform construction due to cost savings, the City will need to enter an Interagency Agreement with the JTA, which will include a 5% fee for contract administration costs. BUDGET: Staff had submitted a request for contingency funding of utility relocations in conjunction with the JTA Flyover Project, but withdrew the request prior to budget submission, based on earlier design plans submitted by JTA. The estimated construction cost for the project is $234,246.00, which includes a 10% contingency and JTA's 5% contract administration fee. Staff requests monies from the Water Utility Reserve Funds be used for construction of this project. RECOMMENDATION: Upon completion of design and permitting, authorize staff to award project construction to either Gruhn May, Inc. or Superior Contracting, Inc., based on the lowest price proposal, in an amount not to exceed $234,246, and authorize the City Manager to sign the Interagency Agreement between JTA and the City of Atlantic Beach, if Superior Contracting submits the low price proposal. ATTACHMENTS: 1. Interagency Agreement Between the JTA and the City of Atlantic Beach. 2. Cost Estimate for Atlantic Beach Watenmain Relocation. *3. Preliminary plans and specifications on file with City Clerk. *Project documents are lengthy and it is not practical to make copies. These documents are available in the City Clerk's office for those who wish to review them. REVIEWED BY CITY MANAGER: ~i~ay 18-00 10:25am From-JACKSONVILLE TRANSPORTATION AUTHORITY rte.. 9046303166 T-200 P.02105 F-461 INTERAGENCY AGRELIVYENT 1~ET'VVEEN T>f~E JACKSONVII.,LE TRANSPORTATION A.UT'HOI~T'Y AND THE CITY OF A'Y'I,ANTIC DEACI~ FQR CONSTRUCTION OF WATER MAIN ALONG MAYPORT ROAD AT ATLANTIC BOULEVARD IrTTERCHANGE THIS AGI~1~NiENT made and entered into this day of , 2000, by and between the JACKSONV]LLE TRANSPORTATION AUTHORITY ("JTA"), and the CITY Op' ATLANTIC BEACH ("City"). WITNESSETH: WHEREAS, the JTA is constructing unprovements at the Mayport Road Flyover project at Atlantic 131vd. ("Project"} as shown on the constructive plans prepared for the JTA; and W~REA.S, the City has formally requested the JTA that a 250mm (10 inch) diameter ductile iron water main with all necessary attachments and branch connections be installed within the limits of the Project and as depicted on the plans; and 'WHEREAS, the City has prepared the necessary design plans, speci&cations and estimates for the utility Iinea construction, and those plans have been incorporated in the Project construction plan documents of the JTA Project; and WHEREAS, the City has the authorization needed from its Ciry Commission to proceed with such work, but that such work can be done more ei~ciently for the City by the JTA's contractor for the Project rather than by separate contract through the City; and WHEREAS, the JTA is willing to assist the City and by this action significantly reduce its cost of installation; and WHEREAS, the parries hereto have reached ata agreement on the performance of such .work, and the payment therefore and wish to set forth such understanding is writing. NOW THEREFORE, in consideration of the mutual covenants contained herein, the ` parties agree as follows: 1. The JTA shall include in its optional bid items for the construction of the Froject a requirement that the contractor procure and install a 250mm diameter pipe for water main along the Mayport Road in accordance with a design by Connelly & Wicker, rnc, previously approved by the City (``W'ork"). 1 ' ~ 'Ntay-i8-00 02:OSpm From-JACKSONVILLE TRANSPORTATION AUTHORITY 9046303166 T-211 P.Oi/O1 F-472 2. The JTA's optional bid shall require further that the contractor perform the Work in accordance with the. applicable City of 3acksonville's specifications and any standard code adopted by the City for such utility main construction. 3. The City shall reimburse the JTA for all costs associated with the construction of said 254mm water main line for an estimated amount of $223,092.00. The City shall also reimburse the JTA for contract administration costs at five percent (5°l0) of estimated constructive. cost for an amount of $11,154.00, for a grand total of $234,246.00. Notwithstanding these estimated costs, the City shall pay to the JTA the actual costs incurred if the estimates are exceeded. 4. The City shall submit all invoices for the Work t4 the Administration, Department of Finance, City of Atlantic Beach, within ten (10) days of submission to the City by the JTA. The Administration, ~'3epactment of Finance, City of Atlantic Beach, shall issue payment to the JTA within forty~five (45) days of the original submission. These payments shall be based on the contract unit prices as bid by the contractor and shown in the Project's pay item list. Periodic progress payments shall be based on the percentage of the Work accomplished as subzztitted by .the contractor and duly approved by the engineer representing the JTA on the Project. The City shall abide by the 7TA engineer's determination of compliance for such payments. The 7TA may discontinue installation of the line upon the City's failure to pay. ff such occurs, the City shall perform such remaining Work at its cost at a time determined by the JTA. 5. The City shall be the party responsible fox inspecting the Work construction, including, but not limited to, supervision of hydrostatic and leakage testing. It is hereby understood and agreed by and between the parties that the City shall be the final authority tQ accept and approve the force mains construction prior to its operation. 6_ The City shall be responsible for the procurement of all permits necessary far the Work, and shall submit. a certified copy of these perntits to the TTA before the utility arork commences. 7. The City shall defend and indemnify the JTA from all claims brought by the contractor associated with the'Work, including but not limited to, all claims arising firom disputes as a result of the City's inspection of the Work as .set forth in paragraph 5 above, from determining contractor's performance on the Work, from any changes made by the City, and, further, including further payments of aA such contractor claims as determined by the JTA and 2 `May-J6-00 10:30am From-JACKSONVILLE TRANSPORTATION AUTHORITY 9046303166 T-200 P.04/05 F-461 the City to be appropriate. Reasonable and necessary costs incurred by the 7'TA in tine defense of such claims which are deemed to be appropriate shall be reimbwsed by the City. IN WTI'N>ESS'DVHEREOF, the parties hereto have set their hands and seals. on the date first above written. Witnesses: rACY~SON'VII..LE TRAl~SPORTATION AUTFiOR~TY ~y: Witness punt name: Yts Witness print name: ATTEST: CI'T'Y.' OF ATLANTIC BEACH By: City Clerk Tts Approved as to form and correctness: City Attorney TTA LECrAL COUNSEL OaEngin~jaavackGmecagrncya~xnncdoc 3 .May 19 00 08:14a Connelly & Wicker Inc (9041241-1126 p.2 ATL/WTIC BOULEVARDlMAYPCRT ROAD INTERSECTION IMPROVEMENTS ATLANTIC EU4CN WATERM/UN RELOCATION .....D .. ............... •.U FFHtd : .... ..........:•....:.;.:•:.:.•.:..,.. ON:.:.::;:;:::.:.:::.:.:;::::-:::-:.:.:.:.: .:#YfY ~i:-'~•`F: iiE?t;IC~~~ '~~:'•I'QY.,~:~~ i~i~;~;-~:..•.;:~;i: ROADWAY ITEMS 2101a MOBILVJlTION 1A LS $5,000.00 $ 5000.00 2702-1 MAINTENANCE 0F7RAFFlC 1A LS 55,000.00 $ 5.000.00 2102.60 WORK ZONE SIGNS 700.0 ED E O.SI 5 399.00 2102.61 BUSINESS SIGNS 70.0 ED S 36.19 $ 533.30 102.89 TEMPORARY CURB 316.0 Mt S 15.85 E 5,008.80 102.741 BARWCAOE EMP (TYPES I, II, VP OR DRUM 4,020.0 ED $ 0.39 5 1,567,80. 102-74-2 OARRICADE "i EMP E III 40.0 ED $ 0.84 E 33,80 2102-78 REFLECTIVEPAVEMEN7MARKER MP 55.0 EA E 4.17 S 229.35 ROADWAY REMS 5UB70TAL $ 19 771.65 POTABLE WATER MAIN R'EMS 3010.3 PIPE Pfu d Place Oul of SenAce 2t0mm a More 407.0 Mt S 7.25 $ 2950.75 3060.120.404 TAPPING SLEEVE d VALVE dl 100mm 1.0 FJ1 ; 750.00 S 2,750,00 3070.151-107 GATE VALVE ASSEM. F&I 1034 t00mm) 1.0 EA S 550.00 S 550.00 3070.117-108 GAItVALVEASSEM. F&I 1034 t5pmm 3.0 EA $ 706,00 S 2,115.00 3070-715.109 GATE VALVE ASSEM. F81 1034 200imn 3.0 EA S 921.00 $ 2,T63.~ 70.111-110 GATE VALV E ASSEM. F61 1034 250mm 3.0 EA $1275.00 $ 3,825.00 30.100.07 VALVE t30X F81 t00mm 1.0 EA $ {67.84 $ 167.64 3080-100-08 VALVE BOX (F8J 150mm 3.0 EA S 280.00 $ 840A0 3080-!00-09 VALVE BOX (F81 (200mm 3.0 EA $ 348.50 S 7,045.50 3080-100.10 VALVE BOX F51 m 3 0 EA 4 378.00 S 7,13x.00 3500-111207 PIPE D!) (Fdl PUSH ON (CL 51 100 mm (INCLDES PAVEMENT REPLACEMEN 6.0 Ml $ 143.00 S 858.00 3100-111208 PIPE I dl) SHON) CL 51 150mm) INCLDESPAVEMENTREPLACEME 23.0 M1 S 15250 3,507.50 100.111-208 PIPE I dl PUSH ON CL 51 (200 mm NCLDES PAVEMENT"REPLACEMENn 28.0 M7 $ 165.50 $ 4,634.00 3100.171.210 PIPE Fdl USHON CL 51 (250 mm INCLDESPAVEMENTREPLACEME 400.0 Mi 5 185.30 $ 74,120.00 3611-142-07 WATER FITTING F31 100 mm8END 5 i.0 EA $ 650.00 $ 650.00 3611.142-07 WATER FITTING F81 100 mm BEND 2.0 EA $ 675.00 $ 1,350.00 3611-142-08 WATER FR77N0 F61 150mm BEND 5 8.0 EA $ 700.00 5 5,600.00 3651-142-09 WATER FITTING Fdl mm BEND - 6.0 EA $ 725.00 5 4,350.00 t 5-142-10 WATER FITTING FEI 250 mm SEND 18.0 EA $ 800.00 S 14,400.00 11-143.05A WATER FITTING F81 Ommx750mmTEE 3.0 EA $ 700.00 $ 2,100.00 3611.144-02A WATER FRYING F8p 150mm x 100mm REbUCER t.0 EA E 600.00 $ 600.00 38tt-143A8A WATER FITTING(F81 S0mmx150mmTEE 3.0 EA S 750.00 $ 2.25D,00 3611-143.09A WATER FlTTING (F8J 250mm x 200mm TEE 3.0 EA 800.00 S 2400,00 3611.745-08A WATERFlTTING(Fdl S0mmx150mmCROSS 7.0 EA 57,000.00 S 1,000.00 3612-107 MECHANICAL JOINT RESTRAINT Fdl 100 mm a.0 EA $ 202.66 E 810.64 3612-t 08 MECHANICAL JOINT RESTRAINT F81 150 mm 20.0 EA $ 210.00 $ 4,200.00 3612.109 MECHANICAIJOINTREST75A1NT Fdl) mm 44.0 EA $ 218.66 $ 9,621.04 3612110 MECHANICAL JOINT RESTRAINT F81 260 mm 120.0 EA $ 230.40 $ 27648.U0 3622-116-302 FlRE HYDRANT 20 EA $ 2,400.00 $ 4,800.00 POTABLE WATER MAIN SUBTOTAL S 183,040.07 TOTAL S 202,811.72 10'/.CONTINGENCY S 20yg1,17 GRAND TOTAL BID FOR ATLANTIC BEACH WATERMAIN RELOCATION $ 223 09289 z:yta~araWB t 0lbidding7addend-11BIDF0RM.XLS