Loading...
Exh 8B3 r- _.. ._. V 10 June 26, 2000 CITY OF ATLANTIC BEACH CITY COMMISSION MEETING STAFF REPORT AGENDA ITEM: JTA Flyover Water Line Relocation -Additional Costs SUBMITTED BY: Robert S. Kosoy, P.E., Director of Public Works '~" D DATE: June 20, 2000 BACKGROUND: The Jacksonville Transportation Authority (JTA) Flyover project was designed, and bids were awarded to Superior Construction Company on October 28, 1999 by JTA. After bids were awarded, further design modifications were made by JTA and we were notified that our existing water main on the west side of Mayport Road would require relocation. Staff expedited the project in order to avoid penalties for delaying the contractor. Connelly & Wicker has completed the design, and a permit has been issued by the Health Department. On May 22, 2000 the City Commission authorized staff to award project construction to either Gruhn May, Inc. or Superior Construction Company, based on the lowest price proposal, in an amount not to exceed $234,236. The "not to exceed" amount was based on Connelly & Wicker's estimated project cost. Price proposals were obtained from both Gruhn May, Inc. and Superior Construction Company Both proposals were in excess of the "not to exceed" amount of $234,236 as follows: Gruhn May, Inc. Superior Construction Co. Contractor's Price $349,285.50 $352,649.25 10% Contingency $34,928.55 $35,264.93 Total $384,214.05 $387,914.18 Both contractors were questioned about the high cost, and both responded that additional costs were due to FDOT maintenance of traffic issues on Mayport Road, offset joints needed to avoid conflicts with drainage structures, and the inability to complete substantial amounts of work during each day. Construction continues on the project, and this work must still be expedited to avoid a contract delay. Connelly & Wicker recommends award of the contract to Superior Construction Company to avoid a contract delay and possible added costs. Staff concurs with their recommendation due to the fact that Superior Construction Company is already constructing the JTA Flyover, and it will be easier to monitor the quality of one contractor's . 8B June 26, 2000 work. JTA has agreed to waive the additional administrative fees. BUDGET: As noted in the previous staff report, funds were not budgeted for this project, based on information available during the budgeting process. Staff recommends Water Utility Fund Reserves be used to fund the work RECONIlVIENDATION: Award the project for JTA Flyover Water Line Relocation to Superior Construction, Inc. in the amount of $387,914.18, and authorize the City Manager to sign the construction contract. ATTACHMENTS: 1. Bid Tabulation Form 2. Letter from Connelly & Wicker dated June 19, 2040 *3. Bid specifications and plans on fi~with City Clerk REVIEWED BY CITY lYIANAGER: * Bid specifications and plans are lengthy docume and it is impractical to make copies. These documents are available for review in the Ci Clerk's office. ATLANTIC BOULEVARD/MAYPORT ROAD INTERSECTION IMPROVEMENTS ATLANTIC BEACH WATERMAIN RELOCATION BID TABULATION i:i-i ~ ..t.. .. tb ....... .... ::::~::.:: rr , )~ 11V~1 . . • - ~ UPERk~R CON&TRUCTION ::i~:~:~iCQF2UNN.M/~Y .1NG :.:. .:. .:::::j?i .::i~i :~si + .:.::.:~..>:.::i;:•o_;:;:•::::.~..... -. !-~.~ITEiM.I7E6~F~IP710N;:...., ,:••:.... .E:~•:.~.~;:(:::;~iii •.`:£2`f;Y;~i: .i~ UlilFf`:? E' NITPRICF ' - ~':70"T'AI•.•t{ : ~ N6T:RRtCE :;:;::iT AL :E~: .~:.:.L`Cj1~M~N75., i ROADWAY ITEMS 2101-1 MOBILI2ATIC-N 1.0 LS $ 40,000.00 $ 40,000.00 S 10,050.00 S 10 050.00 2102-1 MAINTENAN~~E OF TRAFFIC 1.0 LS S 43,500.00 S 43,500.00 $ 11,120.00 , S 11,120.00 2102-60 WORK20NE SIGNS 700.0 ED S 0.30 $ 210.00 E 1.20 $ 840.00 102-61 BUSINESS S GNS b.0 EA $ 75.00 $ 300.00 S 50.00 $ 200.00 102-69 TEMPORARI-CURB 316.0 M1 S 40.00 $ 12,640,00 S 55.00 $ 17,380.00 102-74-1 BARRICADE TEM TYPES I, II, VP OR DRUM 4,000.0 ED S 0.23 $ 1,120.00 S 0.35 $ 1,400.00 102-742 BARRICADE MP TYPE IU) 40.0 ED S 0.45 $ 18.00 S 0.90 $ 36.00 2102-78 REFLECTIVE PAVEMENT MARKER MP 55.0 EA ; 2.75 $ 15125 S 89,00 $ 4,895.00 ROADWAY ITEMS SUBTOTAL ; 97,93925 S 45 921.00 POTABLE WATER IAA1N ITEMS 3010-3 PIPE PIu BPlace Out of Service 210mm or More 407.0 M1 ; 30,00 $ 12,210.00 S 19.50 $ 7,938.50 3050-120-404 TAPPING SLEEVE 8 VALVE F81 10Omm 1.0 EA $ 2,750.00 $ 2,750.00 S 3,296.00 $ 3,296.00 3070-111-107 GATE VALVE ASSEM. F81 1034 k a 100mm 1.0 EA S 800.00 $ 800.00 ; 822.00 $ 822,00 3070-111-108 GATE VALVE ASSEM. F81 1034 k a 150mm 3.0 EA ; 1,000.00 $ 3,000.00 S 922.00 $ 2,766.00 3070-11i-109 GATE VALVE ASSEM. F81 1034 kpa 200mm) 3.0 EA $ 1 200.Q0 S 3,600.00 $ 1,168.00 S 3,504.00 3070-111-110 GATE VALVE ASSEM. F81 103L k 250mm) 3.0 E:A $ 1,500,00 $ 4,500.00 S 1,476.00 S 4,428.00 3080-100-07 VALVE BOXiFBJ)(100mm 1.0 E:A S 200.00 $ 200.00 $ 150.00 $ 150.00 3080-100-08 VALVE BOX i F81 150mm 3.0 EA $ 200.00 $ 600.00 $ 150.00 $ 450.00 3080-100-09 VALVEBOXiF&1) 200mm 3.0 EA S 200.00 $ 600.00 $ 150.00 S 450.00 080-100-10 VALVE BOX i F81 250mm 3.0 EA $ 200.00 $ 600.00 S 150.00 $ 450.00 i00-111-207 PIPE DI F81 PUSH ON CL 51 100 mm INCLDES PAVEMENT REPLACEMENT 8.0 M1 $ 800.00 S 3,600.00 $ 1,085.00 ' $ 8,510.00 81D PVC DR 18 100-111-208 PIPE DI FBaf PUSH ON CL 51 150 mm INCLDES PAVEMENT REPLACEMENT 23.0 M1 S 450.00 $ 10,350.00 S 583.00 $ 13,409.00 BID PVC DR 18 100-111-209 PIPE DI Fdl PUSH ON C151 200 mm INCLDES PAVEMENT REPLACEMENT 28.0 Mt $ 400.00 S 11,200.00 S 350.00 $ 8 800.00 BID PVC DR 18 100-111-210 PIPE DI Fdl PUSH ON CL 61 250 mrtt INCLDES PAVEMENT REPLACEMENT 400.0 Mi S 315.00 S 128,000.00 S 383.00 , $ 153,200.00 BID PVC DR 18 611-142-07 WATER FITTING F81 100 mm BEND 5 1.0 EA $ 200.00 S 200.00 S 800.00 $ 800.00 3611-142-07 WATER FITTING F81 100 mm BEND 90 2.0 EA $ 250.00 S 500.00 S 590.00 $ 1 180.00 3611-142-08 WATER FITTING F81 150 mm BEND S 8.0 EA $ 350.00 $ 2 800.00 S 837.00 , $ 6 696.00 3611-142-09 WATER FITTING (F81 200 mm BEND 5 8.0 EA S 800.00 S 3,800.00 E 875.00 , $ 5 250.00 3611-142-10 WATER FITTING F&1 250 mm BEND 5 18,0 EA $ 1,000.00 S 18,000.00 ; 1,535.00 , $ 27 830,00 3611-143-05A WATER FIT'I1NG F8f 200mm x 150mm TE:E 1.0 EA S 700.00 S 700.00 ; 1 538.00 , $ 1,536.00 3611-143-08A WATER FITTING F81 250mm x 150mm TEE 3.0 EA S 1,000.00 S 3,000.00 S 1,948.00 $ 5 844.00 361 t-144-02A WATER FITTING F8f 150mm x 100mm REDUCER 1.0 EA S 500.00 $ 500.00 $ 800.00 , S 800.00 3611-144-028 WATER FITTING F81 250mm x 200mm REDUCER 1.0 EA $ 900.00 $ 900.00 $ 920.00 S 920 00 3611-145-08A WATER FITTING F81 250mm x 150mm CROSS 1.0 Eq $ 1,000.00 S 1,000.00 S 980.00 . S 980 00 3611-153-D9A WATER FITTING (F&1 250mm x 200mm TEE 3.0 EA $ 1,000.00 S 3,000.00 S 1,981.00 . S 5,683.00 3612-107 MECHANICN. JOINT RESTRAINT F81 100 mm 4.0 EA $ 200.00 S 800.00 S 240.00 $ 960 00 3612-108 MECHANICPL JOINT RESTRAINT F81 150 mm 20.0 EA S 300.00 S 8,000.00 $ 254.00 . $ 5 080.00 3612-109 MECHgNICM-JOINT RESTRAINT F&1 200 mm 6.O EA S 32.5.00 S 1.950.00 ; 286.00 , $ 1 716 00 3612-110 MECHANICN. JOINT RESTRAINT (F81 250 mm 75.0 EA $ 350.00 S 28,250.00 $ 350.00 , . $ 28 250.00 3622-118-302 FIRE HYDRPNT 2.0 EA $ 2,750.00 S 5,500.00 S 2,334.00 , $ 4,668.00 POTABLE WATER MAIN SUBTOTAL S 254,710.00 ; 303 364.50 GRAND TOTAL BID FOR ATLANTIC BEACH WATERMAIN RELOCATION 352 649.25 349 285.50 Ca C 7 (D O O O -A IV "8 t7 O 7 7 N r r CC Qe E '. O F tD '7 H O tD O •A fV r 1 IV to ~r ~D N ~ 'O ~ ~ ~ N x:\jfayrm\08101bWding\addend-11B1DTAti.XI.S C O . * Jun 19 00 04:28p Connelly a Wicker Inc (9041241-1126 p.2 - - - - - ~ . ~ ~ ~ - - June 26, 200.0 .Connelly 8. Wicker Inc. ~ ~ . ~ - - Cansn/t/ng E.ng/nee~s - ~ june i 9, 2000 Mr. Robert S. Kosoy, P.E. - Director of Public Works City of Atlantic Beach i 200 Sandpiper Lane Atlantic Belch, FL 32233 Re: Maypart Road ~laterline Retacation CWI Prof. l~Io. OQQi-06 Dear Bob: Per your request, we have reviewed the revised bids on the subject project from Superior Construction Company and Gruhn May, and offer the following recommendations. Attached is the bi.d t~-ibulatlon for your. review. The apparent low bidder is Gruhn May, Inc. with a. bld of $349,285.50, compared to Superior Construction's bid of $352,b49.25. As you are aware, Superior Construction is the Contractor for the JTA~ Flyover project currently under construction. Mr. Pete Kelley of Superior Construction Indicated to his letter to Mr: David Eberspeaker of Reynolds, Smith, 8. Hills dated June 13, 2000, that If they are selected, they ire willing to absorb the work into their, existing schedule without a time extension. Should another Contractor (Gruhn May) be selected to complete this project, Superior will request a 30-day time extension be granted as well~as compensation for the delay. In closing, it Is our opinion notwithstanding Superior's I?id is $.3;363.75 higher than Gruhn May's, the additional construction time exposure to the ~pubiic, delay expense, and coordination r[slcs with ~a different Contractor are nofi worth the difference in price. We therefore recommend that Superior Construction be awarded the work. Please call me if you have any questions or comments. Sincerely, ~!~~- ~ • Brian E. Kient2 Vice President ''s J:~00~0001-o6~Wordpro~I.tr0619.00.doc '. 1711 South'Sth Street • Jacksorrvllie Beach, FL 32250-4040 904.249.7995 • fax904.24;1.11~26 . wwwcwleng:com Tnr•4einnutlis+ Roach FInr3~ia • r)nettn Flnrlrla ~ '