Loading...
Exh 3A__ AGENDA 1TEM NO: COiI~'vIISSION MEETING DATE: /Q -/ .. AGENDA ITEM: SUBMITTED BY: DATE: CITY OF ATLANTIC BEACH CITY COMMISSION MEETING STAFF REPORT Recommendation of Award for 1999 Stormwater System Improvements City Bid Project No. 9899-25 (Deferred on 9/27/99) Robert S. Kosoy, P.E., Director of Public Works '~~~ October 6, 1999 BACKGROUND: This project is to construct drainage improvements and provide Best Management Practices (BMPs) at various locations throughout the City. The overall project includes drainage improvements on Pine Street, Seminole Road, Palm Avenue, Donner Road, Aquatic Drive, and the Public Works Yard. Construction of at least the base bid items will allow us to "no later than November 15, 1999, begin implementation of the Stormwater Master Plan," as required by Paragraph 16 of the Consent Order OGC 95-2971. Bid invitations were sent to nineteen contractors. Four contractors submitted prequalifieationpaekages or letters, and two were prequalified. Several contractors, including one that submitted a prequalification package and Later withdrew, stated they would like to bid on the project but were too busy. Bids were received by the Awards Committee on September 8, 1999 from the following companies: Bidder Base Bid Add. Alt. 1 Add. Alt. 2 Add. Alt. 3 Total Callaway Contracting $332,772.90 $66,819.26 $ 9,187.20 $40,087.94 $448 867.30 Petticoat Contracting $315,878.42 $58,413.30 $10,395.00 $37,873.00 , $422,599.72 Staff performed a bid analysis and all figures were verified. All bidders submitted the required documents with the bid packages, including a 5% Bid Bond: Monies totaling $350,000 were available for this project in the Stonmwater Utility Fund account number 470-0000-538- 6300 and the Streets/Drainage Fund 001-5002-541-6300 during the 1998/1999 Fiscal Year. Because award of the project was deferred during the Commission Meeting of September 27, 1999, there was insufficient time to add this project to the budget for Fiscal Year 1999/2000. Therefore, all funds for the project will have to come from reserves, which were increased by monies not spent in Fiscal Year 1998/1999. In accordance with the specifications, the contract shall be awarded on the basis of the lowest Total Base Bid and any selected Additive Alternate Bid Items. RECOMMENDATION-., Award the low base bid to Petticoat Contracting, Inc. in the amount of $315,878.42. It is fiuther recommended that Additive Alternates 1, 2 and 3, for $58,413.30, $10,395.00 and $37,873.00 respectively be awarded, as these items have been designed in response to numerous citizen requests. Funding from General Fund Reserves in the amount of $122,600 and Stonmwater Utility Reserves in the amount of $300,000 is included in Budget Ordinance No. 2099-44, which is also on the Commission agenda for approval. ATTACHMENTS: 1. Copy of the bid tabulation sheet. 2. Copy of the bid analysis. 3. Description of Base Bid and Additive Alternates 1, 2, and 3 4. Drawing showing Base Bid and Additive Alternate locations. 5. Letter from Neil Aikenhead dated October 4, 1999. 6. Letter from DEP dated October 1, 1999. 7. Bid submittal from Petticoa~~%%E. ontracting, Inc. * 8. Bid speci$cati~s..an.d~i~~a~Gvings on file with City Clerk. REVIEWED BY CITY MANAGER: * Bid specifications are 206 pages, and it ~s impractical to make copies. Anyone who wishes to review the plans and specifications may contact the City Clerk or Public Works office and a copy will be provided for review. N v TABULATION OF BIDS Date of Opening: 090899 FOR: CONSTRUCTION Ol+ 1999 STORMWATKR SYSTEM ll1~IPROVLMKNTS ATLAN'~'ZC I;~.A.C~-~, ~'LORZAA BID NUIvII3ER: 9899-25 ' PET'f1COA"i' CON"1'RAC"i'iNG CALLAWAY CON"fItAC'fING, COMPANY iNC. Unit Price Ext. Price Uiut Price Ext. Price Uiut Price Ext. Price Item Brief Description - TOTAL BASE BID ~ ~ ' / ~ 3z 7~zr TOTAL ADDTTIVE ALTERNATE -- NUMBER ONE: s8~; ~o ~~ g~~ TOTAL ADDITIVE ALTERNATE NUMBER TWO: /~ 3y,~,a 9 /g7Z TOTAL ADDITIVE ALTERNATE NUMBER THREE: ' 37, X73,00 ~'o o87a . sID BOND: rr - ~ . INSURANCE CERTIFICATES ~ ROOF OP CONTRACTOR'S ~ ._ LICENSE: OCUMENTS REQUIREMENTS ~~ CHECKLIST: BID SUBMITTED IN TRII'LICATE: // ~~ ~2~5~7 _ `~ ~~~7~ d ,, _ - ATLANTIC BEACH PUBLIC WORKS DEPARTMENT BID ANALYSIS -PREPARED 918!99 ~ ''999 STORMWATER SYSTEM IMPROVEMENTS - B-D N0.9899-25 - ,SE BID EST. CALLAWAY CONTRACTING, INC PETTICOAT CONTRACTING, IN ITEM DESCRIPTION QUAN. UNIT UNIT PRICE TOTAL AMOUNT UNIT PRICE TOTAL AMOUNT 101-1 Mobilization 1 L.S. $5,478.00 $5,478.00 $47,150.00 547,150.00 102-1 Maintenance of Traffic 1 L.S. $1,956.00 $1,956.00 $9,200.00 $9,200.00 110-1 Site Work ~ 1 L.S. $3,485.00 $3,485.00 $14,100.00 ( 514,100.00 104-13 Staked Sift Fence 20 L.F. $3.50 $70.00 52.80 $56.00 i 10-7 Mailbox Protect & Reinstall 26 EA. $255.55 $6,644.30 5125.00 ~ $3,250.00 120-4 Excavation: A. Unsuitable Contin enc 10 C.Y. $10.87 5108.70 $10.00 ~ $100.00 B. Treatment Pond in P.W. Yard 1 L.S. $13,910.00 $13,910.00 $3,600.00 ~ $3,600.00 C. Detention Swales ~ 1280 S.Y. $8.85 $11,328.00 ~ $6.40 $8,192.00 D. Sod Berms 70 S.Y. $10.84 5758.80 ~ $14.60 51,022.00 E. Re rode Ditch 630 S.Y. $6.85 54,315.50 S3.20 $2,016.00 180-70 Stabilized Sub rode, 12" ~ 1000 S.Y. $3.15 53,150.00 $3.00 $3,000.00 285-707 Limerock Base, 6" 1000 S.Y. $10.10 $10,100.00 S15.00 ~ $15,000.00 286-i Drivewa Re lacemenfi F. Concrete ~ 720 S.Y. $28.50 520,520.00 524.00 ~ 517,280.00 G. S ecial Materials ~ 30 S.Y. 536.81 51,104.30 545.00 ~ $1,350.00 333-1-38 T e IU Asphaltic Concrete, 1 112" 1000 S.Y. $10.86 $10,860.00 S13.00 ~ $i 3,000.00 1400-1 Concrete for Encasement ~ 4 C.Y. $83.00 5332.00 5350.00 ~ $1,400.00 f 400-500 Concrete Sttuctures: ~ ~ A. P.W. Yard Concrete Ditch Block/Weir ~ 2 EA. $1,474.25 52,948.50 ~ S92.00 ~ 5184.00 ' 425-1 Inlets: j A. Ditch Bottom InletT e C <10' 1 EA. $961.81 5961.81 S1,420.00 ~ $1,420.00 B. Ditch Bottom InletT e F <10' 6 EA. $2,295.32 513,771.92 S1,770.00 $10,620.00 C. Ditch Bottom InletT e G <i 0' 2 EA. $3,327.78 $6,655.56 53,010.00 $6,020.00 D. HDPE Inlet, 24" Drain 5 EA. 51,820.58 59,103.40 ~ 51,260.00 ~ $6,300.00 ~ E. Modi Existin Inlets w/Oil Skimmer ~ 2 EA. $505.45 51,010.90 ~ S2,210.00 ~ $4,420.00 ~ F. 15" M.E.S. + 3 EA. $451.00 51,353.00 ~ 51,050.00 , $3,150.00 ~ 430-11 Storm Pi e: A. 15" Class lll, RCP 386 L.F. $51.77 519,983.22 ~ 534.50 ~ $13,317.00 B. 18" Class III, RCP 246 L.F. $52.93 513,020.78 ~ 536.30 ~ $8,929.80 C. 24" Class III, RCP ~ 248 L.F. $65.69 S16,291.12 S41.35 ~ 510,254.80 D. 30" Class III, RCP 821 L.F. $67.51 555,425.71 ~ S49.50 ~ 540,639.50 E. 36" Class III, RCP ~•` f 30 L.F. $79.67 52,390.1 D 560.30 ~ $1,809.00 F. 48" Class III, RCP 5 L.F. $128.00 5640.00 5105.00 $525.00 G. 15"HDPE, Double WaIE 634 L.F. $49.97 531,680.98 ~ $27.40 $17,371.60 520-1 Curb and Gutter: A. Miami/Dro , 18" 1000 L.F. $9.63 $9,630.00 $5.70 $5,700.00 I B. Remove and Re lace 50 L.F. $13.85 $692.50 $13.70 ~ $685.00 522-1 Concrete Sidewalk: A. 4' Wide, 4"Thick ~ 10 S.Y. $18.56 $185.60 $19.50 ( $195.00 B. 5 ecial Materials 10 S.Y. $33.64 5336.40 $38.00 ~ $380.00 575-1-1 Grassin A. Sod, St. Au ustine 2700 S.Y. $3.85 $10,395.00 ~ 53.80 ~ $10,260.00 B. Seed and Mulch 3800 S.Y. $1.35 $5,130.00 $0.28 ~ 51,064.00 580-341 Landscaping: A. Plant New/Existin Trees 4 EA $4i 0.00 $1,640.00 ~ 5406.00 ~ $1.,624.00 B. Plantin Restoration 60 S.Y. $38.56 52,313.60 511.00 ~ $660.00 7000 Roadside Si n, Sin le Post a. Traffic, Relocated 7 AS. $152.00 $1,064.00 $87.50 $612.50 f~'~7 gGYlI~7i°f'I-~ (shf ~/~) _ _ _ -- -- . ~ _ __ ATLANTIC BEACH PUBLIC WORKS DEPARTMENT . BID ANALYSIS -PREPARED 918/99 3999 STORMWATER SYSTEM IMPROVEMENTS -BID N0.9899-25 SSE BID CALLAWAY CONTRACTING,INC PETTICOAT CONTRACTING, lNd ITEM DESCRIPTION EST. O UNIT UNIT PRICE TOTAL AMOUNT UNIT PRICE TOTAL AMOUNT 1693-131 Raise Water Valve Boxes, Meters: A. (n Grass 8 EA. 552.36 $418.88 $25.00 $200.00 B. In Pavement Z EA. $178.62 $35724 $52.50 $105.00 QCT-1 Qual' ControlTesGn Allowance $1,000.00 51,000.00 CT Contln enc 10% $30,252.08 ' 528,716.22 TOTAL BASE BlD $332,772.9D $315,878.42 ~. ATLANTIC BEACH PUBLlC WORKS DEPARTMENT { BID ANALYSIS -PREPARED 9!8!99 f "a99 STORMWATER SYSTEM IMPROVEMENTS -BID N0.9899-23 CALLAWAY CONTRACTWG, lNC PETTICOAT CONTRACTING, W JITIVE ALTERNATE A-i ITEM ~ DESCRIPTION I EST. Q+ UNIT UNIT PRICE TOTAL AMOUNT UNIT PRICE TOTAL AMOUNT A-1-110-7 Mailbox Protect & Reinstall { 22 EA. ~ 5352.00 57,744.00 ~ Si26.00 ( $2,772.00 A-i-180-70 Stabilized Sub rade,l2" I 300 ( S.Y. $3.i 5 $945.00 53.00 5900.00 A-1-285-707 Limerock-Base, 6" I 300 S.Y. S10.i0 $3,030.00 526.00 $7,800.00 A-1-286-1 Drivewa Re lacement: C. Concrete { 330 ~ S.Y. 528.75 59,487.50 528.50 59,405.00 D. S ecial Materials I 20 { S.Y. 536.81 I 5736.20 538.00 .5760.00 A-i-333-1-38 T e III A hattic Concrete, 1 1/2" I 300 ~ S.Y. I 510.86 53,258.00 $21.00 $6,300.00 A-1 X00-1 Concrete for Encasement i i { C.Y. 585.00 I $85.00 5350.00 5350.00 A-1-425-1 Inle+s: I I I A. Ditch Bottom In1etT e F <10' { 1 I EA. I 52,295.32 S2,295.32 51,960.00 51,960.00 A-1-430-11 Storm Pi e: I I A. 15" Class III RCP { 2841 L.F. ~ $40.62 I 511,536.08 529.50 I $8,378.00 A-1-520-1 Curb and Gutter: { I A. Miami/Droo, 18" I 1400 I L.F. I $9.59 513,426.00 I 55.35 { 57,490.00 { A-1-575-1-i Grassin I I I I { I I A. Sod, St. Au ustine i 660 j S.Y. { S3.85 ~ S6,391.00 S3.80 ~ 56,308.00 A-1580-341 Landscaping: ~ I I A. Plantin Restoration 30 I S.Y. I 538.56 51,156.80 511.00 5330.00 A-i-700-40 Roadside Si n, Sin le Post: i I I I ( I I i A. A-1-CT Traffic, Relocated I 4 Conlin enc 10% AS. I I 5163.47 l 5653.88 56,074.48 ~ 587.50 j S350.00 t I S5,310.30 TOTAL ADDlTNE ALTERNATE A-1 I i ~ S&6 8'19 26 I I $58,413 30 I I I II I I I I ! I I I ADDITIVE ALTERNATE A-2 I I I I I ITEM DESCRIPTION ' EST. OI UNIT I UNIT PRICE TOTAL AA~tOUNT I UNIT PRICE I TOTAL A,'v10UNT I ! A-2-522-1 Concrete Sidewalk: I I I I I A. 4' Wide, 4" Thick ! 450 I S.Y. i S18.56 ~ S8,352A0 S21.00 i 59,450.00 I A-2-CT Conlin encv i 10% I I I S835.20 ~ i 5945.00 TOTAL ADDITNE ALTERNATE A-2 ~ I ~ I 59,787.20 I ~ $10,395A0 .-: .9~a~~i~n~~~ ~2 ash f. ~~~~ ATLANTIC BEACH PUBLIC WORKS dEPARTMENT f BID ANALYSIS -PREPARED 9t8l99 `9 STORMWATER SYSTEM {MPROVEMENTS -SID N0.9899-23 ~ GALLAWAY CONTRACTING, INC PETTICOAT CONTRACTING, IN .JITIVE ALTERNATE A-3 ~ ITEM DESCRIPTION ~ EST. QI UNIT ~ UNIT PRICE TOTAL AMOUNT UNIT PRICE ( TOTAL• AMOUNT A-3-10413 Staked Sift Fence ~ 40 L.F. 52.35 $94.00 $2.80 $112.00 A-3-400-1 Concrete for Encasement 3 C.Y. $83.00 $249.00 $350.00 51,050.00 A-3-400-500 Concrete Structures: A. P.W. Yard Concrete Ditch BlocklVlleir 2 ~ EA. $1,474.25 52,948.50 $92.00' $184.00 B. A uatic Drive E. Structure, Gom lete ~ 1 EA. 54,757.39 $4,757.39 $5,200.00 $5,200.00 C. A uatic Drive W. Structure, Com lete 1 ~ EA. $7,750.53 57,750.53 $6,750.00 ~ $6,750.00 A-3-430-11 ! Storm Pi e: A. 42" Class III RCP ~ 92 ~ L.F. $86.38 57,946.96 $97.00 ~ $8,924.00 A-3-430-899 Tide Gate Assembl ,Com lete ~ 1 ~ L.S. 510,288.70 510,288.70 59,050.00 ~ 59,050.00 A-3-550-1 Chain Link Fencin A. 6 Ft. Hi h ~ 100 ~ L.F. $17.87 ~ S1,787.00 513.00 I 51,300.00 A-3-575-1-1 Grassin Sod, St. Augustine ~ 160 ~ S.Y. $3.65 5584.00 58.25 ~ $1,320.00 Seed & Mvlch , 30I S.Y. $1.25 537.50 ~ $18.00 ~ 5540.00 A-3-CT Conlin enc ~ 10% ~ 53,644.36 ~ ~ 53,443.00 TOTAL ADDITIVE ALTERNATE A-3 ~ ~ 540,087.94 ! ( $37,873.00 ~ ~ ~ E TOTAL SASE BID PLUS ALTERNATNES ~ i ~ ~ 5448,SS7.30 ~ ~ 5422,599.72 l f i CITY OT ATLANTIC 13I~AC~I` 999 STORMWATTaR SYSTrM TMPROVrMTNTS CITY I3TD NO.9899-25 DTSCRTPTTON Or BAS7; I~ID ANI) ALTrRNAT1JS Base Bid Additive Alternate 1 Additive Alternate 2 Additive Alternate 3 Drainage improvements at the Improvements on Pine Street All Concrete Sidewalk work Aquatic Drive Culvert following locations: 1) Pine from David Street to North of on Donner Road from rrancis Improvements and tide gate.' Street from Sturdivant Avenue Seaspray Avenue. (Not Avenue to Sandpiper Lane. to David Street; 2) Seminole . originally budgeted) This work continues the Road from Seaspray Avenue to sidewalk constructed with Palm Avenue and Palm Avenue CDBG funding. (Not to Magnolia Street; 3)Donner originally budgeted) Road from Richardson Lane to Sandpiper Lane; 4) Public Works Yard (including mitigation BMPs) S 'S. W .L l~~~l.i1.~1 llJ ~ ~D M ~ G CONSULTING ENGINEERS ~ff"C{C~ /~e~ 5730 Bowden Road, Suite 200 Jacksonville, Florida 32216 Phone: (904) 636-5432 Fag: (9Q4) 636-433 E-mail: aikodom.com THIS FAX MESSAGE CONTAINS ONE (1) FAGE, THIS COVER SHEET To: Bob Kosay, Dir of Dept of Pub Works, City of Atlantic Beach Fax: 247-5843 J i Frorn: Neil Aikenhead / ~ ~>' Re: 1999 Stormwater System Improvements •~~~ ~-, Citv Bid # 9899-25. Smith ~ Gillespie # 8505-24-01 Date: October 4, 1999 In reference to your September 29 transmittal of the referenced Smith & Gillespie drativings for miscellaneous Stormwater System Improvements within the core city area of Atlantic Beach, we have reviewed these drawings and find they will have negligible effect on our ongoing design efforts for the Master Stormwater System Improvements. y If you have any questions, please call at your convenience. c: Ric Locquiao F:1PR0lECfS1ALL-Bch-Stmwtr\CarrcplBK Fx-S&G-Gnp.aikwpd _ \~4\ .~~~.L F60 i;i~ ~ ~~ . *~y v. ~ =` ~. ~. a `.Fi.Q A ` `,., ~~ ,~ o ~: __ _ _--m_ ~. ~f _,~. Jeb Bush Governor Northeast District 7825 Baymeadows Way, Suite 8200 Jacksonville, Florida 32256-7590 September 30, 1999 Ms. Donna Kaluzniak, CEP City of Atlantic Beach 1200 Sandpiper Lane Atlantic Beach, Florida 32233-4381 Subject: OGC Consent Order No. 95-2971 City of Atlantic Beach WWTP Dear Ms. Kaluzniak, David B. Struhs Secretary In response to our discussion on September 30, 1999, the Department has the following comments: - Paragraph 16 of the Consent Order states that no later than November 15, 1999, begin implementation of the stormwater Master Plan which provides a plan for reducing the identified adverse impacts including eliminating any and all cross connections between sanitary sewer and stormwater piping. Paragraph 16 does not state that implementation must begin with the core city. Therefore, implementing stormwater projects outside the core city area that reduces the impacts to the sanitary sewer system would also meet the intent of this paragraph. Paragraph 14 of the Consent Order states that improvements shall be made to the core city area beginning with televising and cleaning of the sewer lines. It is the Department's understanding that this has already been initiated. ;z Any improvement to the stormwater system that re-directs stormwater and prevents inflow into the sanitary sewer system is seen as improvement to and meeting the requirements of Paragraph 16 of the Consent Order. If we can provide any additional information please contact this office. incerely, ` ~ Jerry M. Owen, P.E. Water Facilities Administrator JMO:TF "Protect, Conserve and Manage Florida's Environment and Natural Resources" Primed on recycled paper. De artment of ~t~achm~n~ ~ P Environmental Protection shy; /~9 SUBMIT IN TRIPLICATE SUBMITTED BY SECTION 00300 PROPOSAL AND BID FORM 1999 STORMWATER SYSTEM IMPROVEMENTS CITY BID PROJECT NO. 9899- 25 S&G PROJECT NO. 8505-024-0 I CITY OF ATLANTIC BEACH, FLORIDA DATE: ~ ~ B /G''~7~ To: Purchasing Agent City of Atlantic Beach Public Works Ofnce 1200 Sandpiper Lane Atlantic Beach, FL 33233 The undersigned; as Bidder, hereby declares that the only person or persons interested in the proposal as Principals is, or are, 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 ~i~ork and informed himself fully in regard to alt 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 furnished prior to the opening of bids, that he had satisfied himself relative to the work to be performed. .. ~ The Bidder proposes and agrees, if this proposal is accepted, to contract ~~ith 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 Bidders must submit a bid price on each item as described below. Only one (1) contract will be awarded. 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. T:\0&505\specs\00300. WPD Addendum No. 1 -August 27, 1949 00300-i PROPOSAL AND BID FORh4 shy, 2/9 - Est. Unit Item Description Quantity Unit Price Amount BASE BID ITEMS Includes all work shown on Plans, EXCEPT that work as de scribed in Additive A lternate Bid Items Below: 101-1 Mobilization 1 L.S. S ir 7 ~s~= 102-1 Maintenance of Traffic 1 L.S. S ~• z °~ • `~ 110-1 Site Work 1 L.S. S %g /~'~•°~ 104-13 Staked Silt Fence 20 L.F. S ~•~~ S .~~•`~~ 110-7 Mailbox Protect and Reinstall 26 EA. S /~ °~' S .3 ZJ~~ ~~~ 120-4 Excavation A. Unsuitable (Contingency) 10 B. Treatment Pond In Public Works Yard 1 C. Detention Swales 1,280 D. Sod Berms 70 E. ReQrade Public Works Ditch 63 0 180-70 Stabilized Sub~Tade, 12" 1,000 28~-707 Limerock Base, 6" 1,000 286-1 Driveway Replacement ~F'. Concrete X720 G. Special Materials 30 333-1-38 Type III Asphaltic Concrete, ' 1 1/2 " 1,000 400-1 Concrete for Encasement 4.0 400-500 Concrete Structures: A. Pudic Vdorks Yard Concrete Ditch Block/Weir 2 42~-1 Inlets, A. Ditch Bottom Inlet Type C (<10') 1 B. Ditch Bottom Inlet Type F (<10') 6 T:108505~specs100300. WPD Addendum No. 1 -August 27, ] 999 00 300-2 C.Y. S %~'.~ v S ~G~.~,~a L.s. s ,3, ~oc~ ~~ S.Y. S ~,~' S P i`~'~. ~-.~ S.Y. S iq,~G' S /~ G'~~2...~ s.Y. s 3. ~~ s ~, ~;6 . ~L~ S.Y. S ~: ~~ S .3. ~~°. ~-v S.Y. S ~ 5~ o~ S %5~ ao~=~: s/ S.Y. S G'rr.~~' S % 7 Z ~ ~. ~~ S.Y. S ~s ,~.r S~.3S o~ ~~ /3, av s.Y. s_~~ s i3.~~-~~~ ~=~ C.Y. S •~ )o.~ S /; ~c~~.~~y EA. S ~~. °~ S /~ ~. ~ EA. S ~, `~'~'• ~„/ S % 5th, ~.r EA. S r 7~ $ G Gam. ~~ PROPOSAL AND BID FORM sh ~. 3f 9 - _ Item Description C. Ditch Bottom Inlet Type "G"(<10') D. HDPE Inlet, 24" Drain E. Modify Existing Inlets With Oil Skimmer F. 1~" M.E.S. 430-11 Storm Pipe, A. ~ 1 ~" Class III, RCP B. 18" Class III, RCP C. 24" Class III, RCP D. 30" Class III, RCP E. 36" Class III, RCP F. 48" Class III, RCP G. IS" HDPE, Double Nall Est. Unit Quantify Unit Price Amount 1 Qom,, ~,~ 3 EA. S . ESQ .~ $ 3 ~ /.5 ~ . `~`' 386 246 248 821 30 5 634 X20-1 Curb and Gutter A. Miami/Drop, 18" 1,000 B. Remove and Replace ~0 X22-1 Concrete Sidewalk A. 4` Wide, 4" Thick 10 B. Special Materials 10 ~7~-1-1 Grassing A. Sod, St. Augustine 2,700 B. Seed and Mulch 3,800 580-341 ~,andscaping A. PIant New/ExistinQ T rees ~ 4 B. Planting Restoration 60 700-40 Roadside Sign, Single Post '~ A. Traffic, Relocated 1693-131 Raise Water Valve Boxes, Meters To Final Grade A. In Grass B. In Pavement QCT-1 Quality Control Testing CT Contingency 7 8 2 L.F. S `~ ~ ~' S l3, zi 7. of L.F. S ~6, 3~' S £' °z 9, ~~~ L.F. S ~~, .~ S lo. ~? ~ ~. ~7 L.F. S -~. ~ ~ S ~o,~~°.;~ L.F. S ~~ . 3 ~ S I C o v L.F. S ~'~ Uv S _~c'~ , o~ L.F. S~ S /? ~ 7I. 6 ~' L.F. S ~ 7 ~' S _~5 7v0, ~ ~' L.F. S ~ , 7 ~' S ~ ~r S. ~~ S.Y. S I~~ ~~ S l iii ~~' S.Y. S " •~, ~'~' S 3~ ~>~ s.Y. s 3• S /~, z~o.~~ S.Y. S O. ~Ya, ~ 4'. ~~ EA. S~~, ~~ $ ~6 2~. ~ ~' S.Y. S //, ~~' S ~ 66~~ ~::> EA. S Z~ . ~ S ?~~n. ~-~ EA. S ~ ~ . Sy S I ~S- ~ Allowance 10% TOTAL BASE BID ITEMS S 1.000.00 s _~, 7i~, z z ~ 31.E ~ ~ ~S .4~2~ T:\08505\soecs\00300. W PD Addendum No. 1 - August 27, 1999 00300-3 PROPOSAL AND BID FORM shf. 4/9 - Est. Unit Item Description- Quantity Unit Price Amount ,At the option of the Owner, any or all of the following Additive Alternate Bid Items may be added to the Base Bid, in the order as selected by the Owner to fit the ex isting budget, and will be part of the basis of selection of lowest bidder, as des cribed in the specifi cations. ADDITIVE ALTERNATE BID ITEMS N0. A-1 All work as shown on Plan Sheets No. 6 and 7. Pine Street Imp rovements from David Street to North of Seasprav Avenue: A-1-110-7 Mailbox Protect and Reinstall 22 EA. S G.t~ S 7 ~Z. ~ ~' A-1-180-70 Stabilized Subgrade, 12" 300 S.Y. S j ~ ~"~ S ~"IoE' • GJ A-1-286-707 Limerock Base, 6" 300 S.Y. S / ~~~ S 7. ~U~'~ ~~ A-1-2 86-1 Driveway Replacement C. Concrete 330 S.Y. S ~/, ~rl/~ , o S ~~• ~~ y ~ ~` ~ D. Special Materials 20 S.Y. S ~ • ~-' S 7~~' ~~ A-1-333-1-38 Type III Asphaltic Concrete, 1 1/2 " 300 S.Y. S ~ l• ~~~ S ~,~~~' °'' A-1-400-1 Concrete for Encasement 1.0 C.Y. S 3~~'• `'J S .7~~, `'' A-1-425-1 Inlets, A. Ditch Bottom Inlet Type F (<10') 1 EA. S ~`~~ S / ~l ~ ~• `~ A-1-430-11 Storm Pipe, A. 16" Class III, RCP ~84 L.F. $ ~G""~~S ~ S ~ 3 ~'~ • v`' r A-1-520-1 Curb and Gutter A. Miami/Drop, 18" 1,400 L.F. S ~J'~ S 7_ ~7~• `'~ A-1-676-1-1 Grassing A. Sod, St. Augustine 1,660 S.Y. S 3 • f'~ S~ 3~~ • `'" A-1-680-341 Landscaping A. Planting Restoration 30 S.Y. $ /~ °J S ~ 3©• `"`~ A-1-700-40 Roadside Sign, Single Post A. Traffic, Relocated 4 AS. $ ~ ~-'~ S 3--~ ~• "" A-1-CT Contingency 10% S ~~~ 3 a TOTAL ADDITIVE ALTERNATE BID ITEMS NO. A-1 $ .~~,~/.>~ -3~ - - __. T:\08505~specs100300. WPD Addendum No. 1 -August 27, 1999 00300-4 PROPOSAL AND E3ID FORM - - -- __ -. sh f. shy - Est. Unit _. - - Item Description Quantity Unit Price Amount ADDITIVE ALTERNATE BID ITEMS N0. A-2 All Concrete Sidewalk work as shown on Plan Sheets No. 13 and 14. Donner Road Improvements from Francis Avenue to Sandpiper Lane: A-2-522-1 Concrete Sidewalk A. 4' Wide, 4" Thick 4~0 S.Y. S~ $ ~%~ ~~'~ ``' Ci AiJ A-2-CT Contingency 10% S ~ -~' TOTAL ADDITIVE ALTERNATE BID ITEMS NO. A-2 $ ~~~ 3 `~~ ~ `' J ADDITIVE ALTERNATE BID ITEMS NO. A-3 All work as shown on Plan Sheets I`TO. 15 and 16. Aauatic Drive Culvert Improvements: A-3-104-13 Staked Silt Fence ~ 40 L.F. S G~' ~f~C~ $ / / Z : ~ `' A-3-400-1 Concrete for Encasement 3.0 C.Y. S .3 5D• ~'=' S . o ~~ `~ A-3-400-~00 Concrete Structures: A. Public Works Yard Concrete Ditch Block/Weir 2 B. Aquatic Drive, East Structure, Complete 1 C. Aquatic Drive, West Structure, Complete 1 A-3-430-11 ;Storm Pipe, ~ A. 42" Class III, RCP 92 A-3-430-899 Tide Gate Assembly, Complete 1 ,• A-3-550-1 Chain Link Fencing A. 6 Ft. High 100 A-3-57~-1-1 Grassing B. Sod, St. Augustine 160 C. Seed and Mulch 30 A-3-CT Contingency 10% ~. EA. S~ 7.~-~`~ S~~ ~~ ~ L.F. S ~~7,.~=' S ~ ~ .vim' L.S. S ~ ~.5 p. ~} L.F. S l.3 ~ o~~ $ %~ 3~~0 . ~~v s.Y. S d~ `_s s I ~ 3 ~' ~. ~a~ S.Y. S lg.c/ S j moo. oy s 3, ~r~3 ~ ~,~ TOTAL ADDITIVE ALTERNATE BID ITEMS NO. A-3 $~'-7, 873, a~ TOTAL BASE BID AND ADDITIVE ALTERNATE BID ITEMS A-1, A-2, AND A-3 S `t'ZZ~~~- ~7 L T:\OSSOS~specs100300. WPD Addendum No. 1 -August 27, 1999 00300-5 PROPOSAL AND B[D FORM _i shf. 6/9 The undersigned Bidder also declares that he understands a contract maybe a~~arded on the Total Base Bid, and selected Additive Alternates, if any, if it is in the best interest of the Owner. The Bidder (Contractor) agrees to start work within ten calendar days after date of ~~-itten notice to proceed, and guarantees to complete all work within the time schedule described in Section 00100, Paragraph 11. The Bidder further agrees to pay as liquidated damages the amounts specified in Paragraph I3 of the Instructions to Bidders per day for each consecutive calendar day after the scheduled date for completion as hereinafter provided in Paragraph 13 of the General Conditions. The Bidder understands that the Omer reserves the right to reject any or alI bids. The Omer reserves the right to waive any informalities in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of 60 calendar days after the scheduled closing time for receiving bids. If written notice of acceptance of this bid is mailed, telegraphed or delivered to the undersigned ~~ithin 60 days after date of opening of bids, or at any time thereafter before this bid is withdra\~m, the undersigned agrees that he ~;gill execute and deliver a contract in the form attached as required by these documents, in accordance with the bid as accepted, and that he will give bond as specified, «•ith good and sufficient sureties, all within ten days after the prescribed forms are presented to him for signature. Bidder acknowledges that included in the various items of the proposal and in the Total Bid price are costs for complying with the Florida Trench Safety Act (90-96, Laws of Florida) effective October 1, 1990. The Bidder identifies the costs to be summarized below: Trench Safety Unit of Measure Measure Unit Unit . Extended (Descr~ntionl (LF. SYl uantity Cost Cost B. ~~ C. D. TOTALS s01~~- •~' Enclosed is security required, consisting of ,,5 `? r:\OSSOS~specs\00300. WPD Addendum No. I -August 27, 1999 00300-6 PROPOSAL AND BtD FORM sht. ~/9 Notice of award should be mailed, or delivered to the undersigned at the following address: Petticoat Contracting, Inc. Company Name (Typed) 11025 Blasius Rd. Address (Typed) CORPORATE SEAL (If a Corporation) Jacksonville, Florida 32226 Acknowledgment is hereby made of receipt of the following addenda, if any: No. ~ Dated ~'-'7 -~' j No. Dated No. Dated .c T:\08505\specs\00300. W PD Addendum No. 1 -August 27, 1999 City State Zip(Typed) ~' ? / S i an~><ure ~~ Elaine Jones Carter Name (Typed) President Title (Typed) (904) 751-0888 Telephone No. (Typed) (904) 7~1-0988 Facsimile INTO. (Typed) 9 r 00300-7 PROPOSAL Aiv'D BID FORM shf ~/J SUBCONTRACTOR LISTING The Bidder has fully investigated each subcontractor listed and has in his files e~~idence that each subcontractor fully complies with the requirements of these specifications, has en~aQed successfully in his line of work for a reasonable period of time, that he maintains a fully equipped organization capable, technically and financially, of performing the work required, and that he made similar installations in a satisfactory manner. 1. Subcontractor: Type(s) of Work: Soddinb Landsca~3ing 2. Subcontractor: ,~~'.-~t~i ~~ %~ ~%~'~~~s~ ~~~ T~~pe(s) of Work: Metal Fabrication/InstalIation 3. Subcontractor: y~~',~~ ~'~~~~~'~- i ~~~~~`'~~ . 1-`- T~~pe(s) of Work: Asphalt Paving 4. Subcontractor: Type(s) of Work: 5. Subcontractor: '' Type(s) of Work: T:\08505~specs\00300. WPD Addendum No. 1 -August 27, 1999 00300-8 PROPOSAL AND BID FORM _.. EQUIPMENT AND MATERIAL LISTING The Bidder will furnish the following items of equipment and materials: 1. Concrete Pipe: Manufacturer: Supplier: shf 9/~ 2. Concrete Structures: .r''~'=G5 ~ .~.~C. Manufacturer: S~~~hsl~~2~7 Supplier: 3. HDPE Inlet and Stonn Pipe: Manufacturer: Supplier: y S f=/~T~~ 4. Tide Gate Assembly Materials: t Manufacturer: Sj ~~,,~/~,i;'P~ /"~~LC~S/= - i~~ ., Supplier: ~ 5. Asphalt Pavement: ~• Manufacturer: l t>ri.~1, ~,~iS~,r'~-~ :~~ ~~~~ ~ _ ~~- Supplier: 6. Trees: Supplier: ~~ 1~/~G~lt y /,~~~ /G~.~,~. T:\OS5051specs\00300. W PD Addendum No. 1 -August 27, 1999 00300-9 PROPOSAL AND BID FORh4