Loading...
HomeMy WebLinkAbout2015 05 11 Consent 306 Market Square Contract AwardCOMMISSION AGENDA ITEM 306 REQUEST: Informational Consent X Public Hearings Regular May 11, 2015 KS KL Regular Meeting City Manager Department The Public Works Department requesting authorization to enter into an agreement with Atlantic Civil Constructors Corporation for construction of Intersection Improvements at S.R. 434 and Tuskawilla Road (Market Square, ITB #03- 15 -BF) in the amount of $1,538,878.41 plus a 10% contingency. SYNOPSIS: The Intersection Improvements at S.R. 434 and Tuskawilla Road project (also referred to as "Market Square ") consists of a series of safety and operational improvements that will benefit all users of the intersection and the surrounding commercial properties. This agenda item is to award the construction contract to the lowest responsive bidder, Atlantic Civil Constructors Corporation, in the amount of $1,538,878.41 plus a 10% contingency. Construction will start in June 2015 and is scheduled to be substantially complete in December 2015. CONSIDERATIONS: . The Intersection Improvements at S.R. 434 and Tuskawilla Road project consists of a comprehensive set of safety, operational, and aesthetic improvements to Market Square, the SR 434 / Tuskawilla Road intersection, and the Town Center frontage road. . The Final Engineering plans were approved by the City Commission at the January 26, 2015 City Commission meeting. The major improvements include: o Eliminating the southbound Tuskawilla Road right turn bypass lane that causes Consent 306 PAGE 1 OF 5 - May 11, 2015 confusion for drivers; • Providing a longer southbound Tuskawilla left turn storage lane; • Reconstructing the sidewalk curb ramps and crosswalks at all four branches of the SR 434 / Tuskawilla Road intersection; • Resurfacing the SR 434 / Tuskawilla Road intersection; • Increasing the southbound Tuskawilla Road to westbound S.R. 434 turning radius • Improving sight lines; • Creating a more functional frontage road along the north side of S.R. 434 between Tuskawilla Road and Doran Drive; • Improving visibility for Town Center businesses at Market Square and along the frontage road; • Creating more space for turning movements between S.R. 434 and the frontage road at the intersections; • Major modifications to Market Square to improve its access, function, and aesthetics; • Improving pedestrian comfort and safety by incorporating landscape and hardscape enhancements; • Eliminating the existing FDOT 5 -foot wide sidewalk and making the 10 -foot wide sidewalk along the existing Town Center storefronts to function as the public sidewalk; • Installation of new decorative high- visibility crosswalks at the SR 434 / Tuskawilla Road intersection; • Removal of existing walls and trees in Market Square; • Installation of decorative poles for hanging banner /gateway signage across Tuskawilla Road; • Low -level landscaping along the Town Center's SR 434 frontage that enhances the appearance of the area but does not block visibility of any tenant signage; • Provides space and additional options for future signage, shade structures, landscaping, and other decorative features along the Town Center frontage . The project was advertised for construction bids on March 8, 2015. Bids were publicly opened on April 9, 2015, with the results as follows: Bidder Total Bid Amount . The complete bid tabulation is attached as Exhibit A. All bids were determined to be complete and responsive. Competition was reasonably good, although the third and fourth place bidders were substantially higher than the first two. The relatively low number of bids received is reflective of the current market conditions and the uniqueness of this project. Consent 306 PAGE 2 OF 5 - May 11, 2015 . Atlantic Civil's low bid was in the amount of $1,566,574.83. Upon review of the bids, Staff determined that Atlantic Civil's bid price for the mobilization pay item ( #101 -1) in the amount of $104,640.34 exceeded the 5% maximum allowed by the pay item notes on the bid form (Atlantic Civil's mobilization pay item is 6.7% of their total bid amount). Staff s bid review determined that Atlantic Civil's bid was responsive in accordance with the Bidding Documents. However, since Atlantic Civil exceeded the maximum allowable percentage for mobilization, Staff is recommending awarding the contract with a reduction in this line item to comply with the 5% maximum. The modified lump sum price for Atlantic Civil's mobilization is $76,943.92, which is exactly 5% of the modified total bid price of $1,538,878.41. Atlantic Civil's oversight of the 5% cap on the mobilization line item, and the City's subsequent reduction in the bid amount, does not impact the order of the bids or Atlantic Civil's status as having the lowest responsive bid. Therefore, Staff is recommending award of the contract to Atlantic Civil in the amount of $1,538,878.41. Atlantic Civil has agreed to the contract award at this reduced amount. . Several items shown on the Final Engineering plans are considered to be purely decorative in nature and /or unrelated to the transportation improvements are not eligible for federal funding. These items include: • Banner poles for hanging City banners across Tuskawilla Road • Adjustments to the Market Square Fountain Pump and seat wall • Relocation of the existing Publix clock/sign tower • Utility service adjustments and coordination • Other miscellaneous items . The contract award amount of $1,538,878.41 consists of work items eligible for federal funding in the amount of $1,431,716.41 plus items not eligible for federal funding (see list above) in the amount of $107,162.00. . The current Local Agency Program (LAP) Agreement between the City and FDOT provides federal funding for construction of in the amount of $1,190,490. The City has requested an additional $240,226.41 in federal funding from FDOT (see May 11, 2015 consent agenda item #305), which, if approved, would increase the total federal funding to $1,431,716.41 and would cover all project expenses eligible for federal funding. FDOT has indicated that additional federal funding is available; however, as of May 4, 2015 the final amount has not been confirmed. . The City's share of the construction funding consists of $107,162 covering all items not eligible for federal funding, plus potentially up to $240,226.41 in federally - eligible project expenses that the City would have to fund if FDOT does not fully fund the City's requested increase. In addition, the City is responsible for funding the construction contingency, which Staff is recommending to set at 10% of the contract value, or $153,888. These three items combine to form a total City cost share of up to $501,276.41. If FDOT fully funds the City's request for a $240,226.41 increase and if no contingency funds are required, then the total City share will be reduced to the $107,162 amount for work items not eligible for federal funding. The City's share of the construction cost will be funded using one -cent sales tax funds (Road Improvement Fund). Consent 306 PAGE 3 OF 5 - May 11, 2015 . Table 1 below summarizes the construction funding. Table 1 - Construction Funding Summary . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . x . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . , Item Amount Funding Source .Approved LAP- Reimbursable $1,190,490' Federal .Construction ........................................................................................................................................................................................................................................................................................................................................................................................................................................ ..............................: :.Pending LAP- Eligible Construction � $240,226.411 Federal or City* :Non -LAP Reimbursable Construction $107,162.00 City 'Subtotal - Contract Award Construction $1,537,878.41 Federal and City ,Contingency (10 %) $153.787.841 City :Total Authorization $1,691,666.258 Federal and City *FDOT is processing the �City's request to authorize up to $240,226.41 in additional federal funds for the project. If not approved, this amount would be funded by the City. Construction is expected to begin in June 2015 and be completed in December 2015. FISCAL IMPACT: The project cost is $1,537,878.41 plus a 10% contingency, for a total authorization of $1,691,666.25. The project is federally funded through a FDOT LAP Agreement in the current amount of $1,190,490, which will increase to as much as $1,431,716.41 if the City's funding request is fully approved. The total City share of the funding authorization is $501,276, which includes the non - reimbursable amount of $107,162, the City's pending request to FDOT for additional federal funding in the amount of $240,226.41, plus the contingency. The City share is funded by the Road Improvement Fund (one -cent sales tax). COMMUNICATION EFFORTS: This Agenda Item has been electronically forwarded to the Mayor and City Commission, City Manager, City Attorney /Staff, and is available on the City's Website, LaserFiche, and the City's Server. Additionally, portions of this Agenda Item are typed verbatim on the respective Meeting Agenda which has also been electronically forwarded to the individuals noted above, and which is also available on the City's Website, LaserFiche, and the City's Server; has been sent to applicable City Staff, Media/Press Representatives who have requested Agendas /Agenda Item information, Homeowner's Associations/Representatives on file with the City, and all individuals who have requested such information. This information has also been posted outside City Hall, posted inside City Hall with additional copies available for the General Public, and posted at five (5) different locations around the City. Furthermore, this information is also available to any individual requestors. City Staff is always willing to discuss this Agenda Item or any Agenda Item with any interested individuals. The construction phase of the Market Square project includes an ongoing public outreach program to communicate with all impacted stakeholders including area businesses, Consent 306 PAGE 4 OF 5 - May 11, 2015 residents, schools, and the general public. RECOMMENDATION: Staff recommends the City Commission approve entering into an agreement with Atlantic Civil Constructors Corporation for Intersection Improvements at S.R. 434 and Tuskawilla Road, in the amount of $1,537,878.41 plus a 10% contingency, and authorize the City Manager and City Attorney to prepare and execute any and all applicable documents. ATTACHMENTS: 1. Exhibit A - Bid Tabulation (1 page) 2. Exhibit B - Legal Advertisement (1 page) Consent 306 PAGE 5 OF 5 - May 11, 2015 1 *:N:u:11r_1 ITB 03 -15 -BF Intersection Improvements at SR 434 and Tuskawilla Road April 9, 2015 Bid Tabulation Atlantic Civil Constructors Central Florida Environmental Corp. Florida Safety Contractors, Inc. Cathcart Construction Company Pay Item # Item Unit Qty Unit Price Total Unit Price Total Unit Price Total Unit Price Total LAP- Reimbursable Bid Items 101 -1 Mobilization LS 1 $104,640.34 $104,640.34 $76,713.00 $76,713.00 $100,000.00 $100,000.00 $110,000.00 $110,000.00 102 -1 Maintenance of Traffic LS 1 $93,116.96 $93,116.96 $85,538.00 $85,538.00 $95,000.00 $95,000.00 $52,000.00 $52,000.00 104 -18 Erosion and Sedimentation Controls LS 1 $3,722.00 $3,722.00 $4,830.00 $4,830.00 $7,000.00 $7,000.00 $21,000.00 $21,000.00 110 -1 -1 Clearing and Grubbing LS 1 $278,250.48 $278,250.48 $157,650.00 $157,650.00 $200,000.00 $200,000.00 $449,000.00 $449,000.00 160 -4 IType B Stabilization SY 3,800 $15.22 $57,836.001 $4.30 $16,340.00 $18.00 $68,400.00 $19.00 $72,200.00 285 -706 8 -inch Limerock Base SY 3,609 $21.77 $78,567.93 $13.65 $49,262.85 $24.00 $86,616.00 $34.00 $122,706.00 327 -70 -4 Milling of Existing Asphalt (3 ") (SR 434 and Tuskawilla Rd) SY 4,955 $2.75 $13,626.25 $6.10 $30,225.50 $4.00 $19,820.00 $5.00 $24,775.00 285 -709 6 -inch Asphalt Base (Type B -12.5 Only) SY 290 $47.63 $13,812.70 $68.55 $19,879.50 $78.00 $22,620.00 $82.00 $23,780.00 334 -1 -23 Superpave Type SP 12.5, Traffic Level C (1.5 ") TN 710 $121.00 $85,910.00 $161.00 $114,310.00 $135.001 $95,850.00 $167.00 $118,570.00 337 -7 -43 Asphaltic Concrete Friction Course FC -12.5 (1.5 ") TN 409 $138.00 $56,442.00 $173.65 $71,022.85 $150.00 $61,350.00 $169.00 $69,121.00 526 -1 -1 Raised Crosswalks with Brick Pavers SY 292 $51.29 $14,976.68 $183.30 $53,523.60 $125.00 $36,500.00 $164.00 $47,888.00 523 -1 Patterned Pavement (Thermoplastic) Crosswalks SY 790 $126.00 $99,540.00 $147.45 $116,485.50 $130.00 $102,700.00 $160.00 $126,400.00 526 -1 -2 Tactile Warning Strip SF 190 $25.00 $4,750.00 $31.25 $5,937.50 $30.00 $5,700.00 $26.00 $4,940.00 425 -1 -521 IType C Curb Inlet EA 1 $3,435.12 $3,435.121 $2,596.00 $2,596.00 $3,900.001 $3,900.00 $3,400.00 $3,400.00 425 -1 -201 Type 9 Curb Inlet EA 9 $3,432.57 $30,893.13 $3,846.00 $34,614.00 $6,500.00 $58,500.00 $4,300.00 $38,700.00 425 -1 -365 Type P -6 Inlet (Partial) EA 1 $3,279.55 $3,279.55 $4,755.00 $4,755.00 $3,000.00 $3,000.00 $3,300.00 $3,300.00 425 -2 -61 Manhole Type P -8 EA 11 $3,864.93 $42,514.23 $2,965.00 $32,615.00 $7,900.00 $86,900.00 $3,500.00 $38,500.00 425 -2 -91 Manhole Type J -8 EA 1 $7,108.96 $7,108.96 $5,717.00 $5,717.00 $15,500.00 $15,500.00 $7,700.00 $7,700.00 436 -1 -2 Solid Trench Lid EA 6 $3,602.15 $21,612.90 $2,100.00 $12,600.00 $1,700.001 $10,200.00 $3,000.00 $18,000.00 430 - 175 -115 15 -inch RCP Storm Pipe LF 140 $113.01 $15,821.40 $86.60 $12,124.00 $100.00 $14,000.00 $155.00 $21,700.00 440 -1 -20 Underdrain System at Synthetic Turf Area LS 1 $18,057.67 $18,057.67 $18,069.00 $18,069.00 $24,000.00 $24,000.00 $18,000.00 $18,000.00 520 -1 -10 Type F Concrete Curb and Gutter LF 2,800 $15.83 $44,324.00 $18.50 $51,800.00 $26.00 $72,800.00 $24.00 $67,200.00 520 -1 -7 Type E Concrete Curb and Gutter LF 220 $27.41 $6,030.20 $18.50 $4,070.00 $32.00 $7,040.00 $26.00 $5,720.00 542 -70 Concrete Bumper Guard (6 -feet each) EA 60 $40.00 $2,400.00 $46.00 $2,760.00 $48.001 $2,880.00 $47.00 $2,820.00 1111 -1 Signalization LS 1 $37,838.34 $37,838.34 $47,092.00 $47,092.00 $98,324.06 $98,324.06 $65,000.00 $65,000.00 1111 -2 Signing and Pavement Marking LS 1 $21,600.00 $21,600.00 $38,800.00 $38,800.00 $29,000.00 $29,000.00 $31,000.00 $31,000.00 519 -78 Bollards EA 24 $2,000.00 $48,000.00 $1,268.00 $30,432.00 $6,200.00 $148,800.00 $9,000.00 $216,000.00 522 -1 Concrete Sidewalk with Broom Finish SF 17,956 $3.14 $56,381.84 $3.20 $57,459.20 $5.00 $89,780.00 $6.00 $107,736.00 522 -1 Concrete Handicapped Curb Ramp SF 934 $8.54 $7,976.36 $5.20 $4,856.80 $6.001 $5,604.00 $33.00 $30,822.00 526 -1 -1 Pedestrian Brick Pavers SF 5,642 $3.98 $22,455.16 $4.65 $26,235.30 $19.00 $107,198.00 $14.15 $79,834.30 751 -38 -3 Relocate Existing Bench EA 2 $300.00 $600.00 $750.00 $1,500.00 $350.00 $700.00 $1,500.00 $3,000.00 715 -4 -429 Relocate /Reset Existing Streetlight EA 19 $1,998.55 $37,972.45 $1,909.00 $36,271.00 $5,160.50 $98,049.50 $1,800.00 $34,200.00 515 -1 -2 Metal Handrail LF 20 $65.00 $1,300.00 $204.75 $4,095.00 $190.00 $3,800.00 $177.00 $3,540.00 580 -1 -1 Shrubs and Groundcover SF 7,744 $4.75 $36,784.00 $5.40 $41,817.60 $5.00 $38,720.00 $4.00 $30,976.00 580 -1 -1 Hedge EA 245 $34.70 $8,501.50 $40.25 $9,861.25 $19.00 $4,655.00 $31.00 $7,595.00 570 -1 -2 Sod (zoysia) SF 9,100 $0.63 $5,733.00 $0.55 $5,005.00 $0.60 $5,460.00 $0.90 $8,190.00 120 -6 Earthen Landscape Berm CY 1 800 $21.50 $17,200.00 $26.65 $21,320.00 $25.00 $20,000.00 $32.00 $25,600.00 590 -70 Irrigation SF 21,024 $1.12 $23,546.88 $1.35 $28,382.40 $1.50 $31,536.00 $1.80 $37,843.20 1111 -3 Synthetic Turf SF 4,180 $7.86 $32,854.80 $10.85 $45,353.00 $13.00 $54,340.00 $10.25 $42,845.00 SUBTOTAL LAP REIMBURSABLE ITEMS: $1,459,412.83 1 $1,381,918.85 $1,936,242.56 $2,191,601.50 Non -LAP Reimbursable Bid Items 0000 -1 Relocate /Reconstruct Clock Sign Structure LS 1 $40,961.77 $40,961.77 $46,975.50 $46,975.50 $56,000.00 $56,000.00 $46,000.00 $46,000.00 0000 -2 Seat Wall at Fountain LF 65 $400.00 $26,000.00 $482.35 $31,352.75 $950.00 $61,750.00 $400.00 $26,000.00 0000 -3 Relocate Fountain Pump LS 1 $4,002.00 $4,002.00 $48,300.00 $48,300.00 $5,700.00 $5,700.00 $1,800.00 $1,800.00 0000 -4 Concrete Banner Poles EA 2 $4,200.00 $8,400.00 $1,955.00 $3,910.00 $11,100.76 $22,201.52 $3,400.00 $6,800.00 0000 -5 Coordination of Transformer Relocation LS 1 1 $3,266.08 $3,266.08 $8,000.00 $8,000.00 $3,139.391 $3,139.39 $7,700.00 $7,700.00 0000 -6 Electrical Panels Relocation LS 1 $6,532.15 $6,532.15 $33,952.00 $33,952.00 $25,647.85 $25,647.85 $4,000.00 $4,000.00 0000 -7 lEntry Column EA 6 $3,000.00 $18,000.00 $2,760.00 $16,560.00 $5,900.00 $35,400.00 $1,400.00 $8,400.00 SUBTOTAL NON -LAP REIMBURSABLE ITEMS: $107,162.00 $189,050.25 $209,838.76 $100,700.00 TOTAL BID AMOUNT (SUM OF LAP REIMBURSABLEAND NON -LAP REIMBURSABLE ITEMS):j 1 $1,566,574.83 $1,570,969.10 $2,146,081.32 $2,292,301.50