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