Loading...
Agenda 05/11/2010 Item #16B 2 Agenda Item No. 1682 May11,2010 Page 1 of6 EXECUTIVE SUMMARY Recommendation to award a construction contract to M&J Construction Company of Pinellas County Inc., for Bid No. 10-5454 - "Goodland Bridge (030184) Scour Remediation Project (CR 92 over Marco Channel)", in the amount of $851,455.00. Project 66066 OBJECTIVE: To award a construction contract for Goodland Bridge (030184) Scour Remediation Project to M&J Construction Co., in accordance with Bid No. 10-5454. This project is the second phase in addressing the structural deficiencies of the Bridge as identified in the FDOT biennial Bridge Inspection Report and the "Condition Assessment and Recommendation Report," December 2007. CONSIDERATIONS: The project was submitted for advertisement of bids on February 24, 2010. A non-mandatory pre-bid meeting was held on March 10, 2010. Bids were opened on March 26, 2010. The scope of work identified in the bid was for providing scour countermeasures at nine of the Bridge picrs. This consists of armoring the channel bed with layers of marine mattress underwater and bank and shore protection at the north abutment. Three (3) companies submitted bids and two were deemed nonresponsive for failure to meet the required qualifications. The requirements for acceptance were provided in Exhibit I (Supplemental Terms and Conditions), which stated that the awarded contractor must be FDOT qualified in the appropriate area of work. The Special Provisions accompanying the bid package also provided the minimum requirements for prospective contractors. Also, FDOT Rule 14- 22.003 (Contraetors-Highway-Qualifieation to Bid) provides the classification of work for which the bidders must be qualified. Bridges are classified by their type of construction into major, intermediate or minor categories. The Goodland Bridge (030184) is classified in one of the Major Bridges types within Rule 14-22.003, which is a bridge of conventional construction which spans a water opening of 1,000 feet or more. The bridge crosses Marco Channel which is a tidal saltwater channel that connects the Marco River to Goodland Bay. The total length of the bridge from end to end is 1,842 feet and has 22 spans with lengths over 70 to ] 16 feet. M & J Construction Company submitted a base bid of $],051,]47.00 and a total bid of $1,391,959.00 with alternates. The Engineer's Base Estimate is $736,938.00 and the Engineer's Total Estimate is $1,021,378.00 with alternates. Since M & J Construction was the only bid and was more than 15% above the Engineer's Estimate contract negotiation began on Aplil 13, 2010 and concluded on April 20, 2010 when agreement was reached on a negotiated base bid of $85],455.00 which is ]6% above the Engineer's Estimate of$736,938.00. Engineer's Estimate Initial Bid M&J Construction Final Revised Bid Base Bid $ 736,938.00 $ 1,051,147.00 $ 851,455.00 plus Alternates $ 1,021,378.00 $ 1,391,959.00 excluded Agenda Item No. 1662 May 11,2010 Page 2 of 6 The $199,692.00 reduction was achieved by reducing Mobilization $90,500.00 and by saving $109,192.00 in utilizing an articulated block system in lieu of the polymeric marine mattress that had been specified. The articulated block system was deemed equivalent by the Engineer of Record and this system was more cost effective for the contractor to install. The alternates were excluded from the final revised bid based on the findings of the Engineer of Record that the work at three additional piers was not needed. FISCAL IMPACT: Tota] funds in the amount of $851,455.00 are available in gas tax. The source of funds is Gas Taxes. LEGAL CONSIDERATIONS: This item has been reviewed and approved by the County Attorney's Office and is legally sufficient for Board action--SRT. GROWTH MANAGEMENT IMPACT: The Bridge Repair and Improvement is identified on the 2008 Annual Update and Inventory Report (AUIR) and is consistent with the Growth Management Plan. RECOMMENDATION: That the Board of County Commissioners award Bid No. 10-5454 to M&J Construction Co. for the Scour Remediation of the Goodland Bridge (030184) and authorize the Board Chairman to execute a standard County Attorney approved contract. Prepared By: Marlene Messam, Sr. Project Manager, TECM Attachment: Bid Tab Item Number: Item Summary: Meeting Date: Agenda Item No. 1682 May11.2010 Page 3 of 6 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS 16B2 Recommendation to award a construction contract to M&J Construction Company of PinelJas County Inc., for Bid No, 10-5454 Goodland Bridge (030184) Scour Remediation Project (CR 92 over Marco Channel), in the amount of $851 ,455. Project 66066, 5/11/2010 9:00:00 AM Date Prepared By Marlene Messam Transportation Division Project Manager, Senior Transportation Engineering & Construction Management 4/8/20105:13:16 PM Date Approved By Scott R. Teach County Attorney Deputy County Attorney County Attorney 4/9/20103:34 PM Date Approved By Najeh Ahmad Transportation Division Director - Transportation Engineering Transportation Engineering & Construction Management 4/13/20109:52 AM Date Approved By Lisa T ay lor Transportation Division Management/Budget Analyst Transportation Administration 4/13/20102:48 PM Date Approved By Gary Putaansuu Transportation Division Project Manager. Principal Transportation Engineering & Construction Management 4/13/20103:54 PM Date Approved By Jeff Klatzkow County Attorney 4/16/20104:17 PM Norm E. Feder, AICP Date Approved By Transportation Division Administrator ~ Transportation Transportation Administration 4/27/20109:44 AM Approved By Rhonda Cummings Administrative Services Division Contracts Specialist Date Purchasing & General Services 4/27/201011:26 AM Brenda Brilhart Date Approved By Purchasing Agent Administrative Services Division Agenda Item No. 1682 May 11. 2010 Page 4 of 6 Purchasing & General Services 4/27/2010 1 ;44 PM Director - Purchasing/General Services Date Approved By Steve Carnell Administrative Services Division Purchasing & General Services 4/28/2010 1;13 PM Approved By Administrative Assistant Date Natali Betancur Transportation Division Transportation Road Maintenance 4/28/20102;21 PM Date Approved By OMS Coordinator County Manager's Office Office of Management & Budget 4/29/20108:05 AM Management/Budget Analyst. Senior Date Approved By Susan Usher Office of Management & Budget Office of Management & Budget 5/3/20105:59 PM County Manager Date Approved By Leo E. Ochs, Jr. County Managers Office County Managers Office 5/4/201010:50 AM Agenda Item No. 1682 May 11, 2010 Page 5 of 6 Proj. Mgr.: Marlene Messam ITB 10-5454 Goodland Bridge Scour Remediation Project Notice: 1207 Bids Received: 3 Non-Responsive: 2 ITEM DESCRIPTION UNIT QTY UNIT PRICE TOTAL BASE BID: PIERS 6 THROUGH 9 AND 12 THROUGH 13 1 Mobilization LS 1 $ 108,500.00 $ 108,500.00 2 Turbidltv Barrier (Floating) LF 5700 $ 10.20 $ 58,140.00 3 Turbidity Barrier (Staked) LF 110 $ 4.20 $ 462.00 4 Staked Silt Fence LF 88 $ 1.20 $ 105.60 5 Rubble Riprap (Bank and Shore Protection) TN 716 $ 117.60 $ 84.201.60 6 Rubble Riprap (Stone Fill) TN 164 $ 97,20 $ 15,940.80 7 Bedding Stone TN 248 $ 31.20 $ 22.617.60 *8A Articulating Block (CC35 POL VESTER CABLE) SV 3450 $ 149,50 $ 515.775.00 *8B Articulating Block (CC35 STAINLESS STEEL CABLE) SV 3450 $ 153,90 $ 530,955.00 *SC Articulating Block (CC45 POL VESTER CABLE) SV 3450 $ 162.75 $ 561,487.50 '8D Articulating Block (CC45 STAINLESS STEEL CABLE) SV 3450 $ 167.16 $ 576.702.00 *CONTRACT BASE BID TOTAL (PIERS 6 THROUGH 9 AND 12 THROUGH 13) WITH 8A *CONTRACT BASE BID TOTAL (PIERS 6 THROUGH 9 AND 12 THROUGH 13) WITH 8B *CONTRACT BASE BID TOTAL (PIERS 6 THROUGH 9 AND 12 THROUGH 13) WITH 8C *CONTRACT BASE BID TOTAL (PIERS 6 THROUGH 9 AND 12 THROUGH 13) WITH 80 805,742.60 820.992.60 851,455.10 866.669.60 NO'" aJ~_ ",00 ~N", O"-:Q) Z~ en E iUd: ~ d!!2 ro '0 C OJ '" <( u g; ~ ~ ~ u g; ~ ~ 0 . < 0 ~ 0- C i :\1 u ~i g; ~ " 0 ~ ~i 0; '0 8 c . ~ '" ~ ~ z o ~ ~ ~ 0 0 8 . 0 0 0 8 0 0 0 ~ ~ ~ ~ ~ ~ ~ ~ 5 'i a a ! 0 0 0 0 0 8 0 0 ~ :;; :Ii j;( a * ~ 0 & 8 0 0 0 ~ 0 8 ~ ~ ~ a ~ ~ ~ ~ ~ ~ i a a * 0 0 0 0 8 8 ~ ~ ~ ~ * a ~ 8 0 0 8 ~. ~ 1 ~ ~ ~ ~ ~ ~ ~ ~ si * 8 0 ;;; ~ ~ ~ . ~ ~ ~ 0 0 ~ ~ ~ N . ~ ~ ~ ~ z ~ z ~ ~ ~ 0 0 ~ 0 I ~ 0 ~ "' ~ 0 '" '0 ~ H ~ -a ! ! ~ ~ ~ ~ ~ N M . ~ w ~ 00 ~ o . ~ i 8 0 8 8 8 8 ~ ~ ~ ~ i ~ ~ ct ;;; ~ i. r;: 0 8 8 8 0 0 ~ ~ a ~ ~ a ct ct 0 0 0 0 0 . ~ 0 ~ ~ 00 ~ ~ ct M a a i. ~ '" 0 8 0 8 ~. ~ ~ ~ * ~ a 8 ,. 0 8 0 ~ ~ ~ ~ i. 8' a i. ~ a ;;: ~ ,. ~ ~ 0 ~ ~ d ~ ~ ~ N ~ ~ ~ ~ z ~ ~ z ~ ~ ~ - ~ - ~ ~ ~ 0 ~ 0 ~ ~ < ~ < ~ . i ~ ! ~ ! ~ ~ ~ " ~ ~ :0: ~ ~ ... ~ ~ ~ d " ~ ~ ! ~ " ~ ~ ~ ~ ;;. < ~ o " ~ b ~ z 8 8 8 8 " ~ ~ ~ ct ~ & ! 8 8 8 ~ ~ a ct 0 0 8 ~ ~ IE ~ ct if sf g 8 8 8 ~ a ~ 0 00 ~ ~ ~ ~ ~ ;;: ct 0 g ~ ~ 0 ~ ~ d N ~ !!if- f- ~ z ~ ~ I- ~ ~ < ~ ~ ~ ~ < ~ 0 0 0 ~ ~ ~ 0 I ! ~ ~ ~ ~ ~ il. H H H .1.... u J " < ~ 0 ~ c .~ j 1 I ~ ~ ~ 0 0 0 t ~ j )j 'E 0 ~ ~ ~ ~