Loading...
Agenda 09/23/2008 Item #10IItem # 101 September 23, 2008 Page 1 of 12 EXECUTIVE SUMMARY Recommendation to award a construction contract in the amount of $16,512,979.12 to Astaldi Construction Corporation and reserve $2,435,000.00 on the purchase order for funding allowances, for Bid No. 08 -5106 — "Santa Barbara Boulevard Extension (Rattlesnake Hammock Road to Davis Boulevard ", Project No. 60091, Fiscal Impact $18,947,979.12 OBJECTIVE: To award a construction contract for Santa Barbara Boulevard Extension to Astaldi Construction Corporation, in accordance with Bid No. 08 -5106. CONSIDERATIONS: The project was submitted for advertisement of bids on July 15, 2008. A non - mandatory pre -bid meeting was held on July 31, 2008. The bid was split into two phases. Phase I is the construction of Santa Barbara Boulevard Extension from Rattlesnake Hammock Road to Davis Boulevard. Phase II is the construction of the LASIP Santa Barbara Canal. Bids were opened on August 18, 2008 with Astaldi Construction Corporation submitting the low bid in accordance with the procedures as established. On September 9, 2008, under Item IOC, The Board of County Commissioners affirmed that Astaldi Construction Corporation meets the definition of "local" as set out in the Local Preference Policy. Eight companies submitted bids. The bids that were accepted includes: Astaldi Construction Corporation ($18,947,979.12) Mitchell & Stark ($19,896,854.92), Palm Beach Grading ($19,995,500.85), APAC ($21,423,519.10), Better Roads ($21,489,071.12), Quality Enterprises ($22,782,749.67), Phillips & Jordan ($23,279,743.01), and Posen ($25,557,985.30) . The Engineer's estimate for Phase I was $29,355,189.76, and the Engineer's estimate for Phase 11 was $1,858,713.40, for a total of $31,213,903.16. The low bid was 39% under the engineer's estimate. All of the bids include the $2,435,000.00 funding for Allowances. FISCAL IMPACT: Funds in the amount of $17,928,213.52 are available in Gas Taxes and Impact Fees. Funds in the amount of $1,019,765.60 will be available October 1, 2008 from the Stormwater LASIP project Ad Valorem for a total fiscal impact of $18,947,979.12 for the project. Source of funds are gas taxes, impact fees and Stormwater Ad Valorem. GROWTH MANAGEMENT IMPACT: The construction of Santa Barbara Boulevard Extension is identified on the AUIR (CIE No. 32) and is consistent with the Growth Management Plan. Item # 101 September 23, 2008 Page 2 of 12 LEGAL CONSIDERATIONS: This item has been approved by the County Attorney's Office and is legally sufficient for Board action. —SRT. RECOMMENDATION: That the Board of County Commissioners award Bid No. 08- 5106 in the amount of $18,947,979.12 to Astaldi Construction Corporation for the construction of Santa Barbara Boulevard Extension (Rattlesnake Hammock Road to Davis Boulevard), and the LASIP Santa Barbara Canal; and authorize the Board Chairman to execute a standard, County Attorney approved contract with Astaldi Construction Corporation and approve any necessary budget amendments. Prepared By: Kevin H. Dugan, Project Manager, TECM Attachments: (1) Bid Analysis; (2) Tab Sheet Revised Item # 101 September 23, 2008 Page 3 of 12 Recommendation to award a construction contract in the amount of $16,512,979.12 to Astaldi Construction Corporation and reserve $2,435,000.00 on the purchase order for funding allowances, for Bid No. 08 -5106 & #8211; & #8220;Santa Barbara Boulevard Extension (Rattlesnake Hammock Road to Davis Boulevard& #8221;, Project No. 60091, Fiscal Impact $18,947,979.12. (Norman Feder, Transportation Services Administrator) Prepared By: Department Date Trans. Eng. And Const. Mgmt. 9/5/2008 9:55:42 AM Approved By: Department Approval Date Trans. Eng. And Const. Mgmt. Approved 9/12/2008 2:41 PM Approved By: Department Approval Date Purchasing Approved 9/12/2008 3:44 PM Approved By: Department Approval Date County Attorney Approved 9/12/2008 4:48 PM Approved By: Department Approval Date Transportation Approved 9/15/2008 6:57 AM Approved By: Department Approval Date Office of Management Approved 9/15,12008 11:10 AM and Budget Approved By: Department Approval County Approved Manager's Office ATTACHMENTS: Name: Description: 0 ExecSum onstructonContract (2Loc Executive Summary 0 08-510.6 T-abi-S-h_eet Revised Tab Sheet Final.xls 0 Bid AnalysisTodf Bid Analysis Item # 101 September 23, 2008 Page 4 of 12 Date 9/15/2008 11:41 AM Type: Executive Summary Backup Material Backup Material mom.. `Daa � o m m u 0 z P O m O O O d a d a= ap m - W m A m N ym a'o N N y � A °ma E O A A u`oo Item # 101 September 23, 2008 Page 5 of 12 r N 0 n m a Q m r4i m n n a n O r m N d M r W N N N N p N N d N n d m W Z tlNi ^ b N m u N a Z> Y 2 Y} Y >) y N n� d m N w N N NN Z N O N O M1 y m W U m en- mA_ M n OW 1n T M1 N_ p M N N 1A U p p p z d m N r O m o N m O r m mm J Y U N N li r O N Q y N M V N y_ y N O m r A U w w w w ww m N m m m O n d O O Z p d Q 0 m n M A M N n m Z Y> 2) Y Y) ) Y YO r m A N N O m b O U N C O u) M 0 n d N d m y ) Y 2)) Y) Y ~ 1- O N N 0 r m w N wN N m N M O m 0 ry N m aN m m W N A N y N b m Y) Y Z Z T)) ) mF N N N N pw N W S n O m O n O W M N d O M N m Oi °' y r p O M d U O r Q N N N w w w w w E m m � EO Y m E d Q Q o> Q o o on o 00 i mm nE �` y� E Ew Ec� E"i EO �� o. m U° c y _ Q Q= Q 2 Q Q Q� a m A a E N vii Q 0 A O J P : R Z S2 N Z Q N 2 DP p N F m p D V s O O O O L a a Item # 101 September 23, 2008 Page 5 of 12 yam [i5 $@8� 8 2 Sa8 8 '2 58 3 8 8888 8888885 858& w. 6m8 d 85 Y -y A $4�S�maSm am m8g5R d% AASa F - - »» » w8 88 S8 5 e8858 °,5 88 88 8 8 %8 8 88 828 8 88 8,8 888 3S &8,88 88 _ »_w »w »-- - --__» w„ »wawa---- 58 8 88 5 » « °8688888888888 »------- ---- -------------------- 8888888866886888 888 --------- 88888 888 __ 86 » S8 8888888888888858 uG 8 mmm835 m$mm 68 m2 3m m RRm &$ M'RBdpm 88 $XdC mAmn�.EmT A »_ 82'6 m5 Cm n ^. „ «_� ^mRRoBpo m° 88 8885'39888 88 8 88888888 «5888 828 88888868888888888 .98868869$83$6658888$ °i&° n« SAS 88 8 r888-88 smssms; 888888 8888888888%8 8 8., °8 88 58 8888888888.888888 mmmmm��mmam8a � e g�6�8 «BZ m.ms A88mBSmmm �mm °a d8 daE�sS��m 3A= �m :� V� Y„ .�m'.. E Rm 8 8888 588 888 A8R. 588 882688888888888 888588886888888 8 888 °52888 88 `e83^ _ 8 °88888285 @8 8 5 8888 88888888 8 8888884 A86 98 5 8 888 „8%3$8 BE 4.8 °%888% .mBmmY'..SSem ° °.63.3 3 3:..m S R RmSRp 8m8RR §'m 3 mA « °3 5 $Amm �_ 396 ^m '+ o2R5^ °•:= - °R2 ^� °A' « °R ^33 ^e: ^ "_m" _ °4 ^' °•:34.ASXRC °Y „'_ A ^_3° »888888888888886 cw 8882828888858 8 n «w» 888888 e 8 88'.^88926 88 888 5 3w omgmg8- - °nm - R8'6A 4 O m4 MEER Wt 88 E 58 8 $ 5 $a 83 s p8 a 1 � SA 85 R 3 a8A° a -� -- - _ p ww w w w w w °8$$858 w w w - - - °58,58mSR w w___ ^_..^ „...... 8E :': » » rR »_ 3A » »ww ^^ „823 »_-- p. w 8,399 _w w w w $.393 w w w w w w a3 w w- X8.9.8 -- -. »» ..__ p 93 » »--- 9CmR8p »_ 88 » �S ^' + $ E:8a8E&58 °923 %a3:8 8 89:,m8 3 p '% "9 «e ARR�m �A «% =8888 88 m$ AmEm m �5 2223x5 am3 �a$ 5 w � 8 cy &A $ _ „88= 5= « ^3_n6�:•Ao ° °R „�� ^t °_ _ _ ^dRe «A:;n eR ^%° - �- F 8g e g 6 3 3Y a 8 ^ 8 8E 88 w a 8 S S 888 S $ $ ^888 88 88888 A8 8 8 888 % 98$3 fr £ 8 8589 88 m 8,8 e8 88 s °S$R °..ms mA. ^_e RadS R5s R gag58a s�$ B - � s Aae Sm ea 9 8 889 8..88 X - 88888888 8 8 8 » 11T. » »„w - --w w w w w w w » »» - - - -- --o www »____w» ..w» ° �w �Ga 4 • - -” aa¢¢p o�3o s Piz �ay' Ss°t 3�u m8Rm � aSom Apo _ ... _o='F"3555535 `"B� ANtai wo3 33g 34 °5 d,n y,qa rt6_ ¢ Yd 8449 V 'A- Y gib' 9�yo .'i .�04 �4 b 3 ' �A�yy �� p� H 0 B� o� S �s11 ao`o 8888888 8 8888.8 888 88888••8888$888. 888888 ?y p..6 �.6ca8 -M &A- RBk a $aBaasa� 6:EA;rvE »„ » »88888$888 »88 88888 88888 868888 8� 888 8 8988808 888688888888888CC8 %8888888888 •98868888 R886888$88888R8888R '�oa 6�R888,888888888888 IT 888888 •88 .. 8 88888888888 8Sg88886 858888868888688S888808888 88 IN= 8 °R� % - - --- ..--- - » » » «» .. » » » »» » » » » « « »---- « » » » » » » » » » ».. » « »» »» 88858Y88 ° 3g'E p8 64888 J'B.a p8888•8 d. .� .�SSESR$CtlF %p8p p8p6p8p g8g8g p8p y8y p8pB8B8p8p S`43b3ST� pp6 p8p q8q q8q8 88888868886888988 R.eS 6, 4m b.i$ 8R EMU '8 rv88 F.mRCE. Z8Z p8p8 6a g8 ¢8 p8.p8 p8 99 -S' S.Nb bb, Y 88888 888888888$$8« »88888888888» «88888688 »» 6868868888888_ 8 88 »8 «888888$8 «B8. ^AR 8 9��.8 A8k� -9 ,�S�Q88 Ex�m�RS�as 6 88888888888886$ s- = $ @ 88888888888 sB "k£,% &8988 •86 Sea 88888• ?.' 5 n6RR9R88 meFp 9a ^6.,988_ ��? PRE �4 0£,888 9- !;�� l �m.8�88868888 888888 8�8SSS,$B RB Sm�86ae 8 9mn$�.S _B,Ar AR Ra n,RR� f R A 9 ' R9 ` F.s s$a a, ., 10 sa, °6 ,2668806 R CR�� 6es s ^R ^g6, pRa.,s RR'�.L a a8R s.�6 E <" _RA6 ' 89 %88 R. 886 CF ^R. ,8F R 8 eaE 8 .rEB 5 Y °8 RA e iv. B X da$82 E86A�y$688 a 888.6888.$ S " d6808�Rr p..8 8F�8 $-,a.6R $�8�b Se^ RAE N .R °B�e8883 8�78�6d �„ ..88 8986" ^. .a 68m`" %..„ .R G » C =6C- areF a 888 83 �6 „alp 6 888Y Si .~ 888. 888.» ¢3 N9 88RGa 6a SASY E88 3 886 A« b 8 R IN RR0`68 �9�R R 88888888888.- B8 „C888888,RS88 8 888888, X86888886. 6,8 RS865 8a 8 $6$$88888,85 6 °n9���R��R.EBQ �.5 �� 590, N 6ml $IRF ".RR R RR�oAd 66 p R 6� ^R �.�F' °9.2.88 c %c'• _ 98 5 888888888888„ 98 888.888888 86806 »» 8888888 886 6 » ,668 6 „8888 g «88« �« $. .e „6 m ° „ 'IT - - me °c'�c.1 aaA ^ecmR6 "sm ^" ” °`a pa 3 2 ao s�8 "3 mWWe k� sw�gqaNy "qqmm 'a! #k `- "y�`y �� ok R'x -'yu £££Z£vvvvY�£^££££ qnp ££3�£i3S2££ ££3FZF£ ya'a4o'��yyja.$`s §gYtltl588,4 nm•q AJ.fa AR�'6nd ^,Ad 33333333333 33333�iu�i� ^9n^�'�'n 9i Rnae 3 ^ae G E_ h� x 3 �e F =a -5 KE° 8 5888888 8 8 %$ S 8S '" 888 R AAS ^.b 8 888n, _88 888__ 8 S w 8 °S ry �a » ^. S :S� $ a ° _ Rai "SS88S68 »° " « «SEE " W 8 888888 SS S i S 89885 S %5885885 S R 8 8A 3 a $5SRa x8s Ss�me R° _ 3 €tl �.. axxA »R- "8 ps AAA a 88888888 888888 8 A 8 8'888 - a ? gig 8� 88,88888888$$8888888888888 R �°%��E HOME. E. s. 88 $8885 �ASRE a.o dBS�s ��ad6 4 3, y� A Y x - »Raya_�_su "n ^3�a5 R3 R6. »8 «8888888 "8 "8t «R »R »S "8 "888 » $ `� 888 %8$ %5686888688888888688888888 8 888 %" 'X a "sa s8A R. c :g - " SC���M % R "se s" �8 .g'- .e 8.6885868 88$888 $ 888 8 8A 8 888 % r A$ 88888888868888888858888 S��Sry�� �� R8$R � 8_ry 8888 8858. rySRU E 688892 �. ��� C a' g� s. "dA -- " R fez m act »x » -sASS sA asg «xg� - «8 «8888,888 »8 »8n "5 "8 «q «8 «886 » d 888888, � 888888888888888886888 %S8S%S88 °888 AAA 6 S Sd$S 8 b 55%56 S 888 888888888 $SR66888A88 88 888 ^ E » » »- « " » »« » « " " « « " "$» 888888, 8,888888.meR 8,5,5 %8,A %5888,8 8S8 ^« - =s t t s s 101 6 55 5 $$ S 9 ES 6 a, $ Ss 5 s %R Y6s 86e "s =. gaps e e ^ a "a 23 Y P ^ _ � k zs26 " » » « «« «.. » « »., » »» » » Eqg R S %:G ^_ 3 83x - ^SRJS %3 R ry R sz^ «Ba s _:s «e-s AAA R s« .. I _ R6 5d 5 6 6 Rl ,8.88888 %8 5488888 8 S88 5 5 888 Sp 8 888$88688865888888 ,,,58885 8 SRS �x 5 _. «8558 S 88.88 8 8 R % $ 888 8 888 85 RS %_' _88 R -Itt ' 94 o 2 Yiii 2 - s CBS ��� 88w w ' aLLg °. T U�S323 - yw uY 9wg oJ5gaE uu`°'a rc g'N .�o'_ dm HGGzOZ e:yCa��mu.L Jai °Sry 4 mAOSm RSPPS'�RRRa¢88o ■d��r irWA;�GNOLI HHURCuARBER & ■■■■■■:� :■°■'■ :0RUNDAGE, INC: Vafasie lrno, ,r+mn.& Land surveyors:`: Item # 101 September 23, 2008 Page 9 of 12 7400 Tamiami Trail N., Suite 200, Naples, Florida 34108 Phone: (239) 597-3111 Fax: (239) 566 -2203 9990 Coconut Road, Suite 103, Bonita Springs, Florida 34135 Phone: (239) 948 -8663 Fax: (239) 498 -2726 MEMORANDUM Date: September 5, 2008 Project: Santa Barbara Boulevard Extension $21,567,390.63 ABB PN 05 -0081 County PN 60091 Subject: Cost Estimate Methodology - Bid Difference Analysis From: Ted Tryka, P.E. To: Gary Putaansuu, P.E. Engineer's Estimate Average Bid Apparent Low Bid Phase $29,355,189.76 $20,246,455.49 $17,928,213.51 Phase II $1,858,713.40 $1,320,935.14 $1,019,765.60 Total $31,213,903.16 $21,567,390.63 $18,947,979.11 Difference $9,646,512.53 $12,265,924.05 The main resource for the Engineer's Opinion of Probable Cost is the use of past bids for similar roadway projects. Preferably Collier County projects are used since many of the costs are affected by the distance a Contractor would have to travel to ajob site, particularly in the southern part of Collier County. Unfortunately, the number of recent Collier County bids has decreased. The most current Collier County project bid was for Collier Boulevard from U.S. 41 to Davis Blvd. which was bid on June 18th, 2007. In an effort to improve the accuracy of estimates, Collier County and Lee County Transportation have been sharing estimates for roadway projects. The bids for Summerlin Road from Cypress Lake Drive to Boy Scout Drive were also used in preparing the estimate. This particular project was chosen because it was similar in scope, ABB had prepared the plans so we were very familiar with any differences between the projects, and the bid date of the project was within the past year (The bids were received on 10- 16 -07). The specific methodology utilized was to average the unit prices of the four Collier Boulevard bids, average the unit prices of the six Summerlin Road bids and then take an average of the two projects' unit prices to arrive at the final unit cost. This method of averages was used for all items with a specific quantity. A percentage was applied to the total of all other costs on the project to estimate the Lump Sum Items. The average percentages used for the Lump Sum Items were drawn from many past roadway projects to establish a broad base. For this project the high - dollar Lump Sum Items were Mobilization at 6.4 %, Survey & Layout at 2.67% and Maintenance of Traffic at 2.67 %. Typically, the Mobilization and MOT percentages would be closer to 10 %, but were reduced due to the fact that three - quarters of the project is free of an existing roadway. Item # 101 September 23, 2008 Page 10 of 12 A percentage method usually works well with Lump Sum Items because these items tend to vary quite a bit from contractor to contractor. For example, the Mobilization price for the low- bidder was $1,553,869.72 while the second low- bidder was only $401,000.00 which is a difference of over $1.1 million. Not only is there a large difference in price, the low- bidder is already working on the adjacent project which would have led one to conclude that they should have one of the lower Mobilization bids. Looking at the overall bid numbers, the average of the eight bids is approximately 30% below the Engineer's Estimate totaling over $9.6 million in difference. With the overall average bid 30% lower than the estimate one would assume that the bids for each individual category would be approximately 30% lower. However, this is not the case. The Roadway Category is 33% lower, the Utilities Category is 17% lower, the Signing & Markings Category is 3% higher, the Signalization Category is 25% higher, the Lighting Category is 12% lower and the Canal Category is 29% lower. Of the 200 biddable items (8 were fixed) a total of 145 or 73% of the items had at least one bid that was higher than the Engineer's Estimate. It is therefore apparent that individual bid items fluctuated from contractor to contractor. When the individual categories are broken down further into separate items there were three main areas where the Engineer's Opinion of Probable Cost was significantly higher than the average bids received. Those categories were lump sum items, earthwork items and RCP/PVC pipe. Within the lump sum items there were three items that accounted for the majority of the difference: Mobilization, Survey Layout and Maintenance of Traffic. Since percentages of the total construction cost were used to estimate these items, it stands to reason that the estimate for these lump sum items would be higher as well since the overall Engineer's Estimate was high. In addition to the differences in overall construction costs, the percentages estimated for each item were high compared to the bids received even though the Mobilization and MOT percentages were reduced from traditional bidding averages of between 7.5% and 10 %. The estimate of Mobilization was 6.40 %, the average bid was 3.55% and the low- bidder had a surprisingly high 9.11 %. The estimate for Survey and Layout was 2.67% while the average bids were very low at 0.70 %. This number is extremely low for this type of work. ABB recently completed construction layout for the $13.7 million Old 41 Road project in Bonita Springs for $215,000 or about 1.6 %. However, this was only a 4 -lane road without a canal or any utility stake -out so it was expected that the stake -out costs would be higher than the Old 41 Road project. The Maintenance of Traffic item was estimated at 2.67% and the bids came in at 1.24 %. Clearing & Grubbing is a lump sum item that is not based upon a percentage of construction costs but is based upon the total acreage of the project. The estimate was placed at $1.7 million. This project consisted of 75.6 Acres and was much larger than most typical County road projects due to the addition of the LASIP Canal project and work to be done along Rattlesnake Hammock Road, St Andrews Blvd., Davis Boulevard and Santa Barbara Blvd. In comparison, a similar length project, Rattlesnake Hammock Road Six - Laning, was only 44.8 Acres in area. The clearing & grubbing area of the Santa Barbara Blvd. Extension is 69% greater in area than the Rattlesnake Hammock Road project. Using the average bid from Rattlesnake Hammock Road of $860,000 and interpolating it to the larger acreage the new number would he approximately $1.45 million. This estimate was further increased to account for additional grading work to be completed between the roadway and canal, selective clearing & grubbing behind the sound wall at Falling Waters, and three years worth of inflation. Note the low bid on Rattlesnake Hammock Road was $1.995 million for this item. Item # 101 September 23, 2008 Page 11 of 12 Embankment in the earthwork category contained the biggest discrepancy between the estimate and the bids. The estimate was $17.00 per CY; the average bid was $3.26 per CY and the winning bid was only $1.81 per CY. The total difference between the estimate and winning bid was $3.29 million. Although $17.00 per CY is a typical number that has been seen or exceeded on other projects, more consideration could have been given to the fact that the job is more or less an earthwork balance (Provided Sub -Soil Excavation doesn't run over the anticipated amount, or excessive rock is found that cannot be utilized as fill). Excavation also accounted for more than a half - million dollar difference between the estimate and winning bid. However, 5 of the 8 bids were higher than the Engineer's Estimate, so the winning contractor targeted this item as a low -bid item. Type B Stabilization was similar in this regard with the low bid being approximately $500,000 lower than the estimate and low bid being approximately 1/3 the cost of the average bid. Limerock was another item the low bidder targeted to reduce his bid. The estimate was $18.00 per CY, the average bid was $10.22 per CY and the low bid was $2.34 per CY - more than 4 times less than the average bid. This brought the low -bid in at over $900,000 less than the average and approximately $1.8 million less than the estimate. Pre -cast concrete box culverts and RCP represented another area where bid prices were well below the estimate. Rather than looking at each individual culvert size, this category was analyzed as a whole. The estimate for all the work was $2,956,705, the average bid was $2,125,740.29 and the low bid was $1,600,953.30. The estimate was 28% higher than the average bid and 46% higher than the low bid. The difference between the average bid and the low bid was approximately 25 %. This indicates another area the low bidder had targeted to obtain the job. Unfortunately there was not a large quantity of storm drain pipe on the most recent Collier Boulevard job and there were no sizes over 24 ". The Summerlin Road bid was therefore used as a basis to estimate the prices for a majority of the pipe. There was, however, over 1,000 LF of 18" RCP on the Collier Boulevard bid in which the average bid price was $70.45. The Collier Blvd. bid for 18" RCP was 15% higher than the price bid on Summerlin Road. This 15% increase was applied to all of the average pipe prices on Summerlin to arrive at the Santa Barbara Boulevard Extension estimate. It is interesting to note that the low bidder on this project participated in the bid for Collier Boulevard. His price for 18" RCP on Collier Boulevard was $90.82 per LF as compared to $30.34 per LF on this project, a two - thirds reduction in price in just over a year's time. The final area where the estimate was much higher then the bid prices was in the large diameter PVC pipe used for the 20" RCWM and the 30" FM. Estimating these prices is always challenging because there is very little data to draw upon since these large diameter utility pipes are relatively rare on roadway projects. On the recent Collier Boulevard project there was none at all. On the Summerlin Road project the largest diameter pipe utilized was 12 ". Referring to the Collier Boulevard (Golden Gate to Immokalee) project, the price for 24" PVC was an average of $258 per LF. That price seemed very high so another project, Rattlesnake Hammock Road, which was bid three years ago, was used as a basis for estimating the cost. The average price for 20" PVC was $150 per LF and the average price for 24" PVC was $160 per LF. The timing of the Rattlesnake Hammock Road project pre -dated the major spike in construction costs so it seemed appropriate to use those costs for estimating PVC prices on this project. As it turned out, the estimate was about 22% high on the 30" PVC and about 41% high on the 20" PVC when compared to the average bid. This accounted for approximately $291.000 in difference from the estimate to average bid and approximately $433,000 between the estimate and low bid. Item # 101 September 23, 2008 Page 12 of 12 There was one group of items that even conservative estimating could not keep pace with and that was asphalt. Rising fuel and bituminous costs have continued to drive asphalt prices up. 2.5" SuperPave Asphalt was estimated at $10 per SY, with the low bid at $11.37 per SY and the average bid at $12.44 per SY. This resulted in increases of 13.7% and 24.4% respectively over the estimate. Even greater increases were seen with the 1" Friction Course. The estimate was $7.50 per SY, the low bid was $9.84 per SY and the average bid was $10.15 per SY. The resultant increases were 31.2% higher from the estimate to low bid and 35.3% higher from the estimate to the average bid. The methodology behind the Engineer's Estimate and the major differences between the estimate and the bids has been explained in detail above. But that still does not account for why the estimating process was not as accurate as it has proven on past projects. The most likely reason for the low bid prices is the current state of the economy. The slumping housing market has created a strain on the economy as a whole and in particular on the construction industry. Less private work has driven more contractors into the public works sector. This was evidenced by a total of 8 bids submitted for the project when a typical County road project would receive three to four bids. In fact as recently as two years ago the Collier Boulevard project from Golden Gate Boulevard to Immokalee Road only received one bid. Construction prices are naturally going to be reduced with more contractors competing for the work. In addition to less private sector work, the housing market downturn has meant less taxes and impact fees collected by the County. This has led to budgetary constraints and less road projects being let for construction. This is evidenced by the County acting as the CET for this project. Instead of spreading their construction management staff over several projects the County has chosen to concentrate their staff on this single project. With fewer projects on the horizon, each bid becomes more important to the contractors and thus more competitive prices are garnered. On top of the changing economy the project was also more attractive to prospective bidders due to the atypical characteristics of the project. This is essentially a new road project through an undeveloped corridor. A majority of the road can be built without affecting the existing traffic along Polly Avenue resulting in a reduced amount of maintenance of traffic. There are also less existing utilities present than would be found on a typical roadway corridor. With the addition of the LASIP Canal the project becomes an earthwork balance project so all the materials are available on -site, and with a wide right -of -way and an undeveloped corridor there is plenty of room to work, de -water and store materials. Although all of these factors were known ahead of the bid it is very difficult for an engineer to quantify the actual dollar amount impact on the project. Generally speaking an Engineer's Estimate is going to err on the side of caution so that the owner has enough money in his budget to cover the cost of construction. A typical estimate is geared towards being 10% higher than the average of the bids. Even with all the factors pointing towards a lower bid number it was difficult to come off of the hard bid numbers seen on previous projects. This will be a valuable learning tool to apply to future projects that encounter similar market conditions.