Loading...
HomeMy WebLinkAboutVI (B) Discussion/Action re: Award of Bid for Horizontal Contracts - Phase I Drainage Capital Improvement Program AGENDA 9-3-96 Ocoee Item VI B O. D ER of coon JAMES W.SHIRA,P.E. CITY ENGINEER/UTILITIES DIRECTOR 150 N.LAKESHORE DRIVE•OCOEE,FLORIDA 34761 • PHONE(407)656-2322 EXT.142•FAX(407)656-7835 MEMORANDUM DATE: August 28, 1996 TO: The Honorable Mayor and Board of City Commissioners FROM: James W. Shira, P.E. City Engineer/Utilities )irector SUBJECT: Phase I Drainage Capital Improvement Program On August 19, bids were received for the first four projects to be constructed under this program. The location and a brief description of each project is attached for your reference. The four projects were combined into two bid groups, with Projects 1 and 6 in bid group 1-1A6, and Projects 19 and 31 in bid group 1-19A31. Also attached is a letter from PEC which includes bid tabulations for each of the four projects. Although Sunshine Building and Development Corporation was the low bidder for each bid group, PEC recommends that we follow our original intent, which was to award each bid group to a separate contractor. I concur with PEC's recommendation to award group 1-19A31 to Sunshine Building and Development Corporation, and group 1-1A6 to Georgetown Enterprises, Inc. for the sums of $52,510.53 and $149,735.30 respectively. The resulting total of $202,245.83 is approximately $240,094 less than we had anticipated. As we place more or our projects under construction, we may find that some bids are higher than anticipated, so we need to keep this first$240,000 "savings" in reserve. I recommend that the City Commission authorize the Mayor and City Clerk to: 1. Execute a contract with Sunshine Building and Development Corporation in the amount of $52,510.53 for projects 19 and 31 in accordance with their bid. • 2. Execute a contract with Georgetown Enterprises, Inc. in the amount of $149,735.30 for projects 1 and 6 in accordance with their bid. JWS/jbw Attachments �1 THE PRIDE OF WEST ORANGE v� SECTION 00500 (B) AMENDMENT TO THE AGREEMENT FOR CONTINUING HORIZONTAL CONSTRUCTION SERVICES BETWEEN CITY OF OCOEE, FLORIDA, AND GEORGETOWN ENTERPRISES, INC. Amendment No. 1 Capital Improvement Program Description: CAPITAL IMPROVEMENT PROJECTS NO. 1 AND 6 THIS AMENDMENT, made and entered into as of the day of September , 1996, by and between the CITY OF OCOEE, a municipal body existing under and by virtue of the laws of the State of Florida (hereinafter referred to as "City") and Georgetown Enterprises, Inc. (hereinafter referred to as "Contractor"). WITNESSETH WHEREAS, by Agreement dated June 27, 1996 , City and Contractor entered into a contract to provide continuing horizontal construction services, including, but not limited to, clearing, grading, storm drainage, water, sanitary sewer, paving, curb and gutter, concrete and other work normally associated with horizontal construction with primary emphasis on drainage improvements within the City; (hereinafter the "Agreement"), such services to be set forth in Amendment to the Agreement; and WHEREAS, City wishes to have Contractor perform certain services relating to the construction of Roadway and yard underdrain systems within existing occupied residential subdivisions. NOW, THEREFORE, in consideration of the premises and the mutual covenants herein contained, the parties agree as follows: 1. Contractor shall furnish all labor, materials and equipment necessary to perform the services, as further described in the attached Exhibit "A". All work shall be performed in accordance with the terms of the Agreement. 2. Contractor shall perform his services in accordance with the Agreement for a LUMP SUM fee of $149,735.30 . Contractor's out-of-pocket expenses are,included in the fee and Contractor 00500B.- I shall not be entitled to additional reimbursement therefor. The fee shall be payable in accordance with Article III of the Agreement. 3. Contractor shall not begin work required under this Amendment until a notice to proceed is issued by City. 4. Pursuant to the Agreement, Contractor shall provide performance and payment bonds in the form provided by City. 5. Contractor shall provide the services performed herein in accordance with all applicable federal, state and local laws, regulations, rules and ordinances now in effect or hereafter amended. 6. Except as expressly modified in this Amendment, the Agreement dated June 27, 1996 and all prior amendments will remain in full force and effect. IN WITNESS WHEREOF, the parties hereto have caused this Amendment to be duly executed as of the day and year first above written. Attest: By: City Clerk THE CITY OF OCOEE, FLORIDA Attest: By: City Attorney S. Scott Vandergrift, Mayor END OF SECTION 00500B.-2 SECTION 00500 (B) AMENDMENT TO THE AGREEMENT FOR CONTINUING HORIZONTAL CONSTRUCTION SERVICES BETWEEN CITY OF OCOEE, FLORIDA, AND SUNSHINE BUILDING AND DEVELOPMENT CORPORATION Amendment No. 1 Capital Improvement Program Description: CAPITAL IMPROVEMENT PROJECTS NO. 19 AND 31 THIS AMENDMENT, made and entered into as of the day of September , 1996, by and between the CITY OF OCOEE, a municipal body existing under and by virtue of the laws of the State of Florida (hereinafter referred to as "City") and Sunshine Building and Development Corporation (hereinafter referred to as "Contractor"). WITNESSETH WHEREAS, by Agreement dated June 28, 1996, City and Contractor entered into a contract to provide continuing horizontal construction services, including, but not limited to, clearing, grading, storm drainage, water, sanitary sewer, paving, curb and gutter, concrete and other work normally associated with horizontal construction with primary emphasis on drainage improvements within the City; (hereinafter the "Agreement"), such services to be set forth in Amendment to the Agreement; and WHEREAS, City wishes to have Contractor perform certain services relating to the construction of Roadway underdrain systems within existing occupied residential subdivisions. NOW, THEREFORE, in consideration of the premises and the mutual covenants herein contained, the parties agree as follows: 1. Contractor shall furnish all labor, materials and equipment necessary to perform the services, as further described in the attached Exhibit "A". All work shall be performed in accordance with the terms of the Agreement. 00500B.- 1 2. Contractor shall perform his services in accordance with the Agreement for a LUMP SUM fee of $52,510.53 . Contractor's out-of-pocket expenses are included in the fee and Contractor shall not be entitled to additional reimbursement therefor. The fee shall be payable in accordance with Article III of the Agreement. - 3. Contractor shall not begin work required under this Amendment until a notice to proceed is issued by City. 4. Pursuant to the Agreement, Contractor shall provide performance and payment bonds in the form provided by City. 5. Contractor shall provide the services performed herein in accordance with all applicable federal, state and local laws, regulations, rules and ordinances now in effect or hereafter amended. 6. Except as expressly modified in this Amendment, the Agreement dated June 28, 1996 and all prior amendments will remain in full force and effect. IN WITNESS WHEREOF, the parties hereto have caused this Amendment to be duly executed as of the day and year first above written. Attest: By: City Clerk THE CITY OF OCOEE, FLORIDA Attest: By: City Attorney S. Scott Vandergrift, Mayor • END OF SECTION 00500B.-2 PE PROFESSIONAL ENGINEERING CONSULTANTS, INC. August 26, 1996 0E-257 1-1.0 Mr. James W. Shira, P.E. City Engineer/Utilities Director City of Ocoee 150 North Lakeshore Drive Ocoee, Florida 34761-2322 RE: Phase I Capital Improvement Program(CIP) Continuing Horizontal Construction Services 'Capital Improvement Projects 1,6, 19 and 31 Dear Jim: As you are aware, bid packages for the above mentioned project were received and publicly opened at approximately 4:30 p.m. on Monday, August 19, 1996. Bids were submitted for Bid Packages[1-1A6 and C1-19A31 by four(4) of the six (6) contractors pre-qualified in the City of Ocoee Phase I Capital Improvement Program Continuing Horizontal Construction Services Contract, which are summarized as follows (listed in no particular order): Contractor Bid Submitted 1. Sunshine Building and Development Corporation Yes 2. Georgetown Enterprises, Inc. Yes 3. Fossitt Groundwork, Inc. Yes 4. JCB Construction, Inc. Yes 5. A.A.A. Bobcat No 6. Prime Construction Group, Inc. No Notes: 1. Please note that PEC has not retained any of the submitted bid information. Bid Packages 11---1A6 and i1-19A31 represent the installation of underdrains within Coventry, Sawmill and Forest Oaks Subdivisions. During a design review meeting conducted at the City of Ocoee on Tuesday, July 9, 1996, it was discussed that two (2) separate firms would be awarded the initial projects. engineers planners surveyors 200 East Robinson Street u Suite 1560 ^ Orlando, Florida 32801 ^ 407/422-8062 a FAX 407/849-9401 Letter To Mr. Jim Shira August 26, 1996 0E-257.G09 Page 2 1.1 Summary of Total Base Bids Attachment "A"of this letter contains summary tables of the contractor's submitted bids for the above mentioned projects, identified as Bid Packages i1-1A6 and f-i9A31. Based upon the information summarized within these tables, the following ranking has been established and arranged in the order of low to high bidder. Bid Package 1-1A6 (Coventry Subdivision) Contractor Total Base Bid Without Ranking Contingency 1. Sunshine Building and Development Corporation $115,604.55 1 2. Georgetown Enterprises, Inc. $149,735.30 2 3. Fossitt Groundwork, Inc. $189,176.33(1) 3 4. JCB Construction, Inc. $212,334.30 4 Notes: 1. Fossitt Groundwork offered a nine percent (9%) discount if both bid packages were awarded to them. Application of this discount rate individually to their bid for package'r1-1A6 did not change their ranking. Bid Package 1-19A31 (Sawmill and Forest Oaks Subdivisions) Contractor Total Base Bid Without Ranking Contingency 1. Sunshine Building and Development Corporation $52,510.53 1 2. Georgetown Enterprises, Inc. $84,592.80 2 3. Fossitt Groundwork, Inc. $92,924.85(1) 3 4. JCB Construction, Inc. $103,311.74 4 Notes: 1. Fossitt Groundwork offered a nine percent (9%) discount if both bid packages were awarded to them. Application of this discount rate individually to their bid for package 1 19431 did change their ranking. However, the ranking shown in this table is based upon the non-discounted total base bids. 1.2 Apparent Low Bidder Based upon the information contained within Attachment "A" of this letter and tabulated within the previous section, it appears that Sunshine Building and Development Corporation is the low bidder for both Bid Packages -1A6 and,�1-9A31. PEC/PROFESSIONAL ENGINEERING CONSULTANTS Letter To Mr. Jim Shira August 26, 1996 0E-257.G09 Page 3 1.3 Review of Bid Packages Several points of interest should be noted with regard to our review of the bid packages • which were submitted.Attachment"B"of this letter contains a "punch list"of the items which may need to be addressed with regard to the completeness of the submitted bid packages. 1.4 Recommendations In order to expedite the timely construction of both bid packages, it is recommended that the low bidder and second low bidder each be awarded one (1) of the two (2) bids. This will expedite the construction process and will also give the City a chance to evaluate the quality of work provided by two(2) of the six(6) contractors pm-qualified in the City of Ocoee Phase I Capital Improvement Program Continuing Horizontal Construction Services Contract. The award of either construction project to Sunshine Building and Development Corporation or Georgetown Enterprises will not effect the overall cost to the City. However, due to the complexity and extent of construction contained within Bid Package 1"1A6, the following recommendations for awarding the contracts are made: Contractor Total Base Bid Without Bid Contingency Package 1. Sunshine Building and Development Corporation $52,510.53* 449A311 2. Georgetown Enterprises, Inc. $149,735.30 !A6 TOTAL $202,245.83(1) Notes: 1. If both bid packages were awarded to the low bidder (e.g., Sunshine Building and Development Corporation), the total cost would be$168,115.08($115,604.55+52,510.53), or approximately seventeen percent(17%)less than the total cost if the low bidder and second low bidder were awarded the contracts as shown in this table. 2. If the order of the contractors in this table were switched(e.g.,Bid Package j1-IA6 was awarded to Sunshine Building and Development Corporation and Bid Package 1-19A31, was awarded to Georgetown Enterprises), the total cost would be$200,197.35($115,604.55+$84,592.80). PEC/PROFESSIONAL ENGINEERING CONSULTANTS Letter To Mr. Jim Shira August 26, 1996 0E-257.G09 Page 4 1.5 Closing Statements The use of pre-qualified contractors appears to have resulted in substantial cost savings to the City. The combined preliminary cost estimate for these projects was$442,340(exclusive of add-ons such as mobilization, contingencies, etc.), while the sum of the two (2) apparent low bids is $ 202,246 (as recommended within Section 1.4 of this letter), resulting in an apparent savings to the City of$240,094. If you have any questions or need any additional information, please do not hesitate to contact me directly at 422-8062. Respectfully, PEC/PROFESSIONAL ENGINEERING CONSULTANTS, INC. Greg A. Teague, P.E. Project Engineer/Associate cc: Ken Hooper, PEC David Hamstra, PEC Les Palmer, PEC File 0E-227(1-1.0) PEC/PROFESSIONAL ENGINEERING CONSULTANTS ATTACHMENT "A" ATTACHMENT "B" ATTACHMENT"B" PUNCH LIST OF INCOMPLETE ITEMS WITHIN SUBMITTED BIDS BID PACKAGE`1-1;46 • 1. Sunshine Building and Development Corporation • Section 00410 Bid Bond On page 1, the penal sum has not been specified. • Section 00482 Sworn Statement On Public Entity Crimes On page 2, the valid through date has not been specified. 2. Georgetown Enterprises, Inc. • All information is complete. 3. Fossitt Groundwork, Inc. ♦ Section 00410 Bid Bond The Bid Bond form has not been completed. Instead, a letter from their bonding agent has been included, but no penal sum is specified within the letter. • Section 00301-A Compliance With Florida Trench Safety Act The table of values has not been filled out. As stated at the bottom of this form, "Failure to complete this form may result in the bid being declared non-responsive" • Section 00482 Sworn Statement On Public Entity Crimes On page 2, the valid through date has not been specified. 4. JCB Construction, Inc. • • All information is complete. ATTACHMENT"B" PUNCH LIST OF INCOMPLETE ITEMS WITHIN SUBMITTED BIDS BID PACKAGE f1-194311 1. Sunshine Building and Development Corporation • Section 00410 Bid Bond On page 1, the penal sum has not been specified. • Section 00482 Sworn Statement On Public Entity Crimes On page 2, the valid through date has not been specified. 2. Georgetown Enterprises, Inc. • All information is complete. 3. Fossitt Groundwork, Inc. • Section 00410 Bid Bond The Bid Bond form has not been completed. Instead, a letter from their bonding agent has been included, but no penal sum is specified within the letter. • Section 00301-A Compliance With Florida Trench Safety Act This form is missing. • Section 00482 Sworn Statement On Public Entity Crimes On page 2, the valid through date has not been specified. 4. JCB Construction, Inc. • All information is complete. 08/21/96 0E257BID.WK4 SCHEDULE OF BID ITEMS CITY OF OCOEE CONTRACTOR'S UNIT COSTS AND BASE BIDS COMPARISON CAPITAL IMPROVEMENT PROJECT NO.1 . 131D N1IMBEB 1-1.A6 Sunshine Georgetown Fossitt JCB Maximum Minimum Average Base Bid Description Estimated Unit Price Unit Price Unit Price Unit Price Unit Price Unit Price Unit Price Item No. Quantity Unit (in numbers) (in numbers) (in numbers) (in numbers) (in numbers) (in numbers) (in numbers) 1.1 6"UNDERDRAIN PIPE... 1,304.0 LF $23.94 $25.00 $18.00 $28.50 $28.50 $18.00 $23.86 1.2 6"PVC PIPE... 221.0 LF $9.38 $18.00 $14.00 $20.00 $20.00 $9.38 $15.35 1.3 6"PVC CLEANOUTS... 10.0 EA $100.00 $350.00 $150.00 $115.00 $350.00 $100.00 $178.75 1.4 CORE BORE... 1.0 EA $480.00 $500.00 $750.00 $900.00 $900.00 $480.00 $657.50 1.5 EXISTING CONCRETE DRIVEWAY 418.0 SY $20.00 $35.00 $77.25 $60.00 $77.25 $20.00 $48.06 REMOVAL AND REPLACEMENT 1.6 TRENCH SODDING 292.2 SY $9.70 • $3.00 $4.75 $3.00 $9.70 $3.00 $5.11 1.7 RESTORATION OF PROP... 1.0 LS $10,544.00 $3,456.00 $13,368.00 $12,000.00 $13,368.00 $3,456.00 $9,842.00 1.8 PATIO DRAIN SYSTEM 1.0 LS $816.00 $2,750.00 $900.00 $3,000.00 $3,000.00 $816.00 $1,866.50 TOTAL BASE BID WITHOUT CONTINGENCY $57,325.08 $62,290.60 $76,762.45 $84,590.60 Engineer's Estimate Apparent Low Bidder's Estimate Total Price Difference Base Bid Description Estimated Unit Price Unit Price Total Price Unit Price Total Price Item No. Quantity Unit (in words) (in numbers) (in numbers) (in numbers) (in numbers) (in numbers) (in percent) 1.1 6"UNDERDRAIN PIPE... 1,304.0 LF $25.00 $32,600.00 $23.94 $31,217.76 $1,382.24 4.24% 1.2 6"PVC PIPE... 221.0 LF $17.00 $3,757.00 $9.38 $2,072.98 $1,684.02 44.82% 1.3 6"PVC CLEANOUTS... 10.0 E/ $175.00 $1,750.00 $100.00 ' $1,000.00 $750.00 42.86% 1.4 CORE BORE... 1.0 EA $500.00 $500.00 $480.00 $480.00 $20.00 4.00% 1.5 EXISTING CONCRETE DRIVEWAY 418.0 SY $91.00 $38,038.00 $20.00 $8,360.00 $29,678.00 78.02% REMOVAL AND REPLACEMENT . • 1.6 TRENCH SODDING 292.2 SY $2.00 $584.40 $9.70 $2,834.34 ($2,249.94) -385.00% 1.7 RESTORATION OF PROP... 24.0 EA/LS $400/LOT x $400.00 $9,600.00 $10,544.00 $10,544.00 ($944.00) -9.83% (24 LOTS) 1.8 PATIO DRAIN SYSTEM 1.0 LS $600.00 $600.00 $816.00 $816.00 ($216.00) -36.00% TOTAL BASE BID WITHOUT CONTINGENCY $87,429.40 $57,325.08 $30,104.32 34.43% 08/21/96 OE257BID.WK4 SCHEDULE OF BID ITEMS CITY OF OCOEE CONTRACTOR'S UNIT COSTS AND BASE BIDS COMPARISON CAPITAL IMPROVEMENT PROJECT NO.6 131D NUMBER 1-1AQ Sunshine Georgetown Fossitt JCB - Maximum Minimum Average Base Bid Description Estimated Unit Price Unit Price Unit Price Unit Price Unit Price Unit Price Unit Price Item No. Quantity Unit (In numbers) (in numbers) (in numbers) (in numbers) (in numbers) (in numbers) (in numbers) 6.1 6"UNDERDRAIN PIPE... 1,861.0 LF $12.85 $25.00 $18.00 $28.50 $28.50 $12.85 $21.09 6.2 6"PVC PIPE... 599.0 LF $7.80 $18.00 $14.00 $20.00 $20.00 $7.80 $14.95 6.3 6"PVC CLEANOUTS... • 17.0 EA $81.00 $350.00 $150.00 $115.00 $350.00 $81.00 $174.00 6.4 CORE BORE... 11.0 EA $202.50 $500.00 $750.00 $900.00 $900.00 $202.50 $588.13 6.5 EXISTING CONCRETE DRIVEWAY 107.3 SY $58.80 $35.00 $77.25 $60.00 $77.25 $35.00 $57.76 REMOVAL AND REPLACEMENT 6.6 TRENCH SODDING 477.4 SY $8.20 $3.00 $4.25 $3.00 $8.20 $3.00 $4.61 6.7 RESTORATION OF PROP... 1.0 LS $1,100.25 $2,500.00 $8,912.00 $9,000.00 $9,000.00 $1,100.25 $5,378.06 TOTAL BASE BID WITHOUT CONTINGENCY $43,514.72 $76,444.70 $71,913.88 $93,743.70 Engineer's Estimate Apparent Low Bidders Estimate Total Price Difference Base Bid Description Estimated Unit Price Unit Price Total Price Unit Price Total Price Item No. Quantity Unit (in words) (in numbers) (In numbers) (in numbers) (in numbers). (in numbers) (in percent) 6.1 6"UNDERDRAIN PIPE... 1,861.0 LF $25.00 $46,525.00 $12.85 $23,913.85 $22,611.15 48.60% 6.2 6"PVC PIPE... 599.0 LF $17.00 $10,183.00 $7.80 $4,672.20 $5,510.80 54.12% 6.3 6"PVC CLEANOUTS... 17.0 EA $175.00 $2,975.00 $81.00 $1,377.00 $1,598.00 53.71% 6.4 CORE BORE... 11.0 EA $500.00 $5,500.00 $202.50 $2,227.50 $3,272.50 59.50% 6.5 EXISTING CONCRETE DRIVEWAY ' 107.3 SY $91.00 $9,764.30 $58.80 $6,309.24 $3,455.06 35.38% REMOVAL AND REPLACEMENT 6.6 TRENCH SODDING 477.4 SY $2.00 $954.80 $8.20 $3,914.68 ($2,959.88) -310.00% 6.7 RESTORATION OF PROP... 16.0 EA/LS $400/LOT x $400.00 $6,400.00 $1,100.25 $1,100.25 $5,299.75 82.81% (16 LOTS) TOTAL BASE BID WITHOUT CONTINGENCY $82,302.10 $43,514.72 $38,787.38 • 47.13% • 08/21/96 0E257BID.W K4 SCHEDULE OF BID ITEMS CITY OF OCOEE CONTRACTOR'S UNIT COSTS AND BASE BIDS COMPARISON CAPITAL IMPROVEMENT PROJECT NO.19 BJD[SLUMBER 1-19A31 Sunshine Georgetown Fossitt JCB Maximum Minimum Average Base Bid Description / Estimated Unit Price Unit Price Unit Price Unit Price Unit Price Unit Price Unit Price Item No. Quantity Unit (in numbers) (in numbers) (in numbers) (in numbers) (in numbers) (in numbers) (in numbers) 19.1 6"UNDERDRAIN PIPE... 1,584.0 LF $15.22 $25.00 $18.00 $28.50 $28.50 $15.22 $21.68 19.2 6"PVC PIPE... 446.0 LF $7.00 . $18.00 $14.00 $20.00 $20.00 $7.00 $14.75 19.3 6"PVC CLEANOUTS... 13.0 EA $96.60 $350.00 $150.00 $115.00 $350.00 $96.60 $177.90 19.4 CORE BORE... 9.0 EA $180.00 $500.00 $750.00 $900.00 $900.00 $180.00 $582.50 19.5 EXISTING CONCRETE DRIVEWAY 69.3 SY $65.80 $35.00 $77.25 $60.00 $77.25 $35.00 $59.51 REMOVAL AND REPLACEMENT 19.6 TRENCH SODDING 311.1 SY $9.00 $3.00 $4.75 $3.00 $9.00 $3.00 $4.94 19.7 RESTORATION OF PROP... 1.0 LS $822.00_ $3,456.00 $12,254.00 $9,000.00 $12,254.00 $822.00 $6,383.00 TOTAL BASE BID WITHOUT CONTINGENCY $38,288.12 $63,492.80 $62,541.15 $77,750.30 Engineer's Estimate Apparent Low Bidder's Estimate Total Price Difference Base Bid Description Estimated Unit Price Unit Price Total Price Unit Price Total Price Item No. Quantity Unit (in words) (in numbers) (in numbers) (in numbers) (in numbers) (in numbers) (in percent) 19.1 6"UNDERDRAIN PIPE... 1,584.0 LF $25.00 $39,600.00 $15.22 $24,108.48 $15,491.52 39.12% 19.2 6"PVC PIPE... 446.0 LF $17.00 $7,582.00 $7.00 $3,122.00 $4,460.00 58.82% 19.3 6"PVC CLEANOUTS... 13.0 EA $175.00 $2,275.00 $96.60 $1,255.80 $1,019.20 44.80% 19.4 CORE BORE... 9.0 EA $500.00 $4,500.00 $180.00 $1,620.00 $2,880.00 64.00% 19.5 EXISTING CONCRETE DRIVEWAY 69.3 SY $91.00 $6,306.30 $65.80 $4,559.94 $1,746.36 27.69% REMOVAL AND REPLACEMENT 19.6 TRENCH SODDING 311.1 SY $2.00 $622.20 $9.00 $2,799.90 ($2,177.70) -350.00% 19.7 RESTORATION OF PROP... 22.0 EA/LS $400/LOT x $400.00 $8,800.00 $822.00 $822.00 $7,978.00 90.66% (22 LOTS) TOTAL BASE BID WITHOUT CONTINGENCY $69,685.50 $38,288.12 $31,397.38 45.06% 08/21/96 0E257BID.WK4 SCHEDULE OF BID ITEMS CITY OF OCOEE CONTRACTOR'S UNIT COSTS AND BASE BIDS COMPARISON CAPITAL IMPROVEMENT PROJECT NO.31 BAD N_UMHEQ 1-19.931. Sunshine Georgetown Fossitt JCB Maximum Minimum Average Base Bid Description Estimated Unit Price Unit Price Unit Price Unit Price Unit Price Unit Price Unit Price Item No. Quantity Unit (in numbers) (in numbers) (in numbers) (in numbers) (in numbers) (in numbers) (in numbers) 31.1 6"UNDERDRAIN PIPE... 304.0 LF $11.82 $25.00 $18.00 $28.50 $28.50 $11.82 $20.83 31.2 6"PVC PIPE.:. 48.0 LF $7.25 $18.00 $14.00 $20.00 $20.00 $7.25 $14.81 31.3 6"PVC CLEANOUTS... 2.0 EA $87.00 $350.00 $150.00 $115.00 $350.00 $87.00 $175.50 31.4 CORE BORE... 2.0 EA $180.00 $500.00 $750.00 $900.00 $900.00 $180.00 $582.50 31.5 EXISTING CONCRETE DRIVEWAY 6.2 SY $48.40 $35.00 $77.25 $60.00 $77.25 $35.00 $55.16 REMOVAL AND REPLACEMENT • 31.6 TRENCH SODDING 73.0 SY $6.85 $3.00 $4.75 $3.00 $6.85 $3.00 $4.40 31.7 RESTORATION OF PROP... 1.0 LS $235.00 $2,000.00 $1,114.00 $9,000.00 $9,000.00 $235.00 $3,087.25 TOTAL BASE BID WITHOUT CONTINGENCY $5,510.41 $12,600.00 $9,883.70 $21,245.00 Engineer's Estimate Apparent Low Bidder's Estimate Total Price Difference Base Bid Description Estimated Unit Price Unit Price Total Price Unit Price Total Price Item No. Quantity Unit (In words) (in numbers) (in numbers) (in numbers) (in numbers) (in numbers) (in percent) 31.1 6"UNDERDRAIN PIPE... 304.0 LF $25.00 $7,600.00 $11.82 $3,593.28 $4,006.72 52.72% 31.2 6"PVC PIPE... 48.0 LF $17.00 $816.00 $7.25 $348.00 $468.00 57.35% 31.3 6"PVC CLEANOUTS... 2.0 EA $175.00 $350.00 $87.00 $174.00 $176.00 50.29% 31.4 CORE BORE... 2.0 EA $500.00 $1,000.00 $180.00 $360.00 $640.00 64.00% 31.5 EXISTING CONCRETE DRIVEWAY 6.2 SY $91.00 $564.20 $48.40 $300.08 $264.12 46.81% REMOVAL AND REPLACEMENT 31.6 TRENCH SODDING 73.0 SY . $2.00 $146.00 $6.85 $500.05 ($354.05) -242.50% 31.7 RESTORATION OF PROP... 2.0 EA/LS $400/LOT x $400.00 $800.00 $235.00 $235.00 $565.00 70.63% (2 LOTS) . TOTAL BASE BID WITHOUT CONTINGENCY $11,276.20 $5,510.41 $5,765.79 51.13%