Loading...
HomeMy WebLinkAbout1997 10 27 Consent Item B ,\ ~ t' COMMISSION AGENDA ITEM B REGULAR CONSENT X INFORMATIONAL _O~tQheL21,...122.1 Meeting MGR ~rI' !D~PT fr Authorization REQUEST: Public Works Requesting Authorization to Enter Into a Contract Agreement for the Repair of Northern Way Bridge PURPOSE: The purpose of this Board item is to request authorization to enter into a contract agreement with Sieg & Ambachtsheer, Inc. for repairs to the Northern Way Bridge at a cost of$48,925.00 plus a 10% contingency. CONSIDERATIONS: This project is needed to perform repairs to the retaining wall for the Northern Way Bridge over Bear Creek. The retaining wall has shifted approximately 12" since it was constructed in the 1980's. Failure to correct this lateral movement will eventually result in damage to the bridge approach and ultimately affect the integrity of the bridge. The bids for this project were solicited under Bid #97-027. The single bid was opened on September 24, 1997 as evidenced in the attached City Clerk summary. The sole bidder was Sieg & Ambachtsheer, Inc. of Orange City with a bid of$48,925.00. Our consultant has reviewed the contractors qualifications and references and has no objection. The CPH bid review is attached. The scope of work for this project includes all labor, equipment, and materials for the repairs to a retaining wall which is connected to the bridge and protects the structure from erosion. The repairs involve the use of grouting and a tie-back system. October 27, 1997 Consent Agenda Item B Page ~ FUNDING: Funds are available in the Bridge Repair line code of the Transportation Improvement Fund (104-54622) for this project which was budgeted at $50,000. The funds for this project will be expended within 90 days of issuance of the Notice To Proceed. RECOMMENDATION: It is recommend that authorization be given to enter into a contract agreement with Sieg & Ambachtsheer, Inc. for repairs to the Northern Way Bridge at a cost of $48,925.00 plus a 10% contingency payable from the bridge repair line code of the Transportation Improvement Fund. IMPLEMENTATION SCHEDULE: This work will be completed within 90 days of issuance of a Notice To Proceed. No permits are necessary. Construction is anticipated to begin approximately November 15, 1997. Road closures should only be intermittent although single lane restrictions will be more frequent. ATTACHMENTS: 1. Agreement Form 2. City Clerk Bid #97-027 Tabulation 3. Consultants Recommendation COMMISSION ACTION: Attachment No. 1 SECTION 00500 BID FORM AND AGREEMENT FORM 1. GENERAL 1.01 THIS AGREEMENT, made this _ day of, 199_, by and between (1) the Citv of Winter Sorinas , hereinafter called the OWNER, and (2) doing business as a (3) , and hereinafter called the CONTRACTOR. 1.02 WHEREAS, the OWNER and the CONTRACTOR are desirous of entering into an Agreement for construction of the ReDairs at Northern Wav Bridae by CONTRACTOR for OWNER. NOW, THEREFORE, for and in consideration of the mutual promises hereinafter exchanged the parties agree as follows: 1. Contract Documents - The Contract Documents consist of this Agreement; all Technical, General, and Supplementary Conditions and Sections contained in the Project Manual; the Drawings as listed on the Bid Form and Index to Drawings; all Addenda issued prior to and all Change Orders issued after execution of this Agreement. These form the Contract and all are as fully a part of the Contract as if attached to this Agreement or repeated herein. 2. Scooe of Work - The CONTRACTOR shall perform all work required by the Contract Documents for the construction of Reoalrs at Northern Wav Bridge . 3. Contract Time . The CONTRACTOR shall begin work within ten (10) days after the issuance of a written Notice to Proceed and shall complete the work within ninety (90) calendar days from the date of the Notice to Proceed. 4. Liauidated Damaaes - OWNER and CONTRACTOR recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss If the Work is not substantially complete within the time specified in Paragraph 3 above, plus any extensions thereof allowed in accordance with the General Conditions. They also recognize the delays, expense, and difficulties l;w<;>lved in proving in a legal arbitration proceeding the actual loss suffered by OWNER if the Work is not substantially complete on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty) CONTRACTOR shall pay OWNER $100.00 for each day that expires after the time specified in Paragraph 3 for final completion until the work is finally complete. . 5. Contract Price. Lumo Sum Contract - The OWNER will pay the CONTRACTOR in current funds for the performance of the work, subject to additions and deductions by Change Order, a Total Contract Price of 'Dollars ($ )for the base bid. The OWNER reserves the right to award the project to the lowest responsive bidder. Payments will be made to the CONTRACTOR based on the Lump Sum Bid amount, the Schedule of Values, and subject to completion of the work, in accordance with the Contract Documents, 6. Pavments - The OWNER will make payments as provided in the General Conditions and Supplementary Conditions. (1) OWNER (2) CONTRACTOR (3) Sole Proprietor, Partnership, or Corporation ....... 00500-1 I I 7. Enaineer - The Project has been designed by Conklin, Porter & Holmes-Engineers, Inc~, referred tq in the documents as the Engineer, whose authority during the progres,s of construction is defined in the General Conditions and Supplementary Conditions. I 8. .fumQ - CONTRACTOR shall supply a materials, performance and payment bond(s) in accordance with Florida law and to the satisfaction of OWNER. I 9. MediationNenue . The parties agree that should any dispute arise between them regarding the terms or performance of this Agreement, both parties will participate in a mediation. The parties agree to mutually select a mediator and in the event they cannot mutually agree upon. a mediator, one will be appointed by the American Arbitration Association. The parties agree to equally share the cost of the mediator. Should the parties fail to resolve their differences through mediation, then any cause of action filed hereunder shall be filed in the Circuit or County Court for Seminole County, Florida. I I 10. CONTRACTOR warrants the Reoairs at Northern Way Bridge will be fit for the City's intended use and purpose and will comply with all Federal and State laws and regulations. I 1,03 IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first above written. . . CONTRACTOR: - Name of Firm (Seal) By (Signature and Title) Attest OWNER:. The City of Winter Sorings Name of Firm (Seal) By: Ron McLemore, City Manager Attest END OF SECTION 00500a/winspgs/spec 00500-2 rtccacnm~nc no. L CITY OF WINTER SPRINGS, FLORIDA 1126 EAST STATE ROAD 434 WINTER SPRINGS, FLORIDA 32708.2799 Telephone (407) 327.1800 Project Title: REPAIRS AT NORTHERN WAY BRIDGE Bid Number: 97-027 Bid Opening Date: SEPTEMBER 24, 1997 The bid opening was called by: J.P. PETRENCSIK Bid Opened: Bid Closed: 2:02 P.M. 2:05 P.M. Present as witness: RON ESTEP, SUPERINTENDENT OF PARKS AND GROUNDS TERRY ZAUDTKE, CONSULTING ENGINEER NANCY VOBORNIK, PURCHASING SECRETARY Bid Bond Required: YES Performance Bond Required: YES One Bid Received: I. SIEG &: AMBACHTSHEER, INC., P.O. BOX 609, ORANGE CITY, FL 32763 IN THE AMOUNT OF $48,925.00. cc: Purchasing Department City Manager Public Works Department Attachment N. ::5 Conklin, ~orter and Holmes ENGINEERS, INC. o 1104 E. ROBINSON STREET @ f()) . ORLANDO, FLORIDA 32801.2092 P TEL 407 -425-0452 FAX # 407 -648-1036 October 13, 1997 Mr. Kipton Lockcuff, P.E. Utilities Director' City of Winter Springs 110 N. Flamingo Road Winter Springs, Florida 32708 RE: City of Winter Springs - Repairs at Northern Way Bridge Bid No. 97-027 CPH Project No. W0454 Dear Kip: On Wednesday, September 24, 1997, the City received bids for Repairs at Northern Way Bridge. Only one bid was received and a copy was reviewed. The following is a summary of the bidders and their associated bid prices: Contractor Base Bid Price Sieg and Ambachtsheer, Inc. $ 48,925.00 Engineer's Estimate of Probable Construction $ 50,000.00 Cost Sieg and Ambachtsheer, Inc. has not perfoffiled previous work for the City. A review of references and other data reveals that they are a capable and competent contractor and that they are able to perform the project work. We contacted four references with similar size and type projects and all references received were very positive. References spoke highly of their timeliness and project cleanup. They also stated that they got the project done without additional monetary claims. . In summary, we have no objection to the City's award of this project to Sieg and Ambachtsheer, Inc. based on available information and their bid price of $48,925.00. If you have any questions, please give me a call. Sincerely, CONKLIN, PORTER & HOLMES. ENGINEERS, INC. Terry audtke, P.E., DEE Senior Vice President TMZ/j a W0454.LOC/d4 l\ttachment No. J Conklin, rl!..orter and Holmes @ [;Q) lfl) ENGINEERS, INC. BID FORM AND AGREEMENT FORM GENERAL 1.01 THIS AGREEMENT, made this 2fl day of November 199 7 , by and between (1) the Citv of Winter Springs ,hereinafter called the OWNER, and 12) Sieg & Ambachtsheer Inc. doing business as a (3) Corporation ,and hereinafter called the CONTRACTOR. 1.02 WHEREAS, the OWNER and the CONTRACTOR are desirous of entering into an Agreement for construction of the Repairs at Northern Wav Bridge by CONTRACTOR for OWNER. NOW, THEREFORE, for and in consideration of the mutual promises hereinafter exchanged the parties agree as follows: 1. Contract Documents -The Contract Documents consist of this Agreement; all Technical, General, and Supplementary Conditions and Sections contained in the Project Manual; the Drawings as listed on the Bid Form and Index to Drawings; all Addenda issued prior to and all Change Orders issued after execution of this Agreement. These form the Contract and all are as fully a part of the Contract as if attached to this Agreement or repeated herein. 2. Scope of Work -The CONTRACTOR shall perform all work required by the Contract Documents for the construction of Repairs at Northern Way Bridge 3. Contract Time -The CONTRACTOR shall begin work within ten (10) days after the issuance of a written Notice to Proceed and shall complete the work within ninety (90) calendar days from the date of the Notice to Proceed. 4. Liquidated Damages -OWNER and CONTRACTOR recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not substantially complete within the time specified in Paragraph 3 above, plus any extensions thereof allowed in accordance with the General Conditions. They also recognize the delays, expense, and difficulties Involved in proving in a legal arbitration proceeding the actual loss suffered by OWNER if the Work is not substantially complete on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty) CONTRACTOR shall pay OWNER 5100.00 for each day that expires after the time specified in Paragraph 3 for final completion until the work is finally complete. 5. Contract Price, Lump Sum Contract - The OWNER will pay the CONTRACTOR in current funds for the performance of the work, subject to additions and deductions by Change Order, a Total Contract Price of Forty-eight Thousand Nine Hundred Twenty-five and 00/100 Dollars (5 48,925.00) for the base bid. The OWNER reserves the right to award the project to the lowest responsive bidder. Payments will be made to the CONTRACTOR based on the Lump Sum Bid amount, the Schedule of Values, and subject to completion of the work, in accordance with the Contract Documents. 6. Pavments -The OWNER will make payments as provided in the General Conditions and Supplementary Conditions. 11) OWNER 12) CONTRACTOR (3) Sole Proprietor, Partnership, or Corporation '_ 7. Engineer - The Project has been designed by Conklin, Porter &Holmes-Engineers, Inc., referred to in the documents as the Engineer, whose authority during the progress of construction is defined in the General Conditions and Supplementary Conditions. 8. Bond -CONTRACTOR shall supply a materials, performance and payment bond(s) in accordance with Florida law and to the satisfaction of OWNER. 9. MediationNenue -The parties agree that should any dispute arise between them regarding the terms or performance of this Agreement, both parties will participate in a mediation. The parties agree to mutually select a mediator and in the event they cannot mutually agree upon a mediator, one will be appointed by the American Arbitration Association. The parties agree to equally share the cost of the mediator. Should the parties fail to resolve their differences through mediation, then any cause of action filed hereunder shall be filed in the Circuit or County Court for Seminole County, Florida. 10. CONTRACTOR warrants the Repairs at Northern Wav Bridge will be fit for the City's intended use and purpose and will comply with all Federal and State laws and regulations. 1.03 IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first above written. CONTRACTOR: Name off F~rr~rr-1 ~^ .rr nd'tt1~e ant!'T;(tle) V.C. Lane, Vice President Attest OWNER: (Seal) (Seal) 2 The City of Winter Springs Name of Firm