Loading...
HomeMy WebLinkAbout2003 07 14 Consent E Sewer Force Main Improvements COMMISSION AGENDA ITEM E CONSENT X INFORMATIONAL PUBLIC HEARING REGULAR July 14, 2003 Meeting MGR hEPT /~ I Authorization REQUEST: Utility Department Requesting City Commission Approval to enter into a contract for the construction of Sewer Force Main Improvements PURPOSE: The purpose of this Board item is to request authorization to enter into a contractual agreement with Prime Construction Group, Inc. to construct sewer force main as advertised under Bid ITB-016-03/KL to permit the development of the new Utility/Public Works Compound. CONSIDERA TIONS: This project is part of the planned expansion of the Sewer system to permit the development of the proposed UtilitylPublic Works Compound and other adjacent properties. The bids for this project were opened on June 25,2003, under ITB 016-03/KL. There were four (4) bids received. The low bidder was Prime Construction Group, Inc. at $138,732.00. The Prime Construction Group, Inc. submittal meets the requirements delineated in the ITB. The City Clerks summary is attached. The scope of work includes the installation of an 8-inch force main from Moss Road near Cory Lane, under S.R. 419 to Old Sanford Oviedo Road and the UtilitylPublic Works Compound site. The new elementary will also be using this force main which is the reason why this project is being constructed early. FUNDING: The funding for this project is budgeted in the current fiscal year under the Capital Improvements - 2000 Utility Fund. The amount budgeted for this project is $140,000,00. 071403_ Concwt_ Eforce _ Main_Bid doc Consent Agenda Item E July 14, 2003 Page 2 RECOMMENDA TION: It is recommended that authorization be given to enter into a contractual agreement with Prime Construction Group, Inc. to proceed with the construction of this force main as advertised under ITB-O 16-03/KL at a cost of $13 8,732 plus a 10% contingency payable from the Utility 2000 Construction Fund. IMPLEMENTA TION SCHEDULE: The scope of work will be completed within 90 days of approvaL ATTACHMENTS: 1. City Clerk Bid summary 2. Project Coordinator recommendation 3. COMMISSION ACTION: 071403_ Concent_ Eforce _ Main _ Bid.doc "j Attachment No.1 BID NUMBER: ITB-016-03/KL "SANIT:A-:RYSEWER FORCE MAIN IMPROVEMENTS BID CLOSING: JUNE 25, 2003 Bid Closing Was Called By: Nancy Vobornik, Purchasing Coordinator Bid Opened: Bid Closed: 3 :00 p.m. 3:03 p.m. Witnesses: Kipton Lockcuff, Public Works/Utility Department, Director Holly Pierstorff, Assistant to the City Clerk Four (4) Bids Received: 1. CATHCART CONTRACTING COMPANY AGENT: JOHN T. CATHCART, PRESIDENT ADDRESS: 1757 WEST BROADWAY STREET #3, OVIEDO, FLORIDA 32765 TELEPHONE: (407) 366-1022 FACSlMILIE: (407) 977-8349 BID AMOUNT: $229,781.41 2. MASCI CORPORATION AGENT: LEONEL MASCI, PRESIDENT ADDRESS: 5752 SOUTH RIDGE WOOD AVENUE, HARBOR OAKS, FLORIDA 32127 TELEPHONE: (386) 322-4500 F ACSlMILIE: (386) 322-4600 BID AMOUNT: $145,469.00 3. GffiBS & REGISTER, INe. AGENT: JOHN W. GmBS, PRESIDENT ADDRESS: 530 SOUTH MAIN STREET, WINTER GARDEN, FLORIDA 34787 TELEPHONE: (407) 654-6133 F ACSlMILE: (407) 654-6134 BID AMOUNT: $169,000.00 4. PRIME CONSTRUCTION GROUP, INe. AGENT: REYNOLDS C. HOLIMAN, VICE PRESIDENT ADDRESS: 1000 JETSTREAM DRIVE, ORLANDO, FLORIDA 32824 TELEPHONE: (407) 856-8180 FACSIMLE: (407) 856-8182 BID AMOUNT: $138,732.00 Holly Pierstorff, Assistant to the City Clerk City of Winter Springs Copy: Mr. Kip Lockcuff', Director, Public Works!Utility Department Ms. Nancy Vobornik, Purchasing Department 071403_ Concent_Eforce _Main _ Bid.doc -: Attachment No.2 MEMORANDUM TO: Kip Lockcuff, P.E. Utilities Director FROM: George F. Edwards, P.E. Acting Capital Projects Coordinator RE: Bid Analysis, Bid # ITB-016-03/KL Sewer Force Main Improvements DATE: July 03,2003 On Wednesday, June 25, 2003, the City of Winter Springs received four bids for the Sanitary Sewer Force Main Improvements Project. The bids received were priced as follows: Company Prime Construction Group, Inc MASCI Corporation Gibbs and Register, Inc. Cathcart Contracting Company Base Bid $138,732.00 $145,469.00 $169,000.00 $229,781.41 EVALUATION OF RESPONSIVENESS The low bidder, Prime Construction Group, Inc., provided all required documentation with their bid to establish responsibility. The bid may be considered responsive. EVALUATION OF RESPONSIBILITY A review of the documents confirmed that the bidder met the responsibility criteria established in the contract. I spoke directly with the Agent of the company to confirm their bid price. They acknowledged the accuracy of the bid. FUNDING The low bid of $138,732.00 is in line the amount approved for this project ($140,000.00).. RECOMMENDATION: An award of this project to Prime Construction Group, Inc. in the amount of $138,732.00 is, in my opinion, in the best interest of the City. IMPLEMENTATION SCHEDULE The scope of work will be completed within 90 calendar days of the Notice to Proceed. 071403_ Concent _ Eforce _ Main _ Bid.doc r AGREEMENT FORM THIS AGREEMENT MADE THIS DAY OF , 200_ between the CITY OF WINTER SPRINGS of 1126 East State Road 434, Winter Springs, Florida 32708, Seminole County, State of Florida, herein referred to as OWNER and Prime Construction Group, Inc State of Florida, herein referred to as CONTRACTOR, a person duly licensed as a Contractor in the State of Florida, as follows: 1. DESCRIPTION OF WORK - CONTRACTOR shall perform the work, in accordance with the Contract Documents, for the construction of the Utility Compound Sanitary Force Main. 2. 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 are incorporated into this Contract by this reference, 3. CONTRACT TIME - The CONTRACTOR shall begin work within 10 days after the issuance of a written Notice to Proceed and shall complete the work within 90 calendar days from the date of the Notice to Proceed. Extensions, if any, are authorized by OWNER, and may only be granted in writing. 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 or 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 $500.00 for each day that expires after the time specified in Paragraph 4 for final completion until the work is finally complete, and that OWNER has paid to CONTRACTOR the consideration of Ten ($10.00) Dollars as consideration for this provision. 5. CONTRACT PRICE. UNIT PRICE CONTRACT - The OWNER will pay the CONTRACTOR in current funds for the performance of the work, subject to additions and deductions by Change Order, the Total Contract Price of One Hundred Thirtv Eiaht Thousand Seven Hundred Thirtv Two Dollars ($ 138.732.00). Payments will be made to the CONTRACTOR for actual quantities installed on the basis of the Schedule of Unit Prices included as a part of his Bid, which shall be as fully a part of the Contract as if attached or repeated herein. 6. PROGRESS PAYMENTS - OWNER shall make progress payments on account of the contract price to CONTRACTOR, on the basis of application for payments submitted to the City or their authorized representative, by CONTRACTOR as the work progresses, and in accordance with the Contract Documents, Progress payments may be withheld if: 00520-1 r .- (A) Work is found defective and not remedied; (B) Contractor does not make prompt and proper payments to subcontractors; (C) Contractor does not make prompts and proper payments for labor, materials, or equipment furnished him; (D) Another Contractor is damaged by an act for which Contractor is responsible; (E) Claims or liens are filed on the job; or (F) In the opinion of the City of Winter Springs, Contractor's work is not progressing satisfactorily. 7. FINAL PAYMENT - OWNER shall withhold up to 10% of the Contract Price throughout the project. The OWNER shall release 50% of the amount withheld upon issuance of the Substantial Completion Certificate. The remaining 50% of the amount withheld shall be released with the FinarPayment after the issuance of the Final Completion Certificate. OWNER shall make final payment to CONTRACTOR within thirty (30) days after the work is fully and properly completed, if the contract has been fully and timely performed, but subject to the condition that final payment shall not be due until 'CONTRACTOR has delivered to OWNER a complete release of liens arising out the contract, or receipt releases of lien fully covering all labor, materials and equipment for which a lien could be filed, or in the alternative a bond satisfactory to OWNER indemnifying him against such claims. By making payments OWNER does not waive claims including but not limited to those relating to: (A) Faulty work appearing after substantial completion has been granted; (B) Work that does not comply with the Contract Documents: (C) Outstanding claims of liens; or (D) Failure of Contractor to comply with any special guarantees required by the Contract Documents. . 8. DESIGNATION OF PROJECT DIRECTOR OR ARCHITECT OR ENGINEER: DUTIES AND AUTHORITY - The duties and authority of the City are as follows: a. General Administration of Contract. The primary function of the City is to provide the general administration of the contract. In performance of these duties George F. Edwards, P. E, or' his authorized representative is the City's Project Director during the entire period of construction, The OWNER, (City) may change the Project Director during the term of this contract. b. Insoections. Ooinions. and Proaress Reoorts. The OWNER shall be kept familiar with the progress and quality of the work by CONTRACTOR and may make periodic visits to the work site. The OWNER will not be responsible for the means of 00520-2 : construction, or for the sequences, methods, and procedures used therein, or for the CONTRACTOR's failure to perform the work in accordance with the Contract Documents. c. Access to Worksite for Inspections. The OWNER shall be given free access to the worksite at all times during work preparation and progress. The Project Director is not obligated to make exhaustive or continuous on site inspections to perform his duties of checking and reporting on work progress, and any such inspections shall not waive Owner's claim regarding defective work by Contractor, d. Interpretation of Contract Documents: Decisions on Disputes. The OWNER will be the initial interpreter of the contract document requirements, and make decisions on claims and disputes between Contractor and Owner. e. Reiection and Stoppaae of Work. The OWNER shall have authority to reject work which in its opinion does not conform to the Contract Documents, and in this connection may stop the work or a portion thereof, when necessary. f. Payment Certificates. The OWNER will determine the amounts owing to CONTRACTOR as the work progresses, based on CONTRACTORS applications and OWNERS inspections and observations, and will issue certificates for progress payments and final payments in accordance with the terms of the Contract Documents. 9. RESPONSIBILITIES OF CONTRACTOR - CONTRACTORS duties and rights in connection with the project herein are as follows: a. Responsibility for Supervision and Construction. CONTRACTOR shall be solely responsible for all construction under this contract, including the techniques, sequences, procedures and means, for the coordination of all work. CONTRACTOR shall supervise and direct the work, and give it all attention necessary for such proper supervision and direction, b. Discipline and Employment. CONTRACTOR shall maintain at all times strict discipline among his employees, and he agrees not to employ for work on the project any person unfit or without sufficient skill to perform the job for which he was employed. c, Furnishina of Labor, Materials, etc. CONTRACTOR shall provide. and pay for all labor, materials and equipment, including tools, construction equipment and machinery, utilities, including water, transportation, and all other facilities and services necessary for the proper completion of work on the project in accordance with the Contract Documents, d. Payment of Taxes: Procurement of Licenses and Permits. CONTRACTOR shall secure all licenses and permits necessary for proper completion of the work, paying the fees therefor. CONTRACTOR warrants that it (and subcontractors or tradesmen, if authorized in the Contract Documents) hold or will secure all trade or professional licenses required by law for CONTRACTOR to undertake the contract work. e. CONTRACTOR will provide written guarantee for work and materials for one (1) calendar year after acceptance by OWNER. 00520-3 ., r t 10. BOND - CONTRACTOR shall supply a materials, performance and payment bond(s) in accordance with Florida law and to the satisfaction of OWNER, in an amount specified in the Contract Documents. 11, 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 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, 12, NOTICES - Any notice or approval under this Contract shall be se t, postage prepaid, to the applicable party at the address shown on the first page of thi ontract. Signed, Sealed and Delivered in the presence of: a President 1000 Jet earn Drive Address an Telephone Orlando, lorida 32824 OWNER: CITY OF WINT~~ SPRINGS t~"~/~'~ By: R()n~ld W. McLemore City Manqger 1126 Ea$t State ,Road 434 Winter Springs, 'FL.. 32708 ' 407-327-1800 00520-4