Loading...
HomeMy WebLinkAbout1999 01 25 Consent Item B COMMISSION AGENDA ITEM B CONSENT X INFORMATIONAL PUBLIC HEARING REGULAR January 25, 1999 Meeting MGR V IDEPT /.LJ-- Authorization REQUEST: Public Works Department Requesting Authorization to Enter into a Contractual Agreement for Street Resurfacing PURPOSE: The purpose of this Board item is to request authorization to enter into a contractual" agreement with Orlando Paving Company for street resurfacing at a cost of $110,910.32 plus a 10% contingency. CONSIDERATIONS: This project is needed to resurface City streets to extend their useful life. Bids for this resurfacing project were opened on December 16, 1998 under Bid # ITB-005-99-AH. The low bidder was OPC - Orlando Paving Company of Orlando, Florida, with a bid $110,910.32. Orlando Paving Company included the addendum in their base bid. The bid scope of work includes resurfacing, manhole adjustment rings, blue hydrant reflectors on the following streets; Northern Way (Winter Springs Blvd. to Duncan Dr.), Gator Lane, Sybilwood Circle, Clubwood Court Carrington Ave., Carrington Ct., Warrington St., Tiverton St., Kentstown Ct., Stockport St., White Dove Dr., Daron Ct., Jeffrey Ct, and West Water Reclamation Facility driveway. January 25, 1999 Consent Agenda Item B Page 2 FUNDING: The resurfacing was budgeted in the current fiscal year at a total estimated cost of $110,000.00. The bid cost for the street resurfacing is $110,910.32 of which $92,045.72 is payable from the Transportation Improvement Fund - Capital Improvements line code (4411- 56310) and $18,864.60 from the Utility Capital Improvement line code (3600-56310). Funds would be expended over the next 120 days. RECOMMENDATION: It is recommended that authorization be given to enter into a contractual agreement with OPC - Orlando Paving Company for street resurfacing at a cost of$110,910.32 plus a 10% contingency of which $92,045.72 is payable from the Transportation Improvement Fund Capital Improvements line code (4411-56310) and $18,864.60 from the Utility Enterprise Fund Capital Improvements line code (3600-56310). IMPLEMENTATION SCHEDULE: The scope of work will be completed within 120 days of approval. ATTACHMENTS: 1. Agreement Form 2. City Clerk Bid #ITB-005-99-AH Tabulation COMMISSION ACTION: ATTACHMENT NO.1 Page L L of27 PROPOSAL AND AGREEMENT It is intended that payment for all work done under the Contract Documents, including the furnishing of all labor, equipment and materials and the performing of all operations in connection with the construction of NEW WEARING COURSE OF NO LESS THAN ONE (1) INCH OF COMPACTED TYPE I or S-3 ASPHALTIC CONCRETE ON CERTAIN DESIGNATED CITY STREETS will be made under the following pay items. Other work for which there is not a pay item will be considered included in the contract Unit Price for the various pay items and no additional compensation will be allowed. A mix design will be required to be submitted to the City Engineer for approval. If recycled asphalt-concrete is used, it must be less than 30 percent and must be shown on the mix design. The Owner reserves the right to alter the Plans, extend or shorten the improvement, add such incidental work as may be necessary, and increase or decrease the quantities of work to be performed to accord with such changes, including the deduction or cancellation of any one or more of the Pay Items. Such changes shall not be considered as a waiver of any conditions of the Contract nor to invalidate any of the provisions thereof. A supplemental agreement between the contractor and the Owner will be required when such changes involve a net increase or decrease in the total amount of the original contract of more than twenty-five percent (25 %). Should such changes result in changes in the quantities of the work to be performed, the Contractor will accept payment according to Contract Unit Prices for such items of work as appear in the original contract. The work will be done in compliance with the contract Documents :and paid for under the Pay Items herein listed. Quantities shown on the Plans shall govern over those shown herein. The contractor shall take no advantage of any apparent error or omission in the Plans or Specifications, and the Engineer shall be permitted to make such corrections and interpretations as may be deemed necessary for the fulfillment of t~e intent of the contract Documents. The undersigned agrees that his Bid as stipulated herein shall be valid for a period of thirty (30) days from that date of this Bid opening. The proposal guaranty of the three lowest bidders shall be held for that period or until an award of the contract is made. The undersigned agrees to start construction of this project within 30 calendar days after notice of award of contract and notice to proceed, and to guarantee completion of the work within 45 calendar days thereafter. Page 12 of 27 SIGNATURE PAGE FOR THE CONTRACTOR FOR THE CITY OF WINTER SPRINGS SIGNA TURE SIGNA TURE NAME Ronald W. McLemore NAME TITLE City Manager TITLE NAME OF CONTRACTOR DATE ADDRESS NOTARY PUBLIC A TT ACHMENT NO. 2 CITY OF WINTER SPRINGS, FLORIDA 1126 EAST STATE ROAD 434 WINTER SPRINGS, FLORIDA 32708-2799 Telephone (407) 327-1800 STREET RESURFACING BID NUMBER: ITB-OOS-99-AH BID OPENING DATE: December 16, 1998 The Bid Opening Was Called By: Ms. Nancy Yobomik Purchasing Department Bid Opened: Bid Closed: 3:00 p.m. 3:06 p.m. Two (2) Bids Received: 1. ORLANDO PAYING COMPANY POST OFFICE BOX 547186, ORLANDO, FLORIDA 32854-7186 TELEPHONE: (407) 740-5779 FACSIMILE: (407) 623-3809 BASE BID: $110,910.32 2. APAC FLORIDA, INC. 655 STATE ROAD 419, WINTER SPRINGS, FLORIDA 32708 TELEPHONE: (407) 327-0470 FACSIMILE: (407) 327-6923 BASE BID: $ 97,864.60 2ND ADDENDUM: $ 26,633.75 ~ Andrea Lorenzo-L es Deputy City Clerk City of Winter Springs I Copy: Mr. Kip Lockcuff, Director, Public Works/Utility Department Ms. Nancy Yobomik, Purchasing Department DOCSlbids/resu I ts/r y98 99/99-005 .doc ..-- -- "..'''''-.'"^",,:,' , Page 11 of27 PROPOSAL AND AGREEMENT It is intended that payment for all work done under the Contract Documents, including the furnishing of all labor, equipment and materials and the performing of all operations in connection with the construction of NEW WEARING COURSE OF NO LESS THAN ONE (1) INCH OF COMPACTED TYPE I or S-3 ASPHALTIC CONCRETE ON CERTAIN DESIGNATED CITY STREETS will be made under the following pay items. Other work for which there is not a pay item will be considered included in the contract Unit Price for the various pay items and no additional compensation will be allowed. A mix design will be required to be submitted to the City Engineer for approval. If recycled asphalt-concrete is used, it must be less than 30 percent and must be shown on the mix design. The Owner reserves the right to alter the Plans, extend or shorten the improvement, add such incidental work as may be necessary, and increase or decrease the quantities of work to be performed to accord with such changes, including the deduction or cancellation of any one or more of the Pay Items. Such changes shall not be considered as a waiver of any conditions of the Contract nor to invalidate any of the provisions thereof. A supplemental agreement between the contractor and the Owner will be required when such changes involve a net increase or decrease in the total amount of the original contract of more than twenty-five percent (25 %). Should such changes result in changes in the quantities of the work to be performed, the Contractor will accept payment according to Contract Unit Prices for such items of work as appear in the original contract. The work will be done in compliance with the contract Documents and paid for under the Pay Items herein listed. Quantities shown on the Plans shall govern over those shown herein. The contractor shall take no advantage of any apparent error or omission in the Plans or Specifications, and the Engineer shall be permitted to make such corrections and interpretations as may be deemed necessary for the fulfillment of the intent of the contract Documents. The undersigned agrees that his Bid as stipulated herein shall be valid for a period of thirty (30) days from that date of this Bid opening. The proposal guaranty of the three lowest bidders shall be held for that period or until an award of the contract is made. The undersigned agrees to start construction of this project within 30 calendar days after notice of award of contract and notice to proceed, and to guarantee completion of the work within 45 calendar days thereafter. '""""","" . . , .. . SIGNATURE PAGE FOR THE CONTRACTOR NAME s III Vice President TITLE ORLANDO PAVING CO., A D1V. OF HUBBARD CONSTRUCTION CO. NAME OF CONTRACTOR f O. I];ox 6Jf?J'6f, O/<L/);JJ)O P? 3z~5Jf~7)Zb ADDRESS ) Otv 1-- ,..- ~."'f 'tit...:" ~ii'" REGlNAA8ROVVN :, * * MyCo/Yl'YllnlOnOCilll1P , ~ ~., ExpirM JUU3.1_~. " ~ ~ ' -~ ., ."u , ' FOR THE CITY OF WINTER SPRINGS _~ IJ '1ft/J-- --' SIGNA TURE Ronald W. McLemore NAME City Manager TITLE ~/Z,. /&1.19 DATE ' ~5(. Page 120f27