Loading...
HomeMy WebLinkAbout2000 03 27 Consent A Contractual Agreement for Street Resurfacing COMMISSION AGENDA ITEM A CONSENT X INFORMATIONAL PUBLIC HEARING REGULAR March 27,2000 MGR V !DEPT J~ Meeting Authorization REQUEST: Public Works Department Requesting Authorization to Enter into a Contractual Agreement for Street Resurfacing and Central Winds Park Parking Lot Resurfacing PURPOSE: The purpose of this Board item is to request authorization to enter into a contractual agreement with AP AC-Florida, Inc.! Macasphalt Division for street resurfacing at a cost of$I13,348.85 and change order #1 at a cost of$33,231 for Central Winds Park parking lot improvements plus a 10% contingency. CONSIDERA TIONS: This project is needed to resurface City streets and the Central Winds Park parking lot to extend their useful life. Bids for the street resurfacing project were opened on February 23, 2000 under Bid # ITB-005-00-AH. The low bidder was, AP AC-Florida, Inc.! Macasphalt Division with a bid $113,348.85. The bid scope of work includes resurfacing, manhole adjustment rings, and blue hydrant reflectors on the following streets; Dunbar Drive, Dunbar Terrace, Galston Drive, Falkirk Drive, Elgin Drive, Stirling Drive, Grizzley Court. Cougar Court, Woodchuck Court., Papaya Lane (Trotwood Blvd. To Turkey Hollow Circle), Forest Creek Drive, Benchwood Drive, Little Fawn Court, Pheasant Circle, Ontario Court, Michigan Court, Marcus Court, Huron Court, Tioga Court, Keuka Court, Conesus Lane, Lamoka Court, Olean Court, Oswego Court, Waneta Court. Subsequent to the opening of Bid #ITB-005-00-AH for street resurfacing, AP AC March 27, 2000 Consent Agenda Item A Page 2 agreed to a change order to add the resurfacing of Central Winds Park at the bid resurfacing unit cost of $2.65/yard. The change order cost for the parking lot resurfacing is $33,231. FUNDING: The street resurfacing was budgeted in the current fiscal year from the Transportation Improvement Fund - Capital Improvement Resurfacing line code (4411-56310) at an estimated cost of $100,000.00. The cost of the street resurfacing is $113,348.85. The projected fund balance for September 30, 1999 was $19,570. The unaudited yearend reserve for the Transportation Improvement fund was significantly higher at $110,907.00 making additional funds available. The parking lot resurfacing was budgeted at $30,000 in the Parks and Recreation capital improvement line code. Funds will be transferred from within the Parks and Recreation budget to cover the $33,231. Funds would be expended over the next 90 days. RECOMMENDA TION: It is recommended that authorization be given to enter into a contractual agreement with AP AC-Florida, Inc.! Macasphalt Division for the street resurfacing at a cost of $113,348.85 and change order #1 at a cost of$33,231 for the Central Winds Park parking lot improvements plus a 10% contingency of which $113,348.85 is payable from the Capital Improvements line code (4411-56310) of the Transportation Improvement Fund and $33,231 is payable from the Parks and Recreation capital improvements line code (7200-56310). IMPLEMENTATION SCHEDULE: The scope of work will be completed within 90 days of approval. ATTACHMENTS: 1. Agreement Form 2. City Clerk Bid #ITB-005-00-AH Tabulation COMMISSION ACTION: ATTACHMENT 1 Page 11 of 29 PROPOSAL AND AGREEMENT THIS AGREEMENT, entered into this _day of , 2000, by and between the City of Winter Springs. Florida. (hereinafter referred to as "City"), and (hereinafter referred to as "Contractor"), provides as follows: WHEREAS, City is desirous of having certain City property maintained; and WHEREAS, Contractor is desirous of performing the maintenance of the properties, NOW, THEREFORE, for and in consideration of the mutual promises hereinafter made, the parties agree as follows: 1 . All Contract Documents are attached hereto as Exhibits and incorporated herein by reference. 2. 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 ASPHALT RESURFACING ON VARIOUS CITY STREETS - BID # ITB 005- OO/AH. Work involving new wearing course of no less than one (1) inch of compacted type 1 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 is a required submittal 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. 3. The City 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 anyone 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 City 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 %l. 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. 4. 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 Public Works Director shall be permitted to make such corrections and interpretations as may be deemed necessary for the fulfillment of the intent of the Contract Documents. ATTACHMENT 1 Page 12 of 29 5. The undersigned agrees that his Bid as stipulated herein shall be valid for a period of thirty (30) days from that date of this Sid opening. The proposal guaranty of the three lowest bidders shall be held for that period or until an award of the contract is made. 6. The Contractor warrants the STREET RESURFACING provided hereunder will be fit for the intended purposes and use of the City and per plan and specifications. 7. The contract may be cancelled in whole or part by the City or the Contractor, upon giving at least (30) days written notice prior to cancellation; EXCEPT that non- performance on the part of the Contractor will be grounds for termination. Termination will take place within five (5) days of notification. 8. The undersigned agrees to start construction of this project within twenty (30) calendar days after notice of award of contract and notice to proceed. Acceptance of this proposal, as indicated by the Owner's signature below shall constitute a working agreement between the Owner and the contractor for the construction of the proposed scope of work. The Owner reserves the right to reject any or all bids on the project. Prior to executing this bid, the bidder is to verify and concur with the field measurements of the streets to be resurfaced. The bidder understands that the quantities in this Proposal are approximate only and subject to increase or decrease, and should they be increased or decreased, he will perform the work at the unit prices bid herein. IN WITNESS WHEREOF, the parties hereto have executed this Proposal and Agreement as of the day and year first above written. CONTRACTOR: OWNER: THE CITY OF WINTER SPRINGS 1126 East State Road 434 Winter Springs, Florida 32708 By: By: Print: Print: Title: Title: ATTACHMENT 2 CITY OF WINTER SPRINGS 1126 EAST STATE ROAD 434 WINTER SPRINGS, FLORIDA 32708 PHONE (407) 327-1800 FACSIMILE (407) 327-4753 ASPHALT RESURFACING ON VARIOUS CITY STREETS BID NUMBER: ITB-005-00\AH BID OPENING: FEBRUARY 23, 2000 Bid Opening Was Called By: Ms. Nancy Vobomik Purchasing Department Bid Opened: Bid Closed: 3:00 p.m. 3:05 p.m. Six (6) Bids Received: 1. ORLANDO PAVING 1936 LEE ROAD, SUITE 235, WINTER PARK, FLORlDA 32789 TELEPHONE: (407) 740-5779 AMOUNT: $120,472.65 2. CENTRAL FLORIDA ASPHALT 7862 WEST IRLO BRONSON HIGHWAY, KISSIMMEE, FLORlDA 34747 TELEPHONE: (877) 638-5540 AMOUNT: $1-38,461.10 3. RANGER CONSTRUCTION INDUSTRIES 1801 SOUTH NOVA ROAD SOUTH DAYTONA, FLORlDA 32119 TELEPHONE: (904) 761-8383 AMOUNT: $139,434.80 4. E.J. BRENEMAN, L.P. 1117 SNYDER ROAD WEST LAWN, PA. 19609 TELEPHONE: (610)678-1913 AMOUNT: $130,432.51 5. THE MIDDLESEX CORPORATION 1335 THOMAS AVENUE LEESBURG, FLORlDA 34748-3223 TELEPHONE: (352)728-2800 AMOUNT: $151,770.72 <- 6. AP AC-FLORIDA, INCORPORATED 655 STATE ROAD 419 WINTER SPRINGS, FLORlDA 32708 TELEPHONE: (407)327-0470 1/5 AMOillir:(/J $113,348.85 I w..11.j.J) ~~ Tania Haas, Deputy City Clerk City of Winter Springs Copy: Mr. Kipton D. Lockcuff, Director, Public Works & Utility Department Ms. Nancy Vobomik, Purchasing Department DOCSlbi d sIres u I 151 fy9900100 -00 5 .doc ., Page 11 of29 PROPOSAL AND AGREEMENT THIS AGREEMENT, entered into this 6thday of April , 2000, by and between the City of Winter Sorings. Florida. (hereinafter referred to as "City"), and (hereinafter referred to as "Contractor"), provides as follows: WHEREAS, City is desirous of having certain City property maintained; and WHEREAS, Contractor is desirous of performing the maintenance of the properties, NOW, THEREFORE, for and in consideration of the mutual promises hereinafter made, the parties agree as follows: 1 . All Contract Documents are attached hereto as Exhibits and incorporated herein by reference. 2. 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 ASPHALT RESURFACING ON VARIOUS CITY STREETS - BID # ITB 005- OO/AH. Work involving new wearing course of no less than one (1) inch of compacted type 1 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 is a required submittal 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. 3. The City 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 anyone 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 City 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. 4. 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 Public Works Director shall be permitted to make such corrections and interpretations as may be deemed necessary for the fulfillment of the intent of the Contract Documents. - .. '\ .. .' Page 12 of 29 5. 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. 6. The Contractor warrants the STREET RESURFACING provided hereunder will be fit for the intended purposes and use of the City and per plan and specifications. 7. The contract may be cancelled in whole or part by the City or the Contractor, upon giving at least (30) days written notice prior to cancellation; EXCEPT that non- performance on the part of the Contractor will be grounds for termination. Termination will take place within five (5) days of notification. 8. The undersigned agrees to start construction of this project within twenty (30) calendar days after notice of award of contract and notice to proceed. Acceptance of this proposal, as indicated by the Owner's signature below shall constitute a working agreement between the Owner and the contractor for the construction of the proposed scope of work. The Owner reserves the right to reject any or all bids on the project. Prior to executing this bid, the bidder is to verify and concur with the field measurements of the streets to be resurfaced. The bidder understands that the quantities in this Proposal are approximate only and subject to increase or decrease, and should they be increased or decreased, he will perform the work at the unit prices bid herein. IN WITNESS WHEREOF, the parties hereto have executed this Proposal and Agreement as of the day and year first above written. CONTRACTOR: ~~Cr f7L.O~) ::r ~ ,-. (Q~ ~'-~\9 W\~~~ae By: ')1t,- "'_ P ri n t: /'A.t..o;a..v- Sa. ~~~CC:. Title: \j l<:e.. ~S.l~1-t'T' OWNER: THE CITY OF WINTER SPRINGS 1126 East State Road 434 Winter Springs, Florida 32708 By: If ~ t:../. -1u,:-,J) ,--=> , , Print: Ronald W. McLemore Title: City Manager