Loading...
HomeMy WebLinkAbout1996 02 12 Consent Item A COMMISSION AGENDA tf&~Y1rJrj ITEM A REGULAR CONSENT X INFORMATIONAL February 12. 1996 Meeting MGR~ IDEPT /1- Authorization REQUEST: Public Works Department/Stormwater Division is Requesting Authorization to Enter into a Contract Agreement for the Shore Road Culvert Replacement and Old Sanford/Oviedo Road Ditch Improvements. PURPOSE: The purpose of this Board item is to authorize the City Manager to enter into a contractual agreement with Prime Construction Group, Inc. for the Shore Road Culvert Replacement and Old Sanford/Oviedo Road Ditch Improvements at a cost of$97,500 plus a 10% contingency. CONSIDERATIONS: On December 20, 1995, bids for Bid #96-006 Shore Road Culvert Replacement and Old Sanford/Oviedo Road Ditch Improvements were opened. The low bidder was Prime Construction Group, Inc. of Orlando with a bid of$97,500.00. Prime Construction Group has previously performed satisfactory work for the City. The Shore Road Culvert Replacement is being done in anticipation of the Shore Road improvements being completed by the Seville Chase (Dr. Earley) project. The existing corrugated pipe under Shore Road for No Name Creek has been identified as a deficiency in the Stormwater Master Plan. The corrugated pipe is being replaced with a single box culvert. The Old Sanford/Oviedo Road Ditch Improvements are needed because the flow from the road currently drains down a ditch adjacent to the Grove Counseling Center. The ditch erosion continues to threaten the building and last year undermined the A/C pad. A pipe will be used to convey the road runoff and the ditch will be filled in. This will greatly improve our maintenance capability. All necessary easements are in place. FUNDING: This project was budgeted in the current fiscal year in the Stormwater Utility Department Capital Improvement Budget (#56310) and Maintenance (#54623) an estimated cost of$119,000. The bid cost is for $97,500 which is within budget. Funds for this item will be expended within 90 days of the issuance of the Notice To Proceed. RECOMMENDATION: I am recommending that the City Manager be authorized to enter into a contractual agreement with Prime Construction Group, Inc. for the construction of the Shore Road Culvert Replacement and Old Sanford/Oviedo Road Ditch Improvements at a cost of$97,500 plus a 10% contingency. The project would be fimded out of the Stormwater Utility Department Capital Improvement line code and Maintenance line code. IMPLEMENTATION SCHEDULE: The contract time for this project is 90 days. The SJRWMD permit for Shore Road has been conceptually approved but has not been received. The permit form SJR WMD for the ditch improvements has been received. Construction of the Shore Road culvert will close Shore Road form Stoner Road to Sailfish Road for a maximum of30 days. This section of Shore Road is not heavily traveled and the alternate route is Hayes Road. The Police and fire Departments will be notified of any road closures. This project should be completed by June 1, 1996. ATTACHMENTS: 1. Agreement Form 2. City Clerk Bid 96-006 Summary 3. Consulting Engineer Recommendation COMMISSION ACTION: Attachment No. 1 r SECTION 00500 .:' .d,.....~ ,.:"';~:; BID FORM AND AGREEMENT FORM 1. GENERAL -1.....-. .J ...'- 1.01 THIS AGREEMENT, made this _ day of , 199~, by and between The Citv of Winter Sprinos, hereinafter called the Owner, and P rim e Con s t r u c t ion G r 0 u pIn c . doing business as a Corporation, and hereinafter called the Contractor. 1.02 The Owner and Contractor agree as follows: A. 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. B. Scope of Work The Contractor shall perform all work required by the Contract Documents for the construction of the Shore Road Culvert Replacement .and the Old Sanford/Oviedo Road Ditch Improvements. C. Contract Time H_ _"_._ __ The Contractor shall begin work within 10 days after the issuance of a writt~n Notice to Proceed and shall complete the work within 90 calendar days from the date of the Notice to Proceed. D. 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 C 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 .$100.00 for each day that expires after the time specified in Paragraph C for final completion until the work is finally complete. . E. Contract Bid 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, the Total Contract Price of Ninety Seven--Thousand Five Hundred Dollars and zero cents ($97,50~O(ghis consists of Eighty Thousand Dollarsand zero cents ($ 80,O.OO.O~forthe Shore Road Project and S~y~gt8~~i~~~Wl~rsand zero_.. _ : cents ($ 17,500~OO for the Old Sanford/Oviedo Road Ditch Improvements. 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. j . I : ! I 00500-1 :1' ; I I 1 1 \ i. ........ , ~~. ::~" ,:.:;~.,~; ::y,": '. : 1.03 ... F. Payments The Owner will make payments as provided in the General Conditions and Supplementary Conditions. G. 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 Suppfeme~tary Conditions. IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first above written. '. " CONTRACTOR: ~rime tonstructio~ Group, Inc. Name of Firm ..: By (Signature and TitleJ: ... Attest: OWNER: City of Winter Sprinqs Name of Owner By (Signature and Title): Ron a 1 d W. -Me-Lema re , - City Ma nag e r Attest: END OF SECTION 00500-2 f Attachment No.2 p~ DEe 2 0 1995: CITY OF WI NTER SPRI NGS, FLORIDA 1126 EAST STATE ROAD 434 WINTER SPRINGS, FLORIDA 32708-2799 Telephone (407) 327-1800 CI r y Or- WIN fER SPRING~ City Manager PROJECT TITLE: Shore Rand Culvert Replacement and Old Sanford/Oviedo Road Ditch Improvemts BID NUMBER: 96-006 BID OPENING DATE: December 20.1995 The bid opening was called by: J.P. Petrencsik Title and Time: Purchasing Director 2:04 p.m. Bid opening was closed: 2: 11 p.m. Present as witness: Shirley Frankhouser. General Services Administrative Secretarv Teny Znudtke. Engineering Consultant Bid Bond Required: YES Performance Bond Required: NO --------------------------------------------------------------------------------------------------------------------------------- Four Bids Received: .1. WLW Construction, Inc., P.O. Box 377, Mt. Dora, FL 32757-0377 in the amount 0[$168,212.00. 2. Prime Construction Group Inc., 5528 Force Four Pkwy, Orlando, FL 32809 in the amount of$97,500.00. 3. Central Florida Envirorunental Corp., 1000 Savage Court, #215, Longwood, FL 32750 in the amount of$118,000.00. 4. Central Coast Contracting Corp., P.O. Box 1565, Palm Coast, FL 32035-1565 in th~ amount 0[$106,600.00. cc: Utilities City Mnnnger Purchasing ,. . Attacnment No.3 Conklin, ~orter and Holmes @ ~ ENGINEERS, INC. a 1104 E. ROBINSON STREET . ORLANDO, FLORIDA 32801-2092 . TEL 407-425-0452 FAX #407-648-1036 January 3, 1996 Mr. John Govoruhk City Manager City of Winter Springs 1126 E. S.R. 434 Winter Springs, Florida 32708 RE: City of Winter Springs - Shore Road and Wade Bt. Ditch Improvements- Bid No. 96-006 CPH Project No. W0448.00 If " Dear Mr. Govoruhk: On Wednesday, December 20, 1995, the City received bids for Shore Road and Wade Street Ditch Improvements at the various locations. Copies of the bids were made and provided to us for our review. The following is a summary of the bidders and their associated bid prices: Contractor Shore Road ~ Imal Street Prime Construction Group $80,000 $17,500 $ 97,500 Central Coast Contracting $61,600 $45,000 $106,600 Corp. Central FL. Environmental $78,460 $39,540 $118,000 Corp. WL W Construction, Inc. $105,040 $63,172 $169,212 Engineer's Estimate of $80,000 $20,000 $100,000 Probable Construction Cost A complete bid tabulation of all bids received is attached for your information. ,. .~ As can be seen in the summary, the two lowest bids were very competitive, and within 8 percent of each other. Prime Construction Group has previously performed work for the City. Their work on the other project was of good quality. We experienced problems with the control system on that project which was due to a subcontractor/supplier. 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. No mathematical errors or mistakes were found in our review of the submitted bids. In summary, we have no objection to the City's award of this project to Prime Construction based on available information and their base bid price of $97,500.00. If you have any questions, please give me a call. Sincerely, dtke, P .E., DEE Senior . e President TMZ/ja Enclosure: Bid Tabulation W044800.GOV/dJ : :~~. ~ :~:.~ :::: :~:~~~'~:~: .:.::;;~..:. ..... ..~:~;';; ;~: ",':'.' ~:.:::::.~:::::':,;..:... ....'. .,:. ,-, .. ~ ::dm.[LHJ Hnp~ :,:~:3; ~~~g~:~,~.::,:~~~ ;:;~-..~.~. .. r ;...... ?' f~: :. ~ : ;;:;.~;; ~:): :,;~.~;:~X;; :-~~-~,i ~:i-~i:ij~i:;;:;i:i.i,;~~~~;;::::::,:':,::::; ;::: :;;:?u,~~jn;~j~:~n;:j}tHEU .... ... :iiiiiii'ij1f;iii.t'jl,'iiii,,;jl'ii';;;i;i'iiji[if!'[iililii'l;i.t.:ii'i.t.::,:';:mimm'l:m:mm::~ipmt~:~9g~t~9N'::m;;::i::m:i;;I:;:lH:l;liti';imimmii.'::1;i'[;:mr;..mm;:[:;:Imm::,i'....:::,::"" . . . ............. ............. ....... ................................................. .... ITV' 0 F W ER'S' NGS..................... ........................................................................ ~r:::!~!!':'!:mi!"'i:I~~~~:!!~;i~~~~I!:~!m1!lJi~E'!!~W@l~~it~t~t~~~~~i~~I~~!~1~~,\~~mJI111~,,!'~,I]I!,'!!" ......................... .,............-........... .. ................ ......... Prime Constr. Central Coast Central FI WLW CONTRACTOR Group Cont. Corp Envir. Corp. Construction, Inc. Orlando Palm Coast Lonawood Mt. Dora BID Description Bid Bid Bid Bid ITEM Amount Amount Amount Amount 1 Shore Road Improvements 80,000.00 61,600.00 78,460.00 105,040.00 2 Wade Street Improvements 17.50000 45.000 00 39450.00 63172 00 Total $97.500.00 $106,600.00 $11791000 $16821200 Bid Bond Yes Yes Yes Yes Addendum 1 Yes Yes Yes Yes C I