Loading...
HomeMy WebLinkAbout1997 01 13 Consent Item A COMMISSION AGENDA ITEM A REGULAR CONSENT X INFORMATIONAL January 13, 1997 Meeting MGRJtwV1 /DEPT fl 1- Authorization REQUEST: Utility Department Requesting Authorization to Enter Into a Contract Agreement for Water Main and Roadway Improvements PURPOSE: The purpose ofthis Board item is to request authorization to enter into a contract agreement with Sunshine Building and Development Corp, for Water Main and Roadway Improvements at a cost of$462,030.95 plus 10% contingency. CONSIDERATIONS: This project is needed upgrade the water distribution system and correct roadway deficiencies in the N ortb Orlando Fourth Addition subdivision. This area, also known as Meadowlark, is bounded by Sherry Avenue on the west, George Street to the north, Wade Street on the east and S.R. 434 on the south. The water.distribution system does not meet current fire protection standards and the location of the water mains in the rear yards makes repairs and meter reading very difficult. Portions of the roads in this neighborhood were built without underdrains and the current high groundwater table has damaged the pavement and created hazards on the sidewalks where groundwater seepage encourages algae growth. The water distribution system and road infrastructure was constructed in approximately 1960 to 1969. The project was advertised for bids as Bid #97-001. Bids were opened on December 4, 1996 with seven bidders submitting bids. The low bidder was Sunshine Building and Development Corp. of Casselberry with a bid of$462,030.95 of which $386,098.29 is the water main portion and $75,616.66 is for the underdrains. January 13, 1997 Consent Agenda Item A Page .1 Sooshine Building and Development has satisfactorily completed numerous projects for the City in the past and is currently completing the reclaimed water distribution project on MacGregor Road and on Boxwood Circle. The Deputy City Clerk's bid summary is attached as is the bid review and itemization by CPR. FUNDING: The funding sources for this $462,030.95 project will be two separate funds; $386,098.29 from the Utility Enterprise Food (3600-56310) and $75,932.66 from the Transportation Improvement Food (104-56310). The Utility FY 1996/1997 budget included $350,000 in the capital improvements line code for this project. The additional $36,098.29 needed for this project is available in the capital improvements line code due to the fact that the $150,000 Tuskawilla Road Utility Improvements project will not be constructed this fiscal year. There is $50,000 budgeted in the Transportation Improvement Food capital improvements budget for this ooderdrain project. The additional $25,932.66 needed is available in the capital improvements line code due fact that the $40,000 budgeted for Public Works compoood design is not anticipated to being utilized this fiscal year. The funds for this project will be expended within 150 days of approval. RECOMMENDATION: It is recommend that authorization be given to enter into a contract agreement with Sooshine Building and Development Corp. for Water Main and Roadway Improvements at a cost of$462,030,95 plus 10% contingency. The funding sources would be $386,098.29 from the Utility Enterprise Food (3600-56310) and $75,932.66 from the Transportation Improvement Food (104-56310). January 13, 1997 Consent Agenda Item A Pagel IMPLEMENTATION SCHEDULE: The contract period for this project is 120 days from the Notice To Proceed. We expect that construction will begin in mid-February. Prior to construction, residents will be invited to a public meeting to discuss the project and answer any questions. Once this project is completed, the entire subdivision is scheduled for repaving as part of our resurfacing contract which is separate form this project. ATTACHMENTS: 1. Agreement Form 2. Deputy City Clerk Bid #97-001 Tabulation 3. CPH Bid Review and Cost Tabulation COMMISSION ACTION: Attachment No. 1 SECTION 00500 AGREEMENT FORM 1. GENERAL 1.01 THIS AGREEMENT, made this _ day of (1) the City of Winter Sorinas (2) (3) , 1992, by and between , hereinafter called the Owner, and doing business as a , and hereinafter called the Contractor. 1.02 WHEREAS, the OWNER and CONTRACTOR are desirous of entering into an Agreement for construction of a 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 North Orlando Fourth Edition Water Main Imorovements. 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 one hundred twenty(120)calendar days from the date of the Notice to Proceed, 4. Liquidated Damaqes - 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 $250.00 for each day that expires after the time specified in Paragraph C for final completion until the work is finally complete. 5. Contract Price - The OWNER will pay the CONTRACTOR in current funds for the performance of the work, subject to additions and deductions by Change Order and subject to the Measurement and Payment Provisions (Section 01150), and subject to actual constructed quantities; the Total Contract Price of . ($ ). Payments will be made to the CONTRACTOR on the basis of the Schedule of Unit Prices included as a part of his/her Bid, which shall be as fully a part of the Contract as if attached or repeated herein. 6, Payments - The Owner will make payments as provided in the General Conditions and Supplementary Conditions. 7. Enqineer - 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. (1) Owner (2) Contractor (3) Sole Proprietor, Partnership, or Corporation 00500-1 NOTE: If the Contractor intends to install pipe by some other method than trenching under the definitions found in the Florida Trench Safety Act (90-96, Laws of Florida), he shall so indicate by outlining in the space provided. below the method he proposes and how it will comply with the Florida Trench Safety Act and 'related OSHA Standards for the Owner's evaluation, . The Cost of accomplishing the work by any alternate methods to trenching is included in the bid prices shown in the Contractor's Proposal. Outline of Alternate Method: Submitted, signed and sealed this _ day of ,19_, CONTRACTOR By: Name Title Business Address ATTEST: Signature Seal END OF SECTION 00430-~. Attachment No. 2 CITY OF WINTER SPRINGS, FLORIDA 1126 EAST STATE ROAD 434 WINTER SPRINGS, FLORIDA 32708-2799 Telephone (407) 327-1800 PROJECT TITLE: North Orlando Fourth AdditionlWater Main Improvements BIDNUMBER: 97-001 BID OPENING DATE: December 4. 1996 The bid opening was called by: Nancy Vobornik Title and Time: Purchasing Secretary Bid opening was closed: 2:02 p,m. 2:14o,m. Present as witness: Alan HilL Public Works Ooerations Suoervisor Terry Zaudtke. Consulting Engineer Don LeBlanc. Land Management Specialist Bid Bond Required: YES Performance Bond Required: YES ------------------------------------------------------------------------------------------------------------------------------ Seven Bids Received: l.Linco Construction, Inc., P,O, Box 916015, Longwood, FL 32791-6015 in the amount of$573,750.00. 2. Speegle Construction, Inc. P.O. Box 2089, Cocoa, FL 32923 in the amount of$553,000.00 3. JCB Construction, Inc,; 6239 Edgewater Drive, Suite D-I0, Orlando, FL 32810 in the amount 0[$747,518.20. 4, Esterson Construction Company, Inc., 794 Big Tree Drive, Suite 108, Longwood, FL 32750 in the amount 0[$602,191.00. 5. Masci Construction, Inc., 2750 S. Ridgewood Ave., Suite B3, S. Daytona, FL 32119 in the amount 0[$576,985.00. 6. Sunshine Building and Development Corp., P.O. Box 180958, Casselberry, FL 32718-0958 in the amount of$462,030.95. 7. Prime Construction Group, Inc., P.O. Box 590507, Orlando, FL 32859-0507 in the amount 0[$538,790.00. JIlaA-~1!d,:dJ- Martha Jenk' , Deputy City Clerk cc: Utility Department City Manager Purchasing Department Attachment 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 December 5, 1996 Kipton D. Lockcuff, P .E. Director of Utilities City of Winter Springs 110 N. Flamingo Avenue Winter Springs, Florida 32708 RE: City of Winter Springs North Orlando Fourth Addition Water Main Improvements Bid No. 97-001 CPR Project No. W0452.00 Dear Kip: On Wednesday, December 4, 1996, the City received bids for the North Orlando Fourth Addition Water Main Improvements. Copies of the bids were made and provided to us for review. The following is a summary of the three lowest bidders and their associated bid prices: ... ..-. .. ". ................'....... ..................,...... ....................,.......-.-...... . .. . . .-... . .... Sunshine Building & Development $ 462,030,95 Prime Construction $ 538,790.00 Speegle Construction $ 553,000,00 Engineer's Estimate of Probable Construction Cost $ 481,740,00 A complete bid tabulation of all bids received is attached for your information. As can be seen in the summary, seven competitive bids were received. The apparent low bidder was 16 percent lower than the next lowest competitor. Conklin, ~orter and Holmes ENGINEERS, INC. a 1104 E, ROBINSON STREET @ rm ORLANDO, FLORIDA.32801-2092 F TEL 407-425-0452 FAX #407-648-1036 Sunshine Building and Development has previously performed work for the City. Their underground utility work has been satisfactory and completed within schedule. 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 Sunshine Building and Development based on available information and their base bid price of$462,030.95. If you have any questions, please give me a call. Sincerely, TMZ/aml Enclosure: Bid Tabulations W0452300.loc/tmzJd3 ') CONTRACTOR BID Description Unil Quantity Unit Total Unit Total Unit Total Unit Total Unit Total Unit Total Unil Total Unit Total ITEM Cost Cost Cost Cost Cost Cost Cost Cost Cost Cost Cost Cost Cost Cost Cost Cost 1 Mobffizationl Demob LS 20,177.00 20,177.00 48,000.00 48,000.00 46,770.00 46.770.00 50,000.00 50,000.00 25,000.00 25,000.00 15,000.00 15,000.00 56,202.00 56,202.00 15,000.00 15,000.00 2 PVC Water Main 2-inch LF 260 7.68 1,996.80 3.00 780.00 5.00 1,300.00 4.00 1,040.00 10.00 2.600.00 5.00 1,300.00 5.70 1.482.00 4.00 1,040.00 6-lnch LF 4200 8.42 35,364.00 7.00 29,400.00 10.00 42,000.00 14.00 58,800.00 17.00 71,400.00 12.70 53.340.00 8.27 34,734.00 8.00 33,600.00 8-lnch LF 3750 10.87 40,762.50 9.00 33,750.00 14.00 52,500.00 16.00 60,000.00 20.00 75,000.00 16.70 62,625.00 10.83 40,612.50 12.00 45.000.00 12-inch LF 1300 15.52 20.176.00 15.00 19,500.00 21.00 27,300.00 22.00 28,600.00 24.00 31,200.00 20.00 26,000.00 18.24 23,712.00 15.00 19,500.00 3 Ductile Iron Pipe 6-lnch LF 1200 12.10 14.520.00 12.00 14,400.00 15.00 18.000.00 18.00 21,600.00 21.00 25.200.00 19.20 23.040.00 14.25 17,100.00 12.00 14.400.00 6-lnch LF 1350 14.20 19.170.00 14.00 18.900.00 18.00 24.300.00 19.00 25,650.00 22.00 29,700.00 21.40 28.890.00 19.38 26,163.00 16.00 21,600.00 12-lnch LF 80 20.76 1,660.80 30.00 2,400.00 28.00 2.240.00 27.00 2.160.00 35.00 2,800.00 30.50 2.440.00 29.64 2.371.20 20.00 1,600.00 4 Gate Valve wlbox 6-lnch EA 11 479.64 5,276.04 450.00 4,950.00 500.00 5.500.00 465.00 5,115.00 750.00 8,250.00 380.00 4.180.00 570.00 6,270.00 500.00 5,500.00 6-lnch EA 10 664.40 6,644.00 650.00 6,500.00 750.00 7,500.00 635.00 6.350.00 950.00 9,500.00 525.00 5,250.00 941.00 9.410.00 1.000.00 10,000.00 12-lnch EA 2 1,194.50 2,389.00 1,200.00 2,400.00 1,250.00 2,500.00 1,115.00 2.230.00 1.400.00 2,800.00 960.00 1,920.00 1,596.00 3,192.00 1.500.00 3,000.00 2-lnch Blow-off EA 2 324.00 648.00 300.00 600.00 300.00 600.00 300.00 600.00 1,500.00 3,000.00 150.00 300.00 684.00 1,368.00 500.00 1,000.00 5 Fillings TN 3 6.064.67 18,194.01 10,000.00 30.000.00 3.500.00 10.500.00 5,300.00 15.900.00 3.000.00 9,000.00 8,252.00 24.756.00 7.000.00 21.000.00 4.500.00 13,500.00 6 Testing & Disinfection LS 1 1,007.00 1,007.00 500.00 500.00 2.500.00 2.500.00 5,000.00 5.000.00 3.000.00 3,000.00 1,000.00 1,000.00 3.450.00 3.450.00 2,000.00 2.000.00 7 Steel Casing LF 10 80.50 805.00 40.00 400.00 70.00 700.00 75.00 750.00 100.00 1,000.00 35.00 350.00 80.00 800.00 100.00 1.000.00 8 Pvc Casing Pipe 2-lnch LF 2300 4.43 10.189.00 12.00 27.600.00 4.00 9,200.00 12.00 27.600.00 3.00 6.900.00 2.00 4.600.00 14.82 34,086.00 4.00 9,200.00 4-lnch LF 100 4.06 406.00 20.00 2,000.00 8.00 800.00 16.00 1,600.00 20.00 2.000.00 2.50 250.00 22.80 2.280.00 5.00 500.00 9 Tapping sleeve Conn. 6-lnch EA 1 1,360.00 1.360.00 1,700.00 1.700.00 2.000.00 2.000.00 1,800.00 1,800.00 2,000.00 2,000.00 1,300.00 1,300.00 2.052.00 2.052.00 1.500.00 1,500.00 6-lnch EA 3 1,598.33 4,794.99 1,900.00 5,700.00 2.500.00 7.500.00 2,500.00 7,500.00 2.500.00 7.500.00 1,700.00 5,100.00 2,622.00 7.866.00 2.000.00 6,000.00 Type B 6-inch EA 1 1.360.00 1.360.00 2.000.00 2,000.00 2,800.00 2,800.00 2,500.00 2,500.00 3,000.00 3.000.00 1.700.00 1,700.00 2,052.00 2,052.00 2,500.00 2,500.00 10 Connections to existing 6-lnch EA 1 262.00 262.00 400.00 400.00 2.000.00 2.000.00 1,000.00 1.000.00 2,000.00 2,000.00 500.00 500.00 2.280.00 2,280.00 500.00 500.00 12-inch EA 1 439.00 439.00 500.00 500.00 2.400.00 2,400.00 1,200.00 1,200.00 3,000.00 3,000.00 750.00 750.00 4.104.00 4,104.00 500.00 500.00 11 Jumper IIR EA 4 495.25 1,981.00 700.00 2,800.00 1.000.00 4.000.00 950.00 3,800.00 1.000.00 4,000.00 375.00 1,500.00 1.482.00 5,928.00 500.00 2.000.00 12 Fire Hydrants EA 15 1,578.73 23,680.95 1.600.00 24,000.00 1,750.00 26,250.00 1,800.00 27,000.00 1,900.00 28,500.00 1,550.00 23.250.00 2,166.00 32.490.00 2.000.00 30.000.00 13 Water Services Short single EA 16 389.31 6,228.96 250.00 4,000.00 475.00 7,600.00 300.00 4.800.00 250.00 4.000.00 410.00 6,560.00 465.00 7.440.00 250.00 4,000.00 Long single EA 13 544.00 7,072.00 500.00 6,500.00 500.00 6.500.00 315.00 4,095.00 325.00 4,225.00 470.00 6,110.00 616.00 8.008.00 500.00 6.500.00 Short double EA 44 595.91 26.220.04 350.00 15.400.00 525.00 23.100.00 540.00 23.760.00 300.00 13,200.00 650.00 28,600.00 993.00 43.692.00 500.00 22.000.00 Long double EA 60 731.17 43,870.20 550.00 33,000.00 600.00 36,000.00 550.00 33.000.00 350.00 21.000.00 790.00 47,400.00 1,246.00 74,760.00 700.00 42,000.00 14 R&R Asphalt SY 2000 16.30 32,600.00 15.00 30,000.00 25.00 50,000.00 19.50 39,000.00 27.00 54,000.00 17.00 34,000.00 25.59 51,180.00 15.00 30,000.00 15 Concrete Drives SY 2000 20.08 40,160.00 28.00 56,000.00 25.00 50.000.00 20.00 40.000.00 24.00 48,000.00 28.50 57,000.00 25.94 51,880.00 20.00 40,000.00 16 Concrete curb & gutter LF 750 10.18 7.635.00 17.00 12,750.00 12.00 9,000.00 10.00 7,500.00 12.00 9.000.00 12.00 g,OOO.OO 16.53 12,397.50 10.00 7.500.00 17 Sidewalk SY 240 22.85 5.484.00 26.00 6,240.00 16.00 3,840.00 14.00 3,360.00 25.00 6,000.00 37.50 9,000.00 27.65 6,636.00 20.00 4,800.00 18 Storm MH EA 1 1,925.00 1.925.00 2,200.00 2,200.00 2,000.00 2,000.00 730.00 730.00 2,000.00 2,000.00 2,000.00 2,000.00 1,824.00 1,824.00 2,500.00 2.500.00 19 Connection 10 Storm M EA 7 132.14 924.98 300.00 2,100.00 500.00 3,500.00 350.00 2.450.00 500.00 3,500.00 250.00 1.750.00 798.00 5,586.00 200.00 1,400.00 20 6-lnch underdraln LF 3680 14.07 51,777.60 24.00 88.320.00 15.00 55,200.00 15.00 55,200.00 12.00 44,160.00 30.00 110,400.00 37.65 138.552.00 20.00 73.600.00 21 6-lnch UD cleanouts EA 26 178.08 4,630.08 100.00 2,600.00 100.00 2,600.00 60.00 1.560.00 175.00 4,550.00 25.00 650.00 171.00 4.446.00 250.00 6.500.00 22 Remove VCP LS 1 240.00 240.00 500.00 500.00 2 500.00 2 500.00 500.00 500.00 5 000.00 5 000.00 380.00 380.00 112.00 112.00 500.00 500.00 Total $462,030.95 5538,790.00 5553,000.00 5573.750.00 $576.985.00 $602,191.00 $747.518.20 $481,740.00 Addendum 1 YES YES YES YES YES YES YES N/A Addendum 2 YES YES YES YES YES YES YES N/A Bid Bond YES YES YES YES YES YES YES N/A